Loading...
HomeMy WebLinkAboutContract 52898fORTWORTH ---. I ~ -a PROJECT MANUAL FOR THE CONSTRUCTION OF EXECUTED FORT WORTH EMWTP 1 HSP-H-20 AND HYDRO TANK Betsy Price Mayor City Project No. 100277 Chris Harder, P.E. David Cooke City Manager Water Director Prepared for The City of Fort Worth Water Department DOCUMENTS ISSUED FOR CONSTRUCTION These "Issued for Construction " Contract Documents have been prepared by revising the Bidding Documents to record references to addenda , field orders or change orders issued . The Bidding Documents may have been revised to incorporate these revisions directly into the "Issued for Construction " Contract Documents . Contractor is responsible for determining that these documents are consistent with their understanding of the Bidding Documents as modified per the appropriate provisions of the Contract Documents . The Bidding Documents , as modified per the appropriate provisions of the Contract Documents , take precedence over these "Issued for Construction " documents . May2019 Prepared by: FREESE AND NICHOLS, INC. 4055 International Plaza Suite 200 Fort Worth, TX 76109 Texas Registered Engineering Firm F-2144 •• FREESE I ~NICHOLS FTW16630 01`N NORINA - - COW MT NO. - FORTWORTH 0 PROJECT MANUAL FOR THE CONSTRUCTION OF FORT WORTH EMWTP 1 HSP-H-20 AND HYDRO TANK Betsy Price Mayor City Project No.100277 Chris Harder, P.E. Water Director Prepared for The City of Fort Worth Water Department David Cooke City Manager THE SEAL APPEARING ON THIS DOCUMENT WAS AUTHORIZED BY: CHARLES H. ERWIN P.E. TEXAS NO: 118842 ON: 5/07/2019 ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE RESPONSIBLE ENGINEER IS AN OFFENSE UNDER THE TEXAS ENGINEERING PRACTICE ACT. THE SEAL APPEARING ON THIS DOCUMENT WAS AUTHORIZED BY: WADE ZEMLOCK P.E. TEXAS NO: 92701 ON: 5/0$/2019 _ ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE RESPONSIBLE ENGINEER IS AN OFFENSE UNDER THE TEXAS ENGINEERING PRACTICE ACT, May 2019 Prepared by: FREESE AND NICHOLS, INC. 4055 International Plaza Suite 200 Fort Worth, TX 76109 Texas Registered Engineering Firm F-2144 IFREESE INICHOLS FT11 16630 OFFiCIA!, RECORD CITY SECRETARY FT WORTH, TX ORT WORT City of Fort Worth Standard Construction Specification Documents Adopted September 2011 000000-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page I of 6 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 00 11 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 0045 11 Bidders Prequalifications 00 45 12 Prequalification Statement 0045 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 40 Minority Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01 - General Requirements 01 1100 Summary of Work 01 2500 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 01 32 16 Construction Progress Schedule 01 3233 Preconstruction Video 01 3300 Submittals 01 35 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 5526 Street Use Permit and Modifications to Traffic Control 01 5713 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 6000 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 7000 Mobilization and Remobilization 01 71 23 Construction Staking and Survey 01 74 23 Cleaning 01 75 00 Starting and Adjusting 0177 19 Closeout Requirements 01 7823 Operation and Maintenance Data 01 7839 Project Record Documents CITY OF FORT WORTH Fort Worth E44WTP I HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projcct Number: 100277 Revised February 2, 2016 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 6 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 09 - Finishes 09 96 00.01 High Performance Coatings Division 26 - Electrical 2601 26 Testing of Electrical Systems 26 05 00 Common Work Results for Electrical 2605 19 Low Voltage Electrical Conductors & Cables 26 05 26 Grounding & Bonding for Electrical Systems 26 05 29 Hangers and Supports for Electrical Systems 26 05 33.01 Conduits 26 05 33.02 Wireways 26 05 33.03 Outlet Boxes 26 05 33.04 Pull and Junction Boxes for Electrical Systems 26 05 53 Identification for Electrical Systems 26 05 73.01 Electrical Power System Studies 26 27 26 Wiring Devices 2628 16 Enclosed Switches and Circuit Breakers 26 29 33.11 Variable Frequency Drives 2641 13 Lightning Protection for Structures Division 31 — Earthwork 3123 33.14 Trench Safety Division 33 — Utilities 33 11 13.13 Steel Pipe and Fittings Division 40 — Process Pipe, Valves and Instrumentation 4005 65.23 Swing Check Valves 40 05 78 Air Release and Air and Vacuum Valves 40 90 01 Instrumentation 40 90 02 Supervisory Control and Data Acquisition (SCADA) System 4092 13.16 Pump Control Ball Valves Division 43 — Liquid Handling 43 42 43 Hydropneumatic Tank System 43 42 56.02 Vertical Turbine Pumping Units Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: https://projeetpoint.buzzsaw.corn/client/fortworthgov/Resources/02 - Construction Documents/Specifications Division 02 - Existing Conditions 0241 13 Selective Site Demolition CITY OF FORT WOR'1'11 Fort Worth F.'MWTP I HSP-H-20 and Hydro Tank STNIDARD CONSTRUCTION SPECIFICATION DOCTTMF.NTS City Project Number: 100277 Revised February 2, 2016 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 0334 13 Controlled Low ,Strength Material (CLSM) 0334 16 Concrete Base Material for Trench Repair 03 80 00 Modifications to Existing Concrete Structures Division 26 - Electrical 26 05 00 Common Work Results for Electrical 2605 10 OPn-A-1-itfe4n -&-ff I Et c-al Systl m5 26 05 33 Raceways and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems Division 31 - Earthwork 31 1000 Site Clearing 3123 16unelas.stlie'd- �r�ac�r`v't�rtl9ii 31 2500 Erosion and Sediment Control 313600 Gabions- 3 3700 RipFap Division 32 - Exterior Improvements 3201 1�eR�nanent Asphalt Pavifig Repai 32 1 1 4 To,Y,r.or.fy Asphalt halt Pa-ving 1? opai 3201 29 Concrete Paving Repair 32 H 23 Flexible Base Courses 32 11 29 Lime T-feated Base Gaur6es 22 1 1 3 7 Liquid d Treated Soil_ Stabilizer 3zT;1 (q Asphalt t D.,. 3Jz��9 Asphalt It Paving C-'rack. Sealants 32 13 13 Concrete Paving 1;� 13 X) Con-o-r-p-Ae. Sidewalks, Driveways and Barrier Free Ramps 32 1373 Concrete Paving Joint Sealants 32 14 16 R iek Unit t pa-ying 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 1723 Pa-VOFflent MHF1Eif1gS T�7Z 32 1725 Curb Address Painting 32 3126 Wire Fences and Crater_ 3292 I3 Hydro -Mulching, Seeding, and Sodding n 3293 CITY OF PORT WORTII Fort Worth EMdVTP 11-ISP-11-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised February 2, 20t6 000000-4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 33 01. 30 gewoF and Manhole Testing 33 01 31 GA -Posed Gifel14 Teley .S'E)n c iT[7�) i_nspootion 33 03 10 BypassP fig Sewer Systems 33 04 10 Joint Bonding and Electrical Isolation 33 04 11 GeFFesien Control Test Stations- 33 04 112 Magnesium Anode !'.,r-ho4io 12FOW660H 8ysrcnz 33-04-30 Tempe Water--Sefviees 330440 ( Cleaning and �AlS�Mains Testing of Water Mains 3 3-04G -50T�e YVL-ains 33 05 10 Utility Trench Excavation, Embedment, and Backfill 33 05 i2 33 0 �' 3 FFHMO, Cover --and Grade Rings 33 05 14 Adjusting Manholes, 3305 116 Coner-ete Water inlets, Valve Vaults BoKes, and 04ieF Stnietwes to Cir 33 05 i7 Concrete EollaFS 330522 33 052;3 Hand TaHneling 330-5 24 installation of Cagier- P 33 05 26 Utility Markers/Locators 33 11 05 Bolts, Nuts, and Gaskets 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 33-1-1 12 r,OIY ; t r hIO -ide (PVC;) P feSSUFe n;, 33 'z1 13 GenEEete12f@ssufe Pipe, Bar [xr....,..-...ed 33 1220 Resilient Seated Gate Valve 33 12 71 AWWA Rubber SeatedBtAte t Valves 33 1225 Connection to Existing Water Mains .J v tiro'' nrrrc"rcrorx x urA-ss cnrvri@7fei-rQccc[rrV Water cxtot riy-vccnzo 3312 4. Fife Hydrants 3312 50 Watew Sample Stations 331e Assembly bly 3331 17 c -e 1 ; plaeo Pipe (CIPP) 3331 13 - Fiberglass Reinfereed Pipe f F Gravity c tary Sewers 33 34 15 High Density Polyethylene DPE) Pipe for- can tafy Se,e-F 333 31-20 P4yvinyl Chloride (PVC) Gravity Samnna,,—coc— . r rPo 3331 21-2e13-trifty1 Chloride (PVC) Closed Profile rfFa-TIty SanCC[yS Sewer Pipe 33 31 22 Sanit-aFy Sewer- Slip Lining 33 34 23 Stanita c 1 �-�,�TPipe -��genrei+[ 33 3i 50 Sanitary C C t n❑- drop- Sef=iee 7r.-.,inC �z�e�V er�er�ivc-c^vi"rn@E crvrr 33 39 i 0 Cast in li-PlaeoGenecetez e-s CITY OF FOR`f' WORTH Fort Worth E&IWTP 1 HSP-H-20 and Hydra Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Numher: 100277 Revised February 2, 2016 000000-5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1Transportation 4 4i io.()i, wW I ' - I ■ _ _ r I / 1 I Page 5 of6 Appendix FC 4.01 ,.:i hilif f r an as- GG 4.nrv. l�'sti rc^r6� r1$� 2hysiea1 Conditions GG 4.06 14azafdettsEnviFanmontafl Goond—iti(01-1 rcvT-V GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC ti no Permits andLTJf:I4ies CC-6.24 Nondiscrimination GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Fort Worth F,jWWTP 1 HSP-H-20 and Hydro Tank STANDARD CONS`1'RUCI'ION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised February 2, 2016 )\{ƒ| � v ^(I �| a aJ �7 f �\ ( City of Fort Worth, Texas Mayor and council communication DATE: 09/17/19 M&C FILE NUMBER: M&C 19-0166 LOG NAME: 603MGDPHT ARCHERWC SUBJECT Authorize Execution of Amendment No. 6 in the Amount of $88,642.00 to City Secretary Contract No. 48498 an Engineering Agreement with Freese and Nichols, Inc., for Inspection Services for the Pump and Hydropneumatic Tank at Eagle Mountain Water Treatment Plant Project, for a Revised Contract Amount of $774,131.00; Authorize Execution of a Contract with Archer Western Construction, LLC, in the Amount of $1,023,700.00 for Construction of a 3 Million Gallons per Day Pump and Hydropneumatic Tank at Eagle Mountain Water Treatment Plant, Provide for Project Costs for a Project Total in the Amount of $7,470,788.00, Adopt Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt and Adopt Appropriation Ordinance (COUNCIL DISTRICT 7) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached Resolution expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt for the 3 Million Gallon per Day (MGD) pump and hydropneumatic tank at Eagle Mountain Water Treatment Plant project; and 2. Adopt the attached Appropriation Ordinance increasing estimated receipts and appropriations in the Water & Sewer Commercial Paper Fund in the amount of $1,273,329.00 for 3MGD pump and hydropneumatic Tank at Eagle Mountain Water Treatment Plant project; and 3. Authorize the execution of Amendment No. 6 in the amount of $88,642.00 to City Secretary Contract No. 48498, an Engineering Agreement with Freese and Nichols, Inc., for inspection services for the 3MGD pump and hydropneumatic Tank at Eagle Mountain Water Treatment Plant project; and 4. Authorize the execution of a contract with Archer Western Construction, LLC, in the amount of $1,023,700.00 for construction of a 3MGD pump and hydropneumatic tank at Eagle Mountain Water Treatment Plant (City Project No. 100277). DISCUSSION: This Mayor and Council Communication provides for the construction of the 3 Million Gallons per Day pump and hydropneumatic tank at Eagle Mountain Water Treatment Plant project. The proposed pump and tank will provide for increased capacity and delivery reliability to existing and future customers in the vicinity of the Eagle Mountain Water Treatment Plant. On December 13, 2016, (M&C C-28046), the City authorized an engineering agreement in the amount of $386,311.00 with Freese and Nichols, Inc. for the installation of a 24-inch water line, hydro -pneumatic tank and pressure regulating station in order to create a high pressure zone to provide water service for developments located along the upper elevation ridge lines located north of the Eagle Mountain Water Treatment Plant. The agreement was subsequently revised by Amendment No.1 in the amount of $6,963.00 administratively authorized February 28, 2017, Amendment No. 2 in the amount of $34,592.00 authorized by M&C C-28316 on August 1, 2017, Amendment No. 3 in the amount of $43,182.00 administratively authorized October 25, 2017, Amendment No. 4 in the amount of $165,429.00 authorized May 15, 2018 by M&C C-28684 and Amendment No. 5 in the amount of $49,012.00 administratively authorized January 24, 2019. Development activity now requires that the pumping and storage capacity be further increased to this newly created high pressure zone within the water system. This Mayor and Council Communication provides for the installation of a 3MGD rated pump and motor, along with piping, valves electrical and a second hydropneumatic tank at the Eagle Mountain Water Treatment Plant. Amendment No. 6 will allow Freese and Nichols, Inc., ("FNI") to provide inspection services during construction of the project. Staff considers the proposed fee to be fair and reasonable for the scope of services proposed. Construction of the project was advertised for bid on May 30, 2019 and June 6, 2019 in the Fort Worth Star -Telegram. On July 11, 2019 the following bids were received: BIDDER AMOUNT TIME OF COMPLETION Archer Western Construction, LLC $1,023,000.00 395 Calendar Days Felix Construction Company $1,225,740.0D ,Gracon Construction Inc. $1,290,000.00 In addition to the contract cost, $109,802.00 is required for Project Management, inspection and material testing and $51,185.00 is provided for project contingency. This project is anticipated to be included in a future revenue bond issue for the Water and Sewer Fund. Available cash within the Water and Sewer portfolio and the City's portfolio along with the appropriation authority authorized under the Callable Commercial Paper Program (CP) will be used to provide interim financing for this project until debt is issued. To the extent resources other than the Water and Sewer portfolio are used to provide interim financing, the Water and Sewer Fund will be charged interest that is equivalent to the overall rate of return being earned by the City portfolio (currently approximately one -percent annually). Should the City's portfolio not support the liquidity needed to provide an interim short-term financing source, another funding source will be required, which could mean issuance of securities under the CP Program or earlier issuance of Water and Sewer revenue bonds than is currently planned. Once debt associated with this project is sold, bond proceeds will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the attached Reimbursement Resolution. The City Council adopted the Water Department's Fiscal Year 2019-2023 Five Year Capital Improvement Plan on September 18, 2018. This City Council adopted plan includes this specific project, with funding identified through the CP program to be reimbursed with future revenue bonds. In accordance with the provisions of the Financial Management Policy Statement, Staff anticipates presenting revenue -supported debt issuances to the City Council for consideration within the next three years. This debt must be issued within approximately three years to provide reimbursement for these expenses. If that does not occur, the costs will no longer be reimbursable by issuing tax-exempt debt and the funding source will have to be made whole through budgetary methods. Adoption of this resolution does not obligate the City to sell bonds, but preserves the ability to reimburse the City from tax-exempt bond proceeds. Construction is anticipated to commence in October, 2019 and be completed by October, 2020. This project will have no impact on the Water Department's Operating Budget when complete. MWWBE OFFICE: Archer Western Construction, LLC, is in compliance with the City's BIDE Ordinance by committing to six percent MBE participation on this project. The City's MBE goal an this project is five percent. FNI: A waiver of the goal for MBEISBE subcontracting requirements was requested by the Department and approved by the MWBE Office in accordance with the MWBE Ordinance, because the MWBE Waiver is based on the sole source information provided to the MWBE Office by the managing department's project manager. The project is located in COUNCIL DISTRICT 7. FISCAL. INFORMATION 1 CERTIFICATION: The director of Finance certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the Water & Sewer Commercial Paper Fund for the 3MGD pump and hydropneumatic tank at Eagle Mountain Water Treatment Plant Project. The Water and Sewer Commercial Paper Fund includes authority of $150,000,000.00 for the purpose of providing interim funding for Wator and Sewer Capital Projects. After this transfer, the balance will be $122,184,006.00 for future capital projects. Funding for the 31VIGD pump and hydropneumatic tank at Eagle Mountain Water Treatment Plant project is as depicted below: FUND Existing Appropriations Additional Appropriations Project Total* _ W&S Community Facilities Agmt - Fund $868,323.00 $0.00 $868,323.00 56008 Sewer Bond W:77A7-F 20und 56011 [$5 229,136.00 $0.00 $5,329,136.00 W & S Commercial Paper -Fund 56017 $0.00 1��2�73.329,00 1Project Total $6,19T,459.0D $1,273,329.00 $7,470,788.0011 *Numbers rounded for presentation purposes. Submitted for City Manager's Office by: Dana Burghdoff 8018 Originating_ Business Unit Head: Chris Harder 5020 Additional Information Contact: Dena Johnson 7866 N N N N N N N N W L11 of W W m m m m M m m m m m m O CD O O O O O O 14 F° H H H V IJ V V V IJI-A V V V IJ V O p p p O O O O m m m m M m m m O n O o a a O p A ? A A A A A R W W W W W W W W O O O O O O O O cn m m v1 v, m w H W H .A A Y W a a a O O O O Y In W p H H W 1-t H 1-1 H H H Y C N N N N N N N V V V V V V V m m V V V V V V V A C O O O O O O b O O O O O O O Z V V V V V N V V (n A co Q O O m Cl N N N N N N N N a o O a C. O O O H H H H H H Y l0 t0 l0 W l0 l6 lL1 lD [0 Y H N qf� VIP V A O W A W Gin 000 W W � FJ W O 00 N l0 a o 0 0 0 0 o O p 1 CA 0 w K G) T ]C7 n m Z7 n 0 v a' m 000510-1 MAYOR AND COUNCIL, COMMUNICATION (M&C) Page 1 of 1 SECTION 00 05 10 MAYOR AND COUNCIL COMMUNICATION (M&C) END OF SECTION CITY OF FORT WORTLI Tort Worth E,jWVTP I HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMLNTS City Project Number: 100277 Revised July 1, 2011 0005 15 - 1 ADDENDA Page I of 1 SECTION 00 05 15 ADDENDA END OF SECTION CITY OF FORT WORTH Fort Worth EMWTP I 1ISP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised July 1, 2011 CITY OF FORT WORTH, TH, TEXAS WATER DEPARTMENT ADDENDUM NO. 2 To the Specifications and Contract Documents For FORT WORTH ETP HSPS 1 H P-H-20 AND HYDRO TAN CPN 100277 Addendum No. 2 Issued: June 27, 2019 Original Bid Date: June 27, 2019 Bid Opening bate: July 11, 2019 This addendum forms part of the Spec lficatlons and Contract Docurnent5 for the ahova referenced Project and modifies the orig€nal Spedftatfons and Contract Doturnents, Bidder shall acknowledge retelpt of this addendum In the Spada provided below and acknowledge recelpt oti the outer eavelope In your bId. Failure to ackn wledge receipt of this add end ur could subject the bidder to dlsoallflcatlon. The specifications and contract dpcuments for Fort Worth t:NIVWTP HSPS 1 HSP-H-20 and Hydro Tarkk are hereby revised by Addendum No. 2 as follows; I. laid Open]ng has date has been changed to Juiy 11, 2019, I1. Sect€an 43 42 56.02 "Vertical Turbine Purnp]rig Units' a. Reference Pale 10-11. Paragraph 1.09 B.1 i, Replace Paragraph 1.09 13,1 wJth the fallowing paragraph 111. IrL comparing bids, the Owner wlII take Into cansideratI an the guaranteed efficiencies of the pumps at the speclfled rated head and flow conditions as stated in the bid proposal. For the {purposes of evaluation, thMe overaII effJclency of thy: pumping unit shall be the averaga of the offir-lency at ti1e flrst rand cond Mon and the affIden cy at the second rated condiltlan. The value of i percent In overall w1re to water effIdency far eath pump at the pump station shall be worth $5#000. Due ccnsideration wlII also he -given to pijmp performance at other operaUng condft ns In evaluating (lie purnp]ng UNts, in order to select the purnping unit best suited to the ape raIfon of the system, In the op In Ion of the owner.' b. Referesice Page 11. Paragraph 1.09 C I. Replace Paragraph 1.09 C.1, C.2, and C,3 with thMe following paragraphs "1. The (oil o Ing hypothedr-oI example Is shown to e-bxplaIn the bad evaluation fal�l;ors: A-1 ADDENDUM 2 Fork Wixlh FMWTP H.I;Pi 1 HSPI.K, mil kNcko lmoik CIW PrOlpEt No.10OZ77 Description Oldder Bidder Sidder No. 1 No. 2 No. 3 Stated l ff, @ Rated CDnditlon 88% 86% 87.% Pump 14SP-11-11-20 $10,00U 5,000 Calculated Penalty TOTAL PENALTY $0 $10,000 $5,000 STATED DID PRICE tSj--,033—,5iU0 $1,1O0,000 $1,030,000 EVALUATf:D BID PRICE 1,033,500 $1,110,000 51,035,090 2.The following hypothetical example is shown to exMaIn the contract adjustments far !allure to mout goar�inteed efflid endes of the pumping units and variaibie Fretiueney ddves. Stated Hated Average (penalty) f Description Efficiency On Pafnt Test Difference Credit Bid Farm Efficiency. Pump Tests (HSP-H-20) 88% 87`A -1`Yo -$5,000 TOTAL PENALTY _A00.0 9, HerEce, the contract amount will be adjusted dowriward by $5,000. 1rt no event will the amount be adjusted upwards, even If the test effIrjencles are greater than the bld erfIclencles." c, Reference Page 12, Paragraph 2.a1 A.5 I, Replace Paragraph 2M A.5 with the following paragraph "S. Purr p sh> jll be designed, m; inufacWred, 4nd In&s ailed to have less than the "Acceptable F1eld M brat] on ignite" as defined by the latest edition of the Hydrauk Institute_" d. Reference Page 2G-21, Paragraph 3.03 AA I. Replace Paragraph 3.03 A.I with the followilng paragraph " 1. Upon completion of installation of equlorhent, an acceptance te�sl' t6 verify the satlsFactory Installal<lan and aparatfan of the egt4lpm' ent shall he conducted by the M;inufaaurer's Represatttatlye, The test shall be- conducted fn a manner approved by -and In the presence of the Installation contractor, IEnglneer and ownei-, EquiprneRl shall he checked for excessive noise, alfgnrnent, vlbration, and lateral deflection, general pertorm8rlce, etc. Vibration of the unit when rneasured at tN top motor heerinq shall not exceed tale " Acceptable FleId VIhratfon LirnIts' of the I•Iydfaullc Institute Stondards for Centrifugal Purnps. The unit must perfarrn In a manner acceptable to the Engirieer Before final acceptance wlII he made by the owner. A mIniFourn of 30 days of satisfactory operation WlII be required prior to final acceptance. fa9ting equipment shall be provided by the Manufacturer's Representative." A-2 ADDENDUM z Fart Worth EMWrP R!WS 1 HSP-11-70 and Korn Tank aty rmtea NO. lea 7 This Addendum No. 2, forms part of the 5pecificatlans :& Contract Docornents for the above re€erenced project acid modifies the original Prajei'-t Manual & Contract 0ocaments a€ the same. Acknowledge your rtecefpI of AddLnrlurn No- 2 by cnmpla0rsg the rrqui�sted irrforrnaticn at the Fallowing locatlans. { j In the space provided in SectJon 00 4100, Did J=arm, Pa6e 3 a€3 (2) Indicate in upper czise letters an the DUt5fde of your sealed bld enve[ope: "RECEIVED & ACKNOWLEDGE A DDEFVD044 NO. 2" Include a signed copy of Addendum No. 2 In thLo sealed bid envelope at the time of hid submittal, failure to acknow Iedge receJpt aIf Addendum No. 2 below could causo the -subject bidder to be considered'NONRESpC]NSiVE", resulting in dINqueliifrcatlan, RECEIPT ACKNOWLEDGED arri P art Y, A-3 Chrfst6pher Harder, P.E. DIRECTOR WATER DEPARTMENT ey'L., T.- A � u I i" Tony Sho1ola, P.E. Sr, Capital Praje.cts Officer OFL� to '0 CHARLES H. 1`14 do 118842 =r � pwlp� I C5/27f19 FREESE AND NICHOLS. INC. TEXAS REGISTERED ENGINEERING FIRM J=-2-144 AI]L?MOUM 2 F0tit'W6r11iEUVrP'N5PSi145$L-2Qand kwdra'reak city Pralar-t No. 10alx 7 110 » -I mpFNmA No.I Wield! TY0F[0l1WORC1H FORT WORTH EMWTPII15 |& 20 AND HYDRO TANK � � �� ��%■ P, a ■ CHARLES H. ERWIN 7�.a 72�0^"wy£mp D2»3 FREESE AND NICHOLS. INC. TFXAS RECISTERED ENGtINIFERINa nRN F=21 44 City Pw| eelNo. |N277 ADDENDUM NO. I June It. 2019 d Ti m e: Thursday,kmu27.20]� DO P. k.CST. e0051.01 ADDENDUM NUMBER T 15ol «mr k d i tion% del ctions, mod i fica§o2, or da&t G§ onssh|be ma z to the appropriate sec onsoA§eCommd Docum N. Bides N AsIIa �jio wl e gerc�cdROrdb Ad k ndum mI|e� «v piovidcd on the Bid F Tu. TECHNICAL SPECIFICATIONS: c■ 14113.14" P i ImDCon t rol Ba I IVaWe" Rellgrence Page % @»nigRip 1.02 A. M a| Acw m Add the rolkiwing 3. DeZURIKPCO nRAW1NGS: P,EPLACE THE FOLLOWING SHEEN R Shwa With K|mot 11.7 CONNECTION DETAILS I1.7E« NECTIO N DETAILS I END OF ADDENDUM NO. ! G9m FORT MATH Nmmar+nWLerT#uflN,f 413M 4m kk mmuo ■NSKCIICATION WCUm a% @y@r#ect Ambef,t 777 y 70 o 0011 13-1 INVITATION TO BIDDERS Page 1 of 2 SECTION 00 1113 INVITATION TO BIDDERS RECEIPT OF BIDS Sealed bids for the construction of Fort Worth EMWTP I HSP-H-20 and Hydro Tank, City Project Number 100277 will be received by the City of Fort Worth Purchasing Office: City of Fort Worth Purchasing Division 1000 Throckmorton Street Fort Worth, Texas 76102 until 1:30 P.M. CST, Thursday, June 27, 2019, and bids will be opened publicly and read aloud at 2:00 PM CST in the Council Chambers. GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: Install new 3-MGD pump, motor, and drive. Install new ball valves and appurtenances. Install new hydropneumatic tank. PREQUAMFICATION The improvements included in this project must be performed by a contractor who is pre - qualified by the City at the time of bid opening. The procedures for qualification and pre - qualification are outlined in the Section 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division website at htip://www.fortworthtexas.jzoy/purchasin J and clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. The contractor is required to fill out and notarize the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council. The form can be obtained at htti)s://www.ethics.state.tx.us/tec/1295-Info.htm . Copies of the Bidding and Contract Documents may be purchased from Freese and Nichols, Inc., 4055 International Plaza, Ste. 200, Fort Worth, TX 76109. Phone number: (817) 735-7300. Call a minimum of 24 hours in advance to schedule pick up. The cost of Bidding and Contract Documents is: Set of Contract Documents: $30 Full size drawings: $70 Half size drawings. $30 PREBID CONFERENCE A non -mandatory prebid conference will be held as described in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following location, date, and time: DATE: June 18, 2019 TIME: 10: 00,4M PLACE: Eagle Mountain Water Treatment Plant Cf1'Y OF F'ORT'WORTII Fort Worth GMWTP I IISP-11-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised December 22, 2016 00 11 13 - 2 INVITATION TO BIDDERS 6801 .bowman Roberts Road Fort Worth, Texas 76179 LOCATION: Conference Room in Administration Building CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject bids. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Dena Johnson, P.E., City of Fort Worth Email: Dena.Johnson@for-tworthtexas.gov fortworthtexas.gov Phone: (817) 392-7866 AND/OR Attn: Charles Erwin P.E., Freese and Nichols, Inc. Email: charlie.erwin@freese.com Phone: (817) 735-7300 ADVERTISEMENT DATES May 30, 2019 June 6, 2019 END OF SECTION Page 2 of 2 CITY OF FORT WORTH Fart Worth EMWTP I HSP-H--20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Numher: 100277 Revised December 22, 2016 SECTION 00 2113 INSTRUCTIONS TO BIDDERS 1. Defined Terms 0021 13 - I INSTRUCTIONS TO Rn7DF.RS Page I of 9 1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, Firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing , the work contemplated under the Contract Documents. 2.2, Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1. All Bidders and their subcontractors are required to be prequalified for the work types requiring prequalification at the time of bidding. Bids received from contractors who are not prequalified (even if inadvertently opened) shall not be considered. Prequalification requirement work types and documentation are as follows: 3.1.1. Paving Requirements document located at; https://projectpoint.buzzsaw.com/client/fortworthgov/Resources/02 - Construction Documents/Contractor Prequalification/TPW Paving Contractor Prequalification Program/PREQUALIFICATION REQUIREMENTS FOR PAVING CONTRACTORS.pdf 3..1.2. Roadway and Pedestrian Lighting — Requirements document located at; https://projectpoint.buzzsaw.com/client/fortworthgov/Resources/02 - Construction Documents/Contractor Prequalification/TPW Roadway and Pedestrian fighting Prequalification Program/STREET LIGHT PREQUAL REQMNTS.pdf 3.1.3. Water and Sanitary Sewer Requirements document located at; CITY OF FORT WORTH Fort Worth EA4WTP I HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised August 21, 2015 0021 13-2 INSTRUCTIONS TO BIDDERS Page 2 of 9 https://projeetpoint.buzzsaw.com/client/fortworthgov/Resources/02 - Construction Documents/Contractor Prequalification/Water and Sanitary Sewer Prequalification Program/Water and sanitary sewer construction - contractor prequalification requirements. doe 3.2. Each Bidder unless currently prequalified, must be prepared to submit to City within seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2.1. Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low bidder(s) for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non -responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 3.4. In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder shall: 4.1.1. Examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. CITY OF FORT WORTH Fort [forth Eet4WTP I ASP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECTFTCATION DOCUMENT'S City Project Number: 100277 Revised August 21, 2015 0021 13 - 3 INSTRUCTIONS TO BIDDERS Page 3 of9 4.1.4. Study all. (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.6. Perform independent research, investigations, tests, borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. On request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies. 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal is prima -facie evidence that the Bidder has made the investigation, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. 4.1.8. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of: 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. CITY OF PORT WORTH Fort Worth FMWTP 1 HSP--H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised August 21, 2015 002113-4 INSTRUCTIONS TO BIDDERS Page 4 of 9 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4,02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. 5. Availability of Lands for Work, Etc. 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. CITY OF FORT WORTH Fort Worth F,MWTP I HSP H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFfCAITON DOCUMENTS City Project Number: 100277 Revised August 21, 2015 002113-5 INSTRUCTIONS TO BIDDERS Page 5 of 9 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Address questions to: City of Fort Worth 1000 Throckmorton Street Fort Worth, TX 76102 Attn: Dena Johnson, P.E., City of Fort Worth Water Department Phone: (917) 392-7866 Email: Dena.Johnson@fortworthtexas.gov 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications may be posted via Buzzsaw. 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting the requirements of Paragraphs 5.01 of the General Conditions. 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and deliver the complete Agreement within 10 days after the Notice of Award, City may consider Bidder to be in default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all other Bidders whom City believes to have a reasonable chance of receiving the award will be retained by City until final contract execution. CITY OF FORT WORTH Fort Worth EMWTP 1 1-ISP-11-20 anti Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised August 21, 2015 00 21 I3 - 6 INSTRUCTIONS TO BIDDERS Page 6 of 9 S. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or -Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or -equal" items. Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or - equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 0125 00 of the General Requirements. 11. Subcontractors, Suppliers and Others 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 12-201 1 (as amended), the City has goals for the participation of minority business and/or small business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The Bidder shall submit the MBE and SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor Waiver Form and/or Good Faith Effort Form with documentation and/or Joint Venture Form as appropriate. The Forms including documentation must be received by the City no later than 2:00 P.M. CST, on the second business days after the bid opening date. The Bidder shall obtain a receipt from the City as evidence the documentation was received. Failure to comply shall render the bid as non- responsive. 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents; additional copies may be obtained from the City. 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, written in ink in both words and numerals, for which the Bidder proposes to do the work contemplated or furnish materials required. All prices shall be written legibly. In ease of discrepancy between price in written words and the price in written numerals, the price in written words shall govern. CITY OF FORT WORTH Fort Worth EMWTP I H.SP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City PrUject Number: 100217 Revised August 21, 2015 002t 13-7 INSTRUC IONS `rO UDDERS Page 7 of 9 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form, 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed envelope, marked with the City Project Number, Project title, the name and address of Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. 14. Modification and Withdrawal of Bids 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office cannot be withdrawn prior to the time set for bid opening. A request for withdrawal must be made in writing by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. After all Bids not requested for withdrawal are opened and publicly read aloud, the Bids for which a withdrawal request has been properly filed may, at the option of the City, be returned unopened. CITY OF FORT WORTH Fort Worth EMWTP I H.SP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised August 21, 2015 0021 13 - 8 FNSTRiJCTiONS TO BIDDERS Page 8 of 9 14.2. Bidders may modify their Bid by electronic communication at any time prior to the time set for the closing of Bid receipt. 15. Opening of Bids Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by City. City also reserves the right to waive informalities not involving price, contract time or changes in the Work with the Successful Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City wi11 prevent or hinder the prompt completion of additional work if awarded. 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. CITY OF FORT WORTH Port Worth EMWTP 1 HSP-H-20 and llydro Tank STANDARD CONSTRUCTION SPECITICATION DOCUMENTS City Project Numher: 100277 Revised August 21, 2015 0021 13 - 9 INSTRUCTIONS TO BIDDERS Page 9 of 9 17.4. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. 17.5, If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by the City. 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement. Within 14 days thereafter Contractor shall sign and deliver the required number of counterparts of the Agreement to City with the required Bonds, Certificates of Insurance, and all other required documentation. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OF FORT WORTH Fort Worth FMWTP 1 HSP-11-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised August 21, 2015 00 35 13 Shp FORM r1ago f 04 p SECTION 00 35 13 CON FLICT OF INTEREST AFFIDAVIT Each bidder, offeror, or respondent (horeinaf#er also referred to as -you") Io a City of Fort WoFth (also referred to as 'City") procurement are required to Qompleta Confllct of Interest Questlorinalre {thaq attached CIO Form} and Loral Government Officer Gorifficts ❑Isclasure Stelement (the alteched CI Form) below pursuant to stake law, This affidavit will certify th2aI the Bidder #gas ors rile with the pity Secretary+ tba required documentation and is eltcdible to bid on City WCrk, Ti,e referenced farms moy also be downloaded from the website Links provided below_ hftj(www.ethics_state.Ix. us/fermsIC10 _-df hkl .lAwww,athics.sMe.tx.ueffarmsJ I df l] CIO Form is on tale with Clty Secretary 0 CIO Form Is being provided to tha City Secretary 0 CIS Form is on File with City Secretary DO CIS Form Is being provided to the City Secretary BIDDER: Archer Western Construclion. LLC Scott Smile Company Name Here By: Pripted Naml le AdldresS Hare Address Hertz or Space City, State Zip Code Here 1411 G reenway Drive Irving, Texas 75038 END OF SECTION Slonalure; Title: usiness Group e mere CrTY OF FART WORTH Fart Womb EMVVTP 1 HSP-H-211 alld Hydro Took 5FAND RD CONSTRUCTIO# SPECIFICATION DOCUMENTS Ghy Pivlao) Nombdr 1013277 Fnrrn Revised 21)12032r" CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor daing business with Inca) 9uvernlvrentaI entity Thi3 r,uasNonnatm rallacis fl1,enges made Io tha Jaw by Ji_J3, 73, 64111 Lag„ RaQuIsr Session, OFMEUSE40NLY rfi, % outslirmnaira is bdlnp Wed in iwcur¢ance uatifi i ltapLa+ 17B- 4wai Goweywrtwu E;aife by a vendor who oaia Rp[d reP Phrir, ia buslnacr relalionsf,ip as defined by 9ecUan 1wah a lor=1 ga.vam aenlsr enlily and IMe Lr�rldar rne$rs rk�EF�rgm�nli ilrhdM+ 5eehoi� i75.0UIi�al, $p aew rhr5 gUUWJpnhlive Tr1W bin MOO wilh Iha Me arde Sdrnln,%jrpl4r. 13115je Ipa,gl 1�averrmerilal e11i-1Y hol. Polar than me 79I1 busFnes5 day &Hier the dart Nat ucrldar 11wx1irreg imorp of rack 113aI rEquira Iha kolam!9W to bR Wed. .Sda 5e6o+1 176 G061a 1 P. I.00at 133a4emmehl CadN -A Vw1dor commiis an ell.jnsa ii pie vendor kriipwingly vialates� Sstt 0n 176_000 local Gwyernmenl Cede, ArF of lenag under Ihts srLlwft ,5 a win dPimeimor 1-1 Name of vendox,nrfio has a Irusiri sg relaftnshtp with ipual govefnmental enllty, Arcliel- Wi:s#cro Comm ructiori. LLC Check Ibis box if you we flting an update ioa prevjoualy filed gars#Ionrtelr@, iThe aawv requires Ihat yuu We all lipdalyd Li rnpleleb Crlie`3;h0rrrrS1oP With rho apprapriale ailing aulhDrlly 110 11atef Ihart I" 7th bos ,inass day aelf�r the dare ar+ whirh you became awnia Ihni the orignally liletl was .reamprel,3 or inaccurate , .!J Name al loaa i government offEcar abolil whom the! JrfforMMP10.1 Is tmnq d]sclorred. None Natrne of OKI= Nsudbet each emptoymanI or othor businasr. ccIalions hIp with I h a Ia"P govisrriment al1irer, ar a family itiembIRF of thLt afiicorr as described by Sa WIon 1 Aiso dear.0be any le wily reietiomb1p with the ioanI gnvarnmortl aIII cer, Comprele subpartis A and 8 for each empiaVrnont a Wain ess rid ajlonship descrIbod. Altseh additianar page& I rb1s Form CIO as necessary, A Is U ltxial governmEwl oflivar or a izLmdly iriernbgt of 1ho Wricer racommg or likely+ io reseave l4kable income other than inveslmenl Inwrise- iroln the vendor's 1-1 Yer~ = MCI 8 is I" Vendor rt?ceivrng or Icy to rareive laxalota. income- 01114'f than invmshm 2n1 income, from or at the direal+trn 01 the IgCa1 gavemrnanl officer or a tapilily member 011ha-ojficer A!)D the IaKablQ Incump !s not rt -vind froin the rocar $ouernmerkial r nlq? YBs No 5 Dasuribe Bach employment or business role Ii in n ship lhsl Me Vandpf m&med i n Section 1 mainla1e1 ns with a cotparation or other lousiness aniIIy with respccl In which Iha local government oVicar serves as an officer or diraclor, o holds an ownership Interest of one percent at mare, ji Check Inls box it the vendor has ' IMe IocAl gavernrnent 0ti.;Lr or :L is roily rnembm of the nfrii,rar nfle Or uteri g4(rs as -des abed ire S kion 0f)3 }(@), excluding ptfts diaunbo in S9ct11nn 175..0113(a.1). a Si nature or encta 4q �s 5ui1 Lhe unr mw anK VA13 -- A ca{I §anr� uxiiicss rov p u y Form prpulded by Texas 1=11+ICs Q14nril1rrs:G1F ivwW.nI111G5,sLala 11t.u9 Peosed 1140 201.5 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with locals governmental entity A complete copy of Chapter 176 al I11e Local Gavernrnenl Coda may be fraurid at hlip'#wWw.slatuIon. leg Is, Male. Ix.as 0 o6&?LG1h un/1-C-L 175.htm. Fdr easy reference, below are scrne of lb saloonsolled On thIs fQFM. Local Government Care tf1a Qgjf1 �a): °13E1SfneBS relationship' meansa con nbclIon belwten Iwo or more partlas based an Commercial acliV4Y of on of the parties, The term does nat include a connection basal on- (A� a Iransactlon that is subiect to tale a fee reguialion by a federal, slate, or focal g6vernmeolaI an lily or an agency of a federal, state, or local governmental enlity; (B) a Iransaclicn czriducIed at a price and subject to fermi availa.bte to the publid: or (C) a purchase Dr Jease of goods or services from a persork Iha1 Is 0iWered by a Male or federal agency and that Is subject to regular exeminallon by, and reporling to, Thal agency Local Government Code * 176.003(a)121M and (S). (aI A I as governrnur l oflicar shell f I I a a confia conJlots disclosure stalamenI Wilh re.5peol to a -vendor il_ (2) the vendor., (A) hie an empIt}ymwil or other but inns relationship with the IncaI government officer or a lam IIy tnarnbar of th'a officer that reztjlls in the officer or (am Ily member recoMrlg taxabla itl04�me, other than lnvisstr lent income. that a�E eeds $2,500 dUring the 12-rrranth period preceding the date t4at the offlnar becomes !WFire that (1) a contract between Ifle locR f governmental en(Ity And Vondor has been eKecutgd, Qr (il) tyre Iocal gaverr}mental aoilty its 0onsiaering entering Inlo a contrail with the vendor; (131 has given to the focal govornmenf-offiGar or a kimlly rnemtrer of the officer ono or more gifts th Ell hava an agg regale value of more than S 100 in the l 2-me nth period preceding the dale the offlcar beCanie-s aware that; a run Ira<ct betvreen the tonal governmonlat en11ly arid Vendor has been exeouLed,, or {lit Ili local govemmeotal entity Is con siderinq ontering into a contract wlt11 the vendor. Local 0overnmenl Code § I76.006(a) and is.11 (a) A vend of shall file a cofnpleted corEflict of inidr" tlueslionnairo IF th4a vt�ndor hag a business retatiorrship wilh a local governmental eroity and; (1) has an amplo+ymenf or other business rel'aftnship with a loll 0overnment officer of that local governmental Einil ty, or a family fnember of the officer, described by Section t 76-003(a)(2)(A); (2) has given a local government officer of tIlat local governmental entity_ or a famIIy marnber of khP 0Moor, One or more gifts with the aggrogale value specified by Saclian 176.003(a){2)(8)t excludirig any gift described by Sig cuon 176.003(a• 1), or (3) has a family retalionshlp with a local governman.1 Eafflcar of that focal governmental entity, (a-1) the cornpletedcon ffict of interest quesliannaIre must be IIJ&d with Ilie appropriate records administrator nol later than tha seventh business days alley the Tatar ot; (1) the elate lhat the vendor (A) begins dlscussEons er nagalialEons to entev. Into a con#racl with the local'gavEPMm19ntal entity: or JB) submEls to the local governmeril al entity. all appffcation, respnr7se to a request forpwposafs or bids, correspondence; ar another wrlring related to a potential contracl With the focal governmental entity: or (22 tha date the vendor becomes aware; (A) el an employment or other business relationship wltll a local government 0RlcarL or a tamely memtrer of the Aicer, described by Subsectian (a)r {131 thal the vendor teas given one or more gi[is described by Subsection (a), or (C� of a tomily relationship with a local government officer. Furm prwoe¢ Ypy Texas Ert1IG5 Cum ciao w.ww,eEhr _'qlale Ix -us {# s+,d: F1 30 ;!U]5 LOCAL GOVERNMENT OFFICER CONFLICTS DISCLOSURE STATEMENT (Ins[IUD:CinnSforc:nmlak4Nr3gand wino thistameEire providedenthe rre page-) TMI qualwannnire rettl2rJts vhangas made 1a tlia law bk H.B. 23, "Ih L.og-, Regular S950urk This Is the n0ke 10 IhR EIOproPna[e local governmental -entity that the following local government allflrer hasi be -come aware of facts that. require Ilie o#firer to 111e t#ifs sta16Menl in aowrdancawilh Chapter 1760 Lixal Government CQdet. Name cf Lai�at Gov arnment Officer NIA Office Sold FORM CIS OFFICE USE ONLY �7akeFtecalxn0 game al vendor desr,64ed by Sections 176,001(7) and 176.003(a), Laval GvveMMer1k Code DescripIInn of tha PALure end extent of each employment or plhgr businezis ralat#anahip and -onch family relailanship with vendor named in item 3. List gills accepted by the local gova►nmenl olfic*r and any larrilly mambar, if aggregate voltie ul 1he gifts accepted frorn vendor named In Itern 3 exceeds $100 during the 12-rnonth period doserihed by Section 176.03(a)M(Bll. C)atia Gllr Accopred DiaiRGilt Accepled Dale Gill kcepled D.uswl.ption cl Gilt oe�crlptlgn of Gift Dmm'Hption el Gilt lal�Agh addlNoPal laflils as necessary} AfFI DAVIT I swear under al Mu+y Rhal Illls ah4we sialerrenl Is In,e and colreGl. I acknowtetlge Ihd1 the dMousure IppHos 110 each IMrlhly Mf.Mt7or Sae daririii-id by So6on 1 112). Local C,awernmdi11 Go-dol of Ih1& 1PUIr {J{rvhMffine It olftkor. I also pc1141rrw19 to 1W thla-s3s umanl cj)va;s 141d I2-morrlrr µniJgd d9511rdbnd by 9Rk:JmWl 176.003iigi;21(8I. Ldsal Gov.wnmaml.Caft S+grc iurg *1 Loral C-PO M11.9nt ❑11rfer nF}rx wotARY STAIMP SL`hL ABUVF Sw jWm tw And$ubscHbed belade ma, DY the srfld -- q1 20 , to certl.ly which, ylhrrass my hand and Mt* na orhfrr 61onawre ar ornm r aaminisi ing oat7, Pnritwi ttarms ni arrit ati j$dminir;hfi rhia oath wds Itm— day T111H 04 ofrliCar njiminestarinij osi. h Form provided hyTexna ElNj s Carr'mI551011 www.elhlaf,-stata.lx.us Ravaged 1110,201.'i LOCAL GOVERNMENT OFFICER CONFLICTS DISCLOSURE STATEMENT inoicn 176.003 of lira Local 0overrimeal Code regLikes ccrtain local govarnmoil t officers to fife Ibis IGrm, A Iov,al government affirar'" is defin0 as a n1•ember of the governing body of a locaal gov0rsmarilal entity; a director, supeelntandent, admirtiistr3Per, president, or other pefE;of4 dasignated a�i the exermive officer of a local giwernmen tal entity; or an agent of a local gaysrnmarital entity wha exerelses discretion In the pis nning, reror mending, selectirlj, OF Gonlracllrig cf a vender_ This form is rewired le be Iiled with the records administrator of the local govefnmental amity fret Eater than 5 p_rrr on tha s8venih business day fitter the date on which the officar becomes aware of the facts thal regUire: the filing cf Chris 5ta1&mast. A Local government officer r:drr mils an etfansi5 it the officer knowingly viojates Section t7h_0021. Loral 0overnmenI Code. An olfanso >Jnder this secben is $ misdurneanor, Refer to cl1apler 176 of the _oral Government Cade for detalled information regarding the requirerrinnr 143 file INS forrrl_ INSTRUCTIONS FOR COMPLE=TINS, TH I'S FORM The 10Aa ng far mbsrs Barr ,s;Pcnd to the nurnbejl8d ba Yes or: fhe other side: f. Name of Local Government Officer, Canter 117o name 01 the local govorrrrnent officer filing this staternenL 2. Office Hold. Jtnler the name of the off ire held by the local government officer iflIng this matigmant. 3. Name of vendor described by Sections t?GMi(7) land 176-003(a), Locaf Governmant Code. Er11or 1ho nAme of the vendor described by Seclien 176,0D1(7), Local Government Code, it the vendor: a) fias an employment or blher business rolallansflrp with the fecal government officer or a family marnber of the officer as described by. Section 175,003(a)(2)(A), Local Government Cade; b) has given to the local 9overriment officer or alamIIy member 0f the officer 0rte or wrote gilts as described by Section 176A03(a)(2)(B), Local GovernrrreM Code; or c) has family relationship with the local governmennt uffiroer as dunned by Sastion f 76.001(2 a), Local GQYemment Code_ 4. Description of the na3ture and exti ni of cach ampioyrnent or olher business relailionship a n 6 each famIlly relatConshlp with vendor gamed In item 3. Describe the nature and exteill of the employment or other business relaIIoil ship V1a vendor has wllh the loca) governmrnt officer or a tarn ily rn-Bmber of the officer a:> -de Eieri bad by Section 176-003{EL) (2)(A), Local Governmew Code. tend each family relalJonship the vendor has with the local gevemmen( officer as defined by Sectlon 175_001(2-a), Local Government CDde. S. LIat guts accepted. If the aggregate value of the gifts accepted from vendor nalmad In Item 3 axcoeds $100. LIST-gIIts accepted during the f 2-mnn(h pened fdescnded by Section 176-003(a) (2)($), Locat Govern mant Cgdef by the local governrrtent pffAoer or lamily Member at iha officer from the vendor named lrr item 3 That in lire aggregate exceed i o0 In vabo, 15. AfticEavit, Signature of Weal governmenl officer. Local G,2,Yernme.nI Cadet 17 .001 f 2-e}' "FarnIIV teilalIOnsh W mQanS. a relalloil ship belwaoil a persen and another person withln the third degree by ccnsanguInily or the sewrid deg roe by affirilly, as thasa terms are defined by Subchapter B, Chapter 572, GovernmenI Code, Local GovernmenI Cole § 3Lajj2jjAh (a) Aloeal goverflmerlI officer shall Iiie a conflicts dIsr..losgre stater enI with respect to a vendor if; i a. (2) the vendor. (A) has an employment or vlher business re(atiorlship wllb the local cdovernmanl officer of a fPrriIly rnsrrrrber of t'he elf laer Ihat rasutls 0 1 h e officer or lamNy member recowlrtg lauable Gncortra, other than Invastmeri1 Income, that axneeds $2,5o0 durin{t the 12-month period preceding the [late thal Iho officer hEr mes aware Ihat: (i) a =ntract between the local gave rnmentaI enIII y afid vefldnr has beers gxavuI 0' or (iiI the kcal governmental entlly I coflsidenng entering into a corwlracl with the vendor, F am lip oy ddd F y TDxm5 Ethca GBrnrnlsslvn www nthrrs,slate Ix as Revrseri 11 -311.k015 TO: The Pumhasing fatanagof cJa; The Puraasing Division 1000 Throckmorton Sheet City of Foci Worth, Texas. 76102 FOR, City Projera No.,- 100277 1. BnterMtoAgree eint SECTION D0 Al 00 BID FORM Fort Worth E=MVVTP 1 HSP-H-20 and Hydro Tank 00s1 ao BID FORM race-2r,r S The onderslgned bidder proposes and agrees, if I#iEs Bid is acceptiod, to enter into an Agmement wlih City in the rarm Included in the Bidding Documents to perform and furnish all Worm as specified or indicated In the -Convert Documents for the Bid Price and within the. CGnlracl Time indicated In this laid and In accordance Witt, the olher Corms and wnditlons of the Cnntmgt Dornsnnonts, 2. BIDDER a+ cknowtodgements and Oertificatilan 2,1, in submilhnq this Enid. Blddet accepts. all of the lerms and canditlons of the N ITATION TO KIDDERS and INSTRUCTIONS TO EB10DERS, h lClt,ding Wilhout llmitailan Ihose dewing with the disposition of Bid Bond 2--2- Bidder is'aware of atl cads'to provide [he required insurance, will do so pending contract award, and wJll provide a valid Iiisurance cert[Ii le meelIng all regrilrements wrltlln 14 days of notiiflaalon of award. 2.3. Bidder cPrtifles iW this. laid Is genuina'and neat made in the Inlenesi of or on behalf of any undisclosed Indlvldual or enllty and is. not sobmilted in conformity w,lth any Wiluelve agreement or rules of any group. association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Biddar to submit a lake of sham Bid- 2 5- Bidder has not sa iciled of irujuced 2my Indlv[duM or eoilty to rofralrl from bidding, 2.8. Bidder has not erl9aged in corrupt, fraridWent, collusive, or coercive practices in competing for the Contract Forthe purposes of this Paragraph: a, "rorrupl prai:Alca" meanf� the offednA. giving, raceiving. or s4lictting of. any thing of value likely to Innuerlce the- aollon of a p0lic of#Icibt In the bidding pmca ess- b, "I'Muduiem practice" means Iry Intentional rriisrepresenralion of facts made (a) to influence the bidding process to the del riment of C ity (b) to estatfth Bid prices at artificial non competitive levels. or (o) to deprive Cily of the benefits of free and open cmpelItlon. a "cellusive practice" means a scherne.or arfnngemenl between two Of m011`0 Bidders, with OF wlthoul the knowledge of City, a purpose of which is to estahllsh Bid pripe$ at aMfir'lal, non- competitive levels. d- "coorcive practice" means harming or [threatening to harm, directly or indireclly. Versorts or [heir property to Inlltjereoo !their pai iclipation In the bidding process or affect the execulian of the- i; ontracl. CITY OF FORT WORT}i r:a1 Vft4i E)A TP I MSP-N-W mid Hf&*Tiank STANDMU C6NSTAlbCT10H WEGIFIGATICIM Rih.UMPNTs t`.ily i'rojecl iWmhar 10DWY Farm Rewired Z015NZI 00 di W BID WFkhe Pyye � d a:. $. Prequalificatton The Bidder acknowledges that Me following Work typos must !re performed only by prequaliiied contractors and, subcontractors, a, WalerTransrrllssiorl, Urban Renewal, All Siam 4. Time of Completion 4-1 The Work. witl be substanllally complete within ; oal d$ys after the date when the the Cori"cl Time commences to run as provided in Paragraph 2.03 of the General Coriditions. 4-2- The Work will be io�mplete for Final Acceptance within,-.-- days after lhi� d4te whan Ih$ the .Contract Time oarnmenoes to run as provided in Paragraph .03.-Df the General Conditions, 4.3. Biddq�r arx6pts the pravlsians of the Agresrrtprm as to Ilquioalk damage% in the event of failure to Mnripleto the work {andlor 90ieOment of Milestones) within the limes -s dfled in the Agreement. 5. Attached to lhls Bld The folly} inq documents are attached to and made a part of this I3id: a This Bid Form, SecGarl 00 4160 . Required Bki Bond. SecGlon 00 43 13 *rued by a surety meeft the requirements of Paragraph 5.01 of the General Conditiona- c- Proposal Form, Seainn 00 42 43 d. Votldor GampliRnca to State Law Nar1 Regidenl Bidder, S`'ectIgn 0043-37 e. MWSE Forms (optlonaI at lime of bid) f Prsquallrication Statement. Secd#rr 00 45 12 g- Conflict of Interest Affidavit, Section 00 35 13 'If necessary, C10 or ClS forms are to be provided direetty to City Secrelary h, Any additional dockiments that may be required by W:lorl 12 of the Instrur ions to 110ders 6- Total Bid Amount Bidder MI oomplete the Work In aax"ance with the Contract 06cument5 f6r "falloWing hid amount In the space provided W[ow, please arller the local bid amaLInt for thli project Only this figure will be read publicly by the City at the bid opening. 6-7- It Is ilnderstoW and agreed by the Bidder in sigrling this proposal Thal the total bid amount entered below is p1abJcot to ve6llca4tipn arftr =dlficaflon by rnultlplying the unit bld pNoes for each Pay 01!*M by the r"pecNve estimaled quarllities shown In this proposal -arid Oleo totaling all of the extended aniounts. Tolal Bid $0.00 7. Bid SLrbmittal tl?V OF FORT WORTH Fad Wash EM T13 1 115P-1-140 and HyhruTogk srAr 15ARD'GONStRUCTioRSP_UIVICATIONVoCLWENrS OILY RdfsnlNumber- 1=77 Fwm Rmnsar1 M 121�2 k This Bid is submitted on Respectfully By gully 11, 2019 Month Day. Year by Ihr entity namiod blow (Printed Name] _ r - rlila: Title HMO Business Group Leader Compeny, Company dams Here Aycher Western CanstTuction, LLC Address: Ad6re*s Here AddrasnHere orSpac9 1411 Oreenway Drive city, Slow Zip Gode Aare Irving, Texiis 75038 date (rf Incorparalirio stele Here Illinois Email_ Your Email Address Here rl u nk vv i tzO walsltgrnup.coni Phone- Your Phuna dumber Mere 972-457-550O Ella OF SECTION MlyOF Fulyr WUMTN srMDARO c4N6YftUC1PcNsvMFMkr10M 00CUMENr5 Forth Itevland W15DB21 0041 go 01D mqm Pogo b al IF Receipt Is acknawledged of the fullovArka Addenda, Irr[lial Addendum No, 1- Addendum No. I ti Addendum No. 3- Addendum No. 4: Corporals SiW-. rqp VkMh EUMP i N5P.1-148 and HwDa Tw* 'City Poeo N mLwr lbQ 7 8EC710N 00 42 0 ORCPOSAL FORM UNIT PRICE BID 41f9g l 11on lmrprmul 1}I,JRill ILA, Mu kuerfil+IXO 1 ngull r rm rlmmp, ; a1•'ct, hyftQpl ltmTta6M link. wed *FlpwFUngnt 1 Impr334'_,uCnu of drIC 11 hGd all d1c Oruu'Ing► SpCCrrRuUwlt lull Cdritrui DmunwakLl i II Ititl •L'-I.- Bidder's Application lWil.l.'rlwn `x�ul111 tJ114141 i1+.E Ian Mhr;we Q1�m114 HIg V*0 [ol' SEir"ON I tff It f% Ill uMul IjollrPilr: LId4_13�r ,.M xvc. rwo,t o 1110 q ry7 ' _ q 3 42 56,43 • 2� til rn[ALTUR9J#;EPUMPIFJGUNITS Page ?3 at ,Zd ATTACHMENT A SUSAMTTAI. DATA SHEET - ViERTJCAL PUMPING UNITS HSP—H-20 SELECTION StJbmit the follawing data with Bid. Update and rvsubmit the data with shop drawing subrnittA. 2utn n nata 1- Pump Manufacturer Fl"serve 2, Make and Type Design 15EHL 3. Rated Speed '1775 RPV 4, Quamriteed W -W Efftclancy al Evalua#tan Pt. (100% RPM) "`l2"E14.6It, 5. lwl Size 15, S. Numtw Qrf BmWs 4 7, Impeller Diameter and Material 10-81". CA6NM 8- Bowl Shaft Diamelar and Malarial 2,19- QD. 416 $S Q. Lime Shaft Diameter and Material 1,50' OD_ 416 SS 10. Column Pipe Olt# Oda Diameter and ,waknBss 12' Nominal 00, 0,5" thick 11. Maximum Sh af# Thrust Load 5703 lbs 12. Rand Eyalualion Capacity (Indicale Rated Speed) 2100 gam 13. Rated EvaUa#ian lead (.Same as abs ve) 275 ft 14. MirJ mum Duty Capacity (indicate Speed) _ LATER 15. Minilmurn Duty Head (Same as above) _ LATER 18- Maximurn Duty CapeClty (100% Speed) LATER 17- fwMaximurn Dully plead (100% Speed) LATER IjR. Shut-dif Heed 100% Speetl 400 ft 19. Impeller Speciflu Speed 3017 20. MaximLtrn Backspin Speed LAT913 21. Maximum Brake Horsepower 1B mp 22. NPSHr at Rated Head is -aft 2 3, MW Allowable Operating Head al 100% Speed LATER 24, Min Aiiowable Opera Iing Head (Indicate speed) LATER Weights I Pump r�rtdMotor Swild 4500Jb 2. Motor 20601 3 {complete Unit 6 5f] Ih ` W.VV ef%ierlcy is defined as Ih s e6moletely 8S8,srj1bind purnp unII efflc onr,y rraulIIRIIad by motor efficiency at given spead to achieve evaluatlon point - ENO OF ATTACHMENT c' L:Offsroes fnitials CITY OF FORT WORTH Farf Werth EjdWTP t LISP-H-26.-md N4vdeu Tank Cd? 00VO r urrrAPr fno277 A3 42 SG.02 - Z4 VUn"L TLIROPME PUMPING UN{T� pair 2 4 0124 AT7ACHfti+il'cNT f3 MOTOR SUBMkT rAL DATA SHEET - VERTICAL PUMPING UNIT HSR—H--20 SELECTION Submit the following data with DId, Updata anti rosubmit the data with 511op drawl rig submittal: MZAiufarturer Gene Pal Electric Motor HP �Q Frame Fstimated 445 Endasure WPI Ty Pe V55 RPM 1800 Voltage 460 Phase 3 Start]ng Method 21% Valtake Heru 60 Shaft 514e 2.125" InsulAkiun Gass F Duty Inverter Full load Amps 251 No Load Amps 92,4 Lacked Rotor Amps 1783.23 lacked Rater Torque 1478,S ft-lb Lacked Rotof-Targue. 1476,5 ft-lb .%Breakdown Torque 259,4% Locked Rotor KV 1 P NEMA Code G Rotor WK2 (Ib-ftzj B*.44 NEIVIA Design 5ervlre Factor Irrrush Current (% of full Load) Max Safe Mailed Time tsecun&I Number of Safe: Starts Per day Number a Consecutive Starts B 1.15 1-15 3R.serend5 arid, 7A second!. hot IATl R WER 'Full Load Temp Rise, Ira Deyea CeislLis over 54 Celsius Ambient [at 3-aS.F-1 LATER 'Service Factor Temp Rlse, In Degree Cekslus over 50 Cekslus ►AmNent Iat 1.15 S.F. j LATER *Limiting Temperature Risfe LATI R ResistanEe I a t 25 C1, LATER 134arlrrgS; Typa/SiM 7A26-Q Llfe �19.1 errs Wbrlcatitm, LATF-5 ExhamI: Air (CFMjLATF-R Dhaust Air Temp Rise {"Fj, l6T-R Ef#ieleflty Pa"r Factor Current 1.35 S.F. Load _ 95.6N 87,8_. 3N.7 A 4/4 Load 95-8% 97-0 2 3/4 Lied 96j% 83-9 217,7 A 112 Load 95-M 75.9 160-7.A 1/4 Load 94.1% 54.3 114.5A RTiI Types and Mauntrng LITER RTD Alarm and Trip Set Point LATER Motor Sound Power Level LATER UaXlrnum kVAR allowed for power factor tarrectlon without overexciting the motor LATER _ 5pne Heater Voltage 1110— 1201 if Wattage LATER QWO Offeror's Initials eND OF ATTACHMENT CITY OF FORT WORT" Foul worth Fi4}wlrp I HSP-H-20 arpr# i4ydry Tam City PzWed Number 100277 SECTION OD 43 13 BID BOND KNOW ALL BY THESE PRESENTS: 0043 11 Oro HQNo Page S or 0 That we, (8Idder N iame) Archer Wes rem Consrruclion, LLC heretnefter called the Principal, and (Surety Name) Travelerw Casualty and Study C:ainpany a corporation or firm duly authurized to troDsect surety business In the Stato of Texas, hereinafter called the Surely, arm held and firmly hmnd unto the City, harelnaftar called the Obligee, in lhra sum of Five Perccnt of Maximum Amount Bid and NoM00 Dollars ($ (5%) ,00). the palylrleilt of which sum will he wall wi d truly made and the said PrInaipaI and the Bald Surety, mind ourselves, our noire, exouu tore, administrators, an assigns, jodntty and severally, arm by ihase presents. WHEREAS. the Principal has subrraltted a proposal 10 perform work for Alta following project of the Obligee, identified as ('art Worth rzMWTP t HSP-H-20 and I-Iydro Tank 0 NOW THEREFORE, if the Obligee shall award the Oaniracl for the foreguing project to the Principal, and the Principal shall satisfy sail requirements errd condlllons required for the i�xecu#ion of the Contract and shall enter Info the Contract in writing with the Obllgi ro InacuordainEe with the terms or such proposal, 1him this bGrid sNil be null and vold. If the Principal fails to execute such Contract In accordance with the terms of such proposal or falls to satisfy all roquIremenls and conditlons required for the exacuWn of the Contract in accordance with the proposal ar falls to satisfy all requlrernants and condlliprls required for the execution of the orllrocl In accordance with the proposal, IhJs bnd !Shall become the Property of the Oblige$, withnut reoottr3# of the Pdractpal anchor Surety, not to exceed the penalty hereof, and shall be used #a compensale 0bllgee for the difference balrweer4 Prindped`s Tolat Bid Arj ounl and the next selectad B.Idder's Total Bid Amount, By; 'By: SIGNED lhis I 1 day of JttIV 2019, Archer nature and Travelers Casualty and Surely Cumpany 'Attach Puwar of Attorney (Surety) for Attorney -In -Fact END OF SECTJON CITY OF FORT WORTH STANUARP Cun5Tr4UCTIPl9 SPFCIfIC IrM 110CUr.1r*NTs Form RUwJead Ar 11 M27 of Prinpipal) tmPreaseU Surely Seal Only 2 orl 4V6111% FJd4YTP 1 1 i&P41.20 and Hydro Tani Clry Prajmt hk"Fr 11011277 State of Illinois County of Cook On this 11 dory of Jul 019. before me personally appeared Jodi Wallacc, kjio n it) trio to be the Attanicy-in-Farr of TRAVELERS CASUXLTY AND SURETY CONITANY, the corporation that executed the within instrument and acknowledged to ine that such corporation executed the same_ IN WTTIV-ESS WHEREOF, I have hereunto set my band anti affixed m official seal the duty and +ear in this car( ificatc first written above. OFFICIAL S Patricia ICI, c+flins PATRICIA M. COWNS NOTARY PUBLIC, STATE OF ILLINOIS Y COMMMION SIRES 1 - 019 Traveler Casualty and Surety Company of America + Travelers Casualty and Surety Company TR V ELEp J St. Paul Fire and Ma rime Irlsulrance {:olrrlpany POWEA OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS; That Travelers Casualty and Surely CQwarly at Arrie loa, Travelers C+isually and Suruty Company, and S1 Paul 1=ira and Marine insurance Cpmpnny ere earporelions dory organized under thu laws of rho Slate of Connesliaut (her-ii-In callertively called the 'Companies'), and 1hnt the Companies do hereby make, consliltila: end agpalnl Jodi i'flallasa of Chicago, IIIlnols, lhalt ltun Arad la3vefut Attomey-ln•Pacl tD vigil, raxecule. s9CII and ackrwawledge nny and all bbnds, roarognf3ancas, rondlUota$I undelelklrlgs and other wriEhgs otril92110ry inthel nxu.ire lh�rpni wi WheI( of the Crampanfea. in their bunJnmas or porant"ing the fldailiy of pBmris, guamateolrtg the performance of eantracta and axactating or guerariteelnq bonds and undertaRlingo mquired or pent l tied In my sctfons or proceedings nliowed by law, IN YVITNESS WHEREOF. the Cumpanias have maured 111I9 linViumaill t4 bP slgnad, and their car#orata snais to ba haraln afiixe4, ibis 3rd day of Felbrunry, �077. KA ISWle of Connecticul City 0 Hartford as. Robert L. Raney, Se r Vice PresiR®ni On this the 3rd day of February, 2017, before me persor+aliy appeared Rubart L. Rangy, who acknowlodgad hlmsaff to bo the Senior V-ka Rrasidenl of TravEafers Casually and Surety Comfiany or Amerca, Travelers CE#suaity and Surety Company, and St- Paul fire and Madne Insurance Compaaty. arld That tie, as such, being authorized &o to da, executed the fodagoing lfflinament for the purposes Ihem;n conlelned l}y signing On behalf of the carpozatic 1s by likiksol f as a3 duly authorVed affictr In wllnese WhGreo(, r heFeunto sat illy hand and ofdrjal SeA1- My Cornml5slrm expvea the 3$th tley of June, 2021 MatN C. Teta welt, NDEary Public This Pawar of Attamay is gFantad under and by the aulhorlly of the following rasolutlons adgptod by the Svards of Direclom or Travwors Gesua3lty and Surety CGmpany of America. Travelers Casualty and Surety Company, and SL Paul Fire and Marine Irmurnme Comp ny, which mooiutaaita are now in full Force and elfeel, reading a Er follows RESOLVE(), that lire Chairman, the Praaldigni. any Vice Chalrmon, any Executfva: V;ae Prasidanl, any Senior VJoe Praddent, any Vice President, any Selcond Vice Preskoril, the Traas'umr, arty Ai&rJrtgnl Treasurer, the Corporate Secretaxry ur any a4sslstarit Se>crisWry may appoint Afforrieys-inr a3c# and Agentsto net for and an behalf of Iho Company and may gNre such appolinles such aulhorlly Rs #Ili or har cartlfleato of authorily airily preaoribe Io algn wJth the Company's name and seal with the Qompany's seal bonds, rocogrlizances, coniraclq of Indemnq, ward olhof wrItIngs.obligaloty In the nalur+e of a hand, recognizanaar or eondManal under laklrrg, and " of said afficurs or Ihd Hoard of DIrmlors at any time may remove any such appolnlea# brad revoke the power given him or her; and JI iG. FURTHER #i1 SCLVED, iria+l irle Chalrrraan, 1ha President. any VhGe Chairman, any Exucutlwo Vice Presideatl, ferry SE:IUdr Vica Resiaanl or sany Vlce pfesldent may dalagate all or any part of the fur%oing aulhwity In one or more nFficers or empJoyaos of Ihls Company, provIdad That each squh delrtgallon Is Ire Writing and a copy thereof 1s filed in lha oti m of (fie Sacrelaty; and It Is. FURTHER RESOLIrEf3, Thal any bored, rowgini ce. aarrrrav! of Indemnity, or writing obligatory in the nature of a frond, recognizaaneg, or coriddonjii underlaWng ahafl be va.4d arm binding upon the Comparly when (aI sIgnm by the f'r 5WOnl• any Vka Ch0man, any Executive Vice Presldeni, ai•ay Senior Vlco Pregideal or any Vice Nasident, any Saamnd Vfce Prasldan� the Tr surer, any Assislanl Treasurer, the Corporals $.ahrelary or any Aswistanl Secretary and duly ei*tsssad end sealed with the C, rnpony's Ecar by a Sovelary or Mulsli 61 Se .relary: or � b) duly executed (urider seal, If Fequlrod) by one or mom Atlomoyr in-FaCI and Agent9 punmmat Iry the power proscribed In his ar tier catflfiufa or lheir certificales of authadty or by arse or more Cbmpanq ufticers pursuant iu o wrltic4n r olrega wl of authodly; and it Is FUR7' ER RESULVEa, IFtat IhP ftrratute of ear;h of-khe fallowing afArL%F%- Fresfdenr, any F_xQouttwe Vfre Presidenl, any Senior Vian Prasldenl. any Vipe PmWdent, any Assistant Vice Pmslda ol, any Sa> miary, any &SL%tarit Secretary, and the Baal of trio C mpasriy may be affixed by racsimlle to- any PaSwer of Allumey i .r to any cedirlcate relating thaaWo oppolniling Reskiant Mca f}re5ldeols, Rusidant AssEstant Sacrelades or Allomays-in-Fast far purposee only of exe>. ul Ins and ailniing fronds and undanakings And tither wrilksgs obRgalery in Ula niltuie thee' nal, and any such Pciwaar of A t envy or r.wi icnie bearing such Facalmlla denature or facsi nAa seal sha311 he Valid and binding upon the Crampew+v and any Eia ch power so owKutcid and cariiflad by such farWmile a6gmture and feoaimon seal shah be valht and bMing on the Compnray In thn futwe with respect lO airy (rand or understandlrl a la W.1110 l JI Is Paltachr+cl, i, Kovin 0. Hughes, ilia undamigneri, Assistaont Secretary of TravWors Casually and Surety C6n>pany of Atmerlea, Trawsiefs CaSuelly and Surely Carnpany, and SI- PaM FirG Find Marine Insurance Cwipany, des hemby oarlify 1ha t Me above and IGmpining Is as Ifue and i weal copy of the Powar of r4tlomey aKacutod by said Companies, which remains In Jul I force egad erfect. NtedINA it day al' wit , 2019 W jW'14 VA yIV Kevin E- Hughes. Arsj tart Secretary To vitrify the arr#ahefltle ly of S Power ofAthornoy, peace aw}I its at I-8L70' 1-3080. Pkase reafr4r tv Um ashill+we^ rr1a {Aftopney-Irs-FACtOndth& ddtari s oarthe b600f to WhiCh the power iS att9cfr9d, QU+I3 }7 VENOoFi r,Urs8 3UANCE TO STATE LAW kepa 7 or 0 SEC TIGN DO 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Twtas GnVnrnmviA Code Chapter 7252 Wa7, added frr the award of Contracts la nortrasident Mdars This law provides thak, In Larder to be awafdad a contram as low blddeF, nunraaideni bidders -I;out-or-slale contractors whose mporate offices or principal place of business are outalde the Ste[ of Texi3s) bid profeCis foF constructl(�n, improvements, suppilRs Or services in Texas al an Emrsunl tower than the Jtxwest Texas reaid,&nt blddw by the acme arrrounR that a Toxos i'�ident bidder would be required to underbid a nonresident bidder in order to obtals a comparable r:ontract In the State which the nanresldent's principal piece of business is Jacated. The approW60v hJanke in Section A fmsiak be oiled oul by all nonresident bidders In girder for youf bid to meet s.pecifrrations. The failure of rtonrostdent bidders to da so vAlt e1gomalIceity. dh=alify that bidder, Resldeit biddefs must check 1J a box In Suction B. A. Nonrerudent dldders in 1he Stag of Slate Here of Blank , out princlpal pl#ca of business, are raquifi�d to be % Here percenl lower Man rasidaml bidders by Mate Law. A copy of the sl1�1lut$ I913k2Chod- 1€1inlid Nonresi&nt hiddars In the Stets of State Here-ar'Uank . our princlol place of dueness, are not r0qulred to underbid resident bldders 8. 7'he principal place of buelness of pur campeny or our parent campany pr majadiy pruner Ts in I#let State of Texas. rj BIDOER: Ardier Western Crrngiri,lcfinn. L LC Company NamFt Here A(Jdres9 Herr 141 �tl I C'srccnwayDrive lolly. Suite ZIP f'o[#e Hera Irving, Tex,,4 75038 ENT) OF SECTION CiT-f OF FORT L+44RTH STANDMI) QOK51TRUCTiON 8i tUFMATKW a17GUMFA175 F120rnr oll201gVW7 Scott Smi f3 - fin ted N €� Ac (Signs Business UIR- Villa Mere i=o+7 Wnrih LMVffP i HSP-H-24 and Hydpo Tank G-Ir Pmlecl Numhtw 190277 004511-1 BIDDERS PREQUALIFICATIONS Page 1 of 3 SECTION 00 4511 BIDDERS PREQUALIFICATIONS 1. Summary. All contractors are required to be prequalified by the City prior to submitting bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder Prequalification Application in accordance with the requirements below. The prequalifcation process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. The information must be submitted seven (7) days prior to the date of the opening of bids. For example, a contractor wishing to submit bids on projects to be opened on the 7th of April must file the information by the 3lst day of March in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's Prequalification Application, the following must accompany the submission. a. A complete set of audited or reviewed financial statements. (1) Classified Balance Sheet (2) Income Statement (3) Statement of Cash Flows (4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A certified copy of the firm's organizational documents (Corporate Charter, Articles of incorporation, Articles of Organization, Certificate of Formation, LLC Regulations, Certificate of Limited Partnership Agreement). c. A completed Bidder Prequalification Application. (1) The firm's Texas Taxpayer Identification Number as issued by the Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification number visit the Texas Comptroller of Public Accounts online at the following web address www.window.state.tx.us/taxpermit and fill out the application to apply for your Texas tax ID. (2) The firm's e-mail address and fax number. (3) The firm's DUNS number as issued by Dun & Bradstreet. This number is used by the City for required reporting on Federal Aid projects. The DUNS number may be obtained at www.dnb.com. d. Resumes reflecting the construction experience of the principles of the firm for firms submitting their initial prequalification. These resumes should include the size and scope of the work performed. e. Other inforination as requested by the City. 2. Prequalification Requirements a. Financial Statements. Financial statement submission must be provided in accordance with the following: (1) The City requires that the original Financial Statement or a certified copy be submitted for consideration. CITY OF FORT WORTH Fort Worth EMWTP I FI.SP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised July 1, 20t 1 0045 11 -2 BIDDERS PREQUALIFICATIONS Page 2 of 3 (2) To be satisfactory, the financial statements must be audited or reviewed by an independent, certified public accounting firm registered and in good standing in any state. Current Texas statues also require that accounting firms performing audits or reviews on business entities within the State of Texas be properly licensed or registered with the Texas State Board of Public Accountancy. (3) The accounting firm should state in the audit report or review whether the contractor is an individual, corporation, or limited liability company. (4) Financial Statements must be presented in U.S. dollars at the current rate of exchange of the Balance Sheet date. (5) The City will not recognize any certified public accountant as independent who is not, in fact, independent. (6) The accountant's opinion on the financial statements of the contracting company should state that the audit or review has been conducted in accordance with auditing standards generally accepted in the United States of America. This must be stated in the accounting firm's opinion. It should: (1) express an unqualified opinion, or (2) express a qualified opinion on the statements taken as a whole. (7) The City reserves the right to require a new statement at any time. (8) The financial statement must be prepared as of the last day of any month, not more than one year old and must be on file with the City 16 months thereafter, in accordance with Paragraph 1. (9) The City will determine a contractor's bidding capacity for the purposes of awarding contracts. Bidding capacity is determined by multiplying the positive net working capital (working capital = current assets — current liabilities) by a factor of 10. Only those statements reflecting a positive net working capital position will be considered satisfactory for prequalification purposes. (10) In the case that a bidding date falls within the time a new financial statement is being prepared, the previous statement shall be updated with proper verification. b. Bidder Prequalification Application. A Bidder Prequalification Application must be submitted along with audited or reviewed financial statements by firms wishing to be eligible to bid on all classes of construction and maintenance projects. incomplete Applications will be rejected. (1) In those schedules where there is nothing to report, the notation of "None" or "NIA" should be inserted. (2) A minimum of five (5) references of related work must be provided. (3) Submission of an equipment schedule which indicates equipment under the control of the Contractor and which is related to the type of work for which the Contactor is seeking prequalification. The schedule must include the manufacturer, model and general common description of each piece of equipment. Abbreviations or means of describing equipment other than provided above will not be accepted. 3. Eligibility to Biel a. The City shall be the sole judge as to a contractor's prequalification. b. The City may reject, suspend, or modify any prequalification for failure by the contractor to demonstrate acceptable financial ability or performance. c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH Ford North EA4TVTP I HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised July 1, 2011 0045 11 -3 BIDDERS PREQUALIFICATIONS Page 3 of d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid the prequalified work types until the expiration date stated in the letter. END OF SECTION CITY OF FORT WORTH Fort Worth EMWTP I IISP-II-20 and hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised July 1, 2011 004512-1 PREQUALIFICATICIN STATEMENT PagE 1 of 2 SECTION 00 4512 Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Water Transmission, Urban/Renewal, All sizes Contractor/Subcontractor Company Name Western Construction, LLC Prequalification Expiration Date 04/30/2020 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Archer 181estern Constriction, LLC By: Scott Smiley Company (lease Prin )u 1411 Greenway Drive Signature: xIt Address Irving, Texas 75038 City/State/Zip•-••_____- Title: Business Group Leader (Please Print) Date: 2-7 CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydra Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCity Project Number: 100277 Revised July 1, 2011 00 45 12 - 2 PREQUALIFICATION STATEMENT Page 2 of 2 END OF SECTION CITY OF FORT WORTH Fort Worth EMWTP 1 NSA-H-20 and Hydra Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCity Project Number: 100277 Revised July 1, 2011 FORT WORTH(" April 16, 2019 Ms Suzanne Dawson Archer -Western Construction LLC 1411 Greenway Dr Irving, TX 75038 PREQUALIFICATION TO BID CITY OF FORT WORTH WATER DEPARTMENT PROJECTS Dear Ms. Dawson: Thank you for your submittal of information and data toward prequalification to perform our work. We are pleased to advise that your prequalification has been finalized. A bid limit $280,675,240.00 has been established for your organization based on the financial data submitted. Your firm is prequalified to perform the following work: -- Wastewater Mains (all sizes) for New Development, Rehabilitation, and Redevelopment using Open Cut construction methods -- Water Mains (all sizes) for New Development, Rehabilitation, and Redevelopment using Open Cut construction methods -- Facility work in Water Treatment Plants, Pump Stations, Storage Tanks, Wastewater Treatment Plants, Lift Stations The prequalification and bid limit established above will remain current through 4/30/2020 This date was established to be sixteen (16) months from the date of the most recent financial statement received, unless rescinded for cause. Should you desire prequalification in the future beyond the aforementioned, submittal of updated financials, work experience, and equipment list will be necessary for this department to establish a new bid limit. Please be advised that the plans and documents for the work to be performed must be submitted to and approved by the City of Fort Worth Water Department. We appreciate your interest in our work and should you have some question in this or other matters within our purviewr please do not hesitate to contact Mr. John Kasavich at (817)392-8480 or Norma Sauceda at (817)392- 6055. Yours very truly, r tbA � � u Tat Chrisarder, P.E. Water Director Fort Worth r�anrete�+�r 1964 •1993 12011 MAIL TO: John Kasavich, P.E. Fort Worth Water Department Engineering & Regulatory Services 200 Texas Street Fort Worth, TX 76102 WATER DEPARTMENT THE CiTv OF FORT WORTH * 200 Texas STREET * FORT WORTH, TEw 76102 817-392-8240 * Fax 817-392-8195 �',, Primed on recycled paper FORT WORT Date of Balance Sheet Post Office Box SECTION 00 45 13 BIDDER PREQUALIFICATION APPLICATION City Mark only one: Individual Limited Partnership General Partnership Corporation Limited Liability Company State Zip Code Street Address (required) City State Zip Code Telephone Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: 004513-2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 13 CITY OF FORT WORTH TEXAS 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102-6311 AND MARK THE ENVELOPE: "BIDDER PREQUALIFICATION APPLICATION" CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised December 20, 2012 004513-3 BIDDER PREQUALIFICATION APPLICATION Page 3of13 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s) which are applicable— Block 3 is to be left blank if Block 1 and/or Block 2 is checked) UJ Has fewer than 100 employees l_ and/or Has less than $6,000,000.00 in annual gross receipts OR U Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. MAJOR WORK CATEGORIES Water Department Augur Boring - 24-inch diameter casing and less Augur Baring - Greater than 24-inch diameter casing and greater Tunneling — 36-Inches — 60 —inches, and 350 LF or less Tunneling - 36-Inches — 60 —inches, and greater than 350 LF Tunneling— 66" and greater, 350 LF and greater Tunneling— 66" and greater, 350 LF or Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution, Urban and Renewal, 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised December 20, 2012 004513-4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 13 Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller Water Transmission, Urban/renewal, 42-inches and smaller Water Transmission, Development, All Sizes Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches — 36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller CCTV, 42-inches and smaller CCTV, 48-inches and smaller CITY OF FORT WORTH Fort Worth EMWTP 1 NSP H 20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number. 100277 Revised December 20, 2012 004513-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 13 MAJOR WORK CATEGORIES, CONTINUED Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-inches and smaller Sewer CIPP, All Sizes Sewer Collection System, Development, 8-inches and smaller Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewer Collection System, Development, 12-inches and smaller Sewer Collection System, Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller Sewer Interceptors, Urban/Renewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning, 24-inches and smaller Sewer Cleaning, 42-inches and smaller Sewer Cleaning, All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised December 20, 2012 004513-6 BIDDER PRFQUALIFICATION APPLICATION Page 5 of 13 Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (UNDER $1,000,000) Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER) Roadway and Pedestrian Lighting CITY OF FORT WORTH Fart Warth EMWTP 1 HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised December 20, 2012 00 45 13 - 7 BIDDER PRFQUALIFICATION APPLICATION Page 7 of 13 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT I NAME AND DETAILED ADDRESS OF OWNER I 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in organization had: (a) Asa General Contractor: construction work has your (b) As a Sub -Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CONTRACT AMOUNT CLASS OF WORK DATE COMPLETED LOCATION CITY- COUNTY -STATE NAME AND DETAILED ADDRESS OF OFFICIAL TO WHOM YOU REFER *If requalifying only show work performed since last statement. 5.Have you ever failed to complete any work awarded to you? If so, where and why? 6.Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number, 100277 Revised December 20, 2012 0045 13-8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 13 If so, state the name of the individual, other organization and reason. 7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name of owner and reason. 8. In what other lines of business are you financially interested?, 9. Have you ever performed any work for the City? If so, when and to whom do you refer?, 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. I NAME OF FIRM OR COMPANY I DETAILED ADDRESS I 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? NAME PRESENT POSITION OR OFFICE YEARS OF EXPERIENCE MAGNITUDE AND TYPE OF WORK IN WHAT CAPACITY CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number. 100277 Revised December 20, 2012 0045 13-9 BIDDER PREQUALIFICATION APPLICATION Page 9 of 13 13, If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: Date of Incorporation Charter/File No. President Vice Presidents If a partnership: State of Organization Date of organization Is partnership general, limited, or registered limited liability partnership? File No. (if Limited Partnership) General Partners/Officers Secretary Treasurer Limited Partners (if applicable) LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised December 20, 2012 0045 13 - 10 File No. Officers or Managers (with titles, if any) BIDDER PREQUALIFICATION APPLICATION Page 10 of 13 Individuals authorized to sign for Partnership Except for limited partners, the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank City Project Number. 100277 00 45 13 - 11 1.4. Equipment BIDDER PREQUALIFICATION APPLICATION Page 11 of 13 TOTAL ITEM QUANTITY ITEM DESCRIPTION BALANCE SHEET VALUE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various - TOTAL CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-2o and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Numher: 100277 Revised December 20, 2012 00 45 13 - 12 BIDDER PREQUALIFICATION APPLICATION Page 12 of 13 Similar types of equipment maybe lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, model, and general common description of each. CITY OF FORT WORTH Fart Worth FMWTP 1 HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised December 20, 2012 0045 13-13 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF BIDDER PREQUALIFICATION APPLICATION Page 13 of 13 The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. , being duly sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of , Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof. CITY OF FORT WORTH Fart Worth EMWTP I HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised December 20, 2012 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page J of 2 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No 100277. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Archer Western Construction, LLC By: Scott Smiley Company 1411 Greenway Drive _ Signat Address Irving, TX 75038 Title: City/State/Zip THE STATE OF TEXAS COUNTY OF TARRANT § BEFORE ME, the undersigned authority, on this day personally appeared 0�,A , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of Airchilr for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of �Ll _ 20,1q . oYP0.?k DAWN R HAYES '?r Notary Public. State of Texas Comm. Expirea 00-30-2020 Notary ID 4144278 CITY OF FORT Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCffy Project Number: 100277 Revised July 1, 2011 004526-2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 2 of 2 Notary Public in and for the State of Texas END OF SECTION CITY OF FORT WORTH Fort Worth FMWTP 1 HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCity Project Number: 100211 Revised July 1, 2011 00 45 40 - 1 Minority Business Enterprise Specifications Page 1 of 3 SECTION 00 45 40 Minority Business Enterprise Specifications APPLICATION OF POLICY If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. MBE PROJECT GOALS The City's MBE goal on this project is 5% of the total bid value of the contract (Base bid applies to Parks and Community Services). Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or 3. Good Faith Effort documentation, or; 4. Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Purchasing Division, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall deliver the MBE documentation in person to the appropriate employee of the purchasing division and CITY OF FORT WORTH Fort Worth FMWTP 1 HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCity Project Number. 100277 Revised June 9, 2015 004540-2 Minority Business Enterprise Specifications Page 2 of 3 obtain a date/tirne receipt. Such receipt shall be evidence that the City received the doI~umentat On In the time allocated. A faxed and/or emailed copy will not be accepted, 1. Subcontractor Utilization Form, if received no later than 2:00 p.m., on the second City goal is met or exceeded: business day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and received no later than 2:00 p.m., on the second City Subcontractor Utilization Form, if business day after the bid opening date, exclusive of the bid participation is less than stated goal: opening date. 3. Good Faith Effort and received no later than 2:00 p.m., on the second City Subcontractor Utilization Form, if no business day after the bid opening date, exclusive of the bid MBE participation: opening date. 4. Prime Contractor Waiver Form, if received no later than 2:00 p.m., on the second City you will perform all business day after the bid opening date, exclusive of the bid contracting/supplier work: opening date. CITY OF FORT WORTH Fort (North EMWTP 1 HSP-H-20 and Hydra Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCity Project Number: 100277 Revised June 9, 2015 004540-3 Minority Business Enterprise Specifications Page 3 of 3 5. Joint Venture Form, if goal is met or received no later than 2:00 p.m., on the second City exceeded. business day after the bid opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE WILL RESULT IN THE BID BFING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE. A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN Any Questions, Please Contact The M/WBE Office at (817) 212-2674. END OF SECTION CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCity Project Number: 100277 Revised June 9, 2015 005243-1 Agreement Page 1 of 8 SECTION 00 52 43 ►-TCUMI IJi1:1►11 THIS AGREEMENT, authorized on made by and between the City of Forth Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, ("City") and I: rrf y , . ;� �[`r :�: r R - 1 I authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank City Project Number 100277 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount, in current funds, of One Million Twenty-three Thousand and Seven Hundred Dollars ($1,023,700.00). Article 4. CONTRACT TIME 4.1 Final Acceptance. The Work will be complete for Final Acceptance within 395 days after the date when the Contract Time commences to run, as provided in Paragraph 2.03 of the General Conditions, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. CITY OF FORT WORTH Fort Worth EMWTP 1 14SP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENT5CftyProject Number: 100277 Revised 11.15.17 00 52 43 - 2 Agreement Page 2 of S 4.2 Liquidated Damages Contractor recognizes that time is of the essence for completion of Milestones, if any, and to achieve Final Acceptance of the Work and City will suffer financial loss if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding, the actual lass suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City Five Hundred Dollars ($500.00) for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. Article S. CONTRACT DOCUMENTS 5.1 CONTENTS: A. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non -Resident Bidder 3) Prequalification Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage Rate Table c. Insurance ACORD Form(s) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. MBE and/orSBE Utilization Form CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCity Project Number: 100271 Revised 11.15.17 005243-3 Agreement Page 3 of 8 3. General Conditions. 4. Supplementary Conditions. 5. Specifications specifically made a part Of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. Article 6. INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act, omission or negligence of the city. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work CITY OF FORT WORTH Fort Worth EMWTP 1 14SP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCU ME NTSCity Project Number: 100277 Revised 11.15.17 005243-4 Agreement Page 4 of 8 and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act, omission or negligence of the city. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon CITY and CONTRACTOR. 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division. 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized signatory of the Contractor. CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-N-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCity Project Number: 100277 Revised 11.15.17 005243-5 Agreement Page 5 of 8 7.7 Prohibition On Contracts With Companies Boycotting Israel. Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that Contractor. (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 7.8 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (1-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 7.9 No Third -Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no third -party beneficiaries. 7.10 No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCity Project Number. 100277 Revised 11.15.17 005243-6 Agreement Page 6 of S and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on -site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. SIGNATURE PAGE TO FOLLOW CITY 017 FORT WORTH Fort Worth EMWTP I HSP-14-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCity Project Number: 100277 Revised 11.15.17 ou52w'r Agreement Page /vru IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager ("Effective Date"). Contractor: City ofFort Worth Archer Western Construction, uC 1rykl2hjjrY,-.oAssistant City Manager (Signature) Date (Q/21t9 Daniel P.VVa|,h Attest: AA (Printed Name) City Secretary �' ^ President Title: ' (Seal) Address: -' l411GreenwayDrive k4m Date: ~n Form 1295No, Contract Compliance Manager: Irving, TX 75038 Qysigning, | acknowledge that |oonthe person September 1tizo1g responsible for the monitoring and ' administration ofthis contract, including Date ensuring all performance and reporting CITY cFFORT WORTH Fort Worth owWTPz*mP-*xoand Hydro Tank --_--_-___ RUCTION SPECIFICATION _------._~..�_''-'_' UFFICIAL RECORD CITY SECRETARY FT. WORTH, TX ' Revised 11.15.17 005243-8 Agreement Page 8 of 8 requirements. (!NAME) Approved as to Form and Legality: I .""� Douglas W. Black Assistant City Attorney APPROVAL RECOMMENDED: Chris Harder DIRECTOR,. Water Department A CITY OF FORT WORTH Fort Worth I:MWTP 1�{ STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCity Project Number. 100277 k Revised 11.15.17 CM SEC ETAWr FT WORTH, -Q 006113-1 THE STATE OF TEXAS § COUNTY OF TARRANT § PERFORMANCE BOND Page 1 of 4 Bond No. 107145399 SECTION 00 6113 PERFORMANCE BOND § KNOW ALL BY THESE PRESENTS: That we, Archer Western Construction, LLC , known as "Principal" herein and Travelers Casualty and Surety Company , a corporate surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of, One Million, Twenty Three Thousand, Seven Hundred Dollars and 00/100 Dollar's 1$ 1,023,700.00 ), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the City awarded the day of ► ' , 20 "I', which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories defined by law, in the prosecution of the Work, including any Change Orders, as provided for in said Contract designated as Fort Worth EMWTP 1 H5P-H- 20 and Hydro Tank, City Project Number 100277. NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully perform the Work, including Change Orders, under the Contract, according to the plans, specifications, and contract documents therein referred to, and as well during any period of extension of the Contract that may be granted on the part of the City, then this obligation shall be and become null and void, otherwise to remain in full force and effect. CITY OF FORT WORTH Fart Worth EMWTP 1 HSP-H-20 and Hydra Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCity Project Number: 100277 Revised July 1, 2011 oa6113-2 PERFORMANCE BOND Page 2 of 4 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the day of . 20IQ . PRINCIPAL: Arches -Western Construction LLC BY: Signature ATTEST: vl� )fill- YX atthew . Wals ,Secretary Daniel P. Walsh, President (Principal) Secretary Name and Title Address: CITY OF FORT WORTH Fort Worth EMWrP 1 HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCity Project Number: 100277 Revised July 1, 2011 006113-3 fiery o onion, witness - Witness as to Principal eryl Solomon, Witness Witness as to Surety PERFORMANCE BOND Page 3 of 4 1411 Greenway Drive Irving, TX 75038 SURETY: Travelers Casualty and Surety Company BY: Signature Patricia Collins, Attorney -in -Fact Name and Title Address: One Tower Square Hartford, CT 06183 Telephone Number: 630-961-7037 CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCfty Project Number: 100277 Revised July 1, 2011 006113-4 PERFORMANCE BOND Page 4 of 4 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Fart Worth FMWTP 1 NSP-N-20 and Hydra Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCity Project Number: 100277 Revised July 1, 2011 00 61 14 - 1 THE STATE OF TEXAS § COUNTY OF TARRANT § PAYMENT BOND Page 1 of Bond No.107145399 SECTION 00 6214 PAYMENT BOND § KNOW ALL BY THESE PRESENTS: That we, _Archer Western Construction, LLC , known as "Principal" herein, and Travelers Casualty and Surety Company_ , a corporate surety (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the penal SUM Of One Million, Twenty Three Thousand, Seven Hundred Dollars and 00/100 Dollars ( 1,023,700.00 ), lawful money of the united States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, Principal has entered into a certain written Contract with City, awarded the day of t�V _ _, 20_-'`"r , which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and other accessories as defined by law, in the prosecution of the Work as provided for in said Contract and designated as Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank, City Project Number 100277. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under the Contract, then this obligation shall be and become null and void; otherwise to remain in full force and effect. CITY OF FORT WORTH fort Worth EMWTP 1 HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMFNT5City Project Number: 100277 Revised July 1, 2011 006114-2 PAYMENT BOND Page 2 of 4 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute, CITY OF FORT WORTH Fort Worth FMWFP 1 HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCIty Project Number: 100277 Revised July 1, 2011 OD6114-3 PAYMENT BOND Page 3 of 4 1N ► ITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the day of 20ly 1 _. ATTEST: I di � 14; atthew ff. Walsh, IV, Secretary (Principal) Secretary S er Solomon Witness as to Principal ,ESX: PRINCIPAL: Archer Western Construction, LLC uk&By: . Signature Daniel P. Walsh, President Name and Title Address: 1411 Greenway Drive Irving, TX 75038 SURETY: Travelers Casualty and Surety Company Signature CITY OF FORT WORTH Fart Worth EMWTP 1 H5P-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCllMENTSCity Project Number: 100277 Revised July 1, 2011 00 61 14 - 4 (6MX0*Ji9MXtMV She Solomon, Witness Witness as to Surety PAYMENTBOND Page of 4 Patricia Collins, Attorney -in -Fact Name and Title Address: One Tower Square Hartford, CT 06183 Telephone Number: 630-961-7037 Note: if signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH Fort Worth 1=MWTP 1 HSP-N-10 and Hydra Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCity Project Number: 100277 Revised July 1, 2011 Travelers Casualty and Surety Company of America TRAVELERS4r Travelers Casualty and Surety Company St. Gaul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Patricia Collins of Chicago, Illinois, their true and lawful Attorney -in -Fact to sign, execute, seal and acknowledge any and all bonds, recognizanoes, conditional undertakings and other writings obligatory inthe nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 3rd day of February, 2017. JT ' 7ir a �HnRrroro, � State of Connecticut y By: City of Hartford ss. Robert L. Raney, Se or Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. o Y My Commission expires the 30th day of June, 2021�� C :iut yy lW ,tr Mane C. Tetreault, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety -Company of America, Travelers -Casualty -and -Surety Company, and -St. Paul -Fire -and -Marine- Insurance Company, which- resolutions -are now -in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. • f Dated this i--[ day of --jeFIA 2019 Ic �..«_,. 'pViW4(jy Jp, iY 4% Kevin E. Hughes, Assr taut Secretary % verify fhe autiresticfty of this Power ofAttarney, please call us at 3-800-44213890. PAisse refer to Me above-aaored Attorney4n Factand t*O details of the hand fa whici, Me power is aitadWd. 00 51 19 - 1 MAINTENANCE BOND Page 1 of 5 Band No.107145399 SECTION 00 6119 MAINTENANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we Archer Western Construction, LLC , known as "Principal" herein and Travelers Casualty_and Surety Company , a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the sum of One Million. TwentvTtvee Thnusand.Seven Hundred Dollars and 00mm Dollars ($ 1,023,700.00 ), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the City awarded the__ day of z_ _,��� . , 20 I_' L which Contract is hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories as defined by law, in the prosecution of the Work, including any Work resulting from a duly authorized Change Order (collectively herein, the "Work") as provided for in said contract and designated as Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank, City Project Number 100277; and WHEREAS, Principal binds itself to use such materials and to so construct the Work in accordance with the plans, specifications and Contract Documents that the Work is and will CITY OF FORT WORTH Fort Worth FMWTP 1 HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCity Project Number: 100277 Revised July 1, 2011 00 61 19 - 2 MAINTENANCE BOND Page 2 of 5 remain free from defects in materials or workmanship for and during the period of two (2) years after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the City of the need therefor at any time within the Maintenance Period. NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydra Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCfty Project Number. 100277 Revised July 1, 2011 006119-3 MAINTENANCE BOND Page 3 of 5 CITY OF FORT WORTH Fart Worth EMWTP I HSP-H-20 and Hydra Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCity Project Number. 100277 Revised July 1, 2011 006119-4 MAINTENANCE BOND Page 4 of 5 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the El day of ATTEST: AhA1141A atthew M. alsh, ,Secretary (Principal) Secretary Sheryl 96lornon Witness as to Principal PRINCIPAL: A Westem Construction, LLC BY: Signature Daniel P. Walsh, President Name and Title Address: 1411 Greenway Drive Irving, TX 75038 SURETY: CITY OF FORT WORTH Fort Worth FMWTP 1 HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSClty Project Number. 100277 Revised July 1, 2011 005119-5 51k A9eryye4ofo4imhon,Witne=ss Witness as to Surety MAINTENANCE BOND Page 5 of 5 Travelers Casualty and Surety Company A�k ( e� - BY: Signature Patricia Collins, Attorney -in -Fact Name and Title Address: One Tower Square Hartford, CT 06183 Telephone Number: 630-961-7037 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCityProject Number: 100277 Revised July 1, 2011 Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company TRAVELERS' St, Paul Fire and Marine Ynsurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Patricia Collins of Chicago, Illinois, their true and lawful Attorney -in -Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory inthe nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and theircorporate seals to be hereto affixed, this 3rd day of February, 2017. 4 p i� L'[yk� NAHT€D3in ec•4`i � j}f 1`-ra�� State of Connecticut By: City of Hartford ss. Robert L. Raney, Sefrlbr Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. $ m OJ1� R • C My Commission expires the 30th day of June, 2031 �Er � 01 lt0 d, Man C. Tetreault, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this r day of - , 2019 ,�.F,,.. - y}fb@5 �,' Jp,4IY AI,08. A�_ 9 gmmr Kevin E. Hughes, Assi Cant Secretary 7o verify the autheni efty ofthis Power ofA torney,. nleaae call us at 1-800-421386f0. Please refer io the above-nanwdAtWrnerh7 Fact and the, zf¢iails of dire bmnc+►to whfcb time Power is otb3ched POLICY NUMBER: 41 PKG8901913 COMMERCIAL GENERAL L.IAMLITY CC 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY PLEASE DEAD IT CAREFULLY. I OR This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Rroject(s): APPLIES TO ALL CONSTRUCTION PROJECTS OF THE INSURED Information re wired to oom fete this Schedule if not shown above will be shown in the Declarations. A. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Section I —Coverage A, and for all medical expenses caused by accidents under Section I —Coverage C, which can be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. A separate Designated Construction Project General Aggregate Limit applies to each designated construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Designated Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the "products - completed operations hazard", and for medical expenses under Coverage C regardless of the number of: a. Insureds; b. Claims made or ''suits" brought; or c. Persons or organizations making claims or bringing "suits". 3. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the Designated Construction Project General Aggregate Limit for that designated construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Designated Construction Project General Aggregate Limit for any other designated construction project shown in the Schedule above. 4� The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Designated Construction Project General Aggregate Limit. CG 25 03 05 09 0 Insurance Services Office, Inc., 2008 Page 1 of 2 ❑ B. For all sums which the insured becomes legally C. obligated to pay as damages caused by 'occurrences" under Section I —Coverage A, and for all medical expenses caused by accidents under Section I —Coverage C, which cannot be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. Any payments made under Coverage A for damages or under Coverage C for medical D. expenses shall reduce the amount available under the General Aggregate Limit or the Products -completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Designated Construction Project General Aggregate Limit. When coverage for liability arising out of the "products -completed operations hazard" is provided, any payments for damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard" will reduce the Products -completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Designated Construction Project General Aggregate Limit. If the applicable designated construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. E. The provisions of Section III —Limits Of Insurance not otherwise modified by this endorsement shall continue to apply as stipulated. Page 2 of 2 O Insurance Services Office, Inc., 2008 CC 25 03 06 09 0 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule ANY PERSON OR ORGANIZATION WHERE WAIVER OF OUR RIGHT TO RECOVER IS REQUIRED BY WRITTEN CONTRACT OR AGREEMENT. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 06/01/2019 Policy No. 41 WC18910906 Endorsement No. Insured WALSH CONSTRUCTION GROUP, LLC Premium INCL. Insurance Company ARCH INSURANCE COMPANY Countersigned By 0 1983 National Council on compensation Insurance. POLICY NUMBER: 41 PKG8901913 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY ALAI N Si OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Narne Of Person Or Organization: WAIVER OF SUBROGATION APPLIES WHERE REQUIRED BY WRITTEN AGREEMENT WITH OUR NAMED INSURED AS TONG AS THE REQUEST OCCURS PRIOR TO A LOSS. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products - completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 1 0 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATIONINONRENEWAL - CERTIFICATE HOLDERS (SPECIFIED DAYS) The person(s) or organization(s) listed or described in the Schedule below have requested that they receive written notice of cancellation or non -renewal when this policy is cancelled by us. We will mail or deliver to the Person(s) or Organization(s) listed or described in the Schedule a copy of the written notice of cancellation or non -renewal that we sent to you. If possible, such copies of the notice will be mailed at least 60 days, except for cancellation for non-payment of premium which will be mailed 10 days, prior to the effective date of the cancellation or non -renewal, to the address or addresses of certificate holders as provided by your broker or agent. Schedule Person(s) or Organization(s) including mailing address: All certificate holders where written notice of cancellation/non-renewal of this policy is required by written contract, permit or agreement with the Named Insured and whose names and addresses will be provided by the broker or agent listed in the Declarations Page of this policy for the purposes of complying with such request. This notification of cancellation/non-renewal of the policy is intended as a courtesy only. Our failure to provide such notification to the person(s) or organization(s) shown in the Schedule will not extend any policy cancellation or non -renewal date nor impact or negate any cancellation or non -renewal of the policy. This endorsement does not entitle the person(s) or organization(s) listed or described in the Schedule above to any benefit, rights or protection under this policy. Any provision of this endorsement that is in conflict with a statute or rule is hereby amended to conform to that statute or rule. All other terms and conditions of this policy remain unchanged. Issued By: ARCH INSURANCE COMPANY Endorsement Number: Policy Number: 41WC18910906 Named Insured: WALSH CONSTRUCTION GROUP, LLC Endorsement Effective Date: 06-01-2019 President 00 ML0207 00 11 03 Includes copyright material of Insurance Services Office, Inc Page 1 of 1 with its permission THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION- CERTIFICATE HOLDERS (SPECIFIED DAYS) The person(s) or organization(s) listed or described in the Schedule below have requested that they receive written notice of cancellation when this policy is cancelled by us. We will mail or deliver to the Person(s) or Organization(s) listed or described in the Schedule a copy of the written notice of cancellation that we sent to you. If possible, such copies of the notice will be mailed at least 60 days, except for cancellation for non-payment of premium which will be mailed 10 days, prior to the effective date of the cancellation, to the address or addresses of certificate holders as provided by your broker or agent. Schedule Person(s) or Organization(s) including mailing address: Al certificate holders where written notice of the cancellation of this policy is required by written contract, permit or agreement with the Named Insured and whose names and addresses will be provided by the broker or agent listed in the Declarations Page of this policy for the purposes of complying with such request. This notification of cancellation of the policy is intended as a courtesy only. Our failure to provide such notification to the person(s) or organization(s) shown in the Schedule will not extend any policy cancellation date nor impact or negate any cancellation of the policy. This endorsement does not entitle the person(s) or organization(s) listed or described in the Schedule above to any benefit, rights or protection under this policy. Any provision of this endorsementthat is in conflict with a statute or rule is herebyamended to conform to that statute or rule. All other terms and conditions of this policy remain unchanged. Endorsement Number: Policy Number: 41PKG8901913 Named Insured: THE WALSH GROUP, LTD This endorsement is effective on the inception date of this Policy unless otherwise stated herein: Endorsement Effective Date: 06-01-19 00 ML0087 00 11 10 Page 1 of 1 POLICY NUMBER: 41 PKG8901913 COMMERCIAL AUTO CA04441013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CMEFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY ALAI N ST OTH EI S TO US (WAIVER OF S UBRO ATI ON) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: THE WALSH GROUP, LTD. Endorsement Effective Date: SCHEDULE Name(s) Of Person(s) Or Organization(s): ANY PERSON OR ORGANIZATION THAT REQUIRES A WAIVER FROM THE NAMED INSURED VIA A WRITTEN CONTRACT PRIOR TO THE ACCIDENT OR LOSS. Information required to complete this Schedule, if not shown above, ill be shown in the Declarations. 1 The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. CA 04 4410 13 0 Insurance Services Office, Inc., 2011 Page 1 of 1 006125-1 CERTIFICATE OF INSURANCE Page 1 of 1 SECTION 00 6125 CERTIFICATE OF INSURANCE D1011XI I.ORMS] R11121I CITY OF FORT WORTH Fort Worth EMWTP I HSP H--20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised July 1, 2011 STANDARD GENERAL, CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTItUCTION SPECIFICATION DOCUMENTS Revision: Febnuny 2, 2016 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 Definitions and Terminology.......................................................................................................... I 1.01 Defined Terms...............................................................................................................................1 1.02 Terminology..................................................................................................................................6 Article2 -- Preliminary Matters......................................................................................................................... 7 2.01 Copies of Documents.................................................................................................................... 7 2.02 Commencement of Contract Time; Notice to Proceed................................................................ 7 2.03 Starting the Work..................................................•.......................................................................8 2.04 Before Starting Construction........................................................................................................ 8 2.05 Preconstruction Conference................................................................................................••........8 2.06 Public Meeting.............................................................................................................................. 8 2.07 Initial Acceptance of Schedules.................................................................................................... 8 Article 3 — Contract Documents: Intent, Amending, Reuse............................................................................ 8 3.01 Intent.............................................................................................................................................. 8 3.02 Reference Standards...................................................................................................................... 9 3.03 Reporting and Resolving Discrepancies....................................................................................... 9 3.04 Amending and Supplementing Contract Documents ............................................. 3.05 Reuse of Documents...................................................................................................................10 3.06 Electronic Data............................................................................................................................ I I Article 4 Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points...........................................................................................................11 4.01 Availability of Lands..................................................................................................................11 4.02 Subsurface and Physical Conditions..........................................................................................12 4.03 Differing Subsurface or Physical Conditions.............................................................................12 4.04 Underground Facilities...............................................................................................................13 4.05 Reference Points.........................................................................................................................14 4.06 Hazardous Environmental Condition at Site..............................................................................14 Article 5 — Bonds and Insurance.....................................................................................................................16 5.01 Licensed Sureties and Insurers...................................................................................................16 5.02 Performance, Payment, and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance.............................................................................................................16 5.04 Contractor's Insurance......................................................................................................... ....18 5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19 Article 6 — Contractor's Responsibilities ......... 6.01 Supervision and Superintendence CITY OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febrmy 2, 2016 6.02 Labor; Working Hours................................................................................................................20 6.03 Services, Materials, and Equipment........................................................................................... 20 6.04 Project Schedule.......................................................................................................................... 21 6.05 Substitutes and "Or-Equals"....................................................................................................... 21 6.06 Concerning Subcontractors, Suppliers, and Others....................................................................24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties....................................................... ............... ..................................... 26 6.09 Permits and Utilities....................................................................................................................27 6.10 Laws and Regulations............................................................ ................. .................................... 27 6.11 Taxes...........................................................................................................................................28 6.12 Use of Site and Other Areas.......................................................................................................28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection.................................................................................................................. 29 6.15 Safety Representative.................................................................................................................. 30 6.16 Hazard Communication Programs.............................................................................................30 6.17 Emergencies and/or Rectification...............................................................................................30 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work...................................................................................................................32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification......................................................................................................................... 33 6.22 Delegation of Professional Design Services.............................................................................. 34 6.23 Right to Audit............................................................................................................ .................. 34 6.24 Nondiscrimination.......................................................................................................................35 Article 7 - Other Work at the Site................................................................................................................... 35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 Article 8 - City's Responsibilities...................................................................................................................36 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................ 36 8.03 Pay When Due............................................................................................................................ 36 8.04 Lands and Easements; Reports and Tests...................................................................................36 8.05 Change Orders............................................................................................................................. 36 8.06 Inspections, Tests, and Approvals ................................... .. ......................................................... 36 8.07 Limitations on City's Responsibilities....................................................................................... 37 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 8.09 Compliance with Safety Program...............................................................................................37 Article 9 City's Observation Status During Construction........................................................................... 37 9.01 City's Project Manager............................................................................................................37 9.02 Visits to Site................................................................................................................................ 37 9.03 Authorized Variations in Work.................................................................................................. 38 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Performed.......................................................................................... 38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.....................38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUNLENTS Revision: Fcbnoy 2, 2016 Article 10 Changes in the Work; Claims; Extra Work................................................................................38 10.01 Authorized Changes in the Work............................................................................................... 38 10.02 Unauthorized Changes in the Work...........................................................................................39 10.03 Execution of Change Orders.......................................................................................................39 10.04 Extra Work..................................................................................................................................39 10.05 Notification to Surety..................................................................................................................39 10.06 Contract CIaims Process............................................................................................................. 40 Article 11 - Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement ......................41 11.01 Cost of the Work.........................................................................................................................41 11.02 Allowances.................................................................................................................................. 43 11.03 Unit Price Work.......................................................................................................................... 44 11.04 Plans Quantity Measurement......................................................................................................45 Article 12 -- Change of Contract Price; Change of Contract Time................................................................. 46 12.01 Change of Contract Price............................................................................................................ 46 12.02 Change of Contract Time...............................................................•............................................47 12.03 Delays.......................................................................................................................................... 47 Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ......................48 13.01 Notice of Defects........................................................................................................................ 48 13.02 Access to Work........................................................................................................................... 48 13.03 Tests and Inspections.................................................................................................................. 48 13.04 Uncovering Work........................................................................................................................49 13.05 City May Stop the Work ..................... 13.06 Correction or Removal of Defective Work................................................................................50 13.07 Correction Period..............................................................•.........................................................50 13.08 Acceptance of Defective Work................................................................................................... 51 13.09 City May Correct Defective Work............................................................................................. 51 Article 14 - Payments to Contractor and Completion.................................................................................... 52 14.01 Schedule of Values......................................................................................................................52 14.02 Progress Payments...................................................................................................................... 52 14.03 Contractor's Warranty of Title......................................................................•............................ 54 14.04 Partial Utilization ............................................................................................................ 55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance.........................................................................................................................55 14.07 Final Payment..............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release........................................................ 56 14.09 Waiver of Claims........................................................................................................................ 57 Article 15 Suspension of Work and Termination........................................................................................ 57 15.01 City May Suspend Work............................................................................................................. 57 15.02 City May Terminate for Cause................................................................................................... 58 15.03 City May Terminate For Convenience....................................................................................... 60 Article16 -Dispute Resolution......................................................................................................................61 16.01. Methods and Procedures............................................................................................................. 61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Februay2, 2016 Article 17 — Miscellaneous...................................................... 17.01 Giving Notice ...................................................... 17.02 Computation of Times ........................................ 17.03 Cumulative Remedies ......................................... 17.04 Survival of Obligations ....................................... 17.05 Headings.............................................................. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmmy2, 2016 ....................................................................... 62 ....................................................................... 62 ... ............................. 62 ..................................................................I .... 62 ....................................................................... 63 ........ .............. .......... 63 007200-1 GENERAL CONDITIONS Page I of 63 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda —Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment —The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. S. Award — Authorization by the City Council for the City to enter into an Agreement. 6. Bid —The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder —The individual or entity who submits a Bid directly to City. 8. Bidding Documents —The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Buzzsaw City's on-line, electronic document management and collaboration system. 12. Calendar Day A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARI)CONSTROMION SPECIFICATION DOCUMENTS Revision: lTbiumy Z 2016 007200-1 GENERAL CONDITIONS Page 2 of 63 13. Change Order —A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City— The City of Fort Worth, Texas, a home -rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. City Attorney The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manager — The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 18. Contract Claim —A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 19, Contract —The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 20. Contract Documents —Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price —The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Time —The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 23. Contractor The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work —See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 3 of 63 25. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 26. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 27, Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Planning and Development The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Transportation Public Works The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Director of Water Department — The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 32. Drawings —That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement —The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work- 36. Field Order — A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmaiy2, 2016 00 72 00 - I GENERAL CONDITIONS Page 4 of 63 38. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. Major Item — An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 45. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to Proceed A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs —Polychlorinated biphenyls. 49. Petroleum —Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Waste and crude oils. 50. Plans — See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rev ision: Febrmy 2, 20I6 00 72 00 - 1 GENERAL CONDITIONS Page 5 of 63 51. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. Project --The Work to be performed under the Contract Documents. 53. Project Manager —The authorized representative of the City who will be assigned to the Site. 54. Public Meeting — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Radioactive Material —Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 56. Regular Working Hours Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 57. Samples —Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedule of Values —A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOC[JWNTS Revision: Febnmry 2, 2016 007200- I GENERAL CONDITIONS Page 6 of 63 63. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions —That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to fiirnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities —All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69. Unit Price Work —See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORI'II STANDARD CONSTRUCTION SPECIFICATION DOCI.MENTS Revision: Febnmyy 2, 2016 007200- 1 GENERAL CONDITIONS Page 7 of63 I. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary Iabor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Tinge; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnuuy2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3 — CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTI-I STANDARD CONSTRUCTION SPECIFICATTON DOCUIVIF.NTS Revision: Febmary 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies, - Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation, (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Feliumy 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STAMARI) CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fcbnmy 2, 2016 007200-! GENERAL CONDITIONS Page I or63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. I. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record Iegal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fe6mafy2, 2016 007200-1 GENERAL CONDITIONS Page 12 of63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1, is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rcvision: Fcbiumy 2, 2016 007200- 1 GENERAL CONDITIONS Page 13 of63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated.• The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated.- 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORr1I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnkuy 2, 2016 007200- l GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnuy 2, 2016 007200-1 GENERAL CONDITIONS Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2, other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: FebrLuuy2, 2016 00 72 00 - l GENERAL CONDITIONS Page 16 of 63 ARTICLE 5 — BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMI t N'S Revision: Febmiuy 2, 2016 007200-1 GENERAL CONDITIONS Page 17 of63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of COntractor'N obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. S. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders` equity. In CITY OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febany 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting parry to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, Iimitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14, City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: FeUnuuy 2, 2016 007200-1 GENERAL CONDITIONS Page 19 of63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto', defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and .Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 -- CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febntmy 2, 2016 007200- 1 GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CiCY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febntiuy 2, 2016 00 72 00 - I GENERAL CONDITIONS Page 21 of63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 0132 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or -Equals " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or -Equal " Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - t GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. if in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract With City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPF,CTFICATION DOCUMENTS Revision: Febnoy2, 2016 007200- 1 GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. CITY OF PORT WORTI I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febniwy 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 24 oC63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY of FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUHFFNTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: FebnW2, 2010 00 72 00 - 1 GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the I Ith day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMLNI'S Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages {including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnkuy 2, 2016 007200-1 GENERAL CONDITIONS Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6,11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. http://www.window.state.tx.us/taxinfo/taxforms/93-forms.hunl 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION! DOCUMFNTS Revision: Febnaay 2, 2016 007200-1 GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIF1CNIJON DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febivaryy 2, 2016 007200- 1 GENERAL CONDITIONS Page 31 of63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.1 S.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the Iimited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febm y 2, 2016 007200- 1 GENERAL CONDITIONS Page 32 of63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUME NTS Revision: Febnuty 2, 2016 00 72 00 - l GENERAL CONDITIONS Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2, recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 1,ebbiu uy 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CYFY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fehimy 2, 2016 007200-1 GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7 — OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work, and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTFT STANDARD CONSTRUCTION SPECIFICATION DOCOMENTS Revision: Fcbmaty 2, 20I6 00 72 00 - 1 GENERAL, CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 — CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and malting available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13,03. CITY OF FORT WORTH STANDARDCONSTRUC['[ON sPFC111CAON DOCl1NLCNTS Revision February 2, 2016 007200-I GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is < insert name here or his/her successor pursuant to written notification from the Director of < insert managing department here,-. 9.02 visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY of FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: rebnkvy 2, 20I6 007200-1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fe6nay 2, 2016 007200-1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPF.,CIFICATION DOCUMENTS Revision: Febnny 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required. All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECTFICATION DOCUMENTS Revision: Fcbnuy 2, 2016 007200-1 GENERAL CONDITIONS Page 41 of63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE t1 — COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11,01 Cost of the Work A. Costs Included.- The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.13, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.B, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fehnkuy2, 2016 007200- I GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary2, 20I6 007200- 1 GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Exchided: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.0 LA,1 or specifically covered by Paragraph 11.0I .A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: it is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre -bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnrvy 2, 2016 007200-1 GENERAL CONDITIONS Page 44 of 63 a. the pre -bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre -bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmeuy 2, 20 l6 007200- 1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11-04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febniaty 2, 2016 007200-1 GENERAL CONDITIONS Page 46 of 63 E. For callout work or non -site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.13.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.A.1, 11.01.A.2. and 11.01.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.0l.A.4 and 11.01.A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.0l.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY 017 FORT WORTH STANDARD CONSTRUCTION SPECTFTCA I'ION DOCUMLNTS Revision: Febnmy 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.0l.A.1 and 11.0l.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and 11.01.13; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmy2, 201b 00 72 00 - 1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRICTION SPECIFICATION DOCUMT.NTS Revision: Fehmaty 2, 2016 00 72 00 - I GENERAL. CONDITIONS Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. I. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work - If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: FebrLay 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 50 of63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Feb iary2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13,07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAUON DOCUMENTS Revision: Febmaty 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the city. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 53 of03 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors, requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTROCTION SPECIFICATION DOCUMENTS Revision: rebniaiy2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCU RENTS Revision: Febnuty 2, 2016 007200-1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 56 of63 14.07 Final Payment A. Application for Payment. 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The Final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: FebnkW2, 2016 007200-I GENERAL CONDITIONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febua y 2, 20I6 00 72 00 - 1 GENERAL CONDITIONS Page 58 of63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance 420020-12-201lestablished under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or S. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OIL FORT WORTH STANDARD CONSTRUCTION SPECIFWAfION DOCUMENTS Revision: Febntiuy 2, 2016 007200- 1 GENERAL CONDITIONS Page 59 of 63 obligations, then. City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not at-Tect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febniary 2, 2016 007200- I GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febniuy 2, 20I6 00 72 00 - I GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final Settlement- E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.1) shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febiwly 2, 2016 00 72 00 -1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 — MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if. 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmvy2, 2016 007200-1 GENERAL CONDITIONS Page 63 of63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnkary2, 2016 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions 00 73 00 - 1 SUPPLEMENTARY CONDITIONS Page 1 of 5 These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, "Resolving Discrepancies" Plans govern over Specifications. SC-4.01A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.1., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of May 6, 2019 Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER NUMBER None TARGET DATE OF POSSESSION The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. SC-4.01A.2, "Availability of Lands" CITY OF FORT WORTH Fort Worth EAfWTP 111SP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPF,CIFICATION DOCUMENTS City Project Number: 100277 Revised January 22, 2016 00 73 00 - 2 SUPPLEMENTARY CONDITIONS Page 2 of 5 Utilities or obstructions to be removed, adjusted, and/or relocated The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of May 6, 2019 EXPECTED UTILITY AND LOCATION OWNER None TARGET DATE OF ADJUSTMENT The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: None SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: None SC-5.03A., "Certificates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: Freese and Nichols, Inc. (3) Other: None SC-5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability $100, 000 each accident/occurrence $100,000 Disease - each employee $500,000 Disease -policy limit SC-5.04B., "Contractor's Insurance" CITY OF FORT WORTH Fort Worth EiVWTP 1 HSP-II--20 and Hydro Tank STANDARD CONSTRUCTION SPECtrICATION DOCUMENTS City Project Number: 100277 Revised January 22, 2016 00 73 00 - 3 SUPPLEMENTARY CONDITTONS Page 3 of 5 5.04B. Commercial General Liability, under Paragraph GC-5.0413. Contractor's Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum limits of: $1,000,000 each occurrence $2,000,000 aggregate limit The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance trader Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250, 000 Bodily Injury per person / $500, 000 Bodily Injury per accident / $100, 000 Property Damage SC-5.04D., "Contractor's Insurance" The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks None. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: (1) General Aggregate: NIA (2) Each Occurrence: N/4 Requiredfor this Contract X Not requiredfor this Contract <Provide an `X" next to the appropriate selection above based on the Contract requirements With respect to the above outlined insurance requirements, the following shall govern: CITY OF FORT WORTH Tort Worth EMWTP t HSP-H-20 and Flydro Tank STANDARD CONSTRUCTION SPECTFTCATION DOCUMENTS City Project Numbcr: 100277 Revised January 22, 2016 0073 00 - 4 SUPPLEW.NTARY CONDITIONS Page 4 of 5 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of -way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at - grade crossing, insurance coverage For this work must be included in the policy covering the grade separation. 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor, In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-6.04., "Project Schedule" Project schedule shall be tier 3 for the project. SC-6.07., "Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: Buzzsaw location: https://�rojectpoint.buzzsaw.com/ bz rest/Web/Home/Index?folder=373319/ hz rest1Weh11tem1IteMs?fbld er=37331 Resources > 02-Construction Documents / Specification / Div 00-General Conditions / SC-6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: None SC-6.09B. "City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: None SC-6.09C. "Outstanding permits and licenses" CITY OF FORT WORTH Fart Worth EMWTP 1 HSP-H-20 and Ifydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMLNTS City Project Number: 100277 Revised January 22, 2016 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 5 The following is a list of known outstanding permits and/or licenses to be acquired, if any as of May 6, 2019: Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None ,SC-7.02., "Coordination" The individuals or entities listed below have contracts with the City for the performance of other work at the Site: Vendor Scope of Work Coordination Authority None None None SC-8.01, "Communications to Contractor" Aon, SC-9.01., "City's Project Manager" The City's Project Manager for this Contract is Dena Johnson, or his/her successor pursuant to written notification from the Director of Water Department. SC-13.03C., "Tests and Inspections" None. SC-16.01C.1, "Methods and Procedures" A- )ne_ END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01., "City's Project Representative" wording changed to City's Project Manager. CITY OF PORT WORTH Fort Worth EMWTP t MP-11-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised January 22, 2016 IIIIN 01 GENERAL REQUIREMENTS SECTION 01 11 00 SUMMARY OF WORK f7�I lf>sei D101 Dl M11 I 1.1 SUMMARY A. Section Includes: 01 11 00- 1 SUMMARY OF WORK Pagel of 3 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification I. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises l . Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH Fort Worth EILIWTP I IISP-II-20 and Ilydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised December 20, 2012 01 11 00 - 2 SUMMARY OF WORK Page 2 of 3 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights -of -way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. b. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTI I Fort Worth GLbIWTP I HSP-I1-20 and Hydra Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised December 20, 2012 01 11 00 - 3 SUMMARY OF WORK Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USE, 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Fort Worth F,d9WTP I HSP-H-20 and hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100271 Revised December 20, 2012 SECTION 0125 00 :Y11W&HIlIl1.YM239:191411 D ift-- PART1- GENERAL 1.1 SUMMARY A. Section Includes: 01 25 00 - 1 SUBSTITUTION PROCEDURES Pagel o£4 The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or -equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 -- General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or -equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or -equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, CITY OF FORT WORTH Fort Worth EMII'TP I IISP-1-1--20 and hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised July 1, 2011 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: I) Detailed description of proposed method 2) IlIustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WO[ZTf 1 Fort Worth EjWPVTP I LISP-II-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Xzonbcr: 100277 Revised July 1, 2011 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 4. No additional contract time will be given for substitution. 5. Substitution will be rejected if; a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the City's opinion, acceptance will require substantial revision of the original design d. In the City's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Fort Worth EMPYTP I HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Numher: 100277 Revised July 1, 2011 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: 01 25 00 - 4 SUBSTITUTION PROCEDURES Page 4 of 4 PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature as noted Firm Address Date Telephone For Use by City: Approved City Recommended Recommended Not recommended _Received late By Date Remarks Date Rejected CITY OF FORT WORTH Fort Worth EMWTP 1 II.SP-1-I-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised July 1, 2011 SECTION 01 31 19 PRECONSTRUCTION MEETING PARTI- GENERAL INAWI1LI►L IF5 CT1 A. Section Includes: 01 31 19 - 1 PRE+CONSTRUCTION MEETING Page 1 of 3 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USEDI 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting l . A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH Fort Worth EMWTP I LISP-II--20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised August 17, 2012 0131 19 - 2 PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 01 32 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. S. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals in. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments CITY OF FORT WORTH Fort Worth E11WTP I HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICA711ON DOCUMENTS City ProjectNumher: 100277 Revised August 17, 2012 01 31 19 - 3 PRECONSTRUCTION MEETING Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORT] I Fort Worth EAlWTP I HSP H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised August 17, 2012 SECTION 01 31 20 PROJECT MEETINGS PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 013120-1 PROJECT MFETINGS Pagel of 3 1. Provisions for project meetings throughout the construction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potential problems B. Deviations this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 -- Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Schedule, attend and administer as specified, periodic progress meetings, and specially called meetings throughout progress of the Work. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meetings administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. 4. Meetings, in addition to those specified in this Section, may be held when requested by the City, Engineer or Contractor. B. Pre -Construction Neighborhood Meeting 1. After the execution of the Agreement, but before construction is allowed to begin, attend 1 Public Meeting with affected residents to: a. Present projected schedule, including construction start date b. Answer any construction related questions 2. Meeting Location a. Location of meeting to be determined by the City. 3. Attendees a. Contractor CITY OF FORT WORTH Dort Worth GMWTP 1 HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised July 1, 2011 01 31 20 - 2 PROJECT MEETINGS Page 2 of 3 b. Project Representative e. Other City representatives 4. Meeting Schedule a. In general, the neighborhood meeting will occur within the 2 weeks following the pre -construction conference. b. in no case will construction be allowed to begin until this meeting is held. C. Progress Meetings 1. Formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representative. 2. Additional progress meetings to discuss specific topics will be conducted on an as - needed basis. Such additional meetings shall include, but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resolution of construction issues e. Equipment approval The Project Representative will preside at progress meetings, prepare the notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. 4. Attendance shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives e. City's representatives f. Others, as requested by the Project Representative Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations, problems, conflicts c. Items which impede construction schedule d. Review of off -site fabrication, delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts £ Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions m. Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request p. Review status of Requests for Information CITY OF FORT WORTH lbrt Worth EjWWTP I MV-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City ProjectNumGer: 100277 Revised July 1, 2011 01 31 20 - 3 PROJECT MEETIINGS Page 3 of 3 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. 1) Additional meetings may be held at the request of the: a) City b) Engineer c) Contractor 7, Meeting Location a. The City will establish a meeting location. 1) To the extent practicable, meetings will be held at the Site. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Fort Worth EA4TVTP 1 IISP-II--20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cily Project Number: 100277 Revised July 1, 2011 Ot3216-1 CONSTRUCTION PROGRESS SCIMDULE Page I of S SECTION 0132 16 106 �6y1li 181061 isf9:100:1:L =041:1:011.1 M PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 1. General requirements for the preparation, submittal, updating, status reporting and management of the Construction Progress Schedule 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance Document B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 -- General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 11111-11-y-H-0 0104-OK A. Definitions 1. Baseline Schedule - Initial schedule submitted before work begins that will serve as the baseline for measuring progress and departures from the schedule. 2. Progress Schedule - Monthly submittal of a progress schedule documenting progress on the project and any changes anticipated. 3. Schedule Narrative - Concise narrative of the schedule including schedule changes, expected delays, key schedule issues, critical path items, etc B. Reference Standards 1. City of Fort Worth Schedule Guidance Document 1.4 ADMINISTRATIVE REQUIREMENTS A. Baseline Schedule 1. General a. Prepare a cost -loaded baseline Schedule using approved software and the Critical Path Method (CPM) as required in the City of Fort Worth Schedule Guidance Document. b. Review the draft cost -loaded baseline Schedule with the City to demonstrate understanding of the work to be performed and known issues and constraints related to the schedule. CITY OF FORT WORTII Fort Worth F,1 1WT1' I HSI' H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised July 1, 2011 01 32 16 - 2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 c. Designate an authorized representative (Project Scheduler) responsible for developing and updating the schedule and preparing reports. B. Progress Schedule 1. Update the progress Schedule monthly as required in the City of Fort Worth Schedule Guidance Document. 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 3. Change Orders a. Incorporate approved change orders, resulting in a change of contract time, in the baseline Schedule in accordance with City of Fort Worth Schedule Guidance Document. C. Responsibility for Schedule Compliance Whenever it becomes apparent from the current progress Schedule and CPM Status Report that delays to the critical path have resulted and the Contract completion date will not be met, or when so directed by the City, make some or all of the following actions at no additional cost to the City a. Submit a Recovery Plan to the City for approval revised baseline Schedule outlining: 1) A written statement of the steps intended to take to remove or arrest the delay to the critical path in the approved schedule 2) Increase construction manpower in such quantities and crafts as will substantially eliminate the backlog of work and return current Schedule to meet projected baseline completion dates 3) increase the number of working hours per shift, shifts per day, working days per week, the amount of construction equipment, or any combination of the foregoing, sufficiently to substantially eliminate the backlog of work 4) Reschedule activities to achieve maximum practical concurrency of accomplishment of activities, and comply with the revised schedule 2. If no written statement of the steps intended to take is submitted when so requested by the City, the City may direct the Contractor to increase the level of effort in manpower (trades), equipment and work schedule (overtime, weekend and holiday work, etc.) to be employed by the Contractor in order to remove or arrest the delay to the critical path in the approved schedule. a. No additional cost for such work will be considered. D. The Contract completion time will be adjusted only for causes specified in this Contract. a. Requests for an extension of any Contract completion date must be supplemented with the following: I) Furnish justification and supporting evidence as the City may deem necessary to determine whether the requested extension of time is entitled under the provisions of this Contract. a) The City will, after receipt of such justification and supporting evidence, make findings of fact and will advise the Contractor, in writing thereof. 2) If the City finds that the requested extension of time is entitled, the City's determination as to the total number of days allowed for the extensions shall be based upon the approved total baseline schedule and on all data relevant to the extension. CITY OF FORT WORTH Fort 6Yorth EMWTP I H.SP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised,luly 1, 2011 013216-3 CONSTRUCTION PROGRESS SCiTEDUI,E Page 3 of 5 a) Such data shall be included in the next updating of the Progress schedule. b) Actual delays in activities which, according to the Baseline schedule, do not affect any Contract completion date shown by the critical path in the network will not be the basis for a change therein. 1 Submit each request for change in Contract completion date to the City within 30 days after the beginning of the delay for which a time extension is requested but before the date of final payment under this Contract. a. No time extension will be granted for requests which are not submitted within the foregoing time limit. b. From time to time, it may be necessary for the Contract schedule or completion time to be adjusted by the City to reflect the effects of job conditions, weather, technical difficulties, strikes, unavoidable delays on the part of the City or its representatives, and other unforeseeable conditions which may indicate schedule adjustments or completion time extensions. 1) Under such conditions, the City will direct the Contractor to reschedule the work or Contract completion time to reflect the changed conditions and the Contractor shall revise his schedule accordingly. a) No additional compensation will be made to the Contractor for such schedule changes except for unavoidable overall contract time extensions beyond the actual completion of unaffected work, in which case the Contractor shall take all possible action to minimize any time extension and any additional cost to the City. b) Available float time in the Baseline schedule maybe used by the City as well as by the Contractor. 3. Float or slack time is defined as the amount of time between the earliest start date and the latest start date or between the earliest finish date and the latest finish date of a chain of activities on the Baseline Schedule. a. Float or slack time is not for the exclusive use or benefit of either the Contractor or the City. b. Proceed with work according to early start dates, and the City shall have the right to reserve and apportion float time according to the needs of the project. c. Acknowledge and agree that actual delays, affecting paths of activities containing float time, will not have any effect upon contract completion times, providing that the actual delay does not exceed the float time associated with those activities. E. Coordinating Schedule with Other Contract Schedules 1. Where work is to be performed under this Contract concurrently with or contingent upon work performed on the same facilities or area under other contracts, the Baseline Schedule shall be coordinated with the schedules of the other contracts. a. Obtain the schedules of the other appropriate contracts from the City for the preparation and updating of Baseline schedule and make the required changes in his schedule when indicated by changes in corresponding schedules. 2. In case of interference between the operations of different contractors, the City will determine the work priority of each contractor and the sequence of work necessary to expedite the completion of the entire Project. a. In such cases, the decision of the City shall be accepted as final. CITY OF PORT WOWf l Dort Worth EMWTP 1 HSP-H 20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Member: 100277 Revised July 1, 2011 01 32 16 -4 CONSTRUCTION PROGRESS SCt-I1DUL1 Page 4 of 5 b. The temporary delay of any work due to such circumstances shall not be considered as justification for claims for additional compensation. 1.5 SUBMITTALS A. Baseline Schedule 1. Submit Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. a. Native file format includes: 1) Primavera (P6 or Primavera Contractor) 2. Submit draft baseline Schedule to City prior to the pre -construction meeting and bring in hard copy to the meeting for review and discussion. B. Progress Schedule 1. Submit progress Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit progress Schedule monthly no later than the last day of the month. C. Schedule Narrative 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit schedule narrative monthly no later than the last day of the month. D. Submittal Process L The City administers and manages schedules through Buzzsaw. 2. Contractor shall submit documents as required in the City of Fort Worth Schedule Guidance Document. 3. Once the project has been completed and Final Acceptance has been issued by the City, no further progress schedules are required. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. The person preparing and revising the construction Progress Schedule shall be experienced in the preparation of schedules of similar complexity. B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and revised to accurately reflect the performance of the construction. C. Contractor is responsible for the quality of all submittals in this section meeting the standard of care for the construction industry for similar projects. CITY OF FORT WORTH Port Worth EA4WTP I H.4P-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised Juty 1, 2011 0132 16 - 5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Fort Worth EA4WTP I IISP-II-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Mumber: 100277 Revised July 1, 2011 01 32 33 - 1 PRE'CONSTRUCTION VIDEO Page 1 of 2 SECTION 0132 33 PRECONSTRUCTION VIDEO PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 -- General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS INOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH Fort Worth EMWTP 1 HSP--H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Manher: 100277 Revised July I, 2011 01 32 33 - 2 PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Fort Worth L,-MWTP I IISP-II-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised July 1, 2011 SECTION 0133 00 SUBMITTALS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 013300-1 SUBMITTALS Page 1 of 12 1. General methods and requirements of submissions applicable to the following Work -related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number., 100217 Revised December 20, 2012 013300-2 SUBMITTALS Page 2 of 12 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydra Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number. 100277 Revised December 20, 2012 013300-3 SU8 M ITTALS Page 3of12 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop d rawi ng C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) "By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 % inches x 11 inches to 8 % inches x 11inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents CITY OF FORT WORTH Fort Worth FMWTP 1 HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:100277 Revised December 20, 2012 013300-4 SUBMITTALS Page 4 of 12 c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom -prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised December 20, 2012 013300-5 SUBMITTALS Page 5 of 12 g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing -in diagrams and templates 5) Catalog cuts 6) Product photographs 7) Standard wiring diagrams S) Printed performance curves and operational -range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised December 20, 2012 013300-6 SUBMITTALS Page 6 of 12 11) Product operating and maintenance instructions and recommended spare -parts listing and printed product warranties 12) As applicable to the Work H. Samples 1. As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work 1. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on -site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings CITY OF FORT WORTH Fort Worth FMWTP 1 HSP-H-20 and Hydra Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number. 100277 Revised December 20, 2012 013300-7 SUBMITTALS Page 7 of 12 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydra Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project ftmber. 100277 Revised December 20, 2012 0133 00 - 8 SUBMITTALS Page 8 of 12 a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. CITY of FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number, 100277 Revised December 20, 2012 013300-9 SUBMITTALS Page 9 of 12 a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It maybe necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H 20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100277 Revised December 20, 2012 01 33 00 - 10 SUBMITTALS Page 10 of 12 b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised December 20, 2012 013300-11 SUBMITTALS Page 11 of 12 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Use the Request for Information (RFI) form provided by the City. 3. Numbering of RFI a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and increasing sequentially with each additional transmittal. 4. Sufficient information shall be attached to permit a written response without further information. 5. The City will log each request and will review the request. a, if review of the project information request indicates that a change to the Contract Documents is required, the City will issue a Field Order or Change Order, as appropriate. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised December 20, 2012 013300-12 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION SUBMITTALS Page 12 of 12 Revision Lag DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydra Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised December 20, 2012 SECTION 0135 13 SPECIAL PROJECT PROCEDURES PART1- GENERAL f lei tlU to 1F.1ffl A. Section Includes: 013513-I SPECIAL, PROD C'I' PROCEDURES Page I of6 The procedures for special project circumstances that includes, but is not limited to: a. Coordination with the Texas Department of Transportation b. Work near High Voltage Lines c. Confined Space Entry Program d. Air Pollution Watch Days e. Use of Explosives, Drop Weight, Etc. f. Water Department Notification g. Public Notification Prior to Beginning Construction h. Coordination with United States Army Corps of Engineers i. Coordination within Railroad permits areas j. Dust Control k. Employee Parking B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I General Requirements 3. Section 33 12 25 — Connection to Existing Water Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Coordination within Railroad permit areas a. Measurement 1) Measurement for this Item will be by lump sum. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for Railroad Coordination. c. The price bid shall include: 1) Mobilization 2) Inspection 3) Safety training 4) Additional Insurance 5) Insurance Certificates 6) Other requirements associated with general coordination with Railroad, including additional employees required to protect the right-of-way and property of the Railroad from damage arising out of and/or from the construction of the Project. CITY OF FORT WORTH Fort Worth EMWTP I IISP-11--20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised December 20, 2012 01 35 13-2 SPECIAL PROJF.C'1' PROCEDURES Page 2 of 6 Railroad Flagmen a. Measurement 1) Measurement for this Item will be per working day. b. Payment l) The work performed and materials furnished in accordance with this Item will be paid for each working day that Railroad Flagmen are present at the Site. c. The price bid shall include: 1) Coordination for scheduling flagmen 2) Flagmen 3) Other requirements associated with Railroad 3. All other items a. Work associated with these Items is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 3. North Central Texas Council of Governments (NCTCOG) -- Clean Construction Specification 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination with the Texas Department of Transportation When work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (TxDOT): a. Notify the Texas Department of Transportation prior to commencing any work therein in accordance with the provisions of the permit b. All work performed in the TxDOT right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation 13. Work near High Voltage Lines 1. Regulatory Requirements a. All Work near High Voltage Lines (more than 600 volts measured between conductors or between a conductor and the ground) shall be in accordance with Health and Safety Code, Title 9, Subtitle A, Chapter 752. 2. Warning sign a. Provide sign of sufficient size meeting all OSHA requirements. Equipment operating within 10 feet of high voltage lines will require the following safety features a. Insulating cage -type of guard about the boom or arm b. Insulator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high voltage lines CITY OF FORT WORTH Fort Worth EA4WTP I HSI'-H-20 and hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100217 Revised December 20, 2012 0135 13 - 3 SPECIAL, PROJECT PROCEDURES Page 3 of 6 4. Work within 6 feet of high voltage electric lines a. Notification shall be given to: 1) The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de -energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Air Pollution Watch Days 1. GeneraI a. Observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". b. Typical Ozone Season 1) May I through October 31. c. Critical Emission Time 1) 6:00 a.m. to 10:00 a.m. 2. Watch Days a. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. b. Requirements 1) Begin work after 10:00 a.m, whenever construction phasing requires the use of motorized equipment for periods in excess of I hour. 2) However, the Contractor may begin work prior to 10:00 a.m. if: a) Use of motorized equipment is less than 1 hour, or b) If equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. E. TCEQ Air Permit 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. F. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section 01 31 I3 CITY OF FORT WORTI I Lbrt Worth F.'MWTP 1 HSP-H--20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised December 20, 2012 01 35 13 - 4 SPECIAL PROJECT PROUH)URES Page 4 of 6 G. Water Department Coordination 1. During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. 2. Coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. a. Coordination shall be in accordance with Section 33 12 25. b. If needed, obtain a hydrant water meter from the Water Department for use during the life of named project. c. in the event that a water valve on an existing live system be turned off and on to accommodate the construction of the project is required, coordinate this activity through the appropriate City representative. 1) Do not operate water line valves of existing water system. a) Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. b) In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. H. Public Notification Prior to Beginning Construction Prior to beginning construction on any block in the project, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: a. Post notice or flyer 7 days prior to beginning any construction activity on each block in the project area. I ) Prepare flyer on the Contractor's letterhead and include the following information: a) Name of Project b) City Project No (CPN) c) Scope of Project (i.e. type of construction activity) d) Actual construction duration within the block c) Name of the contractor's foreman and phone number f) Name of the City's inspector and phone number g) City's after-hours phone number 2) A sample of the `pre -construction notification' flyer is attached as Exhibit A. 3) Submit schedule showing the construction start and finish time for each block of the project to the inspector. 4) Deliver flyer to the City Inspector for review prior to distribution. b. No construction will be allowed to begin on any block until the flyer is delivered to all residents of the block. I. Public Notification of Temporary Water Service Interruption during Construction 1. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. 2. Prepared notice as follows: Cr1'Y OF FORT WORTH Fort Worth EMPVTP I H.SP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised December 20, 2012 01 35 13 - 5 SPECIAL PROJECT PROCEDURES Page 5 of 6 a. The notification or flyer shall be posted 24 hours prior to the temporary interruption. b. Prepare flyer on the contractor's Ietterhead and include the following information: ) Name of the project 2) City Project Number 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number c. A sample of the temporary water service interruption notification is attached as Exhibit B. d. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. e. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. f. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. J. Coordination with United States Army Corps of Engineers (USACE) At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. K. Coordination within Railroad Permit Areas At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates £ Other employees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental information needed to comply with the railroad's requirements. 3. Railroad FIagmen a. Submit receipts to City for verification of working days that railroad flagmen were present on Site. L. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of slurry. M. Employee Parking 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH Fort North ErL WTP I IISP-11-20 and hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised December 20, 2012 0135 13 - 6 SPECIAL PROJECT PROCEDURES Page 6 of 6 1.5 SUBMITTALS [NOT USED 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS SNOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE, 8/31/2012 D. Johnson 1.4.B — Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E --- Added Contractor responsibility for obtaining a TCFQ Air Pen -nit CITY OF FORT WORTH Fort Worth E WTP 1 HSI'-H-20 and hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised December 20, 2012 014523-1 TESTING AND INSPECTION SERVICES Page I oft SECTION 0145 23 TESTING AND INSPECTION SERVICES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1, None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. CITY OF FORT WORTH Port Worth Gi41WTP I HSP-H-20 and Hydro Tank STANDAI?D CONSTRUCTION SPECIFICA711ON DOCUMENTS City Project Mfmber: 100277 Revised July 1, 2011 014523-2 TESTING AND INSPECTION SERVICES Page 2 of2 2) UpIoad test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION jNOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Port Worth LMWTP I HSP-H-20 and Hydro Tank STAMAIW CONSTRUCTION SPECIFICATION DOCUMENTS City Prgject Number: 100277 Revised July I, 2011 01 50 00 - 1 TEMPORARY FACILITIES AND CONTROLS Pagel of4 SECTION 0150 00 Iu�fl;t�77::'/I:�i11ilYMhlyhNlfiila![Y:t�lrf.� PART1- GENERAL 1.1 SUMMARY A. Section Includes: Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USEDI 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination CITY OF FORT WORTH Ford Worth EjWfV'TP 1 HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projcct Number: 100277 Revised July 1, 2011 Ot 5000-2 TEMPORARY FACILITIES AND CONTROI.s Page 2 of 4 1) Contact City 1 week before water for construction is desired d. Contractor Payment for Construction Water l) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. G. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents CITY OF FORT WOR'I'11 Fort North EMWTP I HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised July 1, 201 t 015000-3 TEMPORARY FACILt1'IES AND CONTROLS Page 3 of 4 E. Dust Control 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on -call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSJNFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY ]NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. CITY OF FORT WORTH Fort Worth LMWTP 1 HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised July 1, 2011 01 50 00 - 4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 3.5 [REPAIR] 1 [RESTORATION] 3.6 RE -INSTALLATION 3.7 FIELD EoR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED1 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities 1, Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CiIY OF FORT WORTH Fort Worth EAJVTI' 1 HSP-11-20 and hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised duly 1, 2011 01 55 26 - l STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Pagel of 3 SECTION 01 55 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative procedures for: a. Street Use Permit b. Modification of approved traffic control c. Removal of Street Signs B. Deviations from this City of Fort Worth Standard Specification L None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I — General Requirements 3. Section 34 71 13 — Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment I. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 1.4 ADMINISTRATIVE REQUIREMENTS A. Traffic Control 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. CITY OF FORT WORTH Fort Worth EMWTIJ 1 HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised July 1, 2011 01 55 26 - 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1) Allow a minimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control L Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Street Sign If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City's Buzzsaw website. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORT11 fort Worth EAIIWTP I HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised July 1, 2011 01 55 2G - 3 STREET USE PERMIT AND MODIFICATIONS '1'0TRAFFIC CONTROI, Page 3 of3 Revision Lag DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Port Worth EMWTP I HSP H-20 and Hydro Tonk STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Numher: 100277 Revised July 1, 2011 015713-1 STORM WATER POLLUTION PREVENTION Pagel of 3 SECTION 0157 13 STORM WATER POLLUTION PREVENTION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 -- Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 General Requirements 3. Section 3125 00 — Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l . Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than I acre of disturbance a. Measurement and Payment shall be in accordance with Section 3125 00. flfcIERITxT3I.1 oterej &i A. Abbreviations and Acronyms I . Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH Ford Worth F-MWTP I H.SP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised July 1, 2011 01 57 13-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 31 25 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR 150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP 1. Submit in accordance with Section 01 33 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review CITY OF PORT WORTH fort 6Vorth ENfWTP I HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised July 1, 2011 01 57 13-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 01 33 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Fort Worth EMWTP I LISP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised July I, 2011 0158 13 - 1 TEMPORARY PROJECT SIGNAGE Page 1 of 4 SECTION 0158 13 TEMPORARY PROJECT SIGNAGE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Temporary Project Signage Requirements B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number. 100277 Revised July 1, 2011 015813-2 TEMPORARY PROJECT SIGNAGE Page 2 of 4 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [OR] OWN ER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City's Standard Details for project signs. B. Materials 1. Sign a. Constructed of %-inch fir plywood, grade A-C (exterior) or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised July 1, 2011 015813-3 TEMPORARY PROJECT SIGNAGE Page 3 of 4 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.4 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. General 1. Maintenance Will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Fart Worth FMWTP 1 NSA-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100217 Revised July 1, 2011 015813-4 TEMPORARY PROJECTS IGNAGE Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised July 1, 2011 SECTION O1 60 00 PRODUCT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: O l 60 00 - 1 PRODUCT REQUIREMENTS Page 1 of 2 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. A list of City approved products for use is Iocated on Buzzsaw as follows: 1. Resources102 - Construction Documents\Standard Products List B. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. Any subsequently approved products will only be allowed for use upon specific approval by the City. C. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. D. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. E. See Section 0133 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH Port Worth EMWTP I HSP-IH 20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: I00277 Revised December 20, 2012 01 60 00 - 2 PRODUCT REQUIREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/ 12112 D. Johnson Modified Location of City's Standard Product List CITY OF FORT WORTH Fort Worth EMWTP I II5P-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prgject Number: 100277 Revised December 20, 2012 01 66 00 - I PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification I. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements I. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH Fort Worth E11WTP 1 HST-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Naunher: 100277 Revised July 1, 2011 016600-2 PRODUCT STORAGE AND HANDLING REQIJIREMENTS Page 2 of 4 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions, C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. 5. Provide off -site storage and protection when on -site storage is not adequate. a. Provide addresses of and access to off -site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. CITY OF FORT WORTH Fort Worth GMWTP 1 IISP-II--20 and hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projecl Number: 100277 Revised July 1, 2011 01 66 00 - 3 PRODUCT STORAGE AND HANDLING REQUIREMF.,NT'S Page 3 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [ox] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non -Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Fort Worth CIYIWTP I tISP41-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised July 1, 2011 01 66 00 - 4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Tog DATE NAME SUMMARY OF CHANGE CITY OF FORT WORT[ I fort Worth L,"MWTP I LISP-H--20 and Hydro Tank STANDARD CONSTRUCTION SPECIFTCATION DOCUMENTS City Project Number: 100277 Revised July 1, 2011 01 70 00 - 1 SECTION 0170 00 MOBILIZATION AND REMOBILIZATION PART1- GENERAL 1.1 SUMMARY A. Section Includes: MOBILIZATION AND REMOBILIZATION Page 1 of 4 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number. 100277 Revised November 22, 2016 017000-2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 b) Stand-by or idle time c) Lost profits B. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor's operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1—General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment [Consult City Department/Division for direction on if Mobilization pay item to be included or the item should be subsidiary. Include the appropriate Section 1.2 A. 1.] Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement CITY OF FORT WORTH Fort Worth FMWTP 1 HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised November 22, 2016 017000-3 MOBILIZATION AND RLIVIOBILIZATION Page 3 of 4 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Specified Remobilization" in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 3. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Emergency Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.4.a) CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number. 100277 Revised November 22, 2016 017000-4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.3 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 11/22/16 Michael Owen 1.2 Price and Payment Procedures - Revised specification, including blue text, to make specification flexible for either subsidiary or paid bid item for Mobilization. CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised November 22, 2016 01 71 23-1 CONSTRUCTION STAKING AND SURVEY Page 1 of S SECTION 01 71 23 :K�I►691.Y:ilI�JI Y.[�)►fy11/:�:� f►[ef:�� l �7.Y�l:t��;�/ PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specification 1. 1.2.A.1.a.1) 2. 1.2.A.1.b.1) 3. 1.2.A.I.b.2) 4. 1.2.A.3.a.1) 5. 1.2.A.3.b.I) 6. 1.2.A.3.b.2) C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Staking a. Measurement 1) Measurement for- this Item shall be by lufnp sum. 2) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be- paid for- at the itt o bid for- «runs,..,,,,.,., Staking" are subsidiary to the various Items bid and no other compensation will be allowed. -2) Payment fvr- "Cvirstin-l6tion Staking" shall be made in pai:tial payments sum item. c. The price bid shall include, but not be limited to the following: 1) Verification of control data provided by City. 2) Placement, maintenance and replacement of required stakes and markings in the field. 3) Preparation and submittal of construction staking documentation in the form of "cut sheets" using the City's standard template. 2. Construction Survey a. Measurement l) This Item is considered subsidiary to the various Items bid. b. Payment CITY OF FORT WORTII Fort Worth EMWTP 1 TISP-11--20 and llydro Tank STANDARD CONSTRICTION SPECIFICATION DOCUMENTS City Project Nasmber: 100277 Revised February 14, 2018 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 3. As -Built Survey a. Measurement 1) . This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. shall be paid for a the—lranP SUM pnee bid-fer "ASBlailtSuTV 2) Payment for "Construction Staking" shall be, made in partial payme item c. The price bid shall include, but not be limited to the following:: 1) Field measurements and survey shots to identify location of completed facilities. 2) Documentation and submittal of as -built survey data onto contractor redline plans and digital survey files. 1.3 REFERENCES A. Definitions 1. Construction Survey - The survey measurements made prior to or while construction is in progress to control elevation, horizontal position, dimensions and configuration of structures/improvements included in the Project Drawings. 2. As -built Survey The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of a project. 3. Construction Staking — The placement of stakes and markings to provide offsets and elevations to cut and fill in order to locate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated on the plans. 4. Survey "Field Checks" Measurements made after construction staking is completed and before construction work begins to ensure that structures marked on the ground are accurately located per Project Drawings. B. Technical References 1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw website) — 01 71 23.16.0 ] Attachment A Survey Staking Standards 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available on City's Buzzsaw website). 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land Surveying in the State of Texas, Category 5 CITY OF FORT WORTH Fort North EA4WTP I H.SP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMLNfS City Project Number: 100277 Revised February 14, 2018 01 71 23 - 3 CONSTRUCTION STAKING AND SURVEY Page 3 of S 1.4 ADMINISTRATIVE REQUIREMENTS A. The Contractor's selection of a surveyor must comply with Texas Government Code 2254 (qualifications based selection) for this project. 1.5 SUBMITTALS A. Submittals, if required, shall be in accordance with Section 0133 00. B. All submittals shall be received and reviewed by the City prior to delivery of work. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Field Quality Control Submittals 1. Documentation verifying accuracy of field engineering work, including coordinate conversions if plans do not indicate grid or ground coordinates. 2. Submit "Cut -Sheets" conforming to the standard template provided by the City (refer to 01 71 23.16,01 — Attachment A Survey Staking Standards). 1.7 CLOSEOUT SUBMITTALS B. As -built Redline Drawing Submittal 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of constructed improvements signed and sealed by Registered Professional Land Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 Attachment A Survey Staking Standards) . 2. Contractor shall submit the proposed as -built and completed redline drawing submittal one (1) week prior to scheduling the project final inspection for City review and comment. Revisions, if necessary, shall be made to the as -built redline drawings and resubmitted to the City prior to scheduling the construction final inspection. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Construction Staking 1, Construction staking will be performed by the Contractor. 2. Coordination a. Contact City's Project Representative at least one week in advance notifying the City of when Construction Staking is scheduled. b. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes. If City surveyors are required to re -stake for any reason, the Contractor will be responsible for costs to perform staking. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed disturbed or omitted that the contracted Work cannot take place then the Contractor will be required to stake or re -stake the deficient areas. B. Construction Survey 1. Construction Survey will be performed by the Contractor. CITY OF PORT WORTH Fort Worth EMWTP I HSP-H-20 and hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised February 14, 2018 017123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 2. Coordination a. Contractor to verify that horizontal and vertical control data established in the design survey and required for construction survey is available and in place. General a. Construction survey will be performed in order to construct the work shown on the Construction Drawings and specified in the Contract Documents. b. For construction methods other than open cut, the Contractor shall perform construction survey and verify control data including, but not limited to, the following: 1) Verification that established benchmarks and control are accurate. 2) Use of Benchmarks to furnish and maintain all reference lines and grades for tunneling. 3) Use of line and grades to establish the location of the pipe. 4) Submit to the City copies of field notesused to establish all lines and grades, if requested, and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City, if requested, to verify the guidance system and the line and grade of the carrier pipe. 6) The Contractor remains fully responsible for the accuracy of the work and correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to the City. 9) If the installation does not meet the specified tolerances (as outlined in Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct the installation in accordance with the Contract Documents. C. As -Built Survey 1, Required As -Built Survey will be performed by the Contractor. 2. Coordination a. Contractor is to coordinate with City to confirm which features require as - built surveying. b. It is the Contractor's responsibility to coordinate the as -built survey and required measurements for items that are to be buried such that construction activities are not delayed or negatively impacted. c. For sewer mains and water mains 12" and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and take as -built survey alter the facility has been buried. The Contractor is responsible for the quality control needed to ensure accuracy. 3. General a. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features during the progress of the construction including the following: 1) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 250 linear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. CITY OF FORT WORTH Fort Worth l MW71' 1 HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised February 14, MIS 01 7t 23 - 5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 (3) Fire line tee (4) Plugs, stub -outs, dead-end lines (5) Casing pipe (each end) and all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines (non -gravity facilities) at the following locations: (1) Minimum every 250 linear feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, etc. 3) Stormwater — Not Applicable b. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features after the construction is completed including the following: 1) Manholes a) Rim and flowline elevations and coordinates for each manhole 2) Water Lines a) Cathodic protection test stations b) Sampling stations c) Meter boxes/vaults (All sizes) d) Fire hydrants e) Valves (gate, butterfly, etc.) f) Air Release valves (Manhole rim and vent pipe) g) Blow off valves (Manhole rim and valve lid) h) Pressure plane valves i) Underground Vaults (1) Rim and flowline elevations and coordinates for each Underground Vault. 3) Sanitary Sewer a) Cleanouts (1) Rim and flowline elevations and coordinates for each b) Manholes and Junction Structures (1) Rim and flowline elevations and coordinates for each manhole and junction structure. 4) Stormwater Not Applicable 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE1 CONDITIONS [NOT USED] 1.12 WARRANTY PART 2 - PRODUCTS A. A construction survey will produce, but will not be limited to: 1. Recovery of relevant control points, points of curvature and points of intersection. 2. Establish temporary horizontal and vertical control elevations (benchmarks) sufficiently permanent and located in a manner to be used throughout construction. 3. The location of planned facilities, casements and improvements. a. Establishing final line and grade stakes for piers, floors, grade beams, parking areas, utilities, streets, highways, tunnels, and other construction, CITY OF FORT WORTH Fort Worth EiWWTP I H.SP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised February 14, 2018 01 71 23 - 6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 b. A record of revisions or corrections noted in an orderly manner for reference. c. A drawing, when required by the client, indicating the horizontal and vertical location of facilities, easements and improvements, as built. 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all construction staking projects. These cut sheets shall be on the standard city template which can be obtained from the Survey Superintendent (817-392-7925). 5. DigitaI survey files in the following formats shall be acceptable: a. AutoCAD (.dwg) b. ESRT Shapefile (.shp) c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use standard templates, if available) 6. Survey files shall include vertical and horizontal data tied to original project control and benchmarks, and shall include feature descriptions 3.1 INSTALLERS A. Tolerances: The staked location of any improvement or facility should be as accurate as practical and necessary. The degree of precision required is dependent on many factors all of which must remain judgmental. The tolerances listed hereafter are based on generalities and, under certain circumstances, shall yield to specific requirements. The surveyor shall assess any situation by review of the overall plans and through consultation with responsible parties as to the need for specific tolerances. a. Earthwork: Grades for earthwork or rough cut should not exceed 0. I ft. vertical tolerance. Horizontal alignment for earthwork and rough cut should not exceed 1.0 ft. tolerance. b. Horizontal alignment on a structure shall be within .0.1 ft tolerance. c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and walkways shall be located within the confines of the site boundaries and, occasionally, along a boundary or any other restrictive line. Away from any restrictive line, these facilities should be staked with an accuracy producing no more than 0.05ft. tolerance from their specified locations. d. Underground and overhead utilities, such as sewers, gas, water, telephone and electric lines, shall be located horizontally within their prescribed areas or easements. Within assigned areas, these utilities should be staked with an accuracy producing no more than 0.1 ft tolerance from a specified location. e. The accuracy required for the vertical location of utilities varies widely. Many underground utilities require only a minimum cover and a tolerance of 0.1 ft. should be maintained. Underground and overhead utilities on planned profile, but not depending on gravity flow for performance, should not exceed 0.1 ft. tolerance. B. Surveying instruments shall be kept in close adjustment according to manufacturer's specifications or in compliance to standards. The City reserves the right to request a calibration report at any time and recommends regular maintenance schedule be performed by a certified technician every 6 months. CITY OF FORT WORTH Fort YYorth FWT1' I HSI'-H-20 crnd Hydra Tank STANDARD CONSTRUCTION SPF.CIF'ICATION DOCUMENTS City Project Number: 100277 Revised F'ehrunry 14, 2018 0[7i 23-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 1. Field measurements of angles and distances shall be done in such fashion as to satisfy the closures and tolerances expressed in Part 3.I.A. 2. Vertical locations shall be established from a pre -established benchmark and checked by closing to a different bench mark on the same datum. 3. Construction survey field work shall correspond to the client's plans. Irregularities or conflicts found shall be reported promptly to the City. 4. Revisions, corrections and other pertinent data shall be logged for future reference. 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR / RESTORATION A. If the Contractor's work damages or destroys one or more of the control monuments/points set by the City, the monuments shall be adequately referenced for expedient restoration. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. a. Contractor shall perform replacements and/or restorations. b. The City may require at any time a survey "Field Check" of any monument or benchmarks that are set be verified by the City surveyors before further associated work can move forward. 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD loRI SITE QUALITY CONTROL A. It is the Contractor's responsibility to maintain all stakes and control data placed by the City in accordance with this Specification. This includes easements and right of way, if noted on the plans. B. Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP A. Survey Checks 1. The City reserves the right to perform a Survey Check at any time deemed necessary. 2. Checks by City personnel or 3`d party contracted surveyor are not intended to relieve the contractor of his/her responsibility for accuracy. CITY OF FORT WORTH Fort Worth EMWT1' I HSP-H 20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Numher: 100277 Revised February I4, 20I8 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 017123-8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 3.11 CLOSEOUT ACTIVITIES [NOT USED 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE -NAME SUMMARY OF CIIANGE 8/31/2012 D. Johnson Added instruction and modified measurement & payment under 1.2; added 8/31/2017 M. Owen definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements; modified 1.9 Quality Assurance; added PART 2 — PRODUCTS ; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup. Removed "blue text'; revised measurement and payment sections for Construction Staking and As -Built Survey; added reference to selection compliance with TGC 2/14/2018 M Owen 2254; revised action and Closeout submittal requirements; added acceptable depth measurement criteria; revised list of items requiring as -built survey "during" and "after" construction, and revised acceptable digital survey file format CITY OF PORT WORTH Fort Worth EMPVTP I HSP H 20 and Hydro Rink STANDARD CONSTRUCTION SPLCIFICATION DOCUMENTS City Project Alumher: 100277 Revised February 14,2018 SECTION 0174 23 CLEANING PARTI- GENERAL 1.1 SUMMARY 01 7423- 1 GLEANING Page I of A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: I. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 32 92 13 Hydro -Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH Fart Worth 1sdlIWTP I HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICA`1'ION DOCUMENTS City Project Number: 100277 Revised July 1, 2011 01 74 23 - 2 CLEANING Page 2 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USEDI 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED[ PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR 1 RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF F0R"1' WORTH Fort Worth EAfWTP I F75P-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICA'f1ON DOCUMENTS City Project Number: 100277 Revised July 1, 2011 017423-3 CLEANING Page 3 of 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on -site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Interior Final Cleaning 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials from sight -exposed surfaces. 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. Clean permanent filters and replace disposable filters if units were operated during construction. b. Clean ducts, blowers and coils if units were operated without filters during construction. 6. Replace all burned out Iamps. 7. Broom clean process area floors. 8. Mop office and control room floors. D. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re -seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. CITY OF FORT WORTH Fort Worth EA4WTP I H.SP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised July 1, 2011 01 74 23 - 4 CLEANING Page 4 of 4 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION (NOT USEDI 3.13 MAINTENANCE [NOT USED] 3.1.4 ATTACHMENTS (NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF PORT WORTH Fart 6Vorth EMWTP 1115P-11-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projeet Nvrnber: 100277 Revised July 1, 2011 011S00-1 SECTION 0175 00 STARTING AND ADJUSTING PART1- GENERAL 1.1 SUMMARY A. General STARTING AND ADJUSTING Page 1 of 5 1. Provide step-by-step procedures for starting provided systems, including equipment, pumps and processes. 2. Provide pre -start up inspections by equipment manufacturers. 3. Provide instruction and demonstration of operation, adjustment, and maintenance of each system and the component parts. 4. Place each system in service and operate the system to prove performance and to provide for initial correction of defects in workmanship, calibration, and operation. 5. Provide for initial maintenance and operation. 6. Cost for Starting and Adjusting provided by Suppliers and Subcontractors as described in this section are to be included in the Cost of Work. B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES A. Reference Standards 1. Reference the current standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Comply with any standards associated with the testing or startup of equipment, as listed in the various sections of the Specifications. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. Plan of Action 1. For testing, checking, and starting major equipment and process piping systems. Submit reports as required by this specification. C. Equipment Installation Reports D. Operation and Maintenance Manuals 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Services of Supplier's Representatives 1. The Supplier's representative for inspection, supervision of installation, and training must be an experienced and competent technical (not sales) representative of the manufacturer or Supplier. 2. Perform installation, adjustment, and testing of the equipment under the direct supervision of the Supplier's representative where specified. 3. The Supplier's representative is to instruct the Owner or his authorized personnel on operational procedures and maintenance requirements. CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydra Tank City Project Number. 100277 0175 00 - 2 STARTING AND ADJUSTING Page 2 of 5 4. Include the cost of the services of the Supplier's representative in the equipment price. B. Operator Training 1. Provide instruction and demonstration of the care and operation of the equipment to the Owner's personnel. Instruction is to include classroom and hands-on training. 2. Provide training in adequate detail to ensure that the trainees who complete the program will be qualified and capable of operating and maintaining the equipment, products, and systems provided. 3. Operations Training is to include but not be limited to: a. Orientation to provide an overview of system/subsystem configuration and operation. b. Terminology, nomenclature, and display symbols. c. Operations theory. d. Equipment appearance, functions, concepts, and operation. e. Operating modes, practices and procedures under normal, diminished, and emergency conditions. f. Start-up and shutdown procedures. g. Safety Precautions. h. On-the-job operating experience for monitoring functions, supervisory, or command activities. Include functions and activities associated with diminished operating modes, failure recognition, and responses to system/subsystem and recovery procedures. i. Content and use of Operation and Maintenance manuals and related reference materials. 4. Provide training for performing on -site routine, preventive, and remedial maintenance of the equipment, product, or system. Maintenance training is to include but not be limited to: a. Orientation to provide an overview of system/subsystem concept, configuration, and operation. b. Operations theory and interfaces. c. Instructions necessary to ensure a basic theoretical and practical understanding of equipment appearance, layout and functions. 5. Safety precautions. a. Use of standard and special tools and test equipment. b. Adjustment, calibration, and use of related test equipment. c. Detailed preventive maintenance activities. d. Troubleshooting, diagnostics, and testing. e. Equipment assembly and disassembly. f. Repair and parts replacement. g. Paris ordering practices and storage. h. Failure and recovery procedures. i. Cabling and/or interface connectors. j. Content and use of Operation and Maintenance manuals and related reference materials. k. Procedures for warranty repairs. I. Lubrication. CITY OF FORT WORTH Fort Worth EMWTP 2 HSP-H-20 and Hydro Tank City Project Number. 100277 0175 00 - 3 STARTING AND ADJUSTING Page 3 of 5 m. Procedures, practices, documentation, and materials required to commence system maintenance. 5. Provide a training plan that indicates the schedule and sequence of the training programs. The training plan is to include for each course: a. Number of hours for the course. b. Agenda and narrative description, including the defined objectives for each lesson. c. Draft copy of training handbooks. d. A descriptive listing of suggested reference publications. e. Audio-visual equipment required for training. f. Type and number of tools or test equipment required for each training session. 7. Provide and use training aids to complement the instruction and enhance learning. a. Provide training handbooks for use in both the classroom and the hands-on phases of training for each course. b. Instructional materials shall include references to the Operation and Maintenance Manuals and identify and explain the use of the manual. c. Provide a copy of all audio/visual training materials used in the presentations. S. Provide qualified instructors to conduct the training. a. Instructors must have knowledge of the theory of operation and practical experience with the equipment, product, or system. b. Instructors must have successfully conducted similar training courses. 9. Training may be recorded by the Owner or its consultants for use in future training. Provide legal releases or pay additional fees required to allow training by the manufacturer to be recorded. 10. Schedule for training is to be approved by Owner. a. Schedule training and start-up operations for no more than one piece of equipment or system at a time. b. Owner may require re -scheduling of training if operations personnel are not available for training on a scheduled date. c. Provide a minimum of 2 weeks' notice if training must be rescheduled. d. Training is to be limited to 24 hours per week. e. Time required for training is to be considered in the development of the Project schedule. 11. Schedule and coordinate training for equipment, products, or systems which depend upon other equipment or systems for proper operation so that trainees can be made familiar with the operation and maintenance of the entire operating system. 12. Conduct a training course for the equipment products and systems provided for the Project. Training is to be adequate to meet the training objectives described above. Details for training will be established in the project specifications for that equipment. Cost for training and start up will be included in the Cost of Work for each equipment package. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS A. Do not start or test any apparatus until the complete unit has been installed and thoroughly checked. CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank City Project Number: 100277 017500-4 STARTING AND ADJUSTING Page 4 of 5 B. A representative of the Supplier shall be in attendance of tests and start-up procedures when required by these Specifications. 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES A. Testing Instrumentation 1. Furnish any instrument or other testing devices needed to conduct tests according to all applicable requirements. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Inspect equipment prior to placing any equipment or system into operation. Make adjustments as necessary for proper operation. 1. Check for adequate and proper lubrication. 2. Determine that parts or components are free from undue stress from structural members, piping or anchorage. 3. Adjust equipment for proper balance and operations. 4. Determine that vibrations are within acceptable limits. 5. Determine that equipment operates properly under full load conditions. 6. Determine that the equipment is in true alignment. B. Have the Supplier's representative present when the equipment is placed in operation. 1. The Representative is to be on -site as often as necessary for proper and trouble free operation. 2. Ensure that the proper procedure is employed in start up of systems. C. Provide Equipment Installation Reports for Equipment. 1. Certify that the equipment and related appurtenances have been thoroughly examined and approved for start-up and operation. 2. Include the date when Owner's personnel were instructed in the proper operation and maintenance of the equipment in the report. 3.3 PREPARATION [NOT USED] 3.4 ERECTION/INSTALLATION/APPLICATION [NOT USED] 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP A. Refer to the individual sections of the specifications for specific start up procedures. B. Initial Operation 1. Start, test, and place equipment and systems into operation for 30 days to allow the Owner and Engineer to observe the operation and overall performance of the equipment and to determine that controls function as intended. CITY OF FORT WORTH Fort Worth FMWTP 1 HSP-H-20 and Hydro Tank City Project Number: 100217 017500-5 STARTING AND ADJUSTING Page 5 of 5 2. Equipment which operates on a limited or part-time basis shall be operated in the presence of the Engineer to demonstrate that controls function as specified. 3. Perform acceptance test as specified in individual specification sections. Demonstrate that equipment and systems meet the specified performance criteria. 4. Unless specifically stated otherwise in the individual equipment specifications, equipment and systems are not substantially complete until the end of this initial operation period. If an exception to this requirement is specifically noted in an individual equipment specification, the exception shall only apply to that particular piece of equipment and not to the remaining components provided under the Project. 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. Maintain equipment until the Project is accepted by the Owner. 1. Insure that mechanical equipment is properly greased, oiled, or otherwise cared for as recommended by the Supplier. 2. Operate air handling equipment only when filters are in place and are clean. Change filters weekly during construction. B. Service equipment per the Supplier's instructions immediately before releasing the equipment to the Owner. 1. Replace replaceable filters and clean permanent filters associated with air handling units or other packaged equipment. 2. Remove and clean screens at strainers in piping systems. 3. Clean insects from intake louver screens. 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank City Project Number: 100277 01 77 19 - 1 CLOSEOUT R 3QURRFW,NTS Page 1 of SECTION 01 7719 CLOSEOUT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. ReIated Specification Sections include, but are not necessarily limited to: 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative, CITY OF FORT WORTH Fort Worth GIYIWTP I HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMF.NTS City Project Number: 100277 Revised July 1, 2011 017719-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED[ PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 01 78 39 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 7423. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion CITY OF FORT WORTH Fort Worth EMWTP I HV-H-20 and Hydra Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised July 1, 2011 OI7719-3 CLOSEOUT R ?QUIREMENTS Page 3 of 3 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation I. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [ox] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED1 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WOWUI Fort Worth FA4TVTP 1 HSP-11--20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised July I, 2011 017823-1 OPERATION AND MAINTENANCE DATA Page 1 of SECTION 0178 23 OPERATION AND MAINTENANCE DATA PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division t —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 . All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form I . Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8'/2 inches x I 1 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH Ford Worth F-)WVTP 1 HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised December 20, 2012 01 78 23 - 2 OPERATION AND MAINTENANCE DATA Page 2 of 5 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly -leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assurc correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF PORT WORTH Fort Worth F,MWTP 1 HSI--H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised December 20, 2012 01 78 23 - 3 OPERATION AND MAINTENANCE DATA Page 3 of 5 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final -form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut -down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions £ Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH Fort Worlh EMWTP I HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Numher: 100277 Revised December 20, 2012 017823-4 OPP;RAI'ION AND MAINTENANCE DATA Page 4 of 5 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS INOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH Fort Worth EMWTP I IISP-11--20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised December 20, 2012 017823-5 OPERATION AND MAINTENANCE, DATA Page 5 of 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 9/31/2012 D. Johnson 1.5.A.1 — title of section removed CITY OF FORT WORTH Fort North EAIIWTP I HSP-H--20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised December 20, 20I2 SECTION 0178 39 PROJECT RECORD DOCUMENTS PARTI- GENERAL 1.1 SUMMARY 01 78 39 - 1 PROJECT RECORD DOCUMENTS Page 1 of 5 A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth ,Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 -- Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] IMAR1110- I fl W 1►.!-M A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative, 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. CITY OF FORT WORTH Fort Worth Er14WTP 1 HSP-H-20 and Hydro Tank STANDARD CONSTRUCTION SPFCIFICATION DOCUMENTS City ProjectNumher: 100277 Revised July 1, 2011 01 78 39 - 2 PROJECT RECORD DOCUMENTS Page 2 of S 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents, 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. CITY OF FORT' WOKTII Fort Worth EjWWTP I HSP-H-20 and Hydro Tank STANDARD CONSTRUCTTON SPECIFICATION DOCUMENTS City Project Number: 100277 Revised July 1, 2011 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 5 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. CITY OF FORT WORTH Tort Worth EMIYTP I LISP-II-20 and Hydi o Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cady Project Number: 100277 Revised July 1, 2011 01 78 39 - 4 PROJECT RECORD DOCUMENTS Page 4 of 5 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. c. Call attention to each entry by drawing a "cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED I 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USEDI 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES ]NOT USED] 3.12 PROTECTION ]NOT USED] 3.13 MAINTENANCE [NOT USED] 314 ATTACHMENTS [NOT USED] END OF SECTION CffY OF FORT WORTH Fort Worth EMWTP 1 H.SP-H-20 and Hydro Tank STANDARD CONSTRUCTTON SPECTFICATTON DOCUMENTS City Prgject Number: 100277 Revised July 1, 2011 01 78 39 - 5 PROJECT RECORD DOCUMENTS Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF PORT WORTH fart Worth EjWWTP I LISP-II-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 Revised July 1, 2011 DIVISION 0 FINISHES 099600.01-1 HIGH PERFORMANCE COATINGS Page 1 of 12 09 96 00.01 HIGH-PERFORMANCE COATINGS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to apply protective coatings to material and equipment as specified herein, including the preparation of surfaces prior to application of coatings. B. Protective coatings are special coatings to be used at specific locations or on specific surfaces as indicated herein and are complementary to the coating surfaces specified, except those which are specifically noted not to receive a coating finish, shall be covered by a paint system as specified in this Section. C. Protective coatings shall be applied to the following surfaces: 1. New piping a. Discharge piping located at HSP-H-20 b. Column piping of HSP-H-20 c. Discharge piping at HSP-H-18, HSP-H-19 d. New valves and appurtenances D. Contain, treat, and dispose of any dust, spray, drainage, or spillage resulting from coating operations. It shall be the Contractor's responsibility to determine if the materials to be disposed of are classified as Hazardous Waste. Disposed of waste, hazardous or otherwise, shall be in accordance with applicable regulations. The Contractor shall be aware of and understand the regulations concerning disposal of waste generated by coating operations. 1.02 QUALITY ASSURANCE A. Acceptable Manufacturers: Products which comply with the Contract Documents and are manufactured by the following companies will be acceptable: 1. Tnemec Company, Inc. 2. Carboline. 3. Ameron International Performance Coatings and Finishes Group. 4. The Sherwin-Williams Company. 5. International Paint, LLC. 6. ICI Devoe High Performance Coatings. 7. Plasite Protective Coatings. B. Applicator's Qualifications: Applicators must be qualified in this line of work and have a minimum of 5 years' experience in the application of the protective coatings of the types specified herein. Submit a list of recent projects and names of references for those projects. CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank City Project Number. 100277 099600.01-2 HIGH PERFORMANCE COATINGS Page 2 of 12 C. Product Quality: 1. Use only the coatings specified in this Section. Use only those thinners and solvents recommended by the manufacturer, only in the amounts necessary to produce the manufacturer's recommended spreading rate, and in amounts not exceeding the maximum quantities stated in the manufacturer's literature. 2. The coating material shall not show excessive settling in a freshly opened full can and shall be easily re -dispersed with a paddle to a smooth, homogeneous state. It shall show no curdling, livering, caking, or color separation and shall be free of lumps or skim surfaces. D. Testing: Protective coatings shall be applied under quality control procedures, which include inspection of surface preparation and for each coat. Do not proceed with the next step until the Engineer has approved the previous step. The Contractor shall be solely responsible for testing for this Section, at no further cost to the Owner. The Engineer shall also make such tests if it is considered necessary. Cooperate with the Engineer, providing equipment, scaffolds, and other equipment as requested by the Engineer. Testing Equipment: Furnish the testing apparatus necessary fortesting coatings, including the following: 1. One set of U.S. Department of Commerce thickness calibration plates, certified by the National Bureau of Standards, to test dry film thickness. 2. Five wet -film thickness gauges. Give one to Owner's representative. Each painter shall keep one to test paint as it is applied. 3. One dry -film thickness gauge, Mikrotest III, 0 - 40 mils with calibration standard approved by the Bureau of Standards. 4. One Bacharach Sling Psychrometer, Model 12-7011. 5. Tinker and Rasor Model M 1 Holiday Detector and recommended wetting agent. 6. One set of SSPC VIS 1-89 Visual Standards for Abrasive Blast Cleaned Steel. F. Testing Reports: Submit an inspection report for each coating applied on the Project. The testing report shall be completed on a form furnished by the Engineer and shall bear the signature of the Contractor and the Owner's representative. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Submittal Procedures" and shall include: 1. Manufacturer's Product Data sheet for each paint type, including surface preparation requirements, recommended spreading rates, application procedures, recommended primers, and other instructions. 2. Color charts of each paint type. 1.04 STANDARDS CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank City Project Number: 100277 099600.01-3 HIGH PERFORMANCE COATINGS Page 3 of 12 A. The applicable provisions of the following standards shall apply as if written herein their entirety: 1. American National Standards Institute (ANSI), 25 West 43rd Street, New York, NY. 10036 2. National Association of Corrosion Engineers (NACE), 1440 South Creek Drive, Houston, TX. 77084-4906 3. Occupational Safety and Health Administration (OSHA), U.S., Department of Labor, 200 Constitution Avenue, NW, Washington DC 20210 4. The Society for Protective Coatings, 40 24th Street (SSPC), 6th Floor, Pittsburgh, PA. 15222-4656 In the event of a conflict between the published standards, codes, and this Section, the more stringent requirement shall govern. 1.05 DELIVERY AND STORAGE A. Deliver coating products to the Site in original unopened containers, with manufacturer's label and batch number attached. Do not apply products until the Owner's field representative has approved the product for use. Use one location at each site for the storage of coating products. Protect the floor from spills and other damage. Protect the products from extreme heat or cold. Keep containers covered. Keep the storage rooms clean of trash and debris. Dispose of oily or used rags daily. Under no circumstances shall they be allowed to accumulate. Take precautions to prevent fires. The storage of flammable liquids shall comply with the City, State, or other fire codes. 1.06 JOB CONDITIONS A. It is desired that the paint products be furnished by as few manufacturers as possible to meet the requirements of the Specifications. Coating products of the same type shall be supplied by the same manufacturer. Do not mix products from different sources. Apply finish coats in the field. The Owner shall select colors. B. Primers factory -applied to equipment shall be those specified. Where possible, notify manufacturers which shop prime coats will be required in order to be compatible with field -applied finish coats. Where equipment is purchased which has the manufacturer's standard primer or a factory finish which is other than as specified in this section, remove the factory -applied paint system or apply passivators or other special coatings as required to make the surface compatible with the finish coat specified. C. Do not apply any coating to machinery, piping, or other surfaces before testing has been completed and systems approved. Any damage to coatings resulting from subsequent corrective procedures shall be stripped back to bare metal and repainted with the appropriate paint system as directed by the Engineer. D. Surfaces which will be inaccessible after installation shall be coated prior to installation, or shall be coated and approved in stages as the work is installed. CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank City Project Number. 100277 099600.01-4 HIGH PERFORMANCE COATINGS Page 4 of 12 E. The Engineer shall approve surfaces for application of coatings at each stage. Any material that is coated prior to the Engineer's approval shall be stripped back to bear metal and repainted. F. At least 1 week shall be allowed for drying of finished surfaces before any machinery can be placed into service. G. Do not apply coating over nameplates or other identification plaques. Mask such plates and keep protected. Remove tape and polish nameplates after painting is complete. H. Environmental Conditions: 1. Do not apply coatings under conditions that are unsuitable for the production of good results. Remove trash and debris from enclosed buildings and thoroughly clean prior to application of coatings. Do not begin application of coatings in areas where other trades are working, or where construction activities result in airborne dust or other debris. Do not apply coatings in conditions which do not conform to the recommendations of the coatings manufacturer. 2. Coatings shall only be applied when conditions fall within the parameters listed in the manufacturer's printed data. 3. Do not apply any coatings when weather conditions are unfavorable. In the event that climatic conditions are not conducive for best results, postpone application of coatings until conditions conform to the manufacturer's recommendations and the provisions of this Section. Do not apply coatings to a wet or damp surface in wet or damp weather conditions, or when there is dust in the air. Surfaces exposed to direct sunlight shall be shaded by awnings or other protective devices while coatings are being applied. When necessary, provide temporary heating devices of a type that produces no fumes which will discolor the paint system. 4. Apply coatings to surfaces which will be underwater constantly or which periodically will be under water during operation of the Project in accordance with requirements for submerged structures to a point 1 foot above the maximum water level. Mask the line of demarcation between the coating systems to a straight level line. I. Working Conditions: 1. Provide adequate lighting at any location that coatings are being applied or testing is performed. Illumination shall be of sufficient intensity to achieve good results. Provide explosion -proof lighting when required. 2. Temporary ladders and scaffolds shall conform to applicable safety requirements. Erect temporary scaffolds where needed to cover large areas. Provide ladders or scaffolding during testing procedures. 1.07 GUARANTEES A. Protective coating shall be guaranteed for a period of 2 year from the date of the Owner's acceptance of the Project. CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank City Project Number: 100277 099600.01-5 HIGH PERFORMANCE COATINGS Page 5 of 12 B. A warranty inspection shall be conducted in the eleventh month following completion of painting and coatings. Any defective work discovered at this date shall be corrected by the Contractor in accordance with the Contract Documents at no additional cost to the Owner. Other corrective measures may be required during the 2 year warranty period. 2.00 PRODUCTS 2.01 MATERIALS A. Materials shall be the manufacturer's top of line quality products, as listed herein. Products used on this project shall be as indicated below. Primers and finish coats shall be manufactured by the same manufacturer. Coatings shall be from the same batch. Products shall be as follows: Type A Alkyd-Phenollc Universal Primer Tnemec Series 1 Purple Prime Sherwin-Williams Kern Kromik Universal International Paint, LLC Interlac 573 ICI Devoe Devguard 4165 Carboline Rustbond 8HB Ameron Amercoat 185HS Type B 1 Epoxy-Polyarnide Primer Tnemec Series 66 Sherwin-Williams Copoxy Primer Intergard 251; Intergard 269 for valves and gates, International Paint, submerged structural steel and mist. metals, and LLC submerged piping ICI Devoe Debran 201 Carboline 893 Ameron Amerlock 400/2 Type C Alkyd Enamel Tnemec Series 23 Enduratone Sherwin-Williams DTM Alkyd Enamel International Paint, LLC Interlac 665 ICI Devoe Devguard 4308 Carboline DTM58 CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydra Tank City Project Number. 100277 099600.01-6 HIGH PERFORMANCE COATINGS Page 6of12 Ameron Amercoat 5450 Type Q Epoxy-Polyamide Coatings Tnemec Series 66 Sherwin-Williams Macropoxy 646 Epoxy International Paint, LLC Intergurd 475HS; Interseal 670HS for valves and gates, PVC pipe and conduit, submerged structural steel and misc. metals, and submerged piping ICI Devoe Devran 224 HS Carboline 890 Ameron Amercoat 395FD Type E Epoxy-Polyamide Coatings for Potable Wafter Series N140 Pota-Pox Plus Tnemec Sherwin-Williams Tank Clad Epoxy International Paint, LLC Interline 850 or Interseal 670HS (NSF colors) ICI Devoe Bar -Rust 233H Carboline 891 Ameron Amerlock 400/2 Type F Epoxy -Polyamide Coatings far Walkin& Surfaces Tnemec Series 66 Hi -Build Epoxoline Sherwin-Williams Tile Clad HS International Paint, LLC Interseal 670HS ICI Devoe Devoe AST 250 Non -Skid Carboline 890 Ameron Amerlock 400/2 w/886 Non -Skid Additive Type* G: High Build Acrylic Polyurethane Enamel Tnemec Series 73 Endura-Shield Sherwin-Williams Hi -Solids Polyurethane International Paint, LLC Interthane 870HS 1C1 Devoe Devthane 359 Carboline 133HB CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydra Tank City Project Number: 100277 099600.01-7 HIGH PERFORMANCE COATINGS Page 7 of 12 Ameron Amercoat 450H Type K Aliphatic Polyurethane Enamel Tnemec Series 1074 Endura-Shield II Sherwin-Williams Hi -Solids Polyurethane International Paint, LLC Interthane 990HS ICI Devoe Devthane 379UVA Carboline 134HS Ameron Amercoat 450H Type I Modilfed Acryllc Coatings Tnemec Series 29 Tuferyl Sherwin-Williams DTM Acrylic ICI Devoe Devflex 4206 Ameron Amercoat 220 Carboline 3359 International Paint, LLC Intercryl 520 Type J Silicone Aluminum Coatings For high Temperature Tnemec Series 39 Silicon Aluminum Sherwin-Williams Silver Brite Aluminum B59S8 International Paint, LLC Intertherm 50 ICI Devoe Devoe HT-12 Ameron Amercoat 878 Carboline 4674 Type LC Epoxy Concrete Cnating Tnemec Series 64H-413 Hi -Build Tneme-Tar Sherwin-Williams Tar Guard Epoxy International Paint, LLC Interzone 954 ICI Devoe Devtar 247 Ameron Amercoat 78HB Coal Tar Epoxy CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank City Project Number: 100277 099600,01-8 HIGH PERFORMANCE COATINGS Page 8 of 12 Type L ' Epoxy Can&me Coating — Hr"S Tnemec I Series 434/435 Perma-Shield System 2.02 COLOR SELECTION A. The color chart shall include the complete available range of colors, including tints and shades. The Owner shall select the colors. B. Use a multi -color system coating for any surface receiving more than one coat. Each coat shall be tinted differently from the preceding coat in a manner that will allow the various coats to be easily distinguished. Colors shall generally be from light to dark shades, but the Contractor may have the option to select tint shades to insure coats will receive adequate coverage without bleeding or otherwise showing through the preceding coat. C. Piping and equipment shall be color coded in accordance with the requirements of the Texas Commission on Environmental Quality (TCEQ). 3.00 EXECUTION 3.01 PREPARATION A. Thoroughly clean surfaces before applying coating. Where field cleaning is required, apply one coat of shop primer to the surface to protect the surface until field cleaning is performed. B. Each surface shall have a primer, except in the instance where field cleaning is required and the manufacturer's printed literature states that the coating may be applied without a primer and approval of the Engineer is obtained. Shop -applied primer shall be thoroughly cleaned of oil, grease, and other contaminants, and nicks or other defects shall be spot -primed before subsequent coats are applied. C. Thoroughly clean surfaces that are blasted of abrasive material, and apply coating to surfaces before any corrosion occurs on the surface. Apply coatings no later than the same day they are blasted. In the event that surfaces are not coated immediately after cleaning, and rust reforms on the blasted surfaces, re -blast surfaces. Remove abrasives used in the blasting operations, rust, scale, and other foreign materials accumulating from the cleaning operations from the Site. Sweep abrasive blasted surfaces clean after blasting is complete. D. The adequacy of the preparation of surfaces shall be determined by comparing the surface with SSPC Vis 1 "Pictorial Surface Preparation Standards for Painting Steel Surfaces." Prepare surfaces in accordance with the following requirements: 1. Type SP1 Near White Blasting: Surfaces shall receive one coat of sacrificial rust inhibitive shop primer to protect the surfaces until time for cleaning and preparation of surfaces at the Site. Metal surfaces shall be cleaned to a "Near White" condition by abrasive blasting in accordance with SSPC SP10 "Near White Blast Cleaning", using 16 to 35 mesh grit. Take precautions to prevent gouging and channeling of metal. The resulting surface profile shall be in accordance with the coating manufacturer's recommendations. Protect soft CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank City Project Number: 100211 099600.01-9 HIGH PERFORMANCE COATINGS Page 9 of 12 metal parts, gears or other parts of the equipment that may be damaged by the cleaning processor by the introduction of grit or dust. Replace any oils or lubricants that are contaminated by the cleaning process. Type SP1A: Equipment that contains mechanical parts that would be damaged by field cleaning may be factory -blasted to a "Near White" condition by abrasive blasting before the equipment is assembled. Apply a single coat of primer that is compatible with the next coat to the surface and allow to thoroughly cure before assembly or shipping. This type of surface preparation may only be performed on the sensitive components. All other components will be prepared in accordance with Type SP1 Near White Blasting. 3. Type SP2 Commercial Blast Cleaning: Thoroughly clean metal surfaces of mill scale, rust, and other foreign matter by abrasive blasting to gray metal in accordance with SSPC SP6 "Commercial Blast Cleaning." Perform abrasive blasting after erection, unless otherwise approved by the Engineer. 4. Type SP3 Concrete Surfaces: Thoroughly cure concrete surfaces prior to application of coatings. Allow a minimum of 30 days curing time to elapse before coatings are applied. Concrete surfaces which are scheduled to receive coatings shall be dry and shall be prepared by light abrasive blasting in accordance with SSPC SP7 "Brush Blast Cleaning." Blasting shall be sufficient to remove dirt, dust, efflorescence, oil, grease, stains, and other foreign matter and shall provide adequate surface roughening for good adhesion. 5. Type SP4 Shop Preparation of Metal Surfaces: Exterior metal surfaces, except those specified for field preparation, may be shop cleaned by blasting to a gray metal finish in accordance with SSPC SP 6 "Commercial Blast Cleaning", as described above. The blasted surface shall be primed immediately as scheduled. Type SP5 Field Preparation of Shop Primed Surfaces: Slag and weld metal accumulations and splatters not removed by the fabricator shall be removed in the field by chipping or grinding. Sharp edges shall be peened, ground or otherwise blunted. Areas adjacent to welds or any area where shop primer has been damaged shall be thoroughly cleaned in accordance with SSPC SP2 "Hand Tool Cleaning" preparation and reprimed. In order to prevent injury to surrounding painted surfaces, blast cleaning may require the use of a lower air pressure, a shorter blast distance to the surface, and shielding and masking. If damage is too extensive or uneconomical to touch up, the entire item shall be recleaned and coated in accordance with the provisions of this Section. Welds and irregular surfaces shall receive a field coat of the specified primer prior to the application of the first field coat. 3.02 APPLICATION A. Surface preparation and application of coatings shall be in accordance with applicable standards of the Society for Protective Coatings (SSPC) and the manufacturer's recommendations. Do not apply the prime coat until the Owner's field representative is notified and approval is obtained for the surface preparation. CITY OF FORT WORTH Fort Worth FMWTP 1 NSF-H-20 and Hydro Tank City Project Number: 100277 099600.01-10 HIGH PERFORMANCE COATINGS Page 10 of 12 Coating shall be applied by skilled workmen and shall be brushed out or sprayed evenly, without runs, crazing, sags, or other blemishes. Apply coating by brush or spray as noted in the Specifications. B. Apply the first coat to the surface, including cutting in around edges, before the second coat is applied. The second coat and any successive coats shall not to be applied before notifying the Owner's field representative and obtaining approval. Each coat shall be tested before the successive coat is applied. C. Each coat shall be thoroughly dry before application of the successive coat. The full drying time recommended by the manufacturer shall be allowed. Sand enamel between coats. D. Protect adjacent materials from damage, including over spray or spillage. Provide drop cloths or other protective tarps to cover floors, equipment or other adjacent materials. 3.03 PIPE PAINTING A. Paint piping exposed or occasionally exposed to the atmosphere in any location in the plant. Paint shall be of the appropriate type for the pipe material as specified. B. Paint color shall be as follows: Pipe System Description Color Treated Water Light Blue Pumps, Valve bodies, and metal bases I Color Treated Water Light Blue Other Lifies Color Compressed Air Light Green Gas Red Other Misc. Lines Light Grey Flexible couplings and other exposed machinery parts Red 3.04 FIELD QUALITY CONTROL A. Field Tests: Make wet film tests during painting operations to assure proper thicknesses of coating are being applied. After each coat has been applied, test the paint film thickness with a nondestructive, magnetic type thickness gauge. The total dry -film thickness for each coat shall not be less than 75 percent of the amount specified. If the thickness is less than 75 percent, apply additional coats until the total specified thickness is obtained. The total thickness after the final coat has been applied shall be 100 percent of the thickness specified, minimum. Apply additional coats until the specified thickness is reached or exceeded. CITY OF FORT WORTH Fort Worth FMWTP 1 HSP-H-20 and Hydro Tank City Project Number. 100277 099600.01-11 HIGH PERFORMANCE COATINGS Page 11 of 12 B. Holiday Testing: Test the entire surface of coated submerged metal structures with a holiday detector. For thickness between 10 and 20 mils (250 to 500 microns) a non-sudsing type wetting agent, as recommended by the holiday detector manufacturer shall be added to the water prior to wetting the detector sponge. Mark and repair pinholes in accordance with the manufacturer's printed instructions, then retest pinholes. No pinholes or other irregularities shall be permitted in the final coats. Areas containing holidays shall receive additional coats until tests indicate no holidays. 3.05 CLEAN AND ADJUST A. Promptly remove trash and debris resulting from painting operation from the Site. Remove drop cloths, masking tapes and other protective coverings. Remove paint spills, splatters, overlap of paint from adjacent material and other defects. Spot paint nicks and other defects. B. Remove paint containers and waste products. Thoroughly clean paint storage rooms, removing spilled paint from walls and floors. 3.06 SCHEDULES A. Protective coatings shall be applied in accordance with the following paint schedule: CITY OF FORT WORTH Fort Worth FMWTP 1 HSP-H-20 and Hydro Tank City Project Number. 100277 Lli D 0 Lm r z a a z LLA U V %LPL E o 0 0 o 0 0 E o 0000 0 ❑ tV r ri p tV Ln Ln ni Ln Lfl o ni m m .� N rV w CL n N m 0 U Y m❑❑ Y CO ❑❑ Y Q V V Y W W W U W W W V W W W U W W W U a a_ D_ a O_ a d D_ D_ -E a d d i 0 _ LL LL LL LL L L L ❑ ❑ ❑ ❑ C] d� LlJ cri ' N rrt p +--I N m o r4 cV m o F0 10 10 .0 V z N N 661 O Q Q O m (7 0 (7 CJ v OJ O O i. L L Q S6 CL m T LU Q c > O O LUo a a a O > O > O t s t r Q Q iZ L m V) V) m U) 4L Q% O Ln O u 41 W L vi O C 4J CL E x Q LU=3 cu fu #17 L E .Q Qa " o LZ I-° � a� F •Z5 -O (3j 7 U W + _Q N � W i4 d V} > W W PI 0 It z a a s a a D_ V) V] V] Ln Ln V w C) LSE Ln L.D e q Ln VS Ln Uy Ln L/1 L!n Ln Ln z to LU W6 Z LU DIVISION 6 ELECTRICAL SECTION 2.6 0126 TESTING OF ELECTRICAL SYSTEMS 1.00 GENERAL 1.01 WORK INCLUDED 2601 26 - 1 `1'ES"rING OF ELETRICAL SYSTEMS Page I of4 A. Furnish labor, material, equipment and incidentals of an independent testing agency. Testing shall be inclusive of all low voltage equipment including conductors for the project at both the Eagle Mountain Water Treatment Plant and Transfer Valve station. Testing shall include all relay protective schemes and operation of the low voltage equipment. 1.02 QUALITY ASSURANCE A. Independent testing agency shall follow all tests and recommendations in NETA Acceptance Testing Specification for all equipment provided. B. Acceptable Testing Agencies: 1. National Field Services 2. Real Power Technologies 3. Shermco Industries 4. No others shall be accepted 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00, "Submittal Procedures" and shall include: 1. ELECTRICAL QUALIFICATIONS & LIST OF TEST SUBMITTAL a. 60 days prior to any testing taking place, Contractor shall submit to the Owner/Engineer the name of the testing agency; a list of all tests to be conducted shall also be submitted at this same time. No testing shall take place until this has been submitted and approved by the Engineer. 2. ELECTRICAL TESTING PLAN a. A minimum of two (2) weeks before testing is to take place, Contractor shall submit a detailed testing plan of the different configurations to be tested for the Owner's and Engineer's approval, 3. ELECTRICAL TESTING REPORT a. A written report shall be submitted by the testing agency performing installation checks, operation and testing of low voltage equipment. This report shall certify that 1). The equipment has been properly installed, 2). Is in accurate alignment, and 3). Meets the acceptance testing specifications of NETA and the equipment manufacturer. 4). Provide a detailed list of all tests that were performed and the test results as part of the Electrical Testing Report. Northside iV 24-inch Water Transmission Main CITY OF FORT WORTH City Project Number: 100277 2601 26-2 TESTING OF ] LETRICAL SYSTEMS Page 2 of 4 5). Provide a detailed list of megger results for low voltage cables. List should include circuit tag as shown on the contract documents, voltage, phase and cycle identification, phase -to -phase result for each combination of phases, phase to neutral result for each combination of phase and phase -to -ground result for each combination of phases. List should also include person's witnessing and performing tests. 6). Infrared test results shall include the following for each item tested: a). A description of the equipment tested b). The load (in amps) and operating conditions at which the equipment was running and other testing conditions that may affect the IR results. c). A thermal image alongside a standard photograph. An image shall be included for each thermal image taken for the project. d). Where issues are identified by a thermal image, provide a photograph with annotation indicating where problems are detected. e). A description of any problems detected f). Information on the camera listing model number, processor type, date of last calibration, resolution, etc. b. Electrical Testing Report shall be submitted to the ENGINEER for approval at least 4 weeks before start-up and training and no later than one week after testing has been conducted. 1.04 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. American National Standards Institute (ANSI) 2. American Standards for Testing and Materials (ASTM) 3. Institute of Electrical and Electronic Engineers (IEEE) 4. National Electrical Manufacturers Association (NEMA) 5. International Electrical Testing Association (NETA) 1.05 RELATED SPECIFICATIONS A. All testing referenced in the following Specifications shall be submitted under this section: 1. 26 05 19, "Low Voltage Electrical Conductors & Cables" 2. 26 05 26, "Grounding & Bonding for Electrical Systems" 2.00 PRODUCTS [NOT USED] Northside IV 24-Inch Water Transmission Main CITY OF FORT WORTH City Project Number: 100277 260126-3 TESTING OF ELETRICAL SYSTEMS Page 3 of 3.00 EXECUTION 3.01 GENERAL A. Perform all testing identified in the latest edition of NETA Standard for Accepting Testing Specifications. B. All testing shall be witnessed by the Owner's Representative. Types of equipment required to be tested by these specifications shall include but not be limited to the following 1. The following tests shall be conducted by the Contractor: a. Cables 1). Low Voltage Cables. a). Perform all tests as specified in Section 26 05 19, "Low Voltage Electrical Conductors & Cables" b). Insulation - resistance test c). Perform resistance measurements through all connections with a low resistance ohmmeter. d). Perform a thermographic survey of all connections under load conditions. e), Perform Continuity test to insure correct cable connection. f). Perform a]1 tests as specified in NETA Acceptance Testing Specifications. b. Transformers c. Low Voltage Equipment 1), 600 Volt Switchboards 2). Standalone Low Voltage Solid State Starters 3). Low Voltage Variable Frequency Drives d. Grounding. 1). Test grounding system. C. All testing shall be in accordance with the manufacturer's recommendations for energization and start-up of the equipment. D. Testing shall include a complete functionality testing of electrical equipment under all the different operating parameters identified by the OWNER and ENGINEER. E. Ground Resistance Test 1. Visual and Mechanical Inspection. a. Verify ground system complies with Contract Documents and NFPA 70 Article 250, "Grounding and Bonding." b. Inspect physical and mechanical condition. Grounding system electrical and mechanical connections shall be free of corrosion. c. Inspect bolted electrical connections for high resistance using one of the following two methods: Northside IV 24-Inch Water Transmission Main CITY OF FORT WORTH City Project Number. 100277 260126-4 TESTING OF ELETRICAL SYSTEMS Page 4of4 1). Use a low -resistance ohmmeter to compare bolted connection resistance values to values of similar connections. Investigate values that deviate from those of similar bolted connections by more than 50 percent of the lowest value. 2). Verify tightness of accessible bolted electrical connections by calibrated torque - wrench method according to manufacturer's published data or NETA ATS, Table 100.12. Solt -torque levels shall be according to manufacturer's published data. In the absence of manufacturer's published data, use NETA ATS, Table 100.12. d. Inspect anchorage END OF SECTION Northside IV 24-Inch Water Transmission Main CITY OF FORT WORTH City Project Number. 100277 26 05 00 - l Common Work Results for Electrical Page l of 11 SECTION 26 05 00 COMMON WORK RESULTS FOR ELECTRICAL 1.0 GENERAL 1.01 SUMMARY A. Section Includes: 1. All labor, materials and equipment required to install, test and provide an operational, electrical system as specified and as shown on the Drawings B. Deviations from this City of Fort Worth Standard Specification 1. 1.04 - B 2. 1.05 3. 1.06 4. 1.10 - B. 5. 1.11 6. 1.12 7. 3.04 8. 3.05 9. 3.06 10. 3.07 11. 3.13 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 - General Requirements 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment t Electrical Facilities a. Measurement 1). Measurement for this Item shall be by lump sum. b. Payment 1). Work by the electric utility is no cost. c. The price bid shall include: 1). Furnishing and installing a complete electrical system 2). Wire 3). Cable NOrthside IV 24-Inch Water Transmission Main CITY OF FORT WORTH City Project Number: 100277 26 05 00 - 2 Common Work Results for Electrical Page 2 of 11 4). Conduit and related hardware 5). Supports 6). Excavation 7). Furnishing, placement and compaction of backfill 8). Hauling 9). Clean-up 2. Furnish and Install Electrical Service a. Measurement 1). Measurement for electrical service shall be per each type and size furnished and installed. l} payffiell �T 11 The , o fk per--f ,-MoVd .,.,.7 the...,.,+0«;.,1R F�„-..;.,l,o.l ; 7�/.�.„«.1.,.,..� , ;+1, +1„S Item -A. sh- 1-1 a paaid for- at the anit�i-iee id fat:" Furnish/InstallizEleetfi6al fr Tr Gaiqdilit Pole risers Meter base Breaker- box -5-)-. Breakers ^fin 4),; Measurement for be type installed. electrical service shall per each and size payfflen 11 T-h@ , ,.orF .-,,,0�1 .,...1 +1,PU „,,.,+@«;.,1� �,.K,;�1...,.7 J4_1 .,«.1.,,,.,e., , 44 this E)fk �T Item- be the Hleetrie-alveFviee„ sha}1 paid unit prieebia�Inetall be the bid t)Te installed. shall made o4 pr-iee i3eF eaeh and size 0 0 114,1;Rg bUt FOt t;,.,,;+oa +,.. 4J Emit 'i) Pole users 1.03 REFERENCES A. Reference Standards Northside IV 24-Inch Water Transmission Main CITY OF PORT WORTH City Project Numher: 100277 260500-3 Common Work Results for Electrical Page 3 of 1 l I. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Underwriters Laboratories, Inc. (UL) 1.04 ADMINISTRATIVE REQUIREMENTS A. Coordination . Where references are made to the Related Work paragraph in each Specification Section, referring to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or Work as may be required in those references, and include such information or Work as may be specified. 2. Division 26 requirements apply to electrical work provided under any division of the Specifications B. Service and Metering 1. Obtain service from the electric service provider at I20/240 Volts, Single Phase, Three Wire, 60 Hz from transformer equipment furnished and installed by the power company. 2. Power company responsibilities a. Furnishing and installing the primary overhead conductors and pole line b. Furnishing and installing the transformer or riser pole, primary cutouts, lightning arresters and grounding c. Furnishing and installing primary conduits and cables d. Furnishing and installing the transformer pad and grounding (if pad -mounted transformer) C. Furnishing and installing transformer f. Terminating underground primary cables g. Furnishing metering current transformers (CT's), meter and meter wiring h. Terminating secondary cables to the service transformer i. Furnishin, and installing secondary conduits and cables j. Furnishing and installing an empty conduit with pull line from the metering current transformer enclosure to the meter enclosure. Conduit size and type approved by the power company k-. Furnishing meter base and enel 3. Contractor responsibilities a. Furnishing and installing power company approved metering current transformer enclosure (if required by power company) b. InstalIing meter base C. Coordinating electrical service installation with power company 4. City responsibilities Northside IV 24-Inch Water Transmission Main CrfY OF FORT WORTH City Project Number: 100277 260500-4 Common Work Results for Electrical Page 4 of I 1 a. Negotiating with power company for the costs of new or revised services b. Making payment directly to power company for such costs C. Codes, Inspections and Fees Obtain all necessary permits and pay all fees required for permits and inspections. 1.05 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00, "Submittal Procedures", and shall include- 1. Component catalog, number and manufacturing data sheet, indicating pertinent data and clearly marked identifying each component by the item number and nomenclature as specified. 2. Submit copy of Master Electrician's license and each Journeyman's license that will be working on the project. Workers must be licensed to work in the City where the project is located. 3. Component drawings showing dimensions, mounting;, and external connection details. 4. Complete interconnection and point to point wiring diagrams in AutoCAD format for all field control and instrumentation wiring between instruments, electrical equipment, starters, AFDs, etc. A hard copy shall be submitted to the ENGINEER for approval prior to the Final AutoCAD files being submitted. Interconnection/wiring diagrams shall include cable numbers, wire tags, actual equipment terminal strip numbers at both ends of the cable etc. 5. Operation and maintenance manuals shall contain the approved shy drawings, submittals, spare part lists, schematics, final wiring diagrams with any changes made during start-up and maintenance procedures. 6. Unless other additional_ information is required by the detailed equipment specifications, the following information shall be included for motors: a. Motor identification number and nomenclature as specified b. Make and motor type c. Brake horsepower of the motor d. Locked rotor current at full Ioad e. Motor efficiency at full load (3-phase motors only) f. Starting torque g. Method of insulating and impregnating motor coils (3-phase only) h. Speed of the motor at full torque i. Full load current j. Service factor k. Motor temperature rise measured by resistance over 40 degrees C ambient Northside, IV 24-Inch Watcr Transmission Main CITY OF FORT WORTH City Project Number: 100277 260500-5 Common Work Results for Electrical Page 5 of 1 l B. The CONTRACTOR shall provide _ a monthly report to the OWNER/ENGINEER for review stating that the Master Electrician has been to the fob site and thoroughly reviewed the work. The report shall be signed by the Master Electrician and include the date and time the Master Electrician was on site. T C. The CONTRACTOR shall submit a copy of the Master Electrician's license and Journeyman's license who will be working on the project. This information shall be submitted as a formal submittal prior to beginning and D. The CONTRACTOR shall: Prepare, and keep up-to-date, the Record Drawings and detailed construction drawings which shall be available at each monthly pay application. 2. Record the exact locations of each of these differences sizes and details of the Construction Work as executed, with cross-references to and other requirements on the Record Drawings. a. Record Drawings shall include the location of all pull boxes, junction boxes, concrete pull boxes, manholes and hand holes that were provided under this contract and those existing boxes that were modified under this project(by either the addition or removal of cable/conduits). 1). The Contractor shall also include on the drawings a label next to each pull box, junction box, concrete pull box, manhole and handhole to reflect the nameplate label installed(existing or new at each device. Keep the Record Drawings on the Work Site. 4. Upon completion of the Work, or at such other time as may be determined by the ENGINEER, submit the Record Drawings and copies to the OWNER's Representative in accordance with the OWNER's Requirements. Underground Interference drawing showing all underground duct banks, ground rods, ground conductors, pipes, piers, vaults, manholes, pull boxes, etc. that clearly identifies the location and routing of these systems.All interferences shall be brought to the ENGINEER's attention. Provide as a minimum the ductbank dimensions, burial depth and coordinates of terminations and those of any changes of direction. The GPS coordinates of the ductbank shall be measured (width, depth, and burial depths) prior to back filling. 6. Provide revised final shop drawings in AutoCAD format in the final O&M manual noting any changes made to equipment duringstart-up. tart -up_ E. The CONTRACTOR shall provide a wall mounted copy of the complete Reuse Pump Station one -line diagram in the Pump Station electrical room. The wall mounted one -line shall be as follows: _..._....._.._ 1. The one -line shall reflect all changes made including but not limited to changes .made during construction. 2. The copy shall be framed in a picture frame with plexiglass. The copy of the sheet shall lay flat against the plexiglass without any wrinkles and other material necessary for the copy to lay flat shall be provided within the picture frame. Each page of the one -line shall be framed in a separate picture frame with plexiglass. The copy of the sheet shall lay flat against the glass without any wrinkles and other material necessary for the copy to lay flat shall be provided within the picture frame. North.side IV 24-Inch Water Transmission Main CITY OF FORT WORTH 00, Project Number: 100277 260500-6 Common Work Results for Electrical Page 6 of 11 1.06 STANDARDS A. Electrical work shall be executed in accordance with local, State and national codes, ordinances and regulations which have jurisdiction or authority over the work. if the standards and codes conflict with each other, the most stringent shall apply. The applicable provisions of the fallowing_ standard shall apply as if written here in their entirety: 1. NationaI Electrical Manufacturer Association (NEMA) 2. American Society for Testing and Materials (ASTM) 3. National Fire Protection Association (NFPA) 4. National Electrical Safety Code (NESC) 5. Institute of Electrical and Electronic Engineers (IEEE) 6. National Electrical Code (NEC) 7. Underwriters' Laboratories (UL) S. American_ National_ Standards Institute (ANSI) 9. Uniform Building Code (UBC) 10. Occupational Safety and Health Administration (OSHA) 11. Local utility companies 12. Local Electrical Ordinance 13. Rural Electrification Association (REA) 14. Insulated Power Cable Engineers Association (IPCEA) 15. International Electrical Testing Association (META) 16. National Electrical Contractors Association (NECA) 17. Association Edison Illuminating Companies (AEIC) B. Electrical work shall be performed under the direct supervision of a Master Electrician who holds a valid license in the State of Texas. 1.07 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.08 CLOSEOUT SUBMITTALS [NOT USED] 1.09 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.10 QUALITY ASSURANCE A. Materials and Equipment 1. New, except where specifically identified on the Drawings to be reused. 2. UL listed, where such listing exists. 3. Electrical service a. Service type shall be as shown on the Drawings. B. Electrical Contractors' Qualifications Northside IV 24-Inch Water Transmission Main CITY OF FORT WOR'1'II City Project Number.' 100277 26 05 00 - 7 Common Work Results for Electrical Page 7 of It Use adequate numbers of skilled workmen, trained and experienced in their crafts, and who are familiar with the specifications and methods of performing the work in this Division. A licensed Journeyman shall be on site at all times when electrical work is being performed. Electrical work shall be performed under the direct supervision of a Master Electrician who holds a valid license in the State of Texas. The CONTRACTOR shall provide a monthly report to the OWNER/ENGfNEER for review stating that the Master Electrician has been to the job site and thoroughly reviewed the work. THE REPORT SHALL BE SIGNED BY THE MASTER ELECTRICIAN AND INCLUDE THE DATE AND TIME THE MASTER ELECTRICIAN WAS ON SITE. THE REPORT SHALL BE INCLUDED IN THE PAY APPLICATION. NO PAYMENT WILL BE GRANTED WITHOUT REPORT. C. Workmanship Work shall be performed in accordance with duality, commercial practices. The appearance of finished work shall be of equal importance with its operation. Materials and equipment shall be installed based upon the actual dimensions and conditions at the project site. Locations for materials or equipment requiring*, an exact fit shall be field measured. Conduit, transformers, and motors shall be isolated to avoid unacceptable noise levels from objectionable vibrations from all systems. 1.11 DELIVERY, STORAGE, AND HANDLING A. Follow the Manufacturer's directions for the delivery, storage and handling of equipment and materials. Tightly cover equipment and materials and protect it from dirt, water, chemical or mechanical injury and theft. Major electrical equipment shall be stored indoors in a climate controlled atmosphere, heated and air conditioned, and space heaters energized where applicable. Stored equipment shall be properly protected from rodents such as mice and rats. B. Equipment that will be stored indoors for an extended period of time and that do not have space heaters shall have a 100 watt incandescent light placed in it and energized to eliminate the build-up of condensation in the equipment. Coordinate with equipment manufacturer for additional_ storage requirements. Damaged equipment shall not be acceptable. Upon installation, protect the materials until the work is completed and accepted by the OWNER._ Improperly stored equipment is subject to rejection by the Owner/Engineer and will not be allowed to be installed. 1.12 FIELD CONDITIONS A. Permits, licenses, inspections and testing shall be secured and paid for as required by law by the CONTRACTOR for the completion of the work. Certificates of approval shall be secured, paid for, and delivered to the OWNER before receiving the final acceptance of the work. B. The location of materials, equipment, devices and appliances indicated are approximate and subject to revisions at the time the work is installed. Final location shall be as proposed by the CONTRACTOR and approved by the ENGINEER. C. Should project conditions require any rearrangement of work, or if equipment or accessories can be installed to a better advantage than the general arrangement of work on the plans, the CONTRACTOR shall before proceeding with the work prepare and submit plans of the proposed rearrangement for the ENGINEER's review and approval. Northside IV 24-Inch Water Transmission Main CITY OF FORT WORTH City Project Number: 100277 260500-8 Common Work Results for Electrical Page 8 or I 1 D. Motor Horsepower ratings identified are anticipated ratings. If the actual equipment is a different size, the CONTRACTOR shall provide the appropriate wiring, conduit, over current protection, starters and accessories for a complete and working system at no cost to the, OLUNFR E. Enclosures fore ui ment in the air conditioned rooms shall be NEMA 1 14 gauge steel and NEMA 4X, 304 Stainless Steel for all other interior locations unless noted otherwise. All enclosures shall have a quick release luggage type clasp or single handle operated, 3- point latching, system. F. All enclosures for equipment unless specified otherwise shall be NEMA 4X, 304 stainless steel for exterior applications. All enclosures shall have a quick release luggage type clap, 1.13 WARRANTY A. Manufacturer Warranty 1. Manufacturer's warranties are specified in each of the Specification Sections. 2.0 PRODUCTS [NOT USED] 3.0 EXECUTION 3.01 INSTALLERS [NOT USED] 3.02 EXAMINATION A. Interpretation of Drawings Coordinate the conduit installation with other trades and the actual supplied equipment. Where circuits are shown as home runs: Provide fittings and boxes for complete raceway installation. Verify exact locations and mounting heights of lighting fixtures, switches and receptacles prior to installation. 3.03 PREPARATION [NOT USED] 3.04 INSTALLATION A. Phase Balancing Connect circuits on motor control centers and panelboards to result in evenly balanced loads across all phases. B. Maintain the waterproof integrity of conduit penetrations through the roof, exterior walls and floors. Roof penetrations shall not be located above any electrical equipment. C. Install stainless steel sleeves for each conduit passim tg,__ hrough floors. Extend sleeves I - 1/2" above the floor slab and grout watertight. The sleeve sizes shall penuit the subsequent insertion of a properly sized conduit or raceway. North.side IV 24-Inch WNer Transmission Main CITY OF FORT WORTH City Project Number: 100277 260500-9 Common Work Results for Electrical Page 9 of I 1 D. Submit location drawings and obtain ENGINEER approval prior to installing conduit penetrations through slabs, beams, ceiling and walls. The Contractor shall not core drill through existing beams. After the conduits are installed fill the annular space between the conduits with mastic. The complete installation shall be watertight and the fire rating of penetrations through walls, floors and ceilings shall be maintained. E. InstaIl steel reinforced concrete foundations below floor mounted switchboards, anelboards motor control centers soft starters adjustable frequency drives transformers and other floor mounted electrical equipment. Concrete foundations shall be not be less than 4" high or as indicated on plans. Neatly chamfer top edges. Concrete foundations shall be 6" wider and 6" longer than the base of the equipment being installed or as indicated on plans. Concrete shall be in accordance with Division 03, and shall be reinforced with a minimum of 6" x 6" #6 welded wire mesh or as otherwise indicated on the plans. F. Route all conduits parallel to building lines, columns, or steel route conduits near to columns and roof beams. Conduits shall maintain a minimum of 3" away from adjacent work (duct work, insulations, etc.) 3.05 CUTTING AND PATCHING A. Provide adequate support during cutting operations to prevent andamage to the affected masonry. Where openings are cut through masonry walls, provide lintels or structural supports to protect the remaining masonry. The cutting o_f_structural members shall not be permitted without the specific written approval of the ENGINEER. B. Where sidewalks are cut for ductbanks, contractor shall repair sidewalk to match remaining sidewalk with 3000psi concrete and rebar. Where drawings do not indicate rebar size contractor shall get clarification from Engineer prior to placement. 3.06 PAINTING A. Maintain the original factory finish on material and equipment installed, unless speciftcalIX indicated on the plans or specifications. If the finish is marred in transit or during installation, re -finish to a neat, workmanlike appearance equal to the original factory finish. Leave equipment and raceway systems clean and free of grease, dirt, rust, and in a suitable condition for painting_ 3.07 EXCAVATION, TRENCHING, BACKFILLING AND GRADING A. Prior to any excavation or trenchin", notify the OWNER's representative, utility companies and OWNER's facilities department. Allow sufficient time for utilities to be located prior to excavation to avoid disruption of services. Provide a minimum of 72 hours written notice to the OWNER prior to trenching or excavation. Do not proceed with trenching or excavation until authorized by the OWNER. Utilities or services which are damaged, which are identified prior to excavation or trenching, or where confirmation by utility companies has not been obtained verifying that utilities are marked, shall be repaired to operable condition immediately, at no cost to the OWNER. Northside IV 24-Inch Water Transmission Main CITY OF FORT WORTH City Project Number: 100277 26 05 00 - 10 Common Work Results for Electrical Page 10 of 11 B. Barricade open trenches and excavations for the entire duration of the project. Barricades for excavations shall have warning lights maintained during hours of darkness. Trenches shall be marked with warning tape, or access to trenches shall be prohibited with readily identifiable sawhorses, warning tape or other acceptable means. Barriers shall be illuminated or recognizable during hours of darkness. Barriers and tape shall be properly maintained at all times. C. Protect all adjacent work, structures and properties. Damage to adjacent work, structures or properties shall be repaired, or the cost of repair reimbursed in full. D. All construction areas shall be finally graded as indicated on the contract documents, or to the conditions of the site prior to construction. Grading shall bring the site back to the existing conditions as close as practical. Turfed areas shall be sodded, or hydro -mulched with matching turf. Landscaping shall be replaced with identical shrubbery, ground cover, or plants as existed. The CONTRACTOR shall be responsible for maintaining water on new turf and landscaping until established. If new turf and landscaping is impractical due to weather conditions, CONTRACTOR shall provide satisfactory arrangements to have turf and landscaping, furnished and installed at the earliest opportunity thereafter. Provide a 90-day warranty on new turf and landscaping_ E. Determine if irrigation systems exist prior to trenching and excavation. Obtain record or as -built drawings and locate control wiring and pressure main branches and devices. Determine by actual operation that systems are functional and repair or replace damaged systems to their original condition prior to beginning construction. 3.08 REPAIR / RESTORATION [NOT USED] 3.09 RE -INSTALLATION [NOT USED] 3.10 FIELD [aiz] SITE QUALITY CONTROL [NOT USED] 3.11 SYSTEM STARTUP A. Tests and Settings Test systems and equipment furnished under Division 26. Repair or replace all defective work. 3. Make adjustments to the systems as specified and/or required. 4. Prior to energizing electrical equipment, make all tests required by the individual Specification sections. a. Submit a sample test form or procedure. b. Submit the required test reports and data within 30 days after the test. C. Include names of all test personnel. d. Initial each test. Check wire and cable terminations for tightness. 6. Verify all terminations at transformers, equipment, capacitor connections, panels, and enclosures by producing a 1 2 3 rotation on a phase sequence motor when connected to A, B, and C phases. Norihside IV 24-Inch Mater Transmission Main CITY OF F ORT WORTII City Project Number: 100277 260500-11 Common Work Results for Electrical Page 11 of 11 7. Inspect, set, and test mechanical operation for circuit breakers, disconnect switches, motor starters, and control equipment. 8. Check interlocking, control and instrument wiring for each system and/or part of a system to prove that the system will function properly as indicated by schematic and wiring diagrams. 9. Schedule and coordinate testing with the City at least 2 weeks in advance. 10. Provide qualified test personnel, instruments and test equipment. It. Refer to the individual equipment Sections for additional specific testing requirements. 3.12 ADJUSTING [NOT USED] 3.13 CLEANING A. Remove shipping labels dirtpaint, grease, and stains from equipment. Remove debris as it accumulates. Upon completion of work, clean electrical equipment and the entire electrical installation so that it is suitable for the OWNER's use. 3.14 CLOSEOUT ACTIVITIES [NOT USED] 3.15 PROTECTION [NOT USED] 3.16 MAINTENANCE [NOT USED] 3.17 ATTACHMENTS [NOT USED] END OF SECTION Norlhside IV 24-Inch Water Transmission Main CITY OF FORT WORM City Project Number: 100277 2605 19- 1 LOW VOLTAGE ELECTRICAL CONDUCTORS & CABLES Page 1 of 8 SECTION 26 05 19 LOW VOLTAGE ELECTRICAL CONDUCTORS & CABLES i91I1=f'iN►WII W" 1.01 WORK INCLUDED Furnish labor, materials, equipment and incidentals necessary to install and test 600 volt wires and cables. Electrical work shall be in accordance with Section 26 05 00, "Common Work Results for Electrical". Work shall include building wire, cable, wiring connections and terminations, and modular wiring systems. 1.02 QUALITY ASSURANCE: TESTING Megger test circuits for continuity and ground. Verify phasing at connection points. Torque test conductor connections and terminations to the Manufacturer's recommended values. Megger tests shall be performed by a testing company with a minimum of 10 years' experience. All low voltage cables shall be verified by use of telephone communications. 1.03 SUBMITTAL PROCEDURES Submittal Procedures shall be in accordance with Section 01 30 00, "Submittal Procedures" and shall include: 1. Shop Drawings: a. Low voltage wire b. Ground wire c. Shielded cable d. Terminations and Connections 1.04 STANDARDS The applicable provisions of the following standards shall apply as if written here in their entirety: ICEA S-19-81/NEMA WC-3 Rubber -Insulated Wire and Cable for the Transmission and Distribution of Electrical Energy ICEA S-61-402/NEMA WC-5 Thermoplastic -Insulated Wire and Cable for the Transmissic and Distribution of Electrical Energy NFPA 70 National Electrical Code ANSI/TIA/EIA 606A Standard for Telecommunications Infrastructure UL 83 Thermoplastic Insulated Wires and Cables UL 1063 Machine Tool Wires and Cables ASTM B3 Soft or Annealed Copper Wires ASTM B8 Concentric -Lay -Stranded Copper Conductors, Hard, Mediur Hard, Soft 1.05 DELIVERY AND STORAGE Northside IV 24-Inch Wader Transmission Main CITY OF PORT WORTH City Project Number: 100277 200519-2 LOW VOLTAGE ELECTRICAL CONDUCTORS & CABLES Page 2 of 9 Deliver cable and wire to the project site in the original packages. Conductors with damaged insulation or exposed nylon jacketing shall not be permitted. Where cut lengths are specified, mark reel footage accordingly. Each reel shall contain one continuous length of cable. Check for reels not completely restrained, reels with interlocking flanges or broken flanges, damaged reel covering or any other indication of damage. Provide impact protection by wood lagging or suitable barrier across the traverse of the reel. Do not drop reels from any height. Unload reels using a sling and spreader bar. Roll reels in the direction of the arrows shown on the reel and on surfaces free of obstructions that could damage the wire and cable. Store cable on a solid, well drained location. Cover cable reels with plastic sheeting or tarpaulin. Do not lay reels flat. Provide moisture protection by using manufacturer's standard procedure or heat shrinkable self -healing end caps applied to both ends of cable. Do not remove end caps until cables are ready to be terminated. 2.00 PRODUCTS 2.01 GENERAL Wires and cables shall be soft -drawn, annealed copper with a conductivity of not less than that of 98% pure copper, UL83 and UL1063 listed, rated 600 volts and certified for continuous operation at maximum conductor temperature of 90 Celsius in dry locations and in wet locations Conductors 98 or larger shall be stranded and 914 awg conductors shall be stranded. Utilize single conductors unless noted otherwise on the plans. Except for control, signal and instrumentation circuits and as specifically indicated on the plans the minimum conductor size permitted is 1112. 2.02 WIRE MARKING Wire marking shall be in accordance with the National Electrical Code Article 310 and shall be printed on the wire insulation at 2 foot intervals. The printing method used shall be permanent and the color shall sharply contrast with the jacket color. Wire marking shall include the U.L. label and necessary identification, including the Manufacturer, the number of conductors, size, conductor insulation type, sun -resistance, and other pertinent information. Northside TV 244nch Waler Transmission Main CITY OF FORT WOWITI City Project Number: 100277 2605 19-3 LOW VOLTAGE ELECTRICAL CONDUCTORS & CABLES Page 3 of 2.03 CONDUCTORS AND CABLES SINGLE CONDUCTOR CABLES: Conductor with thermoplastic insulation rated at 600 volts and insulated with type XHHW-2 insulation. Wire shall be water tank tested and approved as machine tool wire, in accordance with National Machine Tool Builders Association. Wire in light fixture channels and other special locations shall be as specifically noted for temperature in NEC Article 300. #8 awg conductors or larger and #14 awg conductors shall be stranded. Wire shall be manufactured by Southwire, Okonite, Encore, General Cable, or Houston Wire & Cable. GROUND WIRE. Ground wire shall be Class B stranded tin-plated conductor without insulation in all cases where a single ground wire is indicated to be installed in a conduit with no other conductors in the conduit, or where the ground wire is directly buried in earth or concrete. In all other cases, insulate ground wire with green insulator as specified for low voltage wire. PAIRED SHIELDED CABLE: Individually and overall shielded 18 gauge, 7128 stranded, tinned copper conductors with .021" extruded PVC; .004" nylon insulation twisted into pairs, stranded into a core and enclosed by a non -hygroscopic core tape, 100% coverage, helically wound, aluminum foil shield, drain wire, and .050" minimum extruded PVC jacket. Pairs shall be blackired or black/white numbered. Cables shall be 600 volts in accordance with NEC-725 and IEEE 383 and shall be suitable for wet location and cable tray rated. Cables shall be manufactured by Alpha, Okonite, General Cable, Southwire, Belden, or Houston Wire & Cable. 2.04 WIRE CONNECTIONS AND DEVICES CONNECTORS, COMPRESSION, COPPER, 600 VOLT: As manufactured by Burndy, Thomas & Betts, or ideal Industries; of the appropriate hole sizes and spacing which are in accordance with NEMA standards; two (2) holes in the tongue for use on conductor sizes 250 kemil or larger; not required for connections to the circuit breakers in the lighting and/or receptacle panels. All compression connectors shall be long -barrel type, no exceptions. 600 VOLT PLASTIC TAPE: Minnesota Mining & Manufacturing Company (3M), No. 35. WIRENUTS: Siiicone-based pre -filled spring wire connecting devices with plastic covering; UL listed for damp and wet locations. Wirenut shall meet requirements of UL 486D for Scaled Wire Connector Systems and shall be manufactured by Ideal Industries, Inc model 63, or as manufactured by ITT or Panduit. Wirenut shall be spring insulated, properly sized and resistant to vibration may be used for No.12 through No.10 solid gauge conductor for lighting and branch circuits only. �• e Ferrule terminations: Insulated ferrules, high copper conductivity, and tin plating. Acceptable manufacturer Thomas and Betts F2035 or approved equal. MECHANICAL SET SCREW CONNECTOR: Blackburn HPS, ADR-ALCUL, GP or GT, Burndy or Ilseo; consisting of an aluminum body which has openings on opposite ends for insertion of the conductors. Conductors inserted into these holes shall each be clamped by two set screws. Connectors shall be suitable for use with copper conductors. RUBBER TAPE: Scotch 2210. VINYL TAPE: Scotch 88. ARC PROOFING TAPE: 3M "Scotch 77 Fire and Electric Arc Proofing Tape". Fireproofing shall be done with a half -lapped layer of are proofing tape, anchored at each end with a double wrap of 3M Northside IV 24-Inch Water Transmission Main CrrY OF FORT WORTH City Project Number: 100277 260519-4 LOW VOLTAGE ELECTRICAL CONDUCTORS & CABLES Page 4 of 8 "Scotch 69 Glass Cloth Electrical Tape". INSULATING RESIN: Scotch 3576, 3577, or 3578. POWER DISTRIBUTION BLOCKS: Mersen, Ilseo or Allen-Bradley; rated for 600 VAC and termination of copper conductors. Individual poles shall be constructed of tin plated aluminum and mounted on an insulating base. 2.05 HEAT TRACE Heat Trace System: Automatic self-regulating, UL listed, with tinned copper braid, able to crossover itself without overheating, parallel circuit design, able to be cut to length at job site, flat and flexible for easy installation, corrosion and chemical resistant, complete with power connection kits, splice kits, end sea] kits and necessary accessories for a complete operating installation. Chromalox and Nelson are approved heat trace .manufacturers. 3W/ft SRF self-regulating heat trace shall operate on 120 VAC. Provide power connection box and B 100 heat trace/freeze protection thermostat for ambient air sensing. Heat trace shall be installed using Fiberglas Tape with pressure sensitive thermosetting silicone adhesive 3/4: wide. Strap heat trace at no more than V intervals. Pipe shall be clean of all dirt and debris prior to installing Fiberglass Tape. Tape shall be wrapped completely around the pipe (one piece) and overlap at least 1". Weather resistant "Caution Electrical Heat Trace" labels shall be placed on the outside of the insulation protection Insulation shall completely cover the pipe and heat trace. Heat trace shall be installed per manufacturers recommendations All outside exposed piping shall be heat traced and insulated. Piping with taps for instrumentation shall be lined with 3W/ft SRF heat trace and wrapped with insulation to the instrument. 3.00 EXECUTION 3.01 PREPARATION Completely swab raceway system before installing conductors. Do not use cleaning agents and lubricants which have a deleterious effect on the conductors or their insulation. 3.02 INSTALLATION A. GENERAL Install raceway first as a complete system without conductors. Do not install pull wires and conductors until the raceway system is in place in accordance with the NEC and these specifications. Exception: Only flexible connections to motors shall be permitted to be installed after the installation of the remainder of the raceway system. The installation of these conductors shall be limited to exposure to damage for a maximum of one (1) week prior to installing flexible connection and making final terminations. Any conductors exposed to damage (i.e. not installed in raceway) longer than one (1) week shall be subject to rejection by the Owner and/or Engineer. If rejected, the cables shall be removed, discarded, replaced, reinstalled and retermination at the Contractor's expense. Northside IV 24-Inch Water Transmission Main CITY OF FORT WOK"111 City Project Number: 100277 200519-5 LOW VOLTAGE ELECTRICAL CONDUCTORS & CABLES Page 5 of 8 2. Installed unapproved wire shall be removed and replaced at the Contractor's expense. 3. Grouping conductors together into one conduit shall not be allowed where the plans indicate the conductors to be placed in separate conduits. Each home run shown on the plans shall be in its own conduit. 4. Neatly train wiring inside boxes, equipment and panelboards. Pull conductors into a raceway at the same time and use U.L. listed, wire pulling lubricant for pulling No. 4 AWG and larger wire. Except for hand -pulled conductors into raceways, all wire and cable installation shall be installed with tension -monitoring equipment. Where conductors are found to have been installed without tension -monitoring, the conductors and cables shall be immediately removed from the raceways, permanently identified as rejected material, and removed from the jobsite. New conductors and cables shall be reinstalled, tagged and raceways resealed, all at the Contractor's expense. 6. Do not exceed cable manufacturer's recommendations for maximum pulling tensions and minimum bending radii. Where pulling compound is used, use only UL listed compound compatible with the cable outer jacket and with the raceway involved. 7. Where single conductors and cables in manholes, hand holes, vaults, cable trays, and other indicated locations are not wrapped together by some other means such as are and fireproofing tapes, bundle throughout their exposed length all conductors entering from each conduit with nylon, self-locking, releasable, cable ties placed at intervals not exceeding 4 inches on center. 8. Properly support cables in accordance with the NEC and manufacturer's recommendations in all raceways. Provide strain relief as required. 9. Arrange wiring in cabinets and panels neatly cut to proper length, remove surplus wire, and bundle and secure in an acceptable manner. Identify all circuits entering motor control centers or other control cabinets in accordance with the conductor identification system specified herein and in specification Section 26 05 53, "Identification For Electrical Systems." 10. Cap spare conductors and conductors not terminated, with the UL listed end caps. 11. Where conductors pass through holes or over edges in sheet metal, remove all burrs, chamfer all edges, and install bushings and protective strips of insulating material to protect the conductors. 12. For conductors that will be connected by others, provide at least 6 feet spare conductors in free standing panels and at least 2 feet spare in other assemblies. Provide additional spare conductor in any particular assembly where it is obvious that more conductor will be needed to reach the termination point. 13. Each circuit shall include a dedicated ground wire. Sharing grounds or neutrals is not allowed. SPLICES 14. Power Conductors: Splice injunction boxes or at outlets only for lighting and receptacle branch circuits. Splices for all other circuits shall be disallowed. All splices are subject to the Engineer's approval. Obtain approval from Engineer before installing any splices. a. For existing installations, splices of 120V circuits shall use silicone filled twist -on Northside IV 24-Inch Water Transmission Main CITY OF FORT WORTH City Project Number: 100277 2605 19 - 6 LOW VOLTAGE FLECTRICAT, com)ucToRS & CABLES Page 6 of S wire nuts. b. For splices of existing 48OV circuits, the Contractor shall terminate conductors using power distribution blocks mounted in a termination box. 15. Control and Instrumentation Conductors: No splicing of control and instrumentation conductors shall be permitted between terminal points except as specifically indicated on the plans. 16. No splicing of conductors shall be performed in any below ground structure. 17. Condulet type fittings shall not contain splices. Under no condition shall conductors of a different color be spliced together. Nordhside IV24-Inch Wafer Transmission Main CITY OF FORT WORTH City Project Number: 100277 260519-7 LOW VOLTAGE ELECTRTCAL CONDUCTORS & CABLES Page 7 of 8 18. For No. 10 and smaller, connect conductors with a silicone filled twist -on spring wirenut. If a splice or tap is between final grade and 3' above the final grade, fill the spring connectors with an electrical insulating resin so that the resin encapsulates conductor and spring materials. Conductor splices and taps inside MCCs, switchboards, VFDs, panels, etc, shall be on the terminal strips or power distribution blocks. 19. For pre -approved splice locations, No. 8 and larger, connect conductors with a split bolt type of connector or a mechanical, set screw type connector. Wrap splices and taps with a single half -lapped layer or rubber tape followed by successive layers of vinyl tape until a vinyl tape layer thickness of twice the original conductor insulation thickness is achieved. If splice or tap is below 3' above the finished grade, the tape or splice shall have a final outer coating or insulating resin. TERMINATIONS Conductors terminated on a screw termination shall have a crimp on type ferrule connector applied on the wire end, Thomas and Betts or approved equal. 21. Furnish and install power distribution blocks as required for tapping conductors at their load connection point with conductors of smaller size. Install power distribution blocks with the number of poles and sizes needed for connecting the phase, neutral, and ground conductors. 22. Tighten all screws and terminal bolts using torque type wrenches and/or drivers to tighten to the inch -pound requirements of the NEC and UL. 23. Use crimp connectors on all stranded conductors. 24. Soldered mechanical joints insulated with tape will not be acceptable. 25. SINGLE CONDUCTORS: Sufficient wire shall be left at outlets to make connections to equipment without straining. Light switches and receptacles shall be connected with pig- tails and crimp -on connectors. 26. PAIRED SHIELDED CABLE: Ground paired shielded cables at the instrument panel or starter end only and insulate from ground elsewhere. The shield shall be continuous for the entire run. The paired shielded cable shall not be laced with or placed in the same conduit with power cables and digital control cables. Each termination of paired shielded cable shall be coated with silicone jelly after termination. The shield of pair shielded cable shall only be broken when the conductors are terminated on terminal strips. Each conductor and shield shall be landed on its own tenninal. Sharing of shield shall not be allowed. GROUNDING 27. Conduits and other raceway shall contain an equipment grounding conductor whether the raceway is metallic or not. Conduits, motors, cabinets, outlets, and other equipment shall be properly grounded in accordance with National Electrical Code requirements. Where ground wire is exposed to mechanical damage, install wire in rigid aluminum conduit. Make connections to equipment with solderless connections. All connections to ground rods shall be of the fused type utilizing an exothermic welding process. 28. Ground metallic material, including but not limited to metallic raceway, metallic boxes and metallic enclosures. Where metallic material is not connected by raceway to a solid Nprthside IV 24-Inch Mater Transmission Main CITY OF FORT WORTH City Project Nnmher: 100277 260519-8 LOW VOLTAGE ELECTRICAL CONDUCTORS & CABLES TESTING Page 8 of 8 ground, connect the metallic material to the largest equipment grounding conductor, which it houses. Clean the metal surface under the grounding lug to bright metal. Grounding connections to motors shall be to the grounding stud, which shall be threaded into the stationary frame; Use Burndy KC Servit, or approved equal. The ground wire shall not be lugged to a mounting bolt. 29. Ground wire shall be uninsulated tin plated copper sized as shown on the plans in all cases where a single ground wire is indicated to be installed in a conduit with no other conductors in the conduit, or where the ground wire is directly buried in earth or concrete. In all other cases, insulate ground wire with green insulation as specified for low voltage wire. Provide and size bonding conductors in accordance with the National Electrical Code. 30. Provide a bare uninsulated ground wire to run the entire length of all cable trays. The contractor shall bond to each section and to every enclosure served by conductors routed through the cable tray system 31. Testing: All testing required shall be per Specification Section 26 01 26, "Testing of Electrical Systems". END OF ,SECTION Northside I! 24-Inch IValer Transmission Main CITY OF FORT WORTH City Project Number: 100277 26 05 26 - 1 GROUP*ID1NG & BONDING FOR ELECTRICAL SYSTEMS Page 1 of SECTION 26 05 26 GROUNDING & BONDING FOR ELECTRICAL SYSTEMS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install a complete grounding system in strict accordance with Article 250 of the National Electrical Code (NEC) as shown on the drawings or as specified herein. Electrical work shall be in accordance with Section 26 05 00, "Common Work Results for Electrical". f�17►�.Y11:3�IlI1Y111:�I1.y A. Submittal shall be in accordance with Section 01 33 00, "Submittal Procedures" and shall include: 1. Grounding materials, equipment and processes. 2. Product Data: For each type of product supplied. 3. Field quality -control grounding test reports. 1.03 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. Comply with UL 467 for grounding and bonding materials and equipment. 1.04 JOB CONDITIONS A. Measure the ground grid resistance with the earth test megger and install additional ground rods and conductors as required until the resistance to the ground conforms to National Electrical Code requirements. Ground resistance measurement shall not exceed 5 ohms. Add ground rods as required to bring resistance to 5 ohms and connect to grounding system. 2.00 PRODUCTS 2.01 MATERIALS A. GROUND RODS: Copper -clad steel, having a diameter of 3/4" and a minimum length of 10'. B. GROUND CABLES: Stranded, bare tinned copper of 98% conductivity and as specified in Section 26 05 19, "Low Voltage Electrical Conductors & Cables". C. CONDUIT GROUND FITTINGS: Fittings for bonding ground cable to the conduit shall be FCI Burndy Corp., type NE or Thomas & Betts No. 3951 series. D. GROUND ROD BOXES: Precast Box with cast iron lid. Lid shall read "ground rod" on lid. Brooks Precast Model. "3-RT" or approved equal. Ground rod boxes located in driveway areas shall have an AASHTO HS-20 rating. Northside IV 24-Inch Water Transmission Main CrTY OF FORT' WORTII City Project Number: 100277 26 05 26 - 2 GROUNDING & BONDTNG FOR ELECTRICAL SYSTEMS Page 2 of 6 E. EXOTHERMIC WELDING PROCESS: CADWELD MATERIALS as manufactured by ERICO products or approved equal. F. GROUND PAD: Flat plate all copper alloy ERICO CADWELD B 164-2Q or equal. Ground pad shall be installed in concrete foundations or pad for connections to motors and transformers. Ground pad shall be exothermic weld connection for connection to ground cable. 2.02 PROCESSES A. All grounding system connections to building steel and ground rods shall be exothermically welded including all cable connections, and cable steel terminations. The use of mechanical type connections is not acceptable. B. Any concealed connection (buried, encased in concrete or otherwise sealed) shall be done only with exothermic welds. C. All materials involved must be from the same sources to insure compatibility. Connections made from this process shall meet the requirements of IEEE Standards 80 and 837 and as listed in MIL 419 and other standards, National Electrical Code, etc. 2.03 GROUNDING SYSTEM A. Provide a complete grounding system that includes all connections and the testing of ground rods, ground cables, ground buses, conduits, fittings, anchor supports, thermite process materials and equipment and other materials required for a complete installation. Grounding system shall be installed and sized in accordance with the National Electrical Code. 3.00 EXECUTION 3.01 INSTALLATION A. Conductor Terminations and Connections: 1. Pipe and Equipment Grounding Conductor Terminations: Bolted/clamp type connectors. 2. Underground Connections or any concealed location: Exothermically welded connectors, 3. Connections to Ground Rods at Test Wells: Exothermically welded connectors. 4. Connections to Structural Steel: Exothermically welded connectors. 5. Connections to equipment: NEMA ground pads and insulated jumpers. 6. Connection to Ground Pad: Exothermic. 7. The use of "pig tails" for connections to ground loops or equipment shall not be allowed. B. Ground electrical work in accordance with NEC Article 250 and local codes. C. Install ground cables in conduits above grade or directly buried in earth to a depth of not less than 18" to 24" below grade. Installation to provide sufficient mechanical protection so as not to break ground cables or connections. If ground cables are exposed, run in conduits for added protection. Northside ITS 24-Inch Water Transmission Main CITY OF FORT WORTH City Project Number: 100277 26 05 26 - 3 GROUNDING & BONDING FOR ELECTRICAL SYSTEMS Pagc 3 of D. Install ground cables continuously between connections. Splices shall not be permitted, except where indicated on the plans. Where ground cables pass through floor slabs, buildings, etc., and when not in metallic enclosures, provide a sleeve of approved, non- metallic materials. E. Install a green -colored, equipment grounding conductor in raceways. Size conductors in accordance with NEC Article 250. F. Where ground wire is directly buried in earth or concealed in concrete, structures or duct banks use standard bare copper cable, in all other cases install a green -colored insulation, equipment grounding conductor in accordance with Section 26 05 19, "Low Voltage Electrical Conductors & Cables". Size conductors in accordance with NEC Article 250. Provide grounding conductors as required per the NEC. For larger conductors where green insulation is not available, provide green indicating tape per the National Electrical Code. G. Metal conduits stubbed up into switchgear, motor control center or other electrical equipment shall be terminated with insulated grounding bushings and connected to the equipment ground bus. Size the grounding wire in accordance with applicable sections of the National Electrical Code. Provide grounding and bonding jumpers as required per the NEC and sized in accordance with the NEC. H. Provide exothermic weld connection for extension to existing stub -up ground conductors. I. Bonding Straps and Jumpers: Install in locations accessible for inspection and maintenance, except where routed through short lengths of conduit. 1. Provide grounding and bonding jumpers as required per the NEC. 2. Bonding to Structure: Bond straps directly to basic structure, taking care not to penetrate any adjacent parts. 3. Bonding to Equipment Mounted on Vibration Isolation Hangers and Supports: Install so vibration is not transmitted to rigidly mounted equipment. Bolt -on or crimp -on connections in lieu of exothermic welds, shall only be used upon Owner/Engineer's approval in writing on a case by case basis. 4. Use exothermic -welded connectors for outdoor locations, but if a disconnect type connection is required; use a bolt on crimp type lug. J. Grounding and Bonding for Piping: Metal Water Service Pipe: Install insulated copper grounding conductors, in conduit, from building's main service equipment, or grounding bus, to main metal water service entrances to building. Connect grounding conductors to main metal water service pipes, using a bolted clamp connector or by bolting a lug -type connector to a pipe flange, using one of the lug bolts of the flange. Where a dielectric main water fitting is installed, connect grounding conductor on street side of fitting. Bond metal grounding conductor conduit or sleeve to conductor at each end. 2. Water Meter Piping: Use braided -type bonding jumpers to electrically bypass water meters. Connect to pipe with a bolted connector. 3. Bond each aboveground portion of gas piping system downstream from equipment shutoff valve. Northside IV 24-Inch Water Transmission Main CITY ON FORT WORTH City Project Number: 100277 26 05 26 - 4 GROUNDING & BONDING FOR ELECTRICAL SYSTEMS Page 4 of 6 K. Liquid tight flexible metal conduit in sizes 1-1/2" or larger shall have bonding jumpers. Bonding jumpers shall be external, run in parallel (not spiraled) and fastened with plastic tie wraps. Bonding jumpers shall be insulated copper conductors. CONTRACTOR shall provide bonding jumpers sized in accordance with the National Electrical Code. L. All equipment enclosures, motor and transformer frames, conduit systems, cable armor, exposed structural steel and all other equipment and materials required by the NEC to be grounded, shall be grounded and bonded in accordance with the NEC. Provide grounding and bonding jumpers as required per the NEC and sized in accordance with the NEC. M. Ground transformer neutrals to the nearest available grounding electrode with a conductor sized in accordance with NEC Article 250, N. Where exothermic bonding is used, molds shall be of the appropriate size for the wire and rod used. All bonds shall remain exposed for inspection of the OWNER'S Representative. O. Run 94/0 bare copper grounded conductor in all cable trays, whether new or existing. Bond ground to each section of the cable tray, to each enclosure, and enclosure ground bus, where cable terminates, to each pump frame and motor frame, and to the building counterpoise. Install cable on the outside rail of tray to avoid damage to conductors from sharp edges on grounding clamps. P. Ground rod shall be installed such that the top of the ground rod is 6" below grade and enclosed by a ground rod box. Q. At each convenience outlet, install a grounding clip attached to the outlet box and leave a sufficient length of#12 wire with green -colored insulation to connect to the grounding terminal at the receptacle. R. Install #4/0 AWG bare tinned copper ground cable that follows the route of the underground duct banks on top of the duct bank envelop, but in no case is embedded in the concrete. Run ground through the manholes and bond to ground rods in manholes. l . Connect the ground cables of the duct bank to the nearest buried ground loop at both ends. If a ground loop is not available for connection at an end of a duct bank, the Contractor shall drive a 3/4" x 10' ground rod at the end of the duct bank and terminate the ground cable run along the top of the duct bank to the ground rod. 2. Ground all metallic cable racks, supports, and ladders by #4/0 bare copper ground loop exposed on the inside walls of the manhole. Connect the copper loop to the grounding cable that is run above the duct bank and through the manhole. S. Grounding Manholes and Handholes: Install a driven ground rod through manhole or handhole floor, close to wall, and set rod depth so 4 inches will extend above finished floor. If necessary, install ground rod before manhole is placed and provide No. 4/0 AWG bare, copper conductor from ground roll into manhole through a waterproof sleeve in manhole wall. Protect ground rods passing through concrete floor with a double wrapping of pressure - sensitive insulating tape or heat -shrunk insulating sleeve from 2 inches above to 6 inches below concrete. Sea] floor opening with waterproof, nonshrink grout. Northside I1724-Inch Water Transmission Main CITY OF FORT WORTH City Project Number: 100277 260526-5 GROUNDING & BONDING FOR ELECTRICAL SYSTEMS Page 5 of 6 T. Grounding Connections to Manhole Components: Bond exposed -metal parts such as inserts, cable racks, pulling irons, ladders, and cable shields within each vault, manhole or handhole, to ground rod or grounding conductor. Make connections with No. 4 AWG minimum, stranded, hard -drawn copper bonding conductor. Train conductors level or plumb around corners and fasten to manhole walls. Ground all metallic cable racks, supports, and ladders by #410 bare tinned copper ground loop exposed on the inside walls of the manhole. Connect the copper loop to the grounding cable that is run above the duct bank and through the manhole. U. Provide a ground pad in all concrete foundations for connection to equipment and to grounding system. The ground pad shall be ERICO CADWELD B 164-2Q or equal. No pigtails allowed. 1. Transformer Pads: Provide a ground pad in the concrete pad. Provide a #4/0 bare copper to the grounding system. Provide two -hole spade terminals connected to a #4/0 bare copper conductor at each end and connect to the transformer enclosure and to the ground pad. 2. Motor Grounding: Provide a ground pad in the concrete slab. Provide a #4/0 bare copper to the grounding system. Provide two -hole spade terminals connected to a #4/0 bare copper conductor at each end and connect to the motor enclosure and to the ground pad and to the pump frame. 3. The use of "pig tails" for connections to ground loops or equipment shall not be allowed. V. Provide a minimum of two ground connections to all medium voltage equipment including VFD's and transformer frames. 3.02 INSPECTION A. Inspect the grounding and bonding system conductors and connections for tightness and proper installation. B. Use Biddle Direct Reading Earth Resistance Tester or equivalent to measure resistance to ground of the system. Perform testing in accordance with the test instrument manufacturer's recommendation using the fall of potential method. C. All test equipment provided under this section shall be approved by the ENGINEER. D. Resistance to ground testing shall be performed during dry season. Submit test results in the form of a graph showing the number of points measured (12 minimum) and the numerical resistance to ground. E. Testing shall be performed before energizing the distribution system. F. A separate test shall be conducted for each building or system. G. Notify the ENGINEER immediately if the resistance to ground for any building or system is greater than five ohms. Provide additional ground rods and conductors as required to bring the resistance to five ohms. H. Submit reports of all tests to the Owner/Engineer. Morthside IV 24-Inch Water Transmission Main CITY OF FORT WORTH City Project Nzon6er: 100277 260526-6 GROUNDING & BONDING FOR ELECTRTCAT. SYSTEMS 3.03 TESTING Page 6 of 6 A. Testing shall be done in accordance with 26 01 26, "Testing of Electrical Systems". END OF SECTION Northside IV 24-Inch Water Transmission 1blain CITY OF FORT WORTH City Project Number: 100277 260529-1 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS Page 1 of 4 SECTION 26 05 29 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 1.00 GENERAL 1.01 WORK INCLUDED A. Drawings and general provisions of the Contract, including General and Supplemen-tary Conditions and Division 01 Specification Sections, apply to this Section. B. This Section includes the following: 1. Hangers and supports for electrical equipment and systems. 2. Construction requirements for concrete bases. 1.02 PERFORMANCE REQUIREMENTS A. Design supports for multiple raceways capable of supporting combined weight of sup -ported systems and its contents. B. Design equipment supports capable of supporting combined operating weight of sup -ported equipment and connected systems and components. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00, "Submittal Procedures" and shall include Record Data. B. Provide calculations for load limits for all trapeze -type supports, support assemblies and field fabricated support systems. 1.04 QUALITY ASSURANCE A. Welding: Qualify procedures and personnel according to AWS D I.1/D L I M, "Structural Welding Code - Steel." B. Comply with NFPA 70. A. Coordinate size and location of concrete bases. Cast anchor -bolt inserts into bases. Concrete, reinforcement, and formwork requirements are specified in Division 03. 2.00 PRODUCTS 2.01 SUPPORT, ANCHORAGE, AND ATTACHMENT COMPONENTS A. Steel Slotted Support Systems: Comply with MFMA-4, factory -fabricated components for field assembly. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Allied Tube & Conduit. b. Cooper B-Line, Inc.; a division of Cooper Industries. Northside IV 24-Inch Water Transmission Maim CITY OF FORT WORTH City Project Number: 100277 26 05 29 - 2 ITANGLRS AND SUPPORTS FOR ELECTRICAL SYSTEMS Page 2 of c. ERICO International Corporation. d. GS Metals Corp. e. Thomas & Betts Corporation. f. Unistrut; Tyco International, Ltd. g. Wesanco, Inc. 2. Channel Dimensions: Selected for applicable load criteria. 3. Slotted channel shall be 316 stainless steel. B. Raceway and Cable Supports: As described in NECA l and NECA 101. C. Conduit and Cable Support Devices: 316 stainless steel hangers, clamps, straps and associated fittings, designed for types and sizes of raceway or cable to be supported. D. Structural Steel for Fabricated Supports and Restraints: ASTM A 36/A 36M, steel plates, shapes, and bars; 316 stainless steel. E. Mounting, Anchoring, and Attachment Components: Items for fastening electrical items or their supports to building surfaces include the following: L Mechanical -Expansion Anchors: Insert -wedge -type, 316 stainless steel, for use in hardened portland cement concrete with tension, shear, and pullout capacities ap- propriate for supported loads and building materials in which used. a. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1). Cooper B-Line, Inc.; a division of Cooper Industries. 2). Empire Tool and Manufacturing Co., Inc. 3). Hilti Inc. 4). ITW Ramset/Red Head; a division of Illinois Tool Works, Inc. 5). MKT Fastening, LLC. 2. Concrete Inserts: Stainless Steel, slotted support system units similar to MSS Type 18; complying with MFMA-4 or MSS SP-58. 3. Clamps for Attachment to Steel Structural Elements: MSS SP-58, type suitable for attached structural element. 4. Through Bolts: 316 Stainless Steel, Structural type, hex head, and high strength. Comply with ASTM A 325. 5. Toggle Bolts: 316 Stainless steel springhead type. 6. Hanger Rods: Threaded 316 stainless steel. 7. Washers: 316 Stainless steel. Northside IV 24-Inch Water Transmission Main CTTY OF FORT wOTZ'T'n City Project Mumher: 100277 260529-3 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS Page 3 of 3.00 EXECUTION 3.01 APPLICATION A. Comply with NECA 1 and NECA 101 for application of hangers and supports for electrical equipment and systems except if requirements in this Section are stricter. B. Maximum Support Spacing and Minimum Hanger Rod Size for Raceway: Space sup -ports for RIGID METAL CONDUIT as required by NFPA 70. Minimum rod size shall be 3/8 inch in diameter. C. Multiple Raceways or Cables: Install trapeze -type supports fabricated with stainless steel slotted support system, sized so capacity can be increased by at least 25 percent in future without exceeding specified design load limits. 1. Secure raceways and cables to these supports with single -bolt conduit clamps using spring friction action for retention in support channel. A. Comply with NECA l and NECA 101 for installation requirements except as specified in this Article. B. Raceway Support Methods: In addition to methods described in NECA 1, RIGID METAL CONDUIT may be supported by openings through structure members, as permitted in NFPA 70. C. Strength of Support Assemblies: Where not indicated, select sizes of components so strength will be adequate to carry present and future static loads within specified load-ing limits. Minimum static design load used for strength determination shall be weight of supported components plus 200 lb. D. Mounting and Anchorage of Surface -Mounted Equipment and Components: Anchor and fasten electrical items and their supports to building structural elements by the fol-lowing methods unless otherwise indicated by code: 1. To Wood: Fasten with lag screws or through bolts. 2. To New Concrete: Bolt to concrete inserts. 3. To Masonry: Approved toggle -type bolts on hollow masonry units and expansion anchor fasteners on solid masonry units. 4. To Existing Concrete: Expansion anchor fasteners. 5. To Steel: Beam clamps (MSS Type I9, 21, 23, 25, or 27) complying with MSS SP-69. 6. To Light Steel: Sheet metal screws. 7. Items Mounted on Hollow Walls and Nonstructural Building Surfaces: Mount cabinets, panelboards, disconnect switches, control enclosures, pull and junction boxes, transformers, and other devices on slotted -channel racks attached to substrate. E. Drill holes for expansion anchors in concrete at locations and to depths that avoid rein- forcing bars. Northside IY24-Inch Water Transmission Main CITY OF FORT WORTH City Project Number: 100277 26 05 29 - 4 HANGERS AND SUPPORTS FOR ELFCTRICAL SYSTEMS Page 4 of 4 3.03 CONCRETE BASES A. Construct concrete bases of dimensions indicated but not less than 4 inches larger in both directions than supported unit, and so anchors will be a minimum of 10 bolt diam-eters from edge of the base. B. Use 3000-psi, 28-day compressive -strength concrete. C. Anchor equipment to concrete base. 1. Place and secure anchorage devices. Use supported equipment manufacturer's setting drawings, templates, diagrams, instructions, and directions furnished With items to be embedded. 2. Install anchor bolts to elevations required for proper attachment to supported equipment. 3. Install anchor bolts according to anchor -bolt manufacturer's Written instructions. D. All floor mounted equipment shall have a 4" thick housekeeping pad on top of concrete foundations or floor for interior equipment. END OF SECTION Northside IV 24-Inch Water Transmission Main CITY OF PORT WORTH City Project Number: 100277 SECTION 26 05 33.01 CONDUITS 1.00 GENERAL 1.01 WORK INCLUDED 26 05 33.01 - 1 CONDUITS Page 1 of 7 A. Furnish labor, materials, equipment and incidentals necessary to install a complete conduit system for each type of electrical system. Electrical work shall be in accordance with Div. 26 ELECTRICAL specifications. 1.02 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00, "Submittal Procedures" and shall include: 1. Shop Drawings shall include cut sheets of each material to be used on the project. 2. The Electrical Contractor in conjunction with the Contractor shall issue a letter stating that the arrangement of the duct banks to drain is coordinated with the proposed site grading. 1.03 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: ANSI C80.5 ANSI/NEMA FB 1 NEMA RN 1 NEMA TC 2 NEMA TC 3 NEMA TC 14 2.00 PRODUCTS Electrical Rigid Aluminum Conduit Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit and Cable Assemblies PVC Externally -Coated Galvanized Rigid Steel Conduit and Electrical Metallic Tubing Electrical Plastic Tubing (EPT) and Conduit (EPC-40 and EPC-80) PVC Fittings for Use with Rigid PVC Conduit and Tubing Reinforced Thermosetting Resin Conduit (RTRC) and Fittings 2.01 MANUFACTURED PRODUCTS A. RIGID ALUMINUM CONDUIT: Heavy wall, aluminum alloy 6063; low temper number, tube, free from defects and manufactured in accordance with ANSI C80.5 standards and U.L. listed. Acceptable manufacturers shall be Indalex, Allied and Wheatland. B. PVC COATED RIGID ALUMINUM: Meeting the requirements of rigid aluminum conduit; 40 mil PVC exterior coating and 2 mil urethane interior coating, U.L. 6A listed. Acceptable Manufacturers shall be Rob Roy Plastibond Red, Ocal, O'kote, and Perma-Cote. Xorihside IV 24-Inch Water Transmission 1fain CITY OF FORT WORTH City Project Numher: 100277 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 26 05 33.01 - 2 CONDUITS Pagc 2 of 7 C. LIQUID TIGHT FLEXIBLE METAL CONDUIT: Single strip, helically wound, interlocking, hot dip galvanized, in accordance with U.L. 1. Liquid tight conduit shall have an extruded, polyvinyl jacket over the flexible metal. Acceptable product shall be Anaconda Type U.A. D. FITTINGS AND CONDUIT BODIES: 3. RIGID METAL CONDUIT: Threaded type material to match the conduit, in accordance with ANSI/NEMA FBI and as manufactured by Appleton Form 35, Killark "0" Series, Crouse Hinds, OZ Gedney, or RACO. 4. FLEXIBLE AND LIQUID TIGHT FITTINGS: In accordance with ANSUNEMA FB 1; cadmium -plated, malleable iron body and nut; aluminum ferrule; insulated throat; integrally -cast, external ground lugs, as manufactured by Appleton "ST" series, Hubbel, OZ Gedney Type 4QL, or RACO. E. ELBOW AND BENDS: Conduit systems shall use PVC coated aluminum or as indicated on plans. F. BUSHINGS: High impact, thermosetting, phenolic insulation; 150 degrees C.; as manufactured by Appleton "BBUH", Blackburn, or OZ Gedney type A. G. GROUNDING BUSHINGS: Conduit grounding bushings shall consist of an aluminum, insulated throat conduit bushing with an attached aluminum set screw lug. Grounding bushing shall comply with Fed. Spec. W-F-408b and W-W-C-581d, UL Standards 514B and 467, and shall be Crouse Hinds Lazy Lug or approved equal. H. HUBS: 5. ALUMINUM CONDUIT: Cast aluminum, with broad flat surfaces with gripping teeth on both sides of conduit entry. Hub portion on exterior side of entry shall contain "0" ring for watertight seal of conduit entry. Hubs shall be Meyers Hub, Appleton or Efcor. I. CONDUIT THROUGH -WALL AND FLOOR SEAL: Malleable iron body with oversized sleeves, sealing ring, pressure clamp and rings and sealing grommet; hex head cap screw, as manufactured by OZ Gedney, type FSK. J. END BELLS: Threaded, malleable iron or PVC, as manufactured by OZ Gedney type TNS. PVC end bells shall be provided in manholes and hand holes. K. EXPANSION FITTINGS: Aluminum with aluminum bonding jumpers. Linear expansion fittings shall be OZ Gedney Zx for rigid, use with aluminum conduit or Appleton "XJ" series. Combination linear and deflection expansion fittings shall be OZ Gedney type AXDX. L. THREADED NIPPLES: As manufactured by Allied or Triangle. Aluminum Conduit nipples shall have two (2) independent sets of threads. Running threads shall not be used. Utilize the conduit union when joining two (2) fixed conduits in a continuous run. M. ACCESSORIES: Reducers, washers, etc., shall be cadmium -plated, malleable iron. N. IDENTIFYING TAPE FOR BURIED CONDUITS: 6" wide, polyethylene with continuous printing along the length of the tape, as manufactured by Brady "Identoline" or Sentry Line "Terra Tape". Use red with black Ietters for buried electrical power conduits. Use green with black letters for buried electric instrumentation and communication conduits. 0. CONDUIT DRAINS: Conduit drains shall be 304 stainless steel as manufactured by Crouse Hinds ECD Universal, or approved equal. Northside IV 24-Inch [Facer Transmission rYfain CITY OF FORT WORTH City Project Number: 100277 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 26 05 33.01 -3 CONDUITS Page 3 of 7 P. DUCT BANK SPACERS: Interlocking module spacers as manufactured by Formex, or approved equal. Q. LINK SEAL: Link seal shall be modular, mechanical type, consisting of inter -locking synthetic rubber links shaped to continuously fill the space between the conduit and the wall opening. Link seal shall be suitable for use in a core -drilled and pre -cast wall openings and shall be manufactured by Pipeline Seal & Insulator, Inc. or approved equal. 3.00 EXECUTION 3.01 CONDUIT INSTALLATION SCHEDULE A. Conduit types shall be installed in accordance with the following schedule: 1. CONCRETE ENCASED CONDUIT: Schedule 40 PVC unless noted otherwise. Conduit below grade shall not be smaller than 2". 2. ABOVE GRADE CONDUIT: Rigid Aluminum unless noted otherwise. 3. PVC COATED RIGID ALUMINUM CONDUIT: Shall be used for conduit stub -ups through concrete and concrete wall penetrations and for elbows and bands in concrete encased duct banks as required by specification. 4. RIGID ALUMINUM CONDUIT: May be used in all locations. PVC coated rigid aluminum conduit shall be used in corrosive environments or where in contact with concrete. 5. LIQUID TIGHT FLEXIBLE METALLIC CONDUIT: Shall only be used to equipment in non -hazardous locations not subject to physical damage or excessive temperatures, requiring vibration isolation unless otherwise indicated, 6'-0" maximum length. The bending radius shall be in accordance with Chapter 9, Table 2 of the NEC and shall not deform or alter the flex jacket. 3.02 INSTALLATION A. GENERAL 1. Size conduits as required by the National Electrical Code for the number and sizes of wires to be drawn into the conduit. Conduit less than 3/4" shall not be used unless specified otherwise. No conduit less than 2" shall be allowed to be installed in ductbanks even if exposed section of raceway is a smaller trade size. 2. Conduit stubbed -up under free standing enclosures located indoors/outdoors in an electrical room, etc., such as a motor control center, shall be PVC and have a PVC end bell terminator that is solvent welded onto each conduit end. End bell shall be installed flush with the finished floor or top of the housekeeping pad. No PVC shall be exposed to daylight or be installed such that any portion is out of concrete housekeeping pad or duct bank. 3. Underground duct banks shall be steel reinforced red concrete encased. Conduit which is below the finished grade shall be PVC schedule 40, except where indicated on the plans or noted otherwise. Unless otherwise indicated, all other conduit shall be rigid aluminum. 4. Conduits terminating inside an air conditioned space from outside shall be sealed with duct seal to prevent moisture/condensation from entering the enclosure. Morthside IV 24-Inch Waler Transmission Main CITY OF FORT WORTH City Project Number: 100277 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 26 05 33.01 - 4 CONDUITS Page 4 of 7 5. Duct banks routed below building slabs or any equipment pad shall be steel reinforced concrete encased. 6. At the transition from underground and or from concrete, protect conduit from mechanical damage by extending PVC coated rigid aluminum conduit a maximum of 12" and a minimum of 4" into the earth or concrete at the transition. 7. Aluminum conduit, straps, and struts shall not be in direct contact with concrete. Provide a neoprene washer between the aluminum and concrete. 8. Aluminum conduit which penetrates into concrete shall be factory -coated with 0.40" of polyvinylehloride, per Spec. MIL-P-15147. 9. Conduit extending into concrete shall not be closer than 3" from adjacent conduit and shall not be closer than 1 " from any reinforcement bars. 10. PVC conduit shall not be installed above grade level, above concrete slab level, or for any exposed installations unless specified. All transitions from concealed to exposed shall be made with PVC coated aluminum. Conduit shall not be placed horizontally in a concrete floor slab or a beam without the ENGINEER`s written approval. 11. Flexible metal conduit (sealtight) used for connecting light fixtures, i.e., fixture whips, shall be 1/2" as a minimum. Fixture whips shall contain only three conductors: one hot, one neutral, and one equipment grounding conductor. Other conduit types shall be 3/4" as a minimum. The inside surface of the conduit shall be reamed smooth after it has been cut. 12. Provide conduit sizes as shown on the plans. 13. Where conduits stub up through a floor slab from below finished floor level for multi- level structures, install a threaded fitting with brass plug so that the top of the fitting is flush with the concrete or finished floor surface. 14. Conduit system shall be swabbed clean prior to installation of conductors. 15. Ground conduits in accordance with the National Electrical Code and Specification 26 05 26, "Grounding & Bonding for Electrical Systems". 16. Contractor shall properly tape PVC coated aluminum conduit where it transitions to PVC conduit in underground concrete encased duct banks so that no aluminum conduit is in contact with concrete encasement. Tape shall be manufactured by Scotch or approved equal. Coordinate with tape manufacturer for type of tape to use for the installation. B. UNDERGROUND 1. Underground conduit shall be steel reinforced red concrete encased. Where underground conduits are routed under a concrete slab on grade and brought up under slab the duct bank reinforcing steel shall be tied into the slab. Northside IV 24-Inch Kiter Transmission Main CITY OF FORT WORTH City Project Mumher: 100277 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 260533.01-5 CONDUITS Page 5 of 7 2. Bury underground conduit a minimum of 18" deep to the top of the red concrete encasement for 600V duct banks and 24" for medium voltage duct banks, and as shown on the plans, whichever is greater. Backfill buried concrete encased duct banks with material which is free from large rock, paving material, or large angular substance. Install underground conduit with the conduit duct bank dimensions shown on the plans. Adhere to conduit spacing by using spacers at intervals to ensure that proper spacings are maintained. The concrete shall be red in color. Apply dye in concrete truck, sprinkling dye on or painting of top of the duct bank after concrete placement is prohibited. PAYMENT WILL NOT BE MADE FOR CONCRETE POURED WITHOUT APPLYING THE RED DYE IN TRUCK AS SPECIFIED. Place 3" CMU blocks under rebar cage to suspend rebar off of the bottom of the trench so that it does not contact the soil and is completely encased in the concrete envelope when concrete is placed. 3. Where underground conduits terminate in a vault or underground structure, dowel] duct bank rebar into any below grade structure -wall, vault, manhole, etc. Where duct bank goes below slab -on grade, rebar shall follow raceway under slab and turn up with raceway and be concrete encased and tied into slab rebar. 4. Grade underground and outdoor conduits to drain free of condensation and moisture. Provide for automatic draining at low points. Install horizontal runs of conduit to provide a natural drain for condensation without pockets or traps where moisture may collect. 5. Underground conduits shall drain to an underground structure with a floor drain, such as a manhole. 6. Install conduit drain assemblies in outside or underground conduits to provide for draining. 7. Underground conduit bends shall have a long sweep bend radius. 8. Minimum size for underground conduits is 2". 9. Contractor shall install duct bank spacers a minimum of every 5 feet. 10. Conduit shall slope uniformly at not less than 4" per 100', or more than 60" per 100' unless indicated otherwise on the plans or approved by the Engineer. Arrange duct banks to drain into manholes with no low pockets in the duct runs. The electrical contractor shall coordinate with the Contractor and the plans on the proposed grades for the site. C. ROUTING AND SUPPORT 1. Use the conduit route where shown on the plans. Route conduits that do not have a specified route in the most direct path between the two points, i.e. horne runs shown with an arrow symbol. Route conduits parallel to building lines. Concealed conduits on the plans shall be below grade, within walls, or above ceilings. 2. Route conduit through roof openings for piping and ductwork where possible. Otherwise, route conduit through the roof with pitch pocket. Conduit shall not penetrate ductwork. Exposed conduit shall not be installed on the roof without the ENGINEER's prior approval. Northside IV 24-Inch Water Transmission Main CITY OF FORT WORTH City Project Number: 100277 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 26 05 33.01 - 6 CONDUITS Page 6 of 7 Install conduit at elevations which maintain headroom, and at locations which avoid interference with other work requiring grading of pipe, the structure, finished walls, etc. Avoid crossing other work. Conduits shall not be placed in close proximity to equipment, systems, and service lines. Maintain a minimum of 3" separation, except in crossing which shall be a minimum of I ". Conduits shall not be instalIed/concealed in water bearing walls. 4. Conduits in buildings shall be exposed on unfinished ceilings and basements, as shown on the plans. Rigidly support conduits to the building structures using hardware bolted or screwed to the structure. The mounting hardware shall not mount the conduit directly on concrete walls and ceilings, but shall space the conduit away from the surfaces using mineralac-type hardware, strut channel clamps, or one hole straps with clamp backs. 5. Provide expansion fittings at duct bank to exposed conduit transitions, expansion, construction and seismic joints. Provide combination expansion/deflection fittings where conduits are concealed at these joints. 6. Group conduit in parallel runs where practical. Use a conduit rack constructed of channels with conduit straps or clamps. Provide space for an additional 25% conduit. 7. Parallel runs of conduit shall have bends and offsets made at the same point such that the angle of bend is the same in each conduit and the conduits remain parallel throughout the run. Conduits not installed in this manner shall be removed and reinstalled at the Contractor's expense. Conductors that are installed shall be removed and replaced at the Contractor's expense. S. Conduits installed in parallel shall be arranged such that crossings are eliminated. 9. Rigid aluminum conduit systems shall utilize aluminum straps, clamps and strut channel. Coated rigid steel or aluminum conduit shall utilize PVC factory coated or clamps and thread rods, etc. as manufactured by Robroy. 10. Nuts, bolts, concrete anchor bolts and other metallic fasteners shall be 316 stainless steel. 11. Install conduit with threaded couplings and other threaded fittings. Threadless, or clamp type fittings shall not be used on metallic conduit. Rigid aluminum conduit shall have each set of threads coated with an oxidation inhibitor, Ilseo, De-Ox, ITT Noalox, Blackburn Contax or approved equal. 12. Use PVC coated aluminum elbows for bends in PVC conduit. 13. Use suitable conduit caps to protect installed conduit against entry of dirt and moisture. The use of duct tape or any other tape shall be prohibited. 14. Use watertight hubs to fasten conduit to metal boxes, etc. in wet or damp locations per the National Electrical Code. 15. Install a pulling string in empty (spare) conduit, except sleeves and nipples, and leave for future pulling as applicable. 16. Expansion/deflection fittings made of neoprene in outdoor applications shall have aluminum tagging over the neoprene held in place with stainless steel tie -wraps. D. TERMINATIONS 1. Use threaded hubs for termination of conduits. Locknut termination of conduits shall not be used on this project. Northside IV 2 F-Inch Water Transmission Main CITY OF FORT wORTiI City Project Number: 100277 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 26 05 33.01 - 7 CONDUITS Page 7 of 7 2. Conduit terminations shall not penetrate the top of NEMA 4X and NEMA 3R enclosures. Enclosures with top penetrations shall be removed and replaced with conduits re-routed for side or bottom penetration at Contractor's expense. If conductors have been installed and are too short to accommodate the re-routed conduit, then they shall be removed and replaced at the Contractor's expense. END OF SECTION Northside IV 24-17ch !Nader Transmission Main CITY OF FORT WORTH City Project Member: 100277 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SECTION 26 05 33.02 WIREWAYS 1.00 GENERAL 1.01 WORK INCLUDED 26 05 33.02 - WIREWAYS Page 1 of 2 A. Furnish labor, materials, equipment and incidentals necessary to install a complete wireway system. Electrical work shall be in accordance with Section 26 05 00, "Common Work Results for Electrical". Contractor shall size wireways in accordance with the National Electrical Code. 1.02 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00, "Submittal Procedures" and shall include Shop Drawing for: 1. Product cut sheet W11IM-9 R0111IN-Y 2.01 MATERIALS A. WIREWAY: Provide as manufactured by Hoffman or equal. B. WIREWAY ENCLOSURES, SUPPORTS AND ASSOCIATED FITTINGS: NEMA I (metallic) for Air Conditioned spaces and NEMA 4X, 304 stainless steel for all other locations, lay -in wireway, quick release cover stainless steel latches, continuously welded seams, oil resistant gasket. Hoffman Lay -In -Type NEMA 1 or NEMA 4X wireway or equal. Factory ANSI 61 gray finish for NEMA 1. C. Wireways shall have integral lugs. Wireways shall have quick release luggage type stainless steel latches. 2.02 FABRICATIONS A. WIREWAYS: Complete wireway system with enclosures, supports, and associated fittings, having the form and dimension suited to the application, and as manufactured by Hoffman or approved equal. 3.00 EXECUTION 3.01 INSTALLATION A. Provide systems of wireways of sufficient size where indicated. B. Size wireway cross -sectional area and length based upon conductor fill and equipment served as required by NEC and local codes. C. Install types based on environmental conditions to which exposed. D. Mount wireways only with lugs. Space 1 /4" off of wall. Drilling of NEMA 4X wireways is prohibited. NEMA 4X wireways drilled will be removed and replaced at contractor's expense. Northside IV 24-Inch Water Transmission Main CITY OF FORT WORTH City Project Number: 100217 26 05 33.02 - 2 WiRF?WAYS Page 2 of 2 END OF SECTION Northside IV 24-Inch Water Transmission Main CITY OF FORT WORTH City Prqject Alumber: 100277 SECTION 26 05 33.03 OUTLET BOXES 1.00 GENERAL 1.01 WORK INCLUDED 26 05 33.03 - l OUTLET BOXES Page 1 of 3 A. Furnish labor, materials, equipment and incidentals necessary to install outlet boxes. Electrical work shall be in accordance with Section 26 05 00, "Common Work Results for Electrical". 1.02 QUALITY ASSURANCE - ACCEPTABLE MANUFACTURERS A. Cooper Crouse -Hinds; Div. of Cooper Industries, Inc. B. EGS/Appleton Electric. C. Erickson Electrical Equipment Company. D. Hoffman. E. Hubbell Incorporated; Killark Electric Manufacturing Co. Division. F. O-Z/Gedney; a unit of General Signal. 1.03 SUBMITTALS A. No submittals required for Section 26 05 33.03, "Outlet Boxes". 1.04 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: ANSi/NEMA OS I Sheet steel outlet boxes, device boxes, covers and box supports. ANSI/NEMA OS 2 Non-metallic outlet boxes, device boxes, covers and box supports. 2.00 PRODUCTS 2.01 MATERIALS A. GENERAL: Furnish boxes with proper covers and device plates B. CAST BOXES: Cast aluminum metal, deep type, gasketed cover, threaded hubs and integral mounting lugs. Use cast boxes for all installation. Boxes shall be manufactured by Crouse - Hinds, Appleton or approved equal. Provide integral mounting lugs and provide integral conduit hubs on all boxes. 3.00 EXECUTION 3.01 PREPARATION; COORDINATION OF BOX LOCATIONS A. Provide electrical boxes in the locations shown on the Plans, and as required for splices, taps, wire pulling, equipment connections, and code compliance. Northside IV 24-Inch Water Transmission Main CITY OF FORT WORTH City Project Number: 100277 26 05 33.03 - 2 OUTLET BOXES Page 2 of 3 B. Electrical box locations shown on Contract Drawings are approximate unless dimensioned. Verify Iocations of boxes and outlets prior to rough -in. Outlet locations may be modified to accommodate changes in door swings, space changes or to clear other interferences that arise or from job modifications. Make such modifications at no cost to the OWNER as a matter of job coordination. Coordinate job conditions and notify the ENGINEER of discrepancies before proceeding with the installation of the work. Set wall boxes in advance of wall construction blocked in place, and secured. install extension sleeves as required to extend boxes to finished surfaces. C. Provide 1/4" spacer behind all boxes. D. Never drill through the back of boxes for mounting. Drilled boxes will be rejected and shall be replaced at the Contractor's expense. E. Unless otherwise noted, location of outlet boxes shall be as follows: Equipment or Outlets Elevation *(A.F.F. Toggle switches 410" Receptacles 116" Equipment or Outlets Elevation *(A.F.F. Flow/Level Transmitters 515" Circular Chart Recorder 515" Motor starters 510" Control stations 410" Manual starters 510" Thermostats in office areas 4'0" Telephone outlets 116" Circuit protective devices 66" to top of enclosure * Above Finished Floor. F. Locate and install boxes to allow access. Where installation is inaccessible, coordinate locations and sizes of required access doors in accordance with other sections of the specifications. 3.02 INSTALLATION A. Locate boxes in masonry walls to require cutting of masonry unit corner only. Coordinate masonry cutting to achieve neat openings for boxes. B. Provide plugs for unused openings. C. Use multiple -gang boxes where more than one (1) device is installed together; do not use sectional boxes. Provide barriers to separate wiring of different voltage systems. Northside IV 24 Inch Kiter Transmission Main CITY OF FORT WORTH City Project Number: 100277 26 05 33.03 - 3 ourJ,E'r BOXES Page 3 of 3 D. Install boxes in walls without damaging wall insulation. E. Align wall -mounted outlet boxes for switches, thermostats and similar devices. F. Mount all boxes using only the integral lugs. Drilling through the box to mount is prohibited. Any box mounted by drilling through the box will be rejected and shall be replaced at the Contractor's expense. G. All boxes shall be installed with spacers so that at least 114" air space is maintained between the back of the box and the wall. END OF SECTION Northside IV 24-Inch Water Transmission iWain CITY OF FORT WORTH City Project Number: 100277 26 05 33.04 - l PULL AND JUNCTION BOXES FOR ELECTRICAL SYSTEMS Page 1 of 3 SECTION 26 05 33.04 PULL AND JUNCTION BOXES FOR ELECTRICAL SYSTEMS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install pull and junction boxes. The CONTRACTOR shall be responsible for sizing all pull boxes and junction boxes per the National Electrical Code (NEC) Article 314 and all other relevant sections of the NEC. Electrical work shall be in accordance with Section 26 05 00, "Common Work Results for Electrical". 1.02 QUALITY ASSURANCE - ACCEPTABLE MANUFACTURERS A. Appleton B. Bryant C. Crouse Hinds D. Hoffman E. Hubbell F. O Z Gedney G. Raco 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00, "Submittal Procedures" and shall include the following shop drawings: 1. Pull and Junction Boxes 2. Pull and Junction Boxes Sizing Calculations: Detailed calculations shall be submitted to the ENGINEER with the pull and junction boxes' initial submittal. Submittals submitted without sizing calculations shall not be accepted. 1.04 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: NEMA 250 Enclosure for Electrical Equipment (1000 volts maximum) ANSI/NEMA OS I Sheet steel Outlet Boxes, Device Boxes, Covers and Box Supports NEC National Electrical Code Northside IV 24-Inch Waler Transmission Main CITY OF FORT WORTI I City Project Munher: 100277 26 05 33.04 - 2 PULL AND JUNCTION BOXES FOR ELECTRICAL SYSTEMS Page 2 of 3 2.00 PRODUCTS 2.01 MATERIALS A. GENERAL: Exposed wall pull and junction boxes shall be 316 stainless steel. Exposed pull boxes or junction boxes installed outdoors, per NEMA 250 shall be weatherproof and shall be provided mounting lugs with watertight gasketed covers fastened with stainless steel screws and be 316 stainless steel. All hardware shall be 316 stainless steel. Boxes shall be provided with integral mounting lugs. B. NEMA 1 for Air Conditioned spaces and NEMA 4X, 316 stainless steel for all other locations unless otherwise noted. C. PULL AND JUNCTION BOXES: Metal construction conforming to National Electrical Code and ANSI/NEMA OS 1 with a hinged cover and quick release 316 stainless steel luggage type clasp, 1/4 turn screw with handles or 3-point handle operated latch system. Latching systems requiring tools are not permitted. Provide hinge type for boxes of 12" or larger in any dimension. Boxes shall be provided with integral mounting lugs. Hinge, hasp and all hardware shall be 316 stainless steel. Back panel shall be aluminum. 3.00 EXECUTION 3.01 INSTALLATION A. Use separate pull boxes and junction boxes for electric power, control and communication systems. B. Install pull boxes and junction boxes where required by the National Electrical Code and wherever required to overcome mechanical difficulties. C. Install pull boxes in interior locations to prevent conduit runs longer than l 00' and conduit runs are not broken by junction or outlet boxes. D. Pull and junction boxes shall be accessible and not buried. E. Do not install boxes back to back in walls and provide a minimum of 6" separation, except in acoustic -rated walls, provide 24" separation. F. Support boxes independently of conduit except for cast boxes that is connected to two rigid metal conduits, both supported within 12" of box. G. Junction boxes shall have terminal strips/distribution blocks for splicing conductors where approved by the ENGINEER or as shown/specified on the plans. Terminal strips shall be manufactured by Allen-Bradley, Phoenix Contact or approved equal. Distribution blocks shall be per Section 26 05 19, "Low Voltage Electrical Conductors & Cables". No top entry in junction boxes with a terminal strip, H. Box shall be mounted using mounting lugs. Drilling through the box to mount is prohibited. Any box drilled to mount will be rejected and shall be removed and replaced at the Contractor's expense. L Provide at Ieast 1/4 inch air space between the back of the box and the wall. Northsidc IV 24-Inch Water Transmission Main CITY OF FORT WORT[ City Project Number: 100277 260533.04-3 PUT,L AND JUNCTION BOXES FOR ELECTRICAL SYSTEMS Page 3 43 J. Conduit penetrations in the top of any enclosure is strictly prohibited in all outdoor areas and where exterior conduits penetrate into enclosures located in dry areas. Conduits entering top of enclosures are allowed in locations were conduit does not come in contact with octet, spray down areas, or damp locations prior to entering the enclosure. Any enclosure top penetrated will be rejected and shall be removed and replaced at the Contractor's expense. END OF SECTION Northside IV 24-Inch Water Ti•cinsmission Main CITY OF FORT WORTIi City Project Number: 100277 260553-1 TDENTIFICATTON FOR ELECTRICAL SYSTEMS Page 1 oF6 SECTION 26 05 53 IDENTIFICATION FOR ELECTRICAL SYSTEMS 1.00 GENERAL 1.01 WORK INCLUDED A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. B. Section Includes: 1. Identification for raceways. 2. Identification of power and control cables. 3. Identification for conductors. 4. Underground -line warning tape. 5. Warning labels and signs. 6. Instruction signs. 7. Equipment identification labels. 8. Miscellaneous identification products. 1.02 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00, "Submittal Procedures" and shall include: 1. Record Data: a. Product Data to include cut sheets for each electrical identification product to be used on the project. Provide example of labeling for Owner/Engineer approval prior to beginning any work. 1.03 QUALITY ASSURANCE A. Comply with ANSI A13.1. B. CompIy with NFPA 70. C. Comply with 29 CFR 1910.144 and 29 CFR 1910.145. D. Comply with ANSI Z535.4 for safety signs and labels. E. Adhesive -attached labeling materials, including label stocks, laminating adhesives, and inks used by label printers, are not acceptable. 2.00 PRODUCTS 2.01 POWER AND CONTROL CABLE IDENTIFICATION MATERIALS A. All markings to labels, schedules, tags or nameplates shall be machine printed only. Hand printing is prohibited. Circuits shall be tagged at terminations (both ends), in pull boxes, cabinets, and enclosures as follows: Northsidc IV 24-Inch Dater Transmission Alain CITY OF FORT WORTH City Project Munher: 100277 260553-2 IDENTIFICATION FOR ELECTRICAL SYSTEMS Page 2 of 6 1. Tags relying on adhesives or tape -on markers are not acceptable, unless noted otherwise. 2. Hand written tags are not acceptable. 3. Provide conductor tags for conductors No. 10 AWG and below with legible permanent sleeve of yellow or white PVC with machine printed black marking, Raychem TMS sleeves or approved equal. 4. Provide tags for cables and for conductors No. 8 AWG and larger consisting of permanent nylon marker plates with legible designations hot stamped on the plate. Attach these marker plates to conductors and cables with stainless steel wire wraps. Tags shall be Raychem TMS-CM cable markers or approved equal. 5. Tags shall be imprinted with panelboard and panelboard position number (e.g. LA3-23) for conductors fed from panelboards. Other conductors shall have tags imprinted with the MCC which feeds the conductors (e.g. MCC 1). 6. Switchlegs shall have the designation described above on their tags, plus an "S" suffix. Travelers shall have the designation described above on their tags, plus a "T" suffix. Where more than one neutral is present with a group of conductors, a tag shall be applied to each neutral indicating which phase conductors are served by each neutral (e.g. HA-2, 4, 6). 2.02 CONDUCTOR IDENTIFICATION MATERIALS A. Color -Coding Conductor Tape: Colored, self-adhesive vinyl tape not less than 3 mils thick by 1 to 2 inches wide. 2.03 UNDERGROUND -LINE WARNING TAPE A. Tape: 1. Recommended by manufacturer for the method of installation and suitable to identify and locate underground electrical and communications lines. 2. Printing on tape shall be permanent and shall not be damaged by burial operations. 3. Tape material and ink shall be chemically inert, and not subject to degrading when exposed to acids, alkalis, and other destructive substances commonly found in soils. B. Color and Printing: 1. Comply with ANSI Z535.1 through ANSI Z535.5. 2. Inscriptions for Red -Colored Tapes: ELECTRIC LINE 2.04 WARNING LABELS AND SIGNS A. Comply with NFPA 70 and 29 CFR 1910.145. B. Self -Adhesive Warning Labels: Factory -printed, multicolor, pressure -sensitive adhesive labels, configured for display on front cover, door, or other access to equipment unless otherwise indicated. C. Baked -Enamel Warning Signs: 1. Preprinted aluminum signs, punched or drilled for fasteners, with colors, legend, and size required for application. Northside IV 24-Inch Maier Transmission Main CITY OF FORT WORTH City Project Number: 100277 26 05 53 - 3 IDENTIFICATION FOR ELECTRICAL SYSTEMS Page 3 of 6 2. 1/4-inch grommets in corners for mounting. Nominal size, 7 by 10 inches. D. Warning label and sign shall include, but are not limited to, the following legends: Multiple Power Source Warning: "DANGER - ELECTRICAL SHOCK HAZARD - EQUIPMENT HAS MULTIPLE POWER SOURCES." 2. Workspace Clearance Warning: "WARNING - OSHA REGULATION - AREA IN FRONT OF ELECTRICAL EQUIPMENT MUST BE KEPT CLEAR FOR 36 INCHES." 2.05 EQUIPMENT IDENTIFICATION LABELS A. Engraved, Laminated Acrylic or Melamine Label: Punched or drilled for screw mounting. Attach plates to equipment with stainless steel screws. Provide an O-ring for screws on NEMA 4X enclosures, O-rings shall maintain the integrity and NEMA 4X rating for enclosures. B. NAMEPLATES: 1. For indoor applications with Air Conditioning: Plastic, black V letters on white background, on the front of each door on the switchgear; identifying the compartment contents for each compartment. 2. All other applications: Plastic, black 1" letters on white background, on the front of each door on the switchgear; identifying the compartment contents for each compartment. 3. Attach nameplates with a stainless steel screw and nut at each end of the nameplate. Adhesive backed nameplates shall not be installed. 4. Label that includes tag designation shown on Drawings for the transformer, switchgear, panelboards or other electrical equipment. 2.06 CONDUIT IDENTIFICATION PLATE A. A conduit identification plate shall be installed on all power, control, instrumentation and communications conduits at the end of each run and at the conduit ends inside intermediate junction and pull boxes, manholes, handholes, etc. Conduit plates shall be installed before conductors are pulled into the conduits. Exact identification plate location shall be coordinated with the Owner/Engineer at the time on installation. The conduit identification tags shall identify the cable numbers as shown on the FNI plans and the "to" and "from" information. Coordinate with Owner for exact requirements for plate material and type. Provide an example to Owner/Engineer as a formal submittal for approval prior to the installation. Attach conduit identification plate with stainless steel tie wraps or stainless steel wire. 3.00 EXECUTION 3.01 INSTALLATION A. Verify identity of each item before installing identification products. B. Location: Install identification materials and devices at locations for most convenient viewing without interference with operation and maintenance of equipment. C. Apply identification devices to surfaces that require finish after completing finish work. Northside IV 24-Inch Water Transmission Hain CITY OF FORT' WORTII City Project Number: 100277 2605 53 - 4 IDENTIFICATION FOR ELECTRICAL SYSTEMS Page 4 of 6 D. Self -Adhesive Identification Products: Clean surfaces before application, using materials and methods recommended by manufacturer of identification device. E. Attach signs and plastic labels that are not self-adhesive type with stainless steel mechanical fasteners appropriate to the location and substrate. F. Underground -Line Warning Tape: During backfilling of trenches install continuous underground -line warning tape directly above line at 6 to 8 inches below finished grade. Use multiple tapes where width of multiple lines installed in a common trench or concrete envelope exceeds 16 inches overall. G. Painted Identification: Comply with requirements in Division 09 painting Sections for surface preparation and paint application. 3.02 IDENTIFICATION SCHEDULE A. Power -Circuit Conductor Identification, 600 V or Less: For conductors in vaults, pull and junction boxes, manholes, and handholes, use color -coding conductor tape to identify the phase. 1. CoIor-Coding for Phase Identification. Use colors listed below for ungrounded service, feeder, and branch -circuit conductors. a. Color shall be field applied for sizes larger than No. 8 AWG b. Colors for 120/240V Circuits: 1). Phase A: Black 2). Phase B: Red 3). Neutral: White 4). Equipment Grounding Conductor: Green c. Colors for 208/120-V or 240V/120V, 3-phase Circuits: 1). Phase A: Black. 2). Phase B: Red. 3). Phase C: Blue. 4). Neutral: White 5). Equipment Grounding Conductor: Green d. Colors for 480/277-V Circuits: 1). Phase A: Brown. 2). Phase B: Orange. 3). Phase C: Yellow. 4). Neutral: Grey/White 5). Equipment Grounding Conductor: Green e. Field -Applied, Color -Coding Conductor Tape: Apply in half -lapped turns for a minimum distance of 6 inches from terminal points and in boxes where splices or taps are made. Apply last two turns of tape with no tension to prevent possible Northsidfe IV 24-Inch Water Transmission Main CITY OF FORT WORTH City Project Number. 100277 260553-5 IDENTIFICATION FOR ELECTRICAL SYSTEMS Page 5 ofb unwinding. Locate bands to avoid obscuring factory cable markings. B. Locations of Underground Lines: Identify with underground -line warning tape for power, lighting, communication, and control wiring and optical fiber cable. 1. Limit use of underground -line warning tape to direct -buried cables. 2. Install underground -line warning tape for both direct -buried cables and cables in raceway. 3. Identifying line shall be continuous along the entire underground route. C. Warning Labels for Indoor Cabinets, Boxes, and Enclosures for Power and Lighting: Self- adhesive warning labels 1. Comply with 29 CFR 1910.145. 2. Identify system voltage with black letters on an orange background. 3. Apply to exterior of door, cover, or other access. 4. For equipment with multiple power or control sources, apply to door or cover of equipment including, but not limited to, the following: a. Power transfer switches. b. Controls with external control power connections. D. Operating Instruction Signs: Install instruction signs to facilitate proper operation and maintenance of electrical systems and items to which they connect. Install instruction signs with approved legend where instructions are needed for system or equipment operation. E. Equipment Identification Labels: On each unit of equipment, install unique designation label that is consistent with wiring diagrams, schedules, and the Operation and Maintenance Manual. Apply labels to disconnect switches and protection equipment, central or master units, control panels, control stations, terminal cabinets, and racks of each system. Systems include power, lighting, control, communication, signal, monitoring, and alarm systems unless equipment is provided with its own identification. 1. Labeling Instructions: a. Indoor Equipment: stainless steel screws and nuts, engraved and laminated nameplates. Unless otherwise indicated, provide a single line of text with 1/2-inch high letters on 1-1/2-inch high label; where two lines of text are required, use labels 2 inches high. b. Outdoor Equipment: Engraved, laminated acrylic or melamine label c. Elevated Components: Increase sizes of labels and letters to those appropriate for viewing from the floor. d. Fasten labels with appropriate mechanical fasteners and gaskets that do not change the NEMA or NRTL rating of the enclosure and void the U.L. listing of the enclosure. 2. Equipment to Be Labeled: a. Panelboards: Typewritten directory of circuits in the location provided by panelboard manufacturer. Panelboard identification shall be laminated acrylic or mclamine label and placed in a clear plastic sleeve. Northside IIr24-Inch Wader Transmission Main CITY OF FORT WORTH City Project Number: 100277 2605 53 - 6 IDENTIFICATION FOR ELECTRICAL SYSTEMS Page 6 of 6 b. Enclosures and electrical cabinets. c. Enclosed switches. d. Enclosed circuit breakers. e. Enclosed controllers. f. Contactors. g. Monitoring and control equipment. h. Conduits i. Pull boxes, junction boxes, concrete pull boxes, manholes and hand holes. END OF SECTION Northside IV 24-Inch Wester Transmission Main CITY OF PORT WORTH City Project Number: 100277 26 05 73,01 - 1 ELECTRICAL POWER SYSTEM STDIES SECTION 26 05 73.01 Electrical POWER SYSTEM STUDIES 1.711 «I9�" we1.01.:.114 1.1 DESCRIPTION Page l of S General; This section specifies that the CONTRACTOR prepare a short circuit and protective device coordination study, load flow study, and an arc flash hazard analysis for the electrical power system as shown on the plans for the complete electrical system (including the existing equipment) at the Pump Station. Short Circuit and Protective Device Coordination Study, Arc Flash Analysis, and Load Flow Study, The studies shall provide an evaluation of the electrical power system and the model numbers and settings of the protective relays or devices and metering or motor monitoring devices for setting by the CONTRACTOR. The Studies shall include settings for all protective relays and circuit breakers, including breakers mounted in generator, power meters and electric system monitoring for both devices provided under this contract and for the existing devices. The Contractor shall obtain any needed data or information for the electrical equipment from Contract Documents, various suppliers, and from conducting his own field investigations. A. Scope: 1. The CONTRACTOR is responsible for providing all pertinent information necessary for the successful completion of the Short Circuit and Protective Device Coordination Study, Load Flow Study, and Are Flash Analysis. All cable and raceway data, data from all new Switchgear, motor control centers, transformers, generator, pauelboards, and separately mounted fuses, starters or circuit breakers shall be obtained by the CONTRACTOR. Obtain all existing or new protective device information to include all present settings. The CONTRACTOR shall obtain any needed data or information from Contract Documents, various suppliers, the Electric Utility and from conducting his own field investigations. The data obtained shall be organized and submitted to the ENGINEER to show that all the necessary data gathering work has been done. 2. Calculations shall utilize actual X/R and three phase short circuit values obtained by the CONTRACTOR from the Electric Utility. The use of infinite bus fault current calculation is not acceptable. 3. The Contractor shall redo the Power System Studies if any changes are made during the field testing checkout and/or start-up and shall re -submit the updated study for engineer approval. 4. Provide a complete short circuit study. Include three phase and phase -to -ground calculations. Provide an equipment interrupting or withstand evaluation based on the actual equipment and model numbers provided on this project. Generic devices are not acceptable. Normal system operating method, alternate operation, and operations that could result in maximum fault conditions shall be thoroughly addressed in the study. a. The study shall assume all motors operating at rated voltage with the exception that motors identified as "standby" shall not be included. b. Electrical equipment bus impedance shall be assumed zero. c. Short circuit momentary duties and interrupting duties shall be calculated on the basis of maximum available fault current at the electrical equipment busses. CITY OF FOR`I' WORTH Northside Ih24-Inch Woter Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 26 05 73.01 - 2 FLECrRICAL POWER SYSTEM STDIES Page 2 of 8 d. The Study shall be performed using actual available short circuit currents available and system impedances as obtained from the Electric Utility and Generator manufacturer. An assumption of infinite bus for the purposes of the Study is not acceptable. e. Study shall use actual motor X/R and subtransient reactance data obtained from equipment suppliers. 5. A protective device coordination study shall be performed to determine appropriate relay settings. The study shall include all electrical equipment provided under this contract and any up -stream equipment that has an impact on the coordination study. The study shall show transformer damage curves, generator damage curves, cable short circuit withstand curves and motor curves. Include all medium and low voltage switchgear, distribution switchboards, motor control centers, starters, and panelboards main circuit breakers. Complete the short circuit study down to the main breaker or main lugs on all panelboards. Panelboard branch circuit devices need not be considered. The phase over current and ground -fault protection shall be included as well as settings for all other adjustable protective devices. All motor monitoring relays and protective or monitoring devices that are a part of a supplier's equipment (such as soft starters, switchgear) shall be in included. Include the last protective device in the Electric Utility's system feeding each facility being considered. 6. Provide Time -Current Curves on I IX17 log -log paper. Do not put more than one branch of protective devices on any one coordination curve. Include a one -line diagram and the names of each protective device in the branch. Use the names designated in the Contract Documents. Include motor and transformer damage curves, and cable short circuit withstand curves. Coordination study time -current curves (l lx17 log -log type) including the instrument transformer ratios, model numbers of the protective relays, and the relay settings associated with each breaker. Organize the curves as specified here in. Ground fault time current curves shall be on a separate sheet. 7. An equipment evaluation study shall be performed to determine the adequacy of the fault bracing of all bus from the panelboard level up to the main Switchgear or protective device. Include circuit breakers, controllers, surge arresters, busway, switches, and fuses by tabulating and comparing the short circuit ratings of these devices with the available fault currents. $. Provide are flash hazard analysis in accordance with the applicable NFPA, ANSI, and IEEE standards. 9. The studies shall be performed, sealed and signed by a Registered Professional Engineer licensed in the state of Texas. 10. Any problem areas or inadequacies in the equipment shall be promptly brought to the ENGINEER's attention. 11. Use industry standard short circuit software, SKM CAPTOR and DAPPER or an equal approved by the ENGINEER. 12. The report shall include a comparison of short circuit duties of each bus to the interrupting capacity of the equipment that is protecting that bus. 13. The report shall include all data that was used as input to the report. This data shall include cable impedance, conduit type, source impedance, equipment ratings, motor X/R and subtransient reactance data, etc. 14. Provide and program all settings for all power meters, motor protection relays, feeder protection relays, etc. 15. The CONTRACTOR shall coordinate with the Utility, Oncor Electrical Delivery. Utility Contact: Lauren Rangel (817) 624-5066 for electrical data required for the studies. CITY OF FORT WORTH Northside fV 24-Inch Water Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 26 05 73.01 - 3 ELECTRICAL POWER SYSTEM STDIES Page 3 of 1.2 REFERENCES A. This Section contains references to the following documents. They are apart of this Section as specified and modified. In case of conflict between the requirements of this Section and those of the listed documents, the requirements of this Section shall prevail. Reference Title IEEE 141 Recommended Practice for Electric Power Distribution for Industrial Plants IEEE 242 Recommended Practice for Protection and Coordination of Industrial and Commercial Power Systems NFPA 70E Handbook for EIectrical Safety in the Workplace IEEE 1584 IEEE Guide for Performing Arc -Flash Hazard Calculations NEC National Electrical Code 1.3 SCHEDULE A. The report shall be provided to the ENGINEER NO LATER THAN 60 days before the equipment is shipped to the Work site. SHIPMENT AND DELIVERY OF EQUIPMENT WILL NOT BE ACCEPTED AT THE JOBSITE UNTIL THE STUDY HAS BEEN COMPLETED, SUBMITTED AND APPROVED BY THE ENGINEER. 1.4 SUBMITTAL PROCEDURES A. Submittals shall be in accordance with this section, the General Requirements, and shall include the following minimum information: B. Shop Drawings: 1. Short Circuit and Protective Device Coordination Study. Time current curves shall be on I Ix17 log -log type paper. The 11x17 paper with the TCC shall also include a one -line diagram for the branch that the TCC on that sheet corresponds with. The CONTRACTOR can provide time current curves on 8 % x 11 log -log type paper as a supplement but not as a replacement. 2. Provide a list of all recommended settings for all power meters, motor protection relays, feeder protection relays, etc. 3. Load Flow Study 4. Arc Flash Hazard Analysis a. Provide a color copy of project specific Arc FIash labels for each panelboard, switchboard, switchgear, disconnect, Motor Control Center, VFDs, starters, transfer switches, including all existing electrical equipment — switchgear, starters, motor control center, panelboards, starters, etc. b. Provide a copy of the one -line diagram color -coded to show the incident ranges at each bus. The one -line shall be on l 1x17 paper. 1) The one -line shall also include the information specified in section 2.03 below. a) Provide a copy of the one -line diagram color -coded to show the incident ranges & clothing classifications at each bus. The one -line shall be on I lx17 paper and shall be separated out across three (3)-11x17 sheets. 2) Provide a table indicating the color coding used for each incident range & clothing classification. The one -line shall also include the information specified in section 2.03 below. The following is a recommended color coding for the following Hazard/Risk Category numbers: a) Blue to indicate up to 4 cal/cm2 b) Brown to indicate <4 cal/cm2 to 8 cal/cm2 CITY OF FORT WORTH Northvide IV 24-Inch Water Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Alumher: 100277 26 05 73.01 - 4 ELECTRICAL POWER SYSTEM S'rDIRs Page 4 of 8 c) Yellow to indicate <8 cal/cm2 to 25 cal/cm2 d) Orange to indicate <25 cal/cm2 to 40 cal/cm2 e) Red to indicate Above <40 cal/cm2below. C. After the report and one -line has been approved, provide a color copy in PDF format of the finalized 11x17 one -line diagram to the Contractor for the Contractor's use to frame in the electrical room as specified in section 26 05 00, "Common Work Results for Electrical". The one -line shall reflect all changes made including but not limited to changes made during construction D. The Contractor shall redo the Power System Studies if any changes are made during the field testing checkout and/or start-up. The Contractor shall re -submit the Power System Studies for Engineer Approval, The Studies shall include an updated copy of the color copy Are Flash Labels. E. A CD with all SKM input files and a PDF of all output files is required for both the preliminary and final power system studies Submittal Procedures. Two Software copies of actual power systems computer program project data files burned in on a CD. The CONTRACTOR shall provide an electronic copy on a CD-ROM of all files used to develop the electrical system model in the power system analysis program and all files for the written study analysis and sunimary data tables. For instance if SKM software is used for the power system studies, then the SKM files shall be burned in on a CD-ROM and provided to the OWNER/ENGINEER. This shall include any library files used for circuit breakers, fuses, etc. for the power system analysis. PART 2 - EXECUTION 2.1 GENERAL A. Provide a short-circuit and protective device coordination study load flow study, and are flash hazard analysis on the electrical power distribution system, as specified. The studies shall be performed in accordance with IEEE Standards 141 and 242, IEEE 1584-2018, ANSI, and the NEC and shall utilize the ANSI method of short circuit analysis in accordance with ANSI C37.010. The studies shall be performed using actual equipment data for all equipment. The coordination studies shall use the data from the manufacturer of protective devices. 2.2 QUALIFICATIONS A. The studies shall be performed by a consultant who is regularly engaged in power system studies. A Licensed Professional Engineer with proficiency in electrical power engineering shall conduct the studies and shall seal and sign the studies. The Professional Engineer shall be licensed to practice engineering in the State of Texas. A study submitted without a Professional Engineer's seal will not be reviewed and returned Not Approved, Revise & Resubmit. EQUIPMENT MANUFACTURERS SHALL NOT BE ALLOWED TO PERFORM THE STUDIES, NO EXCEPTIONS. B. Acceptable Power System Study Providers: 1. Strategic Engineering— Jeff Wilbanks, P.E. (214) 679-0092 2. Coordinated Power Systems, Inc. — Robert Stockinger, P.E. (414) 425-5993 3. Power Engineering Services, Inc. - David Staudt (210) 259-6301 CITY OF FOICT WORTH Northside IF24-Inch Water Transmission Maus STANDARD CONSTRUCf[ON SPEC1F1CAFION DOCUMENTS City Project Number: 100277 26 05 73.01 - 5 ELECTRICAL POWER SYSTEM STDIES Page 5 oT S All others shall submit qualifications to the Owner and the Engineer for review and approval prior to bid submittal no later than one week after bid advertisement date. Any submittals after this time period shall not be evaluated. Qualifications shall include Power Systems Studies providers who have had at least 5 years of successful experience in the performing studies of similar projects. Qualifications shall include a list of similar projects within the last 5 years with the name of the project and contact information of the Owner. 2.3 OPERATING SCENARIOS A. The following Operating Scenarios shall be included in the study: 1. NORMAL OPERATING CONDITIONS: All connected loads running. 2.4 SHORT CIRCUIT STUDY A. The CONTRACTOR shall be responsible for obtaining and verifying all data needed to perform the study. B. As a minimum, each short circuit study shall include the following: One -Line Diagram: a. Location and function of each protective device in the system, such as relays, direct - acting trips, fuses, etc. b. Type designation, current rating, range or adjustment, manufacturer's style and catalog number for all protective devices. c. Power and voltage ratings, impedance, primary and secondary connections of all transformers. Use the ratings (ie. Impedence, X/R, etc.) of the actual transformers being provided where available. d. Type, manufacturer, and ratio of all instrument transformers energizing each relay. e. Nameplate ratings of all motors and generators with their subtransient reactances. Transient reactances of synchronous motors and generators and synchronous reactances of all generators. Obtain data on the actual equipment being provided. Generic or average data numbers are not acceptable. f. Sources of short circuit currents such as utility ties, generators, synchronous motors, and induction motors. Provide short circuit studies using each source of power separately. The study shall determine if there is sufficient short circuit current to adequately cause interruption of a protective device using the weaker power source (typically local generation), and shall determine if the equipment can safely interrupt the fault if the greater power source is connected. Additional short circuit calculations shall include emergency as well as normal switching conditions as well as normal and emergency power sources described here in. 1) Show short circuit calculations listing short circuit levels at each bus. Provide the same data in tabular from. g. All significant circuit elements such as transformers, cables, breakers, fuses, reactors, etc shall be included. h. The time -current setting of existing adjustable relays and direct -acting trips, if applicable. i. One -Line showing available fault current at each bus all the way down to the 120/240V and 208Y/120V panelboards. 2. Impedance Diagram: a. Available MVA or impedance from the utility company. b. Local generated capacity impedance. c. Bus impedance. d. Transformer and/or reactor impedances. CITY OF FORT WORTII Norlhside IV 24-Inch Rlater Transmission 41,tain STANDARD CONSTRUCTION SPECIFICATION DOCL ivlENTS City Project Numher: 100277 26 05 73.01 - 6 ELECTRICAL POWER SYSTEM sTDEES Page 6 of 8 e. Cable impedances. £ Equipment impedances. g. System voltages. h. Grounding scheme (resistance grounding, solidly grounding, or no grounding). i. Motor contribution assuming the new and existing motors as shown on the plans all running at the same time. Calculations: a. Determine the paths and situations where short circuit currents are the greatest. Assume bolted faults and calculate the 3-phase and line -to -ground short circuits of each case. b. Calculate the maximum and minimum fault currents. c. A discussion section evaluating the adequacy or inadequacy of the equipment method of calculation and formulas used such that all calculations can be verified manually by the ENGINEER, with recommendations as required for improvements to the system. d. Any inadequacies shall be called to the attention of the ENGINEER and recommendation made for improvements. 2.5 PROTECTIVE DEVICE COORDINATION STUDY A. As a minimum, the coordination study for the power distribution system shall include the following on 5-cycle, log -log graph paper: 1. The time -current coordination analysis shall be performed with aid of a digital computer. a. Time -current curves for each device shall be positioned to provide for maximum selectivity to minimize system disturbances during fault clearing, but still maintain a low incident energy level. Where selectivity cannot be achieved, the ENGINEER shall be notified as to the cause. 2. Time -current curves for each device shall be positioned to provide for maximum selectivity to minimize system disturbances during fault clearing. Where selectivity cannot be achieved, the ENGINEER shall be notified as to the cause. 3. Time -current curves and points for cable and equipment damage. 4. Circuit interrupting device operating and interrupting times. 5. Indicate maximum fault values on the graph. 6. Sketch of bus and breaker arrangement. 2.6 ARC FLASH HAZARD ANALYSIS A. The study shall be performed in accordance with the NEC and all applicable OSHA, ANSI, and IEEE standards. B. The CONTRACTOR shall adjust all adjustable time -current devices such that the trip settings lower the arc flash exposure and minimizing the clearing time. However, the CONTRACTOR shall adjust the time -current devices to avoid nuisance tripping. C. The CONTRACTOR shall utilize fault current values from the short circuit analysis to determine the Incident energy, limited approach boundary, restricted approach boundary, prohibited approach boundary and appropriate PPE required. CITY OF FORT WORTH Northside IV 24-Inch Water Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMF,N'[ :S City Project Number: 100277 26 05 73.01 -7 ELECTRICAL POWER SYSTEM STDIES Page 7 of 8 D. The CONTRACTOR shall provide project specific arc -flash labeling. The arc -flash labeling shall be placed on the outside of the cover of the switchgear, motor control centers, combination motor starters, panelboard, switchboard, distribution panel, and all electrical panels, etc. such that it can be read without opening the electrical equipment. Mount arc -flash labels a maximum of 6'-6" AFF, include the housekeeping pad in the mounting height. The CONTRACTOR shall provide arc -flash labeling on all existing panelboards, switchboards, distribution panel, etc. where breakers are added or work is performed in or on the electrical equipment. E. Are Flash Labels shall be chemical resistant, UV resistant, water resistant, scratch resistant, and made of 3.0 mil vinyl tape as manufactured by DuraLabel, Brady or approved equal. The lettering shall be performed by thermal transfer print. I . Are Flash labels and label lettering shall be sized large enough to be legible at a distance outside the hazard area. 2. Are Flash Labels shall be placed on the door(s) of the room if the hazard area reaches or extends beyond the electrical room door(s). 3. The arc flash label shall include a DANGER header when the incident energy is above 40ca1/cm2, and a WARNING header for all other incident energy levels. F. To ensure a safe workplace, and that the labeling meets NEC, OSHA, IEEE, and NFPA requirements, use specialized are flash software to calculate protection boundaries. These protection boundaries shall include the Flash Protection Boundary, Limited Approach Boundary, Restricted Approach Boundary and the Prohibited Approach Boundary. G. The arc -flash analysis shall be based on calculated fault from the Short Circuit Study at each respective bus. The arc -flash software program shall be used to calculate the available arcing fault at each bus in the system, the resultant flash protection boundary based on the applicable protective device operating times and the associated incident energy that workers may be exposed to at the specified working distances. H. The report shall include the following information: Arc -flash evaluation table, arc -flash and shock hazard label definitions, arc -flash evaluation information, arc -flash and shock hazard labels and definitions of terms used in the arc -flash hazard analysis. 1. Arc Flash Iabels shall be similar to the following example: "-,&k WARNING Are Hash and Shock Hazard _. pr" riate PPE Required T3 inch Flash Pazard BourJary 0.67 callcrn' Flash Hazard at i8 inches 3 PPE Category 480 VAC Shock Hazard when coy of is removed 0 Glove Gass 42 inch Limited Approach 12 inch Res'cficted Approach 110.692 kA Calculated Available Fault Current Equip. ID: Panel LP'I Protected By., f25A CB: TX1 (48OV MC CI) Study Date: May 4, 2016 Ups trearn Protective anv!re' Panel HP1 Clrcult 1 Jd 6 CifY OF FORT WORTII Northside IV 24 Inch Water Transmission 1fain STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Member: 100277 26 05 73.01 - 8 ELECTRICAL POWER SYSTEM STDIES Pagc 8 of 8 2.7 LOAD FLOW STUDY A. SCOPE: Determine the active and reactive power, voltage, current, and power factor throughout the electrical system. Provide an analysis of all possible operating scenarios. B. PROCEDURE: The load flow study shall be performed in accordance with the recommended practices and procedures set forth in IEEE 399, C. STUDY REPORT: Results of the load flow study shall be summarized in a final report containing the following items: 1. Basis, description, purpose, and scope of the study. 2. Tabulation of data used to model the system components and a corresponding one -line diagram. 3. Description of scenarios evaluated and the basis of each. 4. Tabulation of power and current flow versus equipment ratings. The tabulation shall identify percentage of rated load and the scenario for which the percentage is based. Overloaded equipment shall be clearly noted. 5. Tabulation of system voltage versus equipment ratings. The tabulation shall identify percentage of rated voltage and the scenario for which the percentage is based. Voltage levels outside the ranges recommended by equipment manufacturers, IEEE C84.1 or other appropriate standards shall be clearly noted. 6. Tabulation of system real and reactive power losses with area of concern clearly noted. 7. Provide One -line showing voltage at major busses down to the 120/240V and 208Y/120V panelboards. 8. Conclusions and recommendations. END OF SECTION CITY OF FORT WORTH Northside IV 24-Inch Water Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100217 SECTION 26 27 26 WIRING DEVICES 1.00 GENERAL 1.01 WORK INCLUDED 26 27 26 - 1 WIRING DEVICES Page I of4 A. Furnish labor, materials, equipment and incidentals necessary to install wiring devices. Electrical work shall be in accordance with Section 26 05 00, "Common Work Results for Electrical". 1.02 QUALITY ASSURANCE _ ACCEPTABLE MANUFACTURERS A. ,Source Limitations: Obtain each type of wiring device and associated wall plate through one source from a single manufacturer. Insofar as they are available, obtain all wiring devices and associated wall plates from a single manufacturer and one source. B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. C. Comply with NFPA 70. D. Products shall comply with the specifications and shall be by the following Manufacturers: 1. Hubbell 2. Leviton 3. Pass & Seymour 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00, "Submittal Procedures" and shall include: 1. Shop Drawings for Wiring Devices: Cut sheets of all devices indicating model being provided, NEMA configuration, rating, color, etc. 1.04 STANDARDS A. The applicable provisions of the following standard shall apply as if written here in its entirety: NEMA WD-1 General Color Requirements for Wiring Devices NEMA WD-6 Wiring Devices Dimensional Requirements UL 943 Ground -Fault Circuit -Interrupters NFPA 70 National Electrical Code Northside IP24-Inch Water Transmission Alain CITY OF PORT WORTH City Project Numher: 100277 262726-2 WIRING DEVICES Page 2 of 4 2.00 PRODUCTS 2.01 MANUFACTURED PRODUCTS A. WALL SWITCHES: For general use, totally enclosed industrial type, specification grade, rated for 120/277 VAC and 20 amps. Approved wire connection to switches shall consist of inserting wire into back wiring hole and tightening terminal screw until wire is tightly griped by clamping mechanism inside switch body. Side wiring shall not be allowed. Switches installed in hazardous areas shall be explosion proof type in accordance with the NEC. B. MOTOR RATED SWITCHES: HP rated switches approved for motor control or disconnect service when controlling or disconnecting motor loads in excess of 1/4 HP; 20 amp switches for loads exceeding 10 amps. C. WEATHERPROOF SWITCHES: Fitted with a single switch as specified, and weatherproof cover with spring door cover; gray in color for all areas. D. RECEPTACLES: For general use shall be U.L. approved, hospital grade heavy duty duplex grounding type 20 ampere 125 volt heavy duty phosphor bronze contacts. Terminal screws shall be large head, deep slotted #8-32 brass, backed out, color coded for polarity identification, and shall accept up to 10 AWG wire. Side wiring shall not be allowed. 1. GROUND FAULT CIRCUIT INTERRUPTING, INDOOR: GFCI receptacle shall include visible indication of ground fault condition. Feed -through feature shall not be used. Install GFCI device at each location indicated. GFCI circuit breaker shall not be permitted. 2. ISOLATED -GROUND RECEPTACLES: Isolated -ground receptacles shall be listed and labeled as isolated -ground type. Receptacle body shall be orange in color. Isolation - ground shall be integral to the receptacle construction and not dependent on removable parts. WEATHER RESISTANT RECEPTACLES: Weather resistant receptacles shall be listed as weather resistant type in accordance with the National Electrical Code. 4. WEATHERPROOF RECEPTACLES: a. Weatherproof receptacles shall be hospital grade, 20 ampere, 125 volt and shall be listed as weather resistant type in accordance with the National Electrical Code and shall include a weatherproof device cover. 1). Weatherproof Duplex Receptacle: Provide GFCI duplex receptacle with weatherproof cover. 2). Weatherproof Single Receptacle: Provide a cast box fitted with a single receptacle and threaded cap with a weatherproof cover. b. Weatherproof device covers shall have a NEMA 3R rating while receptacle is in use Heavy Duty rating with die cast metal construction as manufactured by Taymac Corporation, Tempe, Arizona or Thomas & Betts E. SWITCH AND RECEPTACLE COVER PLATES: The cover plate color shall be gray for all areas, unless otherwise indicated or required by the NEC. Screw heads shall have color to match plate, 316 stainless steel. Provide telephone cover plates which are the same as above, except with a single bushed pole for the telephone cable. Northside IV 24-Inch Water Transmission Main CITY OF FORT WORTH City Project Number: 100277 262726-3 WRING DEVICES Page 3 of 3.00 EXECUTION 3.01 INSTALLATION A. Comply with NECA 1, including the mounting heights listed in that standard, unless otherwise noted. B. Coordination with Other Trades: 1. Take steps to insure that devices and their boxes are protected. Do not place wall finish materials over device boxes and do not cut holes for boxes with routers that are guided by riding against outside of the boxes. 2. Keep outlet boxes free of plaster, drywall joint compound, mortar, cement, concrete, dust, paint, and other material that may contaminate the raceway system, conductors, and cables. 3. Install device boxes in brick or block walls so that the cover plate does not cross a joint unless the joint is troweled flush with the face of the wall. 4. Install wiring devices after all wall preparation, including painting, is complete. C. Conductors: 1. Do not strip insulation from conductors until just before they are spliced or terminated on devices. 2. Strip insulation evenly around the conductor using tools designed for the purpose. Avoid scoring or nicking of solid wire or cutting strands from stranded wire. 3. The length of free conductors at outlets for devices shall meet provisions of NFPA 70, Article 300, without pigtails. D. Existing Conductors: 1. Cut back and pigtail, or replace all damaged conductors. 2. Straighten conductors that remain and remove corrosion and foreign matter. E. Pigtailing all conductors is required. Outlet boxes shall be oversized to allow pigtailing. All wiring devices shall be wired using pigtails. F. Terminate stranded wire with crimp on connectors. G. Install receptacles and switches only in electrical boxes which are clean, free from excess building materials, dirt and debris. H. Install switches, wall -mounted duplex receptacles and telephone outlets at the heights specified in Section 26 05 33.03, "Outlet Boxes", unless indicated otherwise on the plans. I. Switches installed at one (1) location shall be ganged together under one (1) cover plate. J. Sharing of neutrals is not allowed. K. Through on wiring at receptacles is not allowed. Northside 1V 24-Inch Water Transmission iWain CITY OF FORT WORTH City Project Number: 100277 262726-4 WIRING DEVICES Page 4 of 4 3.02 FIELD QUALITY CONTROL A. Test wiring devices to insure electrical continuity of grounding. Energize the circuit to demonstrate compliance with the requirements. B. Tests for Convenience Receptacles: 1, Line Voltage: Acceptable range is 108 to 132 V. 2. Percent Voltage Drop under 15-A Load: A value of 6 percent or higher is not acceptable. 3. Ground Impedance: Values of up to 2 ohms are acceptable. 4. GFCI Trip: Test for tripping values specified in UL 1436 and UL 943. 5. Using the test plug, verify that the device and its outlet box are securely mounted. 6. The tests shall be diagnostic, indicating damaged conductors, high resistance at the circuit breaker, poor connections, inadequate fault current path, defective devices, or similar problems. Correct circuit conditions, remove malfunctioning units and replace with new ones, and retest as specified above. END OF SECTION Northside IV 24-Inch Water Transmission Main CITY OF FORT WORTH City Project Number: 100277 26 28 t6 - I ENCLOSED SWITCHES AND CIRCUIT BREAKERS Page 1 of SECTION 26 28 16 ENCLOSED SWITCHES AND CIRCUIT BREAKERS 1..00 GENERAL 1.01 WORK INCLUDED Furnish labor, materials, equipment and incidentals necessary to install disconnects. Electrical work shall be in accordance with Section 26 05 00, "Common Work Results for Electrical". 1.02 QUALITY ASSURANCE - ACCEPTABLE MANUFACTURERS Disconnects shall comply with the specifications and shall be by the following Manufacturers: A. General Electric B. Square D C. No Approved Equal 1.03 SUBMITTALS A. Submittals shall be in accordance with Section Ol 33 00, "Submittal Procedures" and shall include: 1. Shop Drawings: a. Product Data Sheets for Disconnects and Circuit Breakers. b. Complete rating c. Short circuit withstand ability of bus and lowest rated device d. Overall outline dimensions including the space available for conduit e. Conduit entry and exit points clearly showing dimensions of entry and exit points. Provide a detailed bottom view showing how conduits penetrate the bottom of the enclosure. Coordinate with the Electrical Contractor on this prior to submitting information to the Engineer. f. Overall weight of line-up and each shipping split g. Complete bill of materials with cut sheets on all major equipment clearly identifying exact model numbers of each component. h. Device description 1.04 STANDARDS The applicable provisions shall apply as if written here in their entirety: A. ANSI/UL - 198E B. NEMA RS 1 C. Fed. Spec. FS-WS-865 Northside IV 24-Inch Water Transmission Main CITY OF FORT WORTH City Project Number: 100277 262816-2 ENCLOSED SWITCHES ES AND CIRCUIT BREAKERS Page 2 of 2 2.00 PRODUCTS 2.01 MANUFACTURED PRODUCTS A. DISCONNECT SWITCHES: 1. Class "R" or non -fusible; of the required ampere rating, or as indicated on the plans; heavy duty, either single throw or double throw (as indicated in the plans) quick -make, quick -break, 3-phase, 3-pole switches, unless otherwise indicated. 2. Enclosure: NEMA 4X, 304 for Stainless Steel for exterior installations not exposed to a hazardous location. Furnish enclosures with interlocking covers with maintenance defeat feature and external front -operated flange -mounted switch levers. Disconnects shall have provisions for the use of three (3) safety padlocks in the " OfF' position. Furnish horsepower rated switches for motor circuits. The fuse interrupting rating shall be 65,000 rms amperes. 3. Auxiliary contacts — fast acting contacts that open before the disconnect is turned off and close after the disconnect is turned on. 3.00 EXECUTION 3.01 INSTALLATION Install disconnect switches as required by the National Electrical Code. Install fuses in fusible disconnect switches. END OF SECTION Norihsicde IV 24-Inch Water Transmission Xfain CITY OF FORT WORTII City Project Number: 100277 262933.11-1 VARIABLE FREQUENCY DRIVES Page 1 of 23 26 29 33.11 VARIABLE FREQUENCY DRIVES GENERAL 1.01WORK INCLUDED A. Design, manufacture, factory test, and deliver and install Variable Frequency Drives as described herein and shown on the project drawings. The VFDs shall operate on 480 VAC, 3-phase, 60 Hz with harmonic filters, drive isolation transformers, and all appurtenances needed to meet the requirements of these specifications. The VFDs shall be suitable to drive the pumping units over the range specified in specification 44 42 56.02 Vertical Turbine Pumping Units. B. The manufacturer shall provide the services of factory field engineers for startup, field tests, troubleshooting, Owner training and the supervision of storage and installation. The manufacturer field services shall include a minimum of the following: 1. Start up 3 days 2. Field Tests/start-up 3 days 3. Troubleshooting/start-up 3 days 4. Owner Training 1 day These times do not include travel time and include a minimum of 8 working hours per day. C. The Contractor shall coordinate the design, testing and manufacturing of the drive with the motor supplier to provide a complete unit, free of defects and fully compatible with the pumping unit. Letter of Compatibility. The VFD supplier in conjunction with the motor supplier shall issue a letter of compatibility stating that the VFD and motor are compatible D. Perform harmonic analysis, and test VFDs to verify harmonic analysis results. E. VFDs shall be 18 pulse type. 1.02QUALITY ASSURANCE A. 18 PULSE DRIVE ACCEPTABLE MANUFACTURERS 1. Allen-Bradley 2. EATON Cutler -Hammer 3. Siemens Northside IV 24-Inch Water Transmission Main CITY OF FORT WORTH City Project Number: 100277 262933.11-2 VARIABLE FRFQUFNCY DRIVES Page 2 of 23 4. No other Manufacturer's shall be accepted. The VFD manufacturer shall demonstrate 5 years experience with the drives of the type and size herein specified. B. Variable frequency drives shall be of sufficient size for the duty to be performed and shall not exceed their full rated capacity when the driven equipment is operating as specified. The variable frequency drive manufacturer shall maintain, as part of a national network (United States), engineering service facilities within 250 miles of the project site to provide start-up service, emergency service calls, repair work, service contracts, and maintenance and training of customer personnel. When requested by the Engineer, documentation shall be provided showing compliance, capabilities, and references for this requirement. D. All equipment shall be NEMA rated. IEC or dual rated IEC/NEMA shall not be acceptable. E. Complete VFD integrated line-up shall be U.L. listed. F. The Contractor shall be responsible for the adequacy and compatibility of the pump/motor combination and variable frequency drives (VFDs). The pump motor manufacturer shall be responsible for coordinating with the VFD manufacturer to meet the design and performance requirements of the specification. The VFDs shall be provided by the Construction Contractor. G. FACTORY INSPECTION AND TESTS I. GENERAL a. Equipment furnished under these specifications shall be subject to inspection during manufacturing by a representative of the Owner who shall be afforded proper facilities for determining compliance with the specifications. b. The Owner may, at his option, elect to have the factory test witnessed by the Owner, or a designated representative of the Owner. If the option is taken to witness the test, then payment will be in accordance with the appropriate item of the Proposal. c. If tests are to be witnessed by the Owner or Owner's representative, the manufacturer shall notify the Owner at least 10 days in advance of the dates that tests will be made, so that the Owner can make arrangements for his representative to be present. The Owner will pay for the cost of the representative's time, travel lodging, meals and other expenses for the tests, for a maximum of one trip. The manufacturer shall bear all other costs for performing the witnessed test. If a test must be re -run due to failure in meeting the specified requirements, then the witness expenses Northside IV 24-Inch Water Transmission Main CITY OF FORT WORTH City Project Number. 100277 262933.11-3 VARIABLE FREQUENCY DRIVES Page 3 of 23 for the re -test shall be born by the manufacturer. Witness tests shall be conducted in North America, 2. The VFD manufacturer shall provide the following quality assurance steps within his factory: a. Incoming inspection of all components. b. In -process inspection of assemblies. c. 100% test and inspection of power devices. H. The VFD printed circuit boards shall be tested per the manufacturer's standard testing procedure. The VFD manufacturer shall provide certification that the tests have been completed. Witnessed factory tests shall include a test and demonstration of all equipment functions, per manufacturer's standard testing procedures. The purpose of the test shall be to verify the functionality, performance and stability of each VFD. The test shall include, but not be limited to, a complete operational test demonstrating all controls, trips, inputs, outputs, etc., shown on the attached pump control schematic. A clearly labeled test box with dedicated switches, lights, etc. for each 1/0 shall be provided and used to demonstrate all controls, trips, inputs, outputs, etc. The manufacturer shall submit, two weeks in advance of the day that test will be made a detailed testing plan. This plan shall be subject to the Engineer's approval. After all tests have been performed, each adjustable frequency controller shall undergo a 24 hour burn -in test. The controllers shall be burned in at 100 percent motor load connected to a dynamometer for 24 hours without an unscheduled shutdown. During this test, the efficiency of the VFD shall be measured by simultaneously measuring the total KW input to the VFD and the KW output of the VFD. Simultaneous KW measurements shall be made with two wattmeters with required accessories to confirm compliance with specified efficiencies. K. The VFD manufacturer shall submit the factory test report to the Engineer prior to the equipment being shipped from the factory. L. The variable frequency drive manufacturer shall provide the actual test data, observations and certification that the tests have been completed prior to shipment to the Engineer for approval. M. FIELD QUALITY CONTROL: The manufacturer shall furnish an equipment test report after installation, start-up and testing. 1.03SUBMITTALS Submittals shall be in accordance with Section 0133 00, Submittal Procedures, and shall include: A. BID SUBMITTAL Northside IV 24-inch Water Transmission Main CITY of FORT WORTH City Project Number. 100277 262933.11-4 VARIABLE FREQUENCY DRIVES Page 4 of 23 1. In order to evaluate the bids, submit the following information. 2. General: Furnish a complete description of all equipment offered under these specifications, including catalogs, cuts, and pertinent engineering data. Where the Bidder's product differs from the specified requirements and/or catalog description, each point of difference shall be clearly stated. This requirement is set forth to facilitate the review of bids and not to be construed by the Bidder as waiving any of the requirements of the specifications. 3. Data Sheets: Submit Data Sheets containing the following information: a. Complete description of all equipment, including catalogs, cuts and pertinent engineering data. b. Manufacturer of equipment. c. Manufacturer's type. d. Outline dimensions of line-up location of cable connections. Dimensions shall be provided with a guarantee by the supplier. Changes shall be approved by the Engineer. The Owner reserves the right to deduct compensation from the supplier for any redesign cost or for changes in construction cost which are caused by changes to outline dimensions after the bid submittal. e. Weight of line-up. f. Parts list. g. True and displacement power factor and efficiency data. h. Information on testing facility and location. i. A preliminary harmonic study shall be included in the bid proposal and shall include the following: j. Expected harmonic components through 50th harmonic. k. RMS value of total harmonic distortion of current and voltage expected. I. Recommended harmonic filter to maintain total harmonic distortion specified above. m. Proposed harmonic distortion with the installation of filter, if required. n. Data Sheet: Submit information requested on the Data Sheet included with the Bid Proposal forms. o. VFD Testing Information: Provide information on the VFD testing facility, location and test method. Provide a testing schedule and plan. B. PRE -AND POST -SUBMITTAL MEETING t. Supplier shall include in his bid the cost of attending a one -day pre -submittal meeting and a one -day post -submittal meeting in the offices of Freese and Nichols, in Fort Worth, Texas. A pre -submittal meeting shall be held before any shop drawings are submitted. A post -submittal meeting shall be held after the Engineer's shop drawing review comments have been submitted. Northside IV 24-Inch Water Transmission Main CITY OF FORT WORTH City Project Numher: 100277 262933.11-5 VARIABLE FREQUENCY DRIVES Page 5 of 23 2. As a minimum the following shall attend each of the meetings: Switchboard Supplier and Engineer. 3. General Contractor, Electrical Contractor, VFD Supplier and Engineer. Representative(s) from the VFD Supplier shall include the Project Manager/Individual(s): who will be responsible for the project at the factory and has technical knowledge of the switchboard design, no exceptions and the individual who will be responsible for putting together the shop drawing Submittal, no exceptions. 4. Any shop drawings submitted before the pre -submittal meeting will be rejected and sent back Not Approved, Revise and Re -submit. 5. The VFD Supplier shall bring with them a detailed list of the items their submittal will include for review by the Engineer or a bootleg copy of the actual submittal. C. SHOP DRAWINGS �. Any deviations from the specifications should be clearly identified on a separate sheet of paper in the shop drawing submittal. 2. Size, type, and rating of all system components 3. Internal component layout diagrams 4. Drawings shall show equipment dimensions stub -up locations and conduit entry and exit locations. Conduit entry and exit points clearly showing dimensions of entry and exit points. Provide a detailed top view showing how conduits penetrate the top of the VFD. Coordinate with the installation (Electrical) Contractor on this prior to submitting information to the Engineer 5. shipping splits 6. shipping weights 7. ventilation details 8. cable terminal sizes. 9. nameplate schedule 10. Provide a drawing of the front view elevation with designation of equipment and devices on doors, and clearly indicating the maximum mounting height of devices on doors 11. catalog cut sheets of major components Northside IV 24-Inch Water Transmission Main CITY OF FORT WORTH City Project Number. 100277 26 29 33.11- 6 VARIABLE FREQUENCY DRIVES Page 6 of 23 12. power equipment 13. Project specific control schematics and wiring diagrams. Labels on the control schematic for control relays, level switches, indication lights, etc. shall correspond to equipment tags/labels indicated on the Pump Control Panel Control Schematic included in the plans. Include a label above each timing relays indicating the range and setpoint for that timing relay. 14. Provide a drawing showing the Terminal strip layout showing customer field connections. The terminal strip layout shall also include a label next to each connection indicating signal description. 15. true and displacement power factor and efficiency and a complete bill of material. True and displacement power factor and efficiency data. 16. Complete bills of materials with model numbers listed for individual components. 17. Catalog cut sheets of major components, power equipment clearly identifying make and model number of device being provided. 18. Data sheets of miscellaneous electrical equipment. Where a data sheet is not available provide the equipment ratings and model number for the devices. 19. Data sheet of Motor Protection Relay (MPR) clearly indicating what options are included 20. Spare Parts List 21. Warranty information 22. Letter of Compatibility: The VFD supplier in conjunction with the pump/motor supplier shall issue a letter of compatibility stating that the VFD and motor are compatible. 23. Data on the characteristics and performance of the variable frequency drives, including amperage ratings, horsepower rating, frame sizes, trip settings, short- circuit current rating, etc. Data shall include certification that the variable frequency drives are warranted for use with the motors specified in Appendix B and as specified herein. Northside IV 24-Inch Water Transmission Main CITY OF FORT WORTH City Project Number: 100277 262933.11-7 VARIABLE FREQUENCY DRIVES Page 7 of 23 24. Heat dissipation for the VFD and phase shifting/isolation transformers, and transformer inrush data (duration versus magnitude). Transformer impedance and X/R data. Provide complete information for the phase shifting /isolation transformer including cut sheets for all transformer accessories. Submit the transformer elevations and side views, floor plan, dimensions, weight, packaging for shipment, field wiring diagrams for power and control circuits, transformer nameplate information, and itemized bill of materials for accessories. 25. Project specific magnetizing current for the transformer 26. Harmonic distortion analysis: The manufacturer of the drive equipment shall perform a bus voltage and/or current distortion calculation for each bus that supplies a drive. The harmonic study shall be performed to determine the harmonic content expected on the Purchaser's supply bus due to the addition of the variable frequency drive and to determine the harmonic filter requirements. The total harmonic distortion shall not exceed THD values as recommended by IEEE-519 (latest version), under normal worst case operating conditions. The recommended harmonic filter shall be supplied by the drive manufacturer. Harmonic analysis shall be provided prior to or with the VFD shop drawings for approval. Submittals for the VFD submitted prior to or without the harmonic analysis shall be considered incomplete and not reviewed. 27. Note: All documentation listed above shall be supplied with the VFD's initial submittal. Incomplete submittals will be returned "NOT APPROVED, REVISE AND RESUBMIT". D. FACTORY TEST DATA 1. Factory test data shall include a summary of all tests performed at the factory, both those specifically identified in this specification and other factory standard tests. E. FIELD TEST DATA— Equipment Installation Report 1. The Contractor shall submit a detailed testing agenda a minimum of three (3) weeks in advance prior to testing start date. 2. Field test data shall include summary of all tests performed in the field specifically identified in this specification and other factory standard tests. 3. Harmonic Current at the input to each VFD and at the point of common coupling as described in herein. 4. NETA Acceptance Testing Specification (ATS) field tests and inspections tests report. 5. Supplier shall submit a training outline for Owner's/Engineer's review and comment a minimum of 4 weeks before training is to take place. Northside IV 24-Inch Water Transmission Main CITY OF FORT WORTH City Project Number: 100277 262933.11-8 VARIABLE FREQUENCY DRIVES Page 8 of 23 F. OPERATION AND MAINTENANCE MANUALS 1. Operation and maintenance manuals shall be prepared by the equipment manufacturer and shall contain the final certified approved shop drawings, submittals, schematics, final wiring diagrams with any changes made during start-up, equipment installation report and maintenance procedures and test data. 2. Manuals may be manufacturer's standard instructions, but shall be supplemented as necessary to cover any special feature not included in standard material. 3. Operation and maintenance manuals shall include warranty information as well as a warranty information page that shall include information on the warranty start and end date as well as contact information for service. 4. Submit preliminary manuals for review prior to start-up of equipment. 1.04STAN DARDS A. The applicable provisions of the following standards shall apply as if written here in their entity. B. Local Laws and Ordinances C. State and Federal Laws D. National Electrical Code (NEC) E. Underwriters' Laboratories (UL) F. American National Standards Institute (ANSI) G. National Electrical Manufacturers Association (NEMA) H. Institute of Electrical and Electronics Engineers (IEEE) 1.05DELIVERY AND STORAGE A. The manufacturer shall be responsible for delivery of the equipment and accessories in good condition and undamaged, f.o.b. to the jobsite or to such a storage site as may be designated by the Contractor. B. Unloading and storage of the equipment shall be the responsibility of the Contractor who shall inspect the equipment for apparent damage. Equipment which is found to be damaged will not be accepted until properly repaired or replaced by the VFD manufacturer or his representative. Northside IV 24-Inch Water Transmission Main CITY OF FORT WORTH City Project Number: 100277 262933.11-9 VARIABLE FREQUENCY DRIVES Page 9 of 23 C. Handling and shipment of the equipment shall be in such a manner to prevent internal component damage, breakage, and denting and scoring of the enclosure finish. D. Equipment must be delivered and stored in accordance with the manufacturer's recommendation at all times. Equipment shall be stored indoors in a clean, dry, climate controlled heated and air conditioned environment that is free from dust, No Exceptions. Store equipment indoors in a dry space with uniform temperature to prevent condensation. Protect equipment from exposure to dirt, fumes, water, corrosive substances and physical damage. Store materials according to manufacturer's instructions. Equipment shall be stored indoors. Provide 100-watt space heater in each VFD sections to eliminate the build-up of condensation during extended storage. 1.06WARRANTY A. All equipment furnished under this section shall be warranted by the Supplier for a period of three (3) years after Final Acceptance, including all parts, labor, travel and all related expenses. Final acceptance shall be understood to mean 100 hours of trouble free operation of all VFDs without a single failure or problem with the equipment, and operating per the specifications. B. Upon receipt of notice from the Owner or Owner's representative of failure of any part of the system equipment during the warranty period, the Contractor/VFD manufacturer shall replace the affected part or parts within three (3) days at no cost to the Owner. 1.07 HARMONICS ANALYSIS A. Provide an electrical system harmonics analysis for the electrical distribution system including the electric utility. The goal of the study shall be to determine requirements for the variable frequency drives and isolation/phase shifting transformers to comply with the harmonic distortion levels. B. The harmonics analysis shall verify compliance with the harmonics and line notching requirements specified herein. The location of the point of common coupling shall be defined at the main bus of the 480V main circuit breaker in the VFD. The study shall evaluate all VFDs operating at the lowest operating speed as specified in the pump specification, all VFDs operating at the full speed condition, and ten percent speed increments between these points. The study shall contain, as a minimum, the following: 1. Preliminary harmonic levels without VFDs installed. 2. Explanation of method used to perform the study. Northside IV 24-Inch Water Transmission Main CITY OF FORT WORTH City Project Number: 100277 262933.11-10 VARIABLE FREQUENCY DRIVES Page 10 of 23 3. Explanation of study results. 4. All calculations and/or computer printouts used to arrive at the recommendations. 5. Voltage and Current harmonic content up to the fiftieth harmonic, for the conditions specified above. C. The harmonic distortion for voltage and current distortion levels and line notching shall meet the requirements of IEEE 519, latest version without the need for any ancillary filtering equipment. D. The manufacturer shall be responsible to obtain all data necessary to perform the study. This includes feeder cable sizes, approximate feeder length, motor data, switchgear data, electric utility data, and any other information relevant to the study. The analysis shall use actual system impedance, Utility transformer impedance, and available fault current from the Utility. E. The harmonic analysis shall take into consideration the all variable frequency drives, existing and new, operating. F. If harmonic filters are required to meet the requirements of the IEEE 519, the VFD manufacturer must provide the filters, and is responsible for the design and manufacturer of the filters at no cost to the Owner. G. The report shall be provided prior to or with the variable frequency drive shop drawings for approval. Submittals for the variable frequency drives submitted prior to or without the study will be considered incomplete and not reviewed. H. Compliance shall be verified with onsite field measurements of both the voltage and current harmonic distortion at the defined point of common coupling with and without the VFDs operating. 1. VFD manufacturer shall coordinate with the local Utility for electrical data required for the harmonic analysis. PRODUCTS 1.08GENERAL A. Any modifications to a standard product required to meet this specification shall be performed by the VFD manufacturer only. B. Drive shall be air cooled. Liquid cooled systems shall not be acceptable. The VFD shall consist of an incoming main circuit breaker section with an AIC rating of 65,000, input rectifier grade drive isolation transformer, input converter/DC bus/output inverter and control logic section. All components shall be integral to the VFD lineup, factory wired and tested as a complete system. Northside IV .24-Inch Water Transmission Main CITY OF FORT WORTH City Project Number: 100277 262933.11-11 VARIABLE FREQUENCY DRIVES Page 11 of 23 C. VFD system shall maintain a .95 minimum true power factor from 30% to 100% speed. VFD system which include power factor correction and/or harmonic filters shall never have a leading power factor under utility or generator operation. VFD manufacturer is to supply a power factor correction system, if required, to meet this requirement. Power factor correction system shall include a separate input isolating contactor with fuses, power factor correction grade capacitors and series harmonic decoupling reactors, all mounted and wired as part of the drive system. Power factor correction system shall be mounted in the VFD. D. SEQUENCE OF OPERATIONS 1. Refer to the Contract Drawings for control schematic. 1.09VARIABLE FREQUENCY DRIVES A. RATINGS 1. Guaranteed minimum VFD efficiency shall be 96.5% at 100% speed and 100% load and minimum 95% at 80% speed. Losses shall include drive isolation transformer, input harmonic filters and power factor correction system, if applicable, converter/DC bus/Inverter, and output harmonic filter. Auxiliary control, such as internal VFD control boards, cooling fans or pumps, shall be included in all loss calculations. 2. Rated Input Power: Non -phase sequence sensitive, 380-480 Volts, +/-10%, 3- phase, 60 Hz. a. Voltage Dip Ride -through: VFD shall be capable of sustaining continued operation with a 30% dip in nominal line voltage. Output speed may decline only if current limit rating of VFD is exceeded. b. Power Loss Ride -through: VFD shall be capable of 5 cycle power loss ride - through without fault activation. c. All 120VAC power for VFD control logic and cooling fans or pumps shall be fused and supplied by the integral to the VFD. 3. Output Power: 250 HP, 480V, 6 to 60 HZ, 1800 RPM Maximum Speed a. VFD manufacturer shall coordinate with pump and motor manufacturers for exact motor requirements: HP, amps, RPM, etc. VFD and pump/motor manufacturers shall provide a letter stating that the VFD and motor are compatible. b. Distance from VFD to motor is approximately 600'. Provide output dv/dt filter to accommodate long cable run. 4. Ambient Temperature Range: 0 to 40°C. 5. Humidity: 95% non -condensing. 6. Elevation: Up to 3300 feet (1000 meters) above MSL without derating. Northside IV 24-Inch Water Transmission Main CITY Or FORT WORTH City Project Number: 100277 262933.11-12 VARIABLE FREQUENCY DRIVES Page 12 of 23 7. Power Unit Rating Basis: 100% rated current continuous, 150% rated current for one minute, at rated temperature. 8. Output topology capable of driving 600' of VFD cable at a maximum carrier frequency of 4KHz. B. CONSTRUCTION The control logic section shall be fully digital and not require analog adjustment pots or fixed selector resistors. A power failure will not necessitate a re -load of any drive parameters or configurations. The controller shall be suitable for any standard NEMA-B squirrel -cage induction motor having a service factor of 1.15. The inverter output shall be generated by IGBT's. The VFD shall not create excessive power losses in the motor. C. BASIC FEATURES 1. The VFD shall be capable of producing an adjustable AC voltage/frequency output to provide continuous operation over the normal system 30%-100% speed range. The VFD must be capable of sustained operation at 1/10 speed to facilitate checkout and maintenance of the driven equipment. The door of each unit shall include the door mounted components as shown on the VFD control schematic. Operator interface and control logic shall be 120VAC. All control and signal wires shall be shielded and fully protected against EMI/RFI interference. 3. The VFD shall include a customer selectable automatic restart feature. When enabled, the VFD shall automatically attempt to restart after a trip condition resulting from overcurrent, overvoltage, under voltage, or overtemperature. For safety, the drive shall shut down and require manual reset and restart if the automatic reset/restart function is not successful within a maximum of three attempts within a customer programmable time period. Auto -Restart shall be programmable to allow for individual fault selection. If required to provide this function, the VFD manufacturer must supply and mount within the VFD a separate programmable logic controller to provide this feature. 4. A door -mounted keypad as provided by the manufacturer as their standard interface with shall be furnished, capable of controlling the VFD and setting drive parameters. The keypad shall include the following features: a. The digital display must present all diagnostic message and parameter values in English engineering units when accessed, without the use of codes. b. The keypad module shall contain a "self -test" software program which can be activated to verify proper keypad operations. Northside IV 24-Inch Water Transmission Main CITY OF FORT WORTH City Project Number: 100277 26 29 33.11 - 13 VARIABLE FREQUENCY DRIVES Page 13 of 23 c. The digital keypad shall allow the operator to enter exact numerical settings in English engineering units. A plain English user menu shall be provided in software as a guide to parameter setting (rather than codes). Driver parameters shall be factory set in EEPROM and resettable in the field through the keypad. Six (6) levels of password security shall be available to protect drive parameters from unauthorized personnel. The EEPROM stored drive variables must be able to be transferred to new boards to reprogram spare boards. d. The following door mounted digital indications shall be supplied: 1) Speed demand in percent 2) Input current in amperes 3) Output current in amperes 4) Output Frequency in hertz 5) Input voltage 6) Output voltage 7) Total 3-phase KW 8) Kilowatt hour meter 9) Elapsed time running meter (electro mechanical) 10) Output speed in percent. e. The following door mounted pushbuttons, control switches and indicating lights shall be supplied: 1) Hand -Off -Auto selector switch 2) E. Stop 3) Blue push -to -test indicating light (run permissive) 4) Run Pushbutton 5) Red push -to -test indicating light (VFD run) 6) Stop Pushbutton 7) Green push -to -test indicating light (VFD stop) 8) Reset pushbutton (VFD fault) 9) Amber push -to -test indicating light (VFD fault) 10) Green push -to -test indicating light (valve closed) 11) Red push -to -test indicating light (valve open) 12) Amber push -to -test indicating light (temperature switches) 13) Amber push -to -test indicating light (wet well low level) 14) Amber push -to -test indicating light (high discharge pressure) 15) Amber push -to -test indicating light (low tank level) 16) Amber push -to -test indicating light (high tank level) 17) Amber push -to -test indicating light (vibration trip) 18) White indicating light (control power on) f. VFD shall be capable of direct communication to an IBM or compatible computer for serial link setup of parameters, fault diagnostics, trending and diagnostic log downloading. A USB port shall be door -mounted for computer interface. g. Printed circuit boards shall be conformal coated. Northside IV 24-Inch Water Transmission Main CITY OF FORT WORTH City Project Number: 100277 262933,11-14 VARIABLE FREQUENCY DRIVES Page 14 of 23 D. ENCLOSURE: All VFD components including transformer shall be mounted and wired by the VFD manufacturer in a grounded enclosure meeting the following requirements without exception: 1. Power conversion and auxiliary equipment enclosure sections shall be NEMA-1 design. 2. All relays, pushbuttons, etc. shall be housed in a separate 20" auxiliary equipment enclosure that shall be a part of the VFD enclosure. 3. Maximum dimensions for VFD enclosure, including transformer, shall be 100" H x 125" W x 28" D. 4. VFD shall be top entry for incoming conductors and conduit and bottom exit for outgoing conductors and conduits. Incoming conductors and conduit shall be 2 sets each (3 #3/0, #3G., 2"C.) Outgoing conductors and conduit shall be 2 sets each (3 #3/0, #3/OG., 2 1/2"C. 5. All power conductors (bus or cable) shall be insulated. 6. All relays and pushbuttons shall be NEMA rated, heavy duty type. IEC or dual IEC/NEMA rated equipment shall not be acceptable. 7. All wiring shall be located internally within the VFD enclosure. External ductwork or wireways shall not be utilized. 8. Terminal blocks shall be NEMA rated, 60OV. Stacking (two -high) terminal blocks is not acceptable. 9. All wiring shall be identified with wiring markers with alphanumeric characters. The identification of each wire shall be the same as that shown on the electrical schematic. Each wire shall be so identified at each end. Each end of every wire shall be provided with a heat shrinkable or equivalent sleeve -type wire marker - labeled in accordance with the electrical schematic. Use of adhesive and clip -on type markers is prohibited. 10. INSTRUMENT CURRENT TRANSFORMERS: Each instrument current transformer shall be indoor wound type, meter class. Insulation shall be equal to that necessary to meet the requirements of the IEEE standards. At normal rated amperes, under usual service conditions, no part of the transformer shall exceed the heating limits specified in the IEEE standards. Each current transformer shall be capable of carrying continuously, its rated primary amperes, under conditions of accidental open secondary circuit, without damage to the primary insulation. Accuracy shall have ANSI accuracy classification C400. Northside IV 24-Inch Water Transmission Main CITY of FORT WORTH City Project Number: 100277 26 29 33.11- 15 VARIABLE FREQUENCY DRIVES Page 15 of 23 11. CONTROL RELAYS: Industrial type; contacts rated for 10 amps at 600 VAC; Allen-Bradley Bulletin 700 Type PK, Square D Class 8501 Type X, or approved equal. Relays shall have the capability of having contact decks added in the field. Contacts shall be field convertible to normally open or normally closed. Coils and contacts shall each be replaceable without replacing any other part of the relay. Where control relays are indicated on the Plans, industrial control relays shall be furnished whether the relay coil is operated with 120 VAC or 24 VDC. 12. TIMING RELAYS: Solid state. Ranges shall be as shown on the Plans. The timing relays shall have both normally open and normally closed contacts by having two sets of form C contacts. Timing relays where shown on the Plans shall be Square D, Class 9050 Type JCK60, or Allen-Bradley Type 700-HRM time delay relay, or approved equal model for operation on the control voltage of the equipment it is used in. Timing relay shall be provided with restraining strap. 13. INDICATING LIGHTS, SWITCHES, PUSHBUTTONS: Heavy duty and oil tight (30 mm); Square D Class 9001 or approved equal. Pilot lights shall be push to test (Cluster LED type) and shall be Square D SK or approved equal. E. Stop shall be a 60mm metal mushroom head, push to trip, pull to reset. Square D Harmony series or approved equal. E. Stop shall have one set of normally closed contacts and one set of normally closed contacts. 14. ELAPSED TIME METER: The meter shall be of a non -reset type, for totalizing of hours and shall operate on 120 VAC, 60 Hertz. Starter shall be provided with an elapsed time meter; Simpson Model 57ET 3.5" rectangular type elapsed time meter, or approval equal. Digital time meters are not acceptable. 15. Maximum door swing clearance shall not exceed 36". 16. After fabrication, metal structures shall be thoroughly cleaned, bonderized as a unit and then given a primary coat, a coat of rust preventative and a finishing coat of quick -drying lacquer. Unless otherwise specified, the color of the panels and the exteriors of structures shall be gray ANSI-61. Instruments, relays, and meters shall have dull black standard finish. 17. Air shall be exhausted through the top and front of the VFD enclosure. No air shall be exhausted through the rear of the enclosure. 18. The control relays, timing relays, terminal strips shall be readily accessible while the VFD is energized and operating without exposing a person to live 480V when the VFD door is open. For this purpose provide a 20" wide (minimum) full vertical section for controls only, no exceptions. 19. Provide a print pocket pouch with the control schematic drawings on the inside of the VFD door. The control schematic drawings shall be the final version of the drawings and shall include any field revisions made during start-up. Northside IV 24-Inch Water Transmission Main CITY OF FORT WORTH City Project Number: 100277 262933.11-16 VARIABLE FREQUENCY DRIVES Page 16 of 23 20. Lights, pushbuttons, switches, displays, motor protection relay, etc. shall be mounted no higher than T-0" AFF. Front drive panel layout showing exact mounting heights shall be submitted to the Engineer for approval. 21. VFD manufacturer shall verify with motor manufacturer that the contact from the VFD for energizing the motor space heater is properly sized to handle the space heater load. E. NAMEPLATES 1. Externally visible, permanent nameplates shall be provided to identify each instrument, switch, indicating light, etc. Equipment and terminal blocks shall be suitably identified. This shall include items on the backside of doors and panel mounted items. Nameplates shall be black with white lettering and attached with stainless steel screws. 2. Equipment nameplates and designations shall be 2 in. by 5 in. minimum, not less than 1/16 in. thick, engraved laminated plastic fastened with stainless steel screws. Nameplates shall be 1 in. white lettering on black background, and shall indicate equipment designations as shown on the drawings. 3. Provide legend plates or 1 in. by 3 in. engraved nameplates with % in. lettering for identification of all pilot devices and meters. Legend nameplates shall be secured with stainless steel screws. 4. Provide permanent warning signs as follows: a. "DANGER— HIGH VOLTAGE— KEEP OUT" on all enclosure doors. b. "WARNING —HAZARD OF ELECTRIC SHOCK —DISCONNECT POWER BEFORE OPENING OR WORKING ON THIS UNIT" c. Contractor shall provide arc flash labeling in accordance with the National Electrical Code Article 110.16 and per the Arc Flash Hazard Analysis (performed by other). See Specification 26 05 73.01 POWER SYSTEM STUDIES for more information. F. PROTECTIVE FEATURES AND CIRCUITS 1. The VFD controller shall include the following alarms and protective devices: 2. Static instantaneous overcurrent and overvoltage trip. 3. Power loss protection. 4. Power unit over -temperature alarm and protection. Upon sensing an over - temperature condition VFD is to annunciate an alarm and automatically reduce output speed in order to shed load maintaining process operation. If over - temperature continues beyond specified period, unit to trip on over - temperature. Northside IV 24-Inch Water Transmission Main CITY OF FORT WORTH City Project Number: 100277 262933.11-17 VARIABLE FRLQUENCY DRIVES Page 17 of 23 5. Electronic motor inverse time overload protection. 6. The VFD shall be protected from damage due to the following, without requiring an output contactor: a. Single-phase fault or three-phase short circuit on VFD output terminals. b. Failure to communicate inverter thyristor due to severe overload or other conditions. c. Loss of input power due to opening of VFD input disconnect device or utility power failure during VFD operation. d. Loss of one (1) phase of input power. e. Motor regeneration due to backspin or loss of VFD input power. 7. The VFD shall be able to withstand the following fault conditions without damage to the power circuit components. a. Failure to connect a motor to the VFD output. b. VFD output open circuit that may occur during operation. 8. The VFD shall have auto frequency roll -back capability during overload or overtemperature and conditions to minimize nuisance tripping. 9. Control functions such as speed setpoint, start, stop, alarm, and status functions shall be transmitted as discrete 1/0 to the station PLC (provided by others). The VFD shall be capable of communicating setup parameters for diagnostics, trending information, and diagnostic log down loading over a RS485 data highway to the station PLC. The RS485 data highway shall use a Modbus Interface Protocol. 10. All 1/0, discrete, analog and RS485 signals shall be wired to terminal blocks for customer's use. Using drive internal terminal blocks is not acceptable. G. PARAMETER SETTINGS 1. The following system configuring settings shall be provided, without exception, field adjustable through the keypad/display unit or via the serial communication port only. Except for Motor Nameplate Data, all parameters must be adjustable while the processor is on-line and the drive is running. a. Motor Nameplate Data 1) Motor frequency 2) Number of poles 3) Full load speed 4) Motor volts 5) Motor full load amps 6) Motor KW 7) Current limit, max. b. VFD Limits 1) Manual accel rate 2) Manual decel rate 3) Auto accel rate Northside IV 24-Inch Water Transmission Main CITY OF FORT WORTH City Project Number: 100277 262933.11-18 VARIABLE FREQUENCY DRIVES Page 18 of 23 4) Auto decel rate 5) Motor flux buildup delay: time/amount 6) 1 boost 7) Overload trip curve select (Inverse or Constant) 8) Min/Max speed (frequency) 9) Auto reset for load or voltage trip select 10) Overload trip time set c. VFD Parameters 1) Voltage loop gain 2) Controller Adjustments 3) PID control enable/disable 4) Setpoint select 5) Proportional band select 6) Reset time select 7) Rate time select 8) Input signal scaling 9) Input signal select (4-20 mA/0-5 Volts) 10) Auto start functions: On/Off, Delay On/Off, Level Select On/Off 11) Speed Profile: Entry, Exit, Point Select 12) Min, Max Speed Select 13) Inverse Profile Select 14) Critical speed avoidance select 2. All drive setting adjustments and operation parameters shall be stored in a parameter log which lists allowable maximum and minimum points as well as the present set values. This parameter log shall be accessible via fiber optic as well as on the keypad display. H. DIAGNOSTIC FEATURES AND FAULT HANDLING 1. The VFD shall include a comprehensive microprocessor based digital diagnostic system which monitors its own control functions and displays faults and operating conditions. Microprocessor systems must be products of the same manufacturer as the VFD (to assure single source responsibility, availability of service and access to spare parts). 2. A "FAULT LOG" shall record, store, display and print upon demand, the following for the 10 most recent events (minimum): a. VFD mode (HAND -OFF -AUTO) b. Date and time of day c. Type of fault d. Reset mode (Auto/Manual) 3. A "HISTORIC LOG" shall record, store, display and print upon demand, the following control variables at 2.7 M/Sec, intervals for the 50 intervals immediately preceding a fault trip: Northside IV 24-Inch Water Transmission Main CITY OF FORT WORTH City Project Number: 100277 a. VFD mode (LOCAL -OFF -REMOTE) b. Speed demand c. VFD output frequency d. Demand (output) Amps e. Feedback (motor) Amps f. VFD output volts g. Type of fault h. REMOTE enable EXECUTION 1.10GENERAL 26 29 33.11- 19 VARIABLE FREQUENCY DRIVES Page 19 of 23 A. The Manufacturer's Representative has responsibilities in the installation and field testing of the equipment as described in this Section. Installation of equipment shall be performed by the Construction Contractor who shall be required to assemble the equipment, if required, and install it in accordance with Installation, Operation and Maintenance instructions which shall be furnished by the vendor or manufacturer, and the installation drawings for this project. 1. The Construction Contractor shall furnish all labor, tools, equipment and machinery necessary to receive, inspect, unload, store, protect, and install completely, in proper operating condition, the equipment. Contractor shall protect and store the VFD indoors, as recommended by the manufacturer and as described in section 1.05. 2. He shall also furnish such incidental items not supplied with the equipment, but which may or may not be described in the Plans and Specifications, for complete installation, such as wiring, conduit, ducts, anchors and other appurtenances as necessary. B. The Contractor shall schedule the service of the manufacturer to assist in the installation, adjustment, and acceptance test of the equipment 1.111NSTALLATION AND START-UP A. Manufacturer's representative shall be available to advise and assist the installation of the VFDs by others. B. Furnish the services of a competent manufacturer's service representative who shall be experienced in the assembly and wiring of the VFD drive units of similar size and character. He shall direct the installation of the equipment and shall assist and advise with the electricians or other workmen who are performing the actual work of installing the VFD drive units. He also shall assist in the adjustment and testing of the equipment. Northside W 24-Inch Water Transmission Main CITY OF FORT WORTH City Project Number: 100277 26 29 33.11 - 20 VARIABLE FREQUENCY DRIVES Page 20 of 23 C. Adjust the calibration of protective relays according to the relay coordination study (provided by others) and test the settings. Prepare a card index for the relays, the settings, the test results and marked thereon, and submit to the Owner. D. Instruct the operating and maintenance personnel in principle of operating of all major devices and the care and maintenance of components included in the VFD drive units, for a period of not less than one (1) eight (8) hour day. E. Time spent on the job by the service representative shall be adequate for performing the above functions. F. All costs (travel expenses, testing equipment, etc.) required for testing start-up, and training shall be the responsibility of the equipment manufacturer/Contractor. 1.12TRAINING A. The Contractor shall provide a training session for the Owner's representatives at the jobsite or other office location chosen by the Owner. Each eight hour training session shall be broken up into two segments each of 4-hours with a 15 minute break every two hours. Lunch break will be one hour. Training sessions shall be scheduled and coordinated with the Owner. B. When requested within the equipment warranty period, provide an additional training session from that indicated above for the Owner's Representative at the jobsite or other office location chosen by the Owner. Each eight hour training session shall be broken up into two segments each of 4-hours with a 15 minute break every two hours. Lunch break will be one hour. Training sessions shall be scheduled and coordinated with the Owner. C. Training sessions shall be conducted by VFD manufacturer personnel. D. Training shall be for four members of the Owner's staff. E. Supplier shall submit a training outline and manual of training course material for Owner's/Engineer's review and comment a minimum of 4 weeks before training is to take place. F. Instruct the operating and maintenance personnel in principle of operating of all major devices and the care and maintenance of components included in the VFD drive units, and troubleshooting for a period of not less than one (2) eight (8) hour days. Coordinate with Owner for exact requirements. Provide three-ring binders to participants complete with copies of drawings and other course material covered. G. All costs (travel expenses, testing equipment, etc.) required for the training shall be the responsibility of the equipment manufacturer/contractor. Northside IV 24-Inch Water Transmission Main CITY OF FORT WORTH City Project Number: 100277 262933.11-21 VARIABLE FREQUENCY DRIVES Page 21 of 23 1.13FIELD QUALITY CONTROL A. Testing, checkout and start-up of the VFD equipment shall be performed under the technical direction of the manufacturer's field service Engineer from the Factory of the VFD manufacturer. Under no circumstances are any portions of the drive system to be energized without authorization from the field service Engineer. B. Once the drive has been installed, testing shall be provided by the manufacturer to verify conformance with the specifications for the following: 1. Harmonics 2. Efficiency 3. True Power Factor Note: Tests are to be conducted on normal utility power and stand-by generator power. The harmonics, efficiency and power factor tests shall be measured at the input to each drive and point of common coupling and data shall be taken at the different operating speeds (30%-100% speed in 10% increments). Readings with printouts shall be provided for the harmonics, efficiency and true power factor in the report to be submitted to the Engineer. C. The type of instruments make, model and manufacturer that are used in the field testing shall be submitted along with the report. D. A description of the testing procedures shall be sent to the Engineer prior to testing taking place. E. Prepare for acceptance tests as follows: 1. Test insulation resistance for each enclosed controller element, bus, component, connecting supply, feeder, and control circuit. 2. Test continuity of each circuit. F. Manufacturer's Field Service: Engage a factory -authorized service representative to perform the following. Perform the following field tests and inspections and prepare test reports. 1. Inspect controllers, wiring, components, connections, and equipment installation. Test and adjust controllers, components, and equipment. 2. Assist in field testing of equipment (including pretesting and adjusting of solid- state controllers). 3. Report results in writing. Northside IV 24-Inch Water Transmission Main CITY OF FORT WORTH City Project Number.- 100277 26 29 33,11- 22 VARIARLF FREQUFNCY DRIVES Page 22 of 23 4. Perform each electrical test and visual and mechanical inspection, except optional tests, stated in NETA ATS. Certify compliance with test parameters. 5. Correct malfunctioning units on -site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest. G. The VFD Supplier shall provide readings with printouts of the harmonic current at each harmonic as well as the total voltage distortion up to the 50th harmonic. The following readings shall be provided: t. At point of common coupling: a. With all drives running with load at the different operating speeds (30%- 100% speed in 10% increments). b. With all drives off 2. At the power connection to each drive: a. With the drive running loaded at the different operating speeds (30%-100% speed in 10% increments). b. With drive off 3. All the above data including the efficiency and power factor data, complete with meter reading and recordings, where applicable, shall be submitted to the Engineer in a written report format for review and approval by the Engineer. If these tests show that the drives are not in compliance with the Specifications, the drive manufacturer shall make all changes required to comply with the Specifications at no cost to the Owner. If required, this could mean replacing the drives that are not in compliance. H. The tests shall be witnessed by the Owner and Engineer. Provide at least two (2) weeks notice to the Owner and Engineer prior to conducting these tests. Final acceptance of the VFD installation will not be considered until the Owner and Engineer have witnessed the test described above and a formal written report has been submitted and approved by the Engineer. The report shall be submitted within two (2) weeks after start-up. The VFD manufacturer's factory field service Engineer shall submit a written Equipment Installation Report certifying the equipment is properly installed and has been operated under all operating conditions and is operating under all operating conditions and is operating satisfactorily per the requirements of the specification. J. Provide for the Engineer's review a complete list of test procedures, standards, equipment and calibration reports of the measuring and testing equipment used. K. Any deficiencies with regard to these specifications shall be corrected by the manufacturer at no expense to the Owner. Prior to any corrective action, a plan of correction shall be submitted to the Engineer for approval. Northside IV 24-Inch Water Transmission Main CITY OF FORT WORTH City Project Number: 100277 262933.11-23 VARIABLE FREQUENCY DRIVES Page 23 of 23 L. During start-up the VFD manufacturer's representative shall coordinate with the motor supplier for the optimum carrier frequency to operate the VFD at to keep the audible noise of the motor to a minimum. The VFD manufacturer shall also take into account dv/dt to reduce the stresses imposed on the motor windings and efficiency of the drive. M. For Final O&M manual, the Manufacturer shall provide a hard copy of the final VFD set points be provided and revised control schematics including any changes to control schematic made during start up. 1.14SPARE PARTS A. The following spare parts of the type and size furnished shall be provided: 1. Ten of each type of power and control fuse rated 600V or less. 2. Five of each type of panel lamp. 3. One spare relay and timer of each type. 4. One of each type of printed circuit board, including diagnostic systems. 5. One microprocessor -based interface display and monitoring panel, and keypad. 6. One of each fan or blower installed. 1.15CLEAN AND ADJUST A. The manufacturer shall furnish sufficient touch-up paint of the same type and color used at the factory to repair damages incurred in installation. Perform touch up painting to achieve the original paint thickness, quality, and appearance. END OF SECTION Northside IV 24-Inch Water Transmission Main CITY OF FORT WORTH City Project Number: 100277 2641 13-1 Lightning Protection for Structures Paget 45 SECTION 26 4113 LIGHTNING PROTECTION FOR STRUCTURES 1.00 GENERAL 1.01 WORK INCLUDED -- _ ., Furnish labor, design, materials, equipment and incidentals necessary to install a complete lightning protection system for the Hydropneumatic Tank site and the Transfer Valve site in accordance with UL 96A, NFPA 780. Lightning protection system shall be tied to each site's grounding system. 1.02 QUALITY ASSURANCE A. The system furnished under this specification shall be the standard product of a manufacturer regularly engaged in the production of lightning protection systems and shall be the manufacturer's latest approved design. Listing of the manufacturer in the lightning protection section of the current edition of Underwriters' Laboratories, Inc., Electrical Construction Materials List will be accepted as compliance with this requirement. B. All materials shall be copper and bronze and of the size, weight and construction to suit the application where used in accordance with UL, NFPA, NEC code requirements for this type structure and as per manufacturer's recommendations. Class I sized components may be utilized on roof levels 75 feet and below in height. Class II sized components are required for roof levels over 75 feet in height. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00, "Submittal Procedures", and shall include: 1. Shop Drawings a. Specifications b. Catalog Sheets for All Products Provided c. Shop drawings showing type, size and location of all equipment, grounds, cable routings, details, etc. 2. Continuity Test Report 3. Copy of U.L. Master Label for the Facility 1.04 STANDARDS AND REFERENCES A. Refer to Section 26 05 00, "Common Work Results for Electrical", for all standards which apply to this section. NFPA 780 Standard for the Installation of Lightning Protection Systems Northside IV 24-Inch Water Transmission Main CrrY OF FORT WOI;rrH City Project Number: 100277 264113-2 Lightning Protection for Structures Page 2 uf5 UL 96A Standard for Installation Requirements for Lightning Protection Systems LPI 175 Lightning Protection Institute Standard of Practice 2.00 PRODUCTS 2.01 MATERIALS A. Materials used in connection with the installation of the lightning protection systems shall be approved for lightning protection systems by the Underwriters` Laboratories, Inc. No combination of materials shall be used that form an electrolytic couple of such a nature that corrosion is accelerated in the presence of moisture unless moisture is permanently excluded from the junction of such metals. When unusual conditions exist which would cause deterioration or corrosion of conductors, conductors with suitable protective coatings or oversize conductors shall be used. If a mechanical hazard is involved, the conductor size shall be increased to compensate therefore, or suitable protection shall be provided. The conductors may be protected by covering them with molding or tubing preferably made of wood or nonmagnetic material. If metal tubing is used, the conductor shall be electrically connected to it at its upper and lower ends. B. All equipment used shall be new and of a design and construction to suit the application in accordance with UL 96A requirements and shall be so marked. 2.02 MANUFACTURED PRODUCTS A. CONDUCTORS - Copper conductors manufactured of copper grade ordinarily required for commercial electrical work generally designated as being 98 percent conductive when annealed. Down conductors of copper cable for installations other than towers shall weigh not less than 187.5 pounds per thousand feet and the size of any wire of this cable shall not be less than No. 1.7 AWG (0.045 inch). Down conductors shall be tinned. The thickness of any copper ribbon or strip shall be not less than No. 16 AWG (0.051 inch). B. AIR TERMINALS - Air terminals shall be tapered to a blunt point. The rod shall be of solid copper, 1/2 inch in diameter. Air terminals and support shall be designed over 24 inches to handle a 75 pound per square foot wind load. All air terminals shall be supported by a suitable brace, with guide(s) not less than one-half the height of the air terminal. Air terminals shall be located in accordance with the requirements of NFPA 780 and UL 96A. Air terminals shall extend at least ten inches above the object or area they are intended to protect. Air terminals shall be placed around the perimeter of flat or gently sloping roofs at intervals not exceeding 20 feet. C. FASTENERS - Fasteners shall be of the same material as the conductor base material or bracket being fastened, or other equally corrosion resistant material. Galvanized or plated materials shall not be used. D. FITTINGS - Fittings/bonding devices, cable splicers, and miscellaneous connectors shall be suitable for use with the installed conductor and shall be copper, bronze or aluminum with bolt pressure connections to the cable. Cast or stamped crimp type fittings shall not be used. Northside TV 24-Inch Water Transmission Main CITY OF FORT WORTH City Prqject Number: 100277 2641 13 - 3 Lightning Protection for Structures Page 3 of 5 E. Aluminum material may be used where the installation of dissimilar metals creates problems. The Contractor shall field verify all materials involved in the total installation and shall install system in accordance with all applicable NFPA and U.L. codes and standards. Northside IV 24-Inch Water Transmission Main CITY OF FORT WORTH City Project Number: 100277 2641 13-4 Lightning Protection for Structures Page 4of5 3.00 EXECUTION 3.01 INSTALLATION A. The Contractor's shop drawings shall indicate the extent and general arrangement of the lightning protection system. if any departures from the Contractor's shop drawings are deemed necessary by the Contractor, details of such departures and the reasons therefore shall be submitted to the Engineer for approval. No such departures shall be made without the prior written approval of the Engineer. Lightning protection systems for all applications shall conform to National Fire Protection Association Code No. 780 and the NEC, whichever is more stringent. B. Installation shall be performed by a certified master installer. Installer shall provide an Underwriters' Laboratories Master Label for the facilities. C. Air terminals shall be provided on the highest projections and at intervals not exceeding 20 feet along the perimeter top surface. Air terminals shall extend at least 10 inches above the object or area that they are intended to protect. Air terminals shall be connected to the lightning protection system when specifically authorized by the Engineer. D. Roof and down conductors shall be stranded and shall meet the requirements given in NFPA 780. Roof and down conductors shall maintain a horizontal or downward course. No bend in a roof or down conductor shall form an included angle of less than 90 degrees, nor shall it have a bend radius of less than eight inches. Conductors shall be routed external to buildings and six feet or more from power or signal conductors. Down conductors shall be routed outside of any structure and shall not penetrate or invade that structure. All down conductors except one may be provided with a screw type connector as described in UL 96 where lightning protection system testing may be required. Down connectors shall be supported from and secured to the building exterior using one hole straps of copper or bronze at maximum intervals of three feet. E. Guards shall be provided for down conductors located in or next to driveways, walkways or other areas where they may be displaced or damaged. Guards shall extend at least six feet above and one foot below grade level. Guards shall be metal pipe. Metal guards shall be bonded to the down conductor at both ends. Bonding jumpers shall be of the same size as the down conductor. Crimp type fittings shall not be used. F. Metallic bodies, on or below roof level, that are subject to induced charges from lightning include exhaust fans, radio towers, HVAC units, ladders, railings, antennas, roof drains, plumbing, vents, metal coping, metal flashing, gutters, downspouts, small metal wall vents, door and window frames, metal balcony railings, and in general any isolated metallic body within six feet of an exposed lightning protection system element. When these metallic bodies have a metal thickness of 3/16 inch or greater, they shall be bonded to the nearest main lightning protection system conductor with UL approved fittings and conductors meeting the requirements of NFPA 780. These bonding fittings shall provide surfaces of not less than three square inches. Provisions shall be made to prevent corrosive effects introduced by galvanic action of dissimilar metals at bonding points. If the metal parts of these units are less than 3/16 inch thick, additional approved air terminals, conductors and fittings, providing a two way path to ground from the air terminals shall be installed. Northside IV 24 Inch Water Transmission Main CITY OF FORT WORTH City Project Nxrmher: 100277 2641 13 - 5 Lightning Protection for Structures Page 5 of 5 G. If metallic, the mast of roof mounted antennas and obstruction lightning shall be bonded to the nearest roof or down conductor using UL approved fittings and conductors. The bonding jumpers shall be of the same size and material as the roof or down conductor to which they are connected. Provide as a minimum a path to ground at each corner of the building. H. Aluminum material may be used where the installation of dissimilar metals creates problems. The Contractor shall field verify all materials involved in the total installation and shall install system in accordance with all applicable NFPA and U.L. codes and standards. 3.02 FIELD QUALITY CONTROL A. The lightning protection system will be inspected by the Engineer to determine conformance with the requirements of this specification. No part of the system shall be concealed until so authorized by the Engineer. B. The Contractor shall establish and maintain quality control for the "Lightning Protection System" installation to assure compliance with contract requirements, and shall maintain records of his quality control for all construction operations. A copy of these records and Contractor tests, as well as records of corrective action taken, shall be furnished to Owner's Representative, as directed by the Engineer. C. Contractor shall obtain an Underwriters' Laboratories Master Label for the facility. 1. Upon completion, an application shall be made to the Underwriters Laboratories, Inc. for inspection and certification. 2. Cost for UL inspection and associated costs to obtain the UL Master Label shall be paid for by the Contractor. D. Testing of Continuity of all Conductors - A copy of these records and tests, as well as the records of corrective action taken, shall be furnished to Owner's Representative, as directed by the Engineer. END OF SECTION Northside IV 24-Inch Water Transmission Main CITY OF PORT '4nlOIZ'rI I City Project Number: 100277 DIVISION 1 EARTHWORK 3123 33.14 - 1 TRENCH SAFETY Page 1 of 1 3123 33.14 TRENCH SAFETY 1.00 GENERAL 1.01 WORK INCLUDED A. This specification consists of the basic requirements which the Contractor must comply with in order to provide for the safety and health of workers in a trench. This specification is for the purpose of providing minimum performance specifications, and the Contractor shall develop, design, and implement the trench safety system. The Contractor shall bear the sole responsibility for the adequacy of the trench safety system and providing "a safe place to work" for the workman. B. Should the trench safety protection system require wider trenches than specified elsewhere, the Contractor shall be responsible for the costs associated with determining adequacy of pipe bedding and class, as well as, purchase and installation of alternate materials. 1.02 STANDARDS A. The following standard shall be the minimum governing requirement of this specification and is hereby made a part of this specification as if written in its entirety. Occupational Safety and Health Standards - Excavations (29CFR Part 1926), U.S. Department of Labor, latest edition. B. Comply with the applicable federal, state, and local rules, regulations, and ordinances. 2.00 PRODUCTS (NOT APPLICABLE) 3.00 EXECUTION (NOT APPLICABLE) END OF SECTION CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank City Project Number: 100277 DIVISION UP LI'TIE 33 1113.13 -1 STEEL PIPE Page 1 of 17 33 11 13.13 STEEL PIPE AND FITTINGS 1.00 GENERAL. 1.01 WORK INCLUDED A. Furnish labor, materials, equipment, and incidentals necessary to install steel pipe, fittings, and specials as specified, including connections, and appurtenances, as required for the proper installation and function of the pipe as indicated herein. B. The pipeline coating shall be in accordance with Section 09 96 00.01 "High Performance Coatings." 1. Coating: The standard pipe coating shall be epoxy. 2. Lining: The standard pipe lining shall be epoxy. C. The pipeline shall be suitable to carry potable water treated with chloramines to maintain a disinfectant residual. 1.02 QUALITY ASSURANCE A. Experience Requirements: Pipe shall be the product of one manufacturer who has had not less than 5 years of successful experience manufacturing pipe of the type and size indicated. Pipe manufacturing operations (fabrication of pipe and fittings, lining, and coating) shall be performed at one location unless otherwise approved by the Engineer. The lining and coating for the pipe or the fitting shall be done at the same location as the manufacture of the pipe or fittings. The pipe and fittings may be manufactured at different locations. The Engineer will waive the requirement for 5 years of experience in manufacturing of the pipe when, at the sole discretion of the Engineer, the manufacturer's experience and capabilities meet the intent of the experience requirement. All pipe shall be new and not supplied from inventory. All pipe and fittings shall be manufactured in the continental U.S.A., and shipping over salt waterways will not be allowed. 2. The manufacturer shall be certified under Steel Pipe Fabricators Association (STI/SPFA) or ISO 9001 quality certification program for steel pipe and accessory manufacturing. 3. Approved manufacturers are: a. Thompson Pipe Group. b. Northwest Pipe. c. American Spiralweld. Factory Testing: The manufacturer shall perform all tests as required by the applicable AWWA standards and as listed herein. C. Pipe Coatings: Pipe coatings shall be as specified in Section 09 96 00.01 "High Performance Coatings." CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank City Project Number. 100277 33 11 13.13 - 2 STEEL PIPE Page 2 of 17 D. Hydrostatic Pressure Testing: 1. Each joint of pipe shall be hydrostatically tested prior to application of lining and coating. The internal test pressure shall be that which results in a fiber stress equal to 75 percent of the minimum yield strength of the steel used. Each joint of pipe tested shall be completely watertight under maximum test pressure. As a part of testing equipment, the pipe manufacturer shall maintain a recording pressure gauge and reference number of pipe tested, at a minimum. The pipe shall be numbered in order that the pressure gauge information can be recorded. 2. Fittings shall be fabricated from hydrostatically tested pipe. Fittings shall be tested by hydrostatic test, air test, ultrasonic, or magnetic particle test. Air test shall be made by applying air to the welds at 40 psi pressure and checking for leaks around and through welds with a soap solution. In addition, 10 percent of welds shall be checked with x-ray or ultrasonic testing by a third party Certified Welding Inspector paid for by the Owner. Charpy V-Notch Test: Each heat of steel for plates or coil used for pipe barrels 1/4 inches and thicker shall be tested to verify minimum full-size impact values of 25 ft-lb at 30 F in accordance with ASTM A370. Minimum Charpy values for sub size samples shall be defined by ASTM A370. F. Elongation: For the tensile test specified in ASTM A370, 2-inch test specimens shall show elongations not less than 22 percent for each heat of steel. When 8-inch test specimens are used in lieu of 2-inch test specimens, the specimens shall show elongations not less than 18 percent for each heat of steel. G. Mill Certification: The Owner will require the manufacturer to furnish mill test certificates on reinforcing steel or wire, steel plate, steel coil, and cement. The manufacturer shall perform the tests described in AWWA C200 for all pipe, fittings, and specials. H. Welders and Welding Operations: 1. Shop Welders: Qualified by testing in accordance with ASME BPVC Section IX or AWS 131.1. 2. Field Welders: Qualified by testing in accordance with AWS D1.1. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Submittals" and shall include: 1. Shop Drawings: Prior to the fabrication of the pipe, submit fabrication and laying drawings to the Engineer which shall include: 1). Schematic location; including a profile and a tabulated layout schedule, both of which shall reference the stationing shown on the plan and profile sheets. 2). Any deviation from the Drawings necessary to avoid conflicts with existing utilities and structures. The specific number of each pipe and fitting, location of each pipe, and direction of each fitting in the pipeline shall be depicted. 3). Full details of reinforcement and dimensions for pipe and fittings. CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank City Project Number: 100277 33 11 13.13 - 3 STEEL PIPE Page 3 of 17 4). Location of all outlets as required by the Installation Contractor to install welds. 5). Location and details for the fabrication of all fittings and specials. The line layout shall include the pipe station and invert elevation at all changes in grade or horizontal alignment. 6). Provisions for thrust restraint, external loading, bedding, and vacuum collapse. 7). Welding requirements, welding procedures, provisions for thermal stress control, and provisions for control of coating damage for locations where welded joints are required. S). Provide details and design calculations for fittings, specials, closures, outlets, joints, and special requirements for pipe in tunnels. 9). Provide certification for gasket joints, indicating it is designed to meet AWWA Standards and these documents. 10). Design calculations shall show methods and processes used to satisfy the pipe and fittings design criteria specified in the Contract Documents. All calculations shall be prepared, signed, and sealed be a professional engineer licensed in the state the Project is located in. 11).Shop and Field Welding Data: a). Submit welding terms and definitions in accordance with AWS 3.0. b). Indicate by welding symbols or sketches, details of welded joints, and preparation of base metal. c). Distinguish between shop and field welds. d). Submit welding data together with Shop Drawings as a complete package. 12).Flanged Joints: a). For each flanged connection, provide: reference standard; dimensional data; bolt hole number, pattern, and diameter; bolt diameter and length; and face condition. b). Gaskets and Bolting: Technical data sheets itemizing chemical composition, and technical and performance information that indicates compliance with this Specification. c). Installation: Provide installation instructions including recommended bolt tightening sequence, torque, lubricant, and gasket. 2. Certification of Compliance with Contract Documents: Prior to shipment of the pipe, submit an affidavit certifying that the pipe, fittings, specials, and other products and materials furnished, comply with the Specifications and Drawings, NSF 61 and the applicable requirements of the AWWA standards. 3. Certified Test Reports: a. Submit the following Certified Test Reports prior to shipment of the pipe: 1). Results of factory hydrostatic tests and test of fittings. CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank City Project Number. 100277 331113.13-4 STEEL PIPE Page 4 of 17 2). Mill certificates; including chemical and physical test results for each heat of steel, Charpy v-notch tests, and elongation tests. 3). From the coating manufacturer, indicating that the coatings were applied in accordance with manufacturer's requirements and in accordance with the Specifications on all pipe, fittings, and joints made in the factory. 4). Welder Qualifications Records (WQR) in accordance with AWWA C206, ASME BPVC Section IX, or AWS D1.1 as required for both factory and field welders. 5). Gasket certification, in accordance to AWWA C200, shall be provided where bell and spigot gasket joint pipe is specified. 6). All manufacturer's factory quality control tests. 4. Record Data: a. Prior to fabrication, submit the following: 1). Inspection procedures to be used by manufacturer for quality control and assurance for materials and welding. 2). Standard repair procedures that describe in detail shop and field work to be performed. 3). Certification showing calibration within the last twelve months for equipment such as scales, measuring devices, and calibration tools used in manufacture of pipe. Each device used in manufacture of pipe is required to have tag recording date of last calibration. Devices are subject to inspection by Owner. b. Prior to pipe delivery, submit "Release for Manufacture" layout sheets. c. Daily welding reports for field welding showing welder and joint welded shall be submitted monthly. Indicate welder's name, joint welded with identification number assigned to match lay drawings. 1.04 STANDARDS A. Except as modified or supplemented herein, the steel pipe, coatings, fittings, and specials shall conform to the applicable requirements of the following standard specifications, latest edition: 1. American National Standards Institute (ANSI) / NSF International (NSF): a. ANSI/NSF 61 —Drinking Water System Components— Health Effects. 2. American Society of Civil Engineers (ASCE): a. MOP 79 — Manual of Practice: Steel Penstocks. 3. American Society of Mechanical Engineers (ASME): a. BPVC-IX — Boiler and Pressure Vessel Code: Section IX — Welding, Brazing, and Fusing Qualifications. 4. ASTM International ASTM: ASTM International �A TM) CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H 20 and Hydro Tank City Project Number: 100277 33 11 13.13 - 5 STEEL PIPE Page 5 of 17 ASTM International (ASTM) ASTM A193 Specification for Alloy -Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications ASTM A194 Specification for Carbon Steel, Alloy Steel, and Stainless Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both ASTM A307 Specification for Carbon Steel Bolts, Studs, and Threaded Rod 60,000 psi Tensile Strength ASTM A370 Test Methods and Definitions for Mechanical Testing of Steel Products ASTM A563 Specification for Carbon and Alloy Steel Nuts ASTM C33 Specification for Concrete Aggregates ASTM C35 Specification for Inorganic Aggregates for Use in Gypsum Plaster ASTM C150 Specification for Portland Cement ASTM D16 Terminology for Paint, Related Coatings, Materials, and Applications ASTM D522 Test Methods for Mandrel Bend Test of Attached Organic Coatings ASTM D1000 Test Methods for Pressure -Sensitive Adhesive -Coated Tapes Used for Electrical and Electronic Applications ASTM E165 Practice for Liquid Penetrant Examination for General Industry ASTM E709 Guide for Magnetic Particle Testing ASTM E1444 Practice for Magnetic Particle Testing ASTM F436 I Specification for Hardened Steel Washers 5. American Welding Society (AWS): American Welding Society (AWS) AWS B2.1 Specification for Welding Procedure and Performance AWS D1.1 I Structural Welding Code — Steel 6. American Water Works Association (AWWA): American Water Works Association (AWWA) AWWA C200 Steel Water Pipe 6-Inch and Larger AWWA C206 Field Welding of Steel Water Pipe Steel Pipe Flanges for Waterworks Service —Sizes 4-Inch Through 144- AWWA C207 Inch AWWA C208 Dimensions for Fabricated Steel Water Pipe Fittings AWWA C210 Liquid -Epoxy Coating and Linings for Steel Water Pipe and Fittings Heat Shrinkable Cross -Linked Polyolefin Coatings for Steel Water Pipe AWWA C216 and Fittings Polyurethane Coatings for the Interior and Exterior of Steel Water AWWA C222 Pipe and Fittings CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank City Project Number: 100277 33 11 13.13 - 6 STEEL PIPE Page 6 of 17 American Water Works Association (AWWA) AWWA C604 Installation of Buried Steel Water Pipe-4-Inch and Larger AWWA M11 Manual: Steel Pipe — A Guide for Design and Installation 7. Society for Protective Coatings (SSPC): Society for Protective Coatings (55113C) SSPC-SP1 Solvent Cleaning SSPC-SP2 Hand Tool Cleaning SSPC-SP3 Power Tool Cleaning SSPC-SP10 Near -White Blast Cleaning SSPC-PA2 Procedure for Determining Conformance to Dry Coating Thickness Requirements SSPC-PA Guide 10 Guide to Safety and Health Requirements 1.05 DELIVERY AND STORAGE A. Packing: The pipe shall be prepared for shipment to afford maximum protection from normal hazard of transportation and allow pipe to reach the Site in an undamaged condition. Pipe segments damaged in shipment that require more than two repairs per segment will not be accepted at the Site. No more than 10 percent of all segments shall have damage repairs or all damaged pipe segments will be rejected. Normal factory repair of lining and coating for fabrication of fittings and specials is acceptable. 2. Pipe sections shall be handled in accordance with Paragraph 3.01.13. In all instances deliver, handle, and store pipe in accordance with the manufacturer's recommendations to protect coating systems. Upon delivery of the pipe, notify the Engineer so that inspection can be made. 3. Pipes shall be carefully supported during shipment and storage. Pipe, fittings, and specials shall be separated so that they do not bear against each other, and the whole load shall be securely fastened to prevent movement in transit. Ship pipe on padded bunks with tie -down straps approximately over stulling. Store pipe on padded skids, sand or dirt berms, tires, or other suitable means to protect the pipe from damage. B. Marking for Identification: Each joint of pipe, fitting, and special shall have plainly marked on one end of the exterior: the class for which it is designed, the date of manufacturer, and the identification number as shown on the Shop Drawings. Beveled pipe shall be marked with the amount of bevel. The top centerlines shall be marked on all fittings and specials. 2. Each joint of pipe, fitting, and special shall also be marked at each end on the interior lining, near but not inside the bell or spigot, with the section designation and pipe identification number as shown on the approved Shop Drawings. Markings should be visible from inside the pipe after installation, during and after field welding, joint CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank City Project Number: 100277 33 11 13.13 - 7 STEEL PIPE Page 7 of 17 grouting, and inspection. Markings should be applied a minimum of 3 inches in height with a waterproof paint or dye resistant to fading due to UV exposure. C. Point of Delivery: Whenever possible, pipe shall be hauled directly from the manufacturing plant to the Site, avoiding re -handling and the possibility of damage to the pipe. Where a fully loaded truck and trailer cannot access the project location, pipe may be unloaded at access points and brought to the trench side by approved methods; however, the Installation Contractor shall be responsible for pipe being undamaged at the time of installation. 2.00 PRODUCTS 2.01 MATERIALS A. Flanges, Nuts, Bolts, and Gaskets: Furnish and install all bolts, nuts, flange gaskets, and insulation kits. Flanges shall conform to the AWWA C207 class equal to or greater than the pipe class, unless otherwise specified, and shall match the class of valves or appurtenances which are attached. All nuts, bolts, and washers exposed inside buildings or vaults shall be steel and coated in accordance with the specifications for adjacent pipe. All bolts shall be long enough that a minimum of three threads are exposed beyond the nut. Use an anti -seize compound during installation. Bolts shall conform to ASTM A193, Grade B7. Nuts shall conform to ASTM A194, Grade 2H heavy hex nuts. Washers shall conform to ASTM F436. 3. All buried nuts, bolts, and washers shall be Type 316 stainless steel of suitable strength to meet the service requirements. Bolts shall conform to ASTM A193, Grade 138M. Nuts shall conform to ASTM A194, Grade 8M. Washers shall conform to ASTM A193. All bolts shall be long enough that a minimum of three threads are exposed beyond the nut. Use an anti -seize compound during installation. 4. Non -Insulated Flange Gaskets: For working pressures above 175 psi, gaskets shall be non -asbestos compressed fiber. b. Gasket configuration shall be in accordance with AWWA C207. Gasket shall be NSF 61 certified. Acceptable manufacturers are Gasket Resources, Garlock, or approved equal. 5. Flange Insulating Kits: a. Flange insulating kits shall be installed within 6 months of the date of manufacture of all components. b. Do not store insulating flange gaskets, sleeves, or washers under direct sunlight or at temperatures exceeding 110 F. Insulating gaskets shall be full -face, Type E with an EPDM 0-ring seal. Minimum total gasket thickness shall not be less than 1/8 inch. The gasket shall have the same outside diameter as the pipe flange. For steel pipe the gasket's inside CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank City Project Number. 100277 331113.13-8 STEEL PIPE Page 8 of 17 diameter shall be equal to the inside diameter of the pipe's steel cylinder. The complete assembly shall have a pressure rating equal to or higher than that of the joint and pipeline. The gasket material shall be resistant to intended chemical exposure, operating temperatures, and pressures in the pipeline. Insulating sleeves shall be one-piece, full-length, Mylar or NEMA G10 fiberglass reinforced epoxy with a minimum thickness of 1/8 inch. d. Insulating washers shall be NEMA G10 fiberglass reinforced epoxy. e. Gasket configuration shall be in accordance with AWWA C207. Gasket shall be NSF 61 certified. Acceptable manufactures are GPT, Houston, TX; or Georg Fischer Central Plastics LLC, Shawnee, OK. f. Flange bolt holes shall be oversized for bolt insulating sleeves. B. Steel: Steel shall meet the requirements of AWWA C200 and shall be of continuous casting. Steel shall be homogeneous and shall be suitable for field welding, fully killed, and of a fine austenitic grain size. Steel shall have a minimum yield strength of 42,000 psi. C. Bend Fittings: All bend fittings shall have a minimum radius of 2.5 times the pipe diameter to permit easy passage of pipeline pigs unless otherwise shown on the Drawings. D. Threaded Outlets: No threaded outlets will be allowed. E. Joint Bonds for Steel Pipe with Rubber Gasket Joints: Bond shall be a solid copper strap, 1- 1/4-inch wide by 1/16-inch thick (equivalent to 1/0 AWG wire). Strap bonds shall be manufactured by ERICO Products, Continental Industries, or approved equal. Connection of joint bond to pipe shall be with the thermite weld method using the cartridge and recommended by the bond manufacturer. Additional requirements based on the joint type include: 1. For Coated Steel Pipe: Provide two punched holes for thermite welding to the pipe. Strap bond shall be 12 inches long, maximum. Provide three joint bonds per pipe joint. 2. For Flexible Coupling, Flanged Coupling Adapter, and Other Non -Standard Joints: Provide five punched holes for thermite welding to the coupling and pipe. Strap bond shall be fabricated for the length of the coupling with sufficient additional length for 1 inch of joint movement. Provide two bonds per joints for pipe less than 60 inches in diameter and three bonds per joint for pipe 60 inches or greater in diameter. 3. For Insulated Flexible Coupling Joints. Provide four punched holes for thermite welding to the coupling and pipe. Strap bond shall be fabricated for the length of the coupling with sufficient additional length for one -inch of joint movement. F. Flexible Joint Couplings: Shall be as specified in the drawings where applicable. G. Epoxy Lining: Where indicated on the Drawings, at all insulating joints, and at all above grade piping provide epoxy lining in accordance with Section 09 97 16 "Pipeline Coatings and Linings." H. Epoxy Coating: Where indicated on the Drawings, and for exposed piping, pipe shall have an epoxy coating per Section 09 96 00.01 "High Performance Coatings." CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydra Tank City Project Number: 100277 33 11 13.13 - 9 STEEL PIPE Page 9 of 17 Test Bulkheads: Furnish test bulkheads in accordance with the Drawings. Additional test bulkheads not shown in the Contract Drawings but requested by the Installation Contractor shall be paid for by the Installation Contractor. 1. Each test plug or bulkhead shall be designed to withstand the test pressure on either side with only atmospheric pressure on the opposite side. The manufacturer may use either one or two plugs to allow testing on each side. Each test plug or bulkhead specified shall have a flanged outlet that matches the pipe diameter. 2.02 MANUFACTURED PRODUCTS A. Pipe: 1. Pipe Design Criteria: Steel pipe shall be designed, manufactured, and tested in conformance with AWWA C200, AWWA M11, and with the criteria specified herein. Sizes and pressure classes (working pressure) shall be as shown on the Drawings. For pipe design, the transient pressure plus working pressure shall be 1.5 times the working pressure class specified. Fittings, specials, and connections shall be designed for the same pressures as the adjacent pipe. Pipe design shall be based on trench conditions and the design pressure in accordance with AWWA M11 using the following parameters: Pipe Design Criteria Unit Weight of Fill (w) 130 pcf Live Load AASHTO HS 20 (at all locations except railroads) Coopers E 80 at railroad Trench Depth As indicated on the Drawings Deflection Lag Factor (DI) 1.1 Coefficient (K) 0.10 Maximum Calculated Deflection (D. = D.) 2% (Epoxy coated steel pipe) 1% (mortar coated or concrete coated steel pipe) Soil Reaction Modulus (E') 1500 psi (typical gravel embedment trench section) 3000 psi (where encased in flowable fill or concrete) b. The fittings and specials shall be designed in accordance with AWWA C208 and AWWA M11, except that crotch plates shall be used for outlet reinforcement for all pressure diameter values (PDVs) greater than 6000, collars may only be used when d/D is less than or equal to 0.7 and the M factor shall not be less than 1.0 but PDV/4000 for PDVs between 4000 and 6000 unless otherwise specified. Where indicated on the Drawings, collars or wrappers shall be used in lieu of crotch plates to allow for working space and supports. c. Where the pipe requires additional external support to meet the specified maximum deflection, the Installation Contractor and the Supplier will be required to CITY OF FORT WORTH Fart Worth EMWTP 1 HSP-H-20 and Hydro Tank City Project Number: 100277 33 11 13.13 - 10 STEEL PIPE Page 10 of 17 furnish alternate methods for pipe embedment. No additional compensation will be made to the Installation Contractor by the Owner where this method is required. d. Pipe shall be designed for full vacuum conditions without buckling or damage to lining, coating, or pipe joints. 2. Provisions for Thrust: Thrust at valves, bends, tees, or other fittings shall be resisted by restrained joints. Thrust at bends adjacent to casing shall be restrained by welding joints through the casing and a sufficient distance each side of the casing. No thrust restraint contribution shall be allowed for pipe in casing unless the annular space in the casing is filled with grout. b. Restrained joints shall be used a sufficient distance from each side of the valve, bend, tee, plug, or other fitting to resist thrust which develops at the design pressure of the pipe. For the purposes of thrust restraint, design pressure shall be 1.5 times the working pressure class. Restrained joints shall consist of welded joints unless other joint types are specifically shown on the Drawings. c. Thrust restraint design shall be the complete responsibility of the pipe manufacturer. The length of pipe with restrained joints to resist thrust forces shall be determined by the pipe manufacturer in accordance with AWWA M11 and the following: 1). The Weight of Earth shall be calculated as the weight of the projected soil prism above the pipe. Assume the water table matches the ground elevation. 2). Soil Density = 60 pcf buoyant weight. 3). Coefficient of Friction = 0.15 (maximum value to be used for epoxy coated steel pipe). 4). Coefficient of Friction = 0.25 (maximum value to be used for mortar/concrete coated steel pipe) 5). For horizontal and vertical bends, the length of pipe to be restrained shall be calculated in accordance with AWWA M11. Inside Diameter: The inside diameter, including the pipe lining, shall be a minimum of the nominal diameter of the pipe specified, unless otherwise indicated on the Drawings. 4. Wall Thickness: a. The minimum pipe wall steel thickness shall be 0.183 inches or Pipe I.D./230, whichever is greater for pipe and fittings. All pipe, fittings, and specials shall have a maximum minus tolerance of 0.005 inches. Where indicated on the Drawings, pipe and fittings shall have thicker steel pipe wall. The minimum steel wall thickness shall also be such that the fiber stress shall not exceed 50 percent of the specified yield strength of the steel, nor the following, at the specified working pressure: Pipe Type Maximum Stress t Working Pressure Epoxy Coated Steel 23,000 psi CITY OF FORT WORTH Fart Worth EMWTP 1 HSP-H-20 and Hydro Tank City Project Number: 100277 33 111113 -11 STEEL PIPE Page 11 of 17 b. Fittings and pipe that are above grade or exposed (not in a trench, casing, or tunnel) shall have a minimum thickness of 0.25 inches or Pipe I.D./144, whichever is greater. c. Pipe, fittings, and specials shall be designed such that the maximum stresses in the pipe due to thrust loading will not exceed 21,000 psi nor 50 percent of the steel yield strength at the thrust design pressure (1.5 times working pressure). Fittings shall meet the requirements of AWWA C208 and AWWA M11. 5. Seams: Except for mill -type pipe, the piping shall be made from steel plates rolled into cylinders or sections, with the longitudinal and girth seams butt -welded; or shall be spirally formed and butt -welded. There shall be not more than two longitudinal seams. Girth seams shall be butt welded and shall not be spaced closer than 6 feet, except in specials and fittings. 6. Joint Length: Maximum joint length shall not exceed 50 feet. Maximum joint length of steel pipe installed in casing shall not exceed 25 feet. Pipe Ends: Pipe ends shall be rubber gasket joint, lap -welded slip joint, butt -strap joint, or flanged joint, or flexible -coupled joint. Rubber Gasket Joints: Rubber gasket joints shall be a rolled spigot joint with rubber gasket for diameters 48-inch and smaller with pressure classes up to 250 psi. Joints shall conform to AWWA C200. The joint shall consist of a flared, bell end formed and sized by forcing the pipe over a plug die or by expanding on segmental dies. The spigot end shall be an integral rolled groove, steel joint ring in accordance with AWWA C200 and as shown in AWWA Manual M11. The difference in diameter between the I.D. of bell and the O.D. of spigot shoulder, at the point of full engagement and with an allowable deflection, shall be no more than 0.00 to 0.04 inches as measured on the circumference with a diameter tape. The gasket shall have sufficient volume to approximately fill the area of the groove and shall conform to AWWA C200. The joint shall be suitable for 400 psi pressure and a maximum deflected joint pull. Joints shall be of clearances such that water tightness shall be provided under all operating and test conditions with a pipe diameter deflection of 3 percent. At the pipe manufacturer's option, all steel pipe joints may be lap -welded slip joints in lieu of rubber gasket joints. 2. Lap -Welded Slip Joint: a. Lap -welded slip joint shall be provided in all locations for pipe larger than 48 inches, for pressure class greater than 250 psi, and where joints are welded for thrust restraint. Ends of pipe, fittings, and specials for field -welded joints shall be prepared with one end expanded in order to receive a plain end, making a bell and plain end type of joint. Bells formed by rolling will not be allowed unless approved by the Engineer. Dimensional tolerance of bell and spigots shall be consistent, so that match marking of pipe ends will not be required, and joints are interchangeable in the field. Clearance between the surfaces of lap joints shall not exceed the requirements of AWWA C206. b. The depth of bell shall be such as to provide for a minimum clear distance of 2 inches between the weld and the nearest tangent of the bell radius when welds are to be located on the inside of the pipe. CITY OF FORT WORTH Fort Worth FMWTP 1 HSP-H-20 and Hydro Tank City Project Number. 100277 33 11 13.13 - 12 STEEL PIPE Page 12 of 17 c. The depth of bell shall be such as to provide for a minimum lap of 2 inches or three times the thickness of the belled pipe, whichever is greater. Provide a deeper bell every 400 feet to accommodate thermal movement for which the minimum lap shall be 4 inches. d. Lap -welded slip joints maybe welded from the inside or outside for pipe diameters 42 inches and larger. All other sizes shall be welded from the outside. e. Double welded lap joints and butt strap joints shall be tapped and drilled for testing from the outside in accordance with AWWA C206 and the Drawings. For pipe 30-inches in diameter and larger, precisely paint a circumferential 3/4-inch insertion band (leading edge of band indicating minimum insertion; trailing edge of band indicting maximum insertion; pulled joints to occur within the band around entire circumference). Band shall be around the outside of spigot end to indicate location at which spigot end has reached required penetration into bell. 3. For Fittings with Flanges: Flanged joints shall be provided at connections to valves and where indicated. Ends to be fitted with slip-on flanges shall have the longitudinal or spiral welds ground flush to accommodate the type of flanges provided. Pipe flanges and welding of flanges to steel pipe shall conform to the requirements of AWWA C207 and AWWA C206. Pipe flanges shall be of rated pressure equal to or greater than the adjacent pipe class. Flanges shall match the fittings or appurtenances which are to be attached. Flanges shall be spot -faced or back -faced parallel to the front face. 4. Flexible Couplings: Flexible couplings shall be provided where shown on the Drawings. Ends to be joined by flexible couplings shall be of the plain -end type, prepared as stipulated in AWWA C200. Pipe ends shall be truly circular to within 1/4 inches or the coupling manufacturer's tolerance, whichever is smaller. In addition, the welds on the pipe ends that are to be joined by couplings shall be ground flush, to permit sliding the coupling in at least one direction to clear the pipe joint. Harness bolts and lugs shall comply with the Drawings. 5. Butt -strap Closure Joints: Where necessary to make closure to pipe previously installed, closure joints shall be installed using butt -strap joints in accordance with AWWA C206 and applicable provisions of this Section. Where butt -strap closure joints cannot be hydrostatically tested in the field with the main pipeline, the butt strap shall have an inside and outside weld and shall be air tested. Air test shall be operated at 5 psi for a minimum of 5 minutes, from a threaded fitting between the welds. 3.00 EXECUTION 3.01 INSTALLATION A. General: 1. Install steel pipe, fittings, specials, and appurtenances as required for the proper functioning of the completed pipeline. Install pipe, fittings, and specials in accordance with the manufacturer's recommendations, AWWA M11, and AWWA C604. Pipe shall be laid to the lines and grade indicated. Immediately before each joint of polyurethane - coated steel pipe is lowered into the trench, it is to be inspected and tested for holidays. CITY OF FORT WORTH Fort Worth FMWTP 1 HSP-H-20 and Hydro Tank City Project Number: 100277 33 1113.13 - 13 STEEL PIPE Page 13 of 17 All damaged areas and holidays are to be repaired before the pipe is lowered into the trench. 2. The requirements of Section 33 05 10 "Utility Trench Excavation, Embedment, and Backfill" govern for the excavation and backfilling of trenches for laying steel pipe, fittings, and specials. Conformance with pipe deflection requirements shall be as follows: a. Average allowable pipe deflection is limited to 2 percent for Epoxy coated steel pipe and 1 percent for mortar and shotcrete-coated steel pipe. In no case shall a single measurement in any direction exceed 1.5 times the average allowable deflection. These measurements include the allowable tolerance for lining thickness. Percent deflection shall be calculated as: Percent De f lection = actual (plan) ID - installed (measured) ID actual (plan) ID ZVOII11 b. Deflection measurements shall be made by the Installation Contractor in the presence of the Owner. Method for taking measurements shall be agreed to by the Owner and Engineer, in writing, prior to installing the first joint of pipe. c. The Owner may, at his discretion, perform additional verification measurements on any area prior to Substantial Completion. d. Average deflection shall be determined by averaging the pipe's measured horizontal and vertical deflection as indicated below. Locations where measurements are taken shall be clearly marked on the interior of the pipe. e. For pipe joints 36 feet in length or less, measurements shall betaken at two locations, one -quarter distance from each pipe end. Approximately 10 feet from each end. f. If the average calculated deflections for any segment of pipe or any single measurement fails to meet specifications, the entire segment of pipe shall be reworked in accordance with the manufacturer's recommendations and as directed by the Engineer, at no additional cost to the Owner. This may include uncovering the pipe and re -compaction of the pipe embedment, and repair of the coating. It is the Installation Contractor's responsibility to continuously measure and calculate pipe deflection to verify it meets specification. A pipe segment shall be defined as a length of manufactured pipe between manufactured or field -constructed joints. g. Installed pipe joints will also be examined for flat spots and internal lining stress cracks by the Owner. Lining damage shall be repaired in accordance with the manufacturer's recommendations and as directed by the Engineer, at no additional cost to the Owner. Repair of flat spots may include uncovering the pipe and re - compaction of the pipe embedment, and repair of the coating. Where pipe has been reworked to comply with the deflection requirements, Installation Contractor shall re -measure for deflection no earlier than 7 days after installation. Owner will re -inspect for flat spots at this time. No pipe installation shall be accepted until the entire installation complies with the above deflection requirements. CITY OF FORT WORTH Fort Worth FMWTP 1 HSP-H-20 and Hydro Tank City Project Number: 100277 33 11 13.13 - 14 STEEL PIPE Page 14 of 17 3. All costs associated with measuring for pipe deflection and any repairs or rework associated with meeting these requirements shall be borne by the Installation Contractor. 4. Keep the pipe clean during the laying operation and free of sticks, dirt, animals, and trash. At the close of each operating day, effectively seal the open end of the pipe against the entrance of water using a gasketed night cap. Do not lay pipe in water. The Installation Contractor may install a vent at the top of the night cap to prevent flotation of the pipe in the event of heavy rain during the night. 5. Install bonds at all pipe joints, other than welded joints or insulated joints. 6. Pipe Deflection Reports: a. A monthly report shall be submitted as Record Data showing the following for each joint of pipe: 1). Allowable deflection and 1.5 times allowable deflection for each pipe diameter installed. 2). Deflection measurements and calculated deflection for each location measured per joint. 3). It is the responsibility of the Installation Contractor to verify that the nominal pipe diameter meets specifications at all measured locations. Installation Contractor shall coordinate pipe replacement with the pipe manufacturer for any pipe not meeting the specified internal diameter. Pipe Handling: Pipe shall be handled at all times with a minimum of two non-abrasive slings, belts, or other equipment designed to prevent damage to the coating or lining. The equipment shall be kept in such repair that its continued use is not injurious to the coating. The spacing of pipe supports required to handle the pipe shall be adequate to prevent cracking or damage to the lining or coating. C. Line Up and Bends: 1. Line up pipe for joining so as to prevent damage thereto. Thoroughly clean the bell and spigot ends of each joint of pipe of foreign matter, rust, and scale before placing spigot into bell. Welded joints shall have an overlap of 2 inches minimum to 4 inches maximum. 2. All under -stabbed joints shall be butt -strapped or outside welded. Over -stabbed joints shall not be acceptable. A joint shall be considered over -stabbed if the stabbed section is within 2 inches of the tangential bend on the bell, or the inside mortar gap is less than 1/4 inch. All over -stabbed joints shall be either butt -strapped and welded or outside welded only. 3. Where abrupt changes in grade and direction occur, the Installation Contractor shall employ special shop -fabricated fittings for the purpose. Field cutting the ends of the steel pipe to accomplish angular changes in grade or direction of the line shall not be permitted. 4. After joining rubber gasket joints, check the position of the gasket with a feeler gauge. If the gasket is out of position, disassemble the joint and repeat the joint laying CITY OF FORT WORTH Fort Worth FMINTP 1 HSP-H-20 and Hydro Tank City Project Number: 100277 331113.13 -15 STEEL PIPE Page 15 of 17 operation. Upon completion of pipe jointing, the interior of the pipeline shall be left broom clean. D. Pipe Laying— Welded Joints: Weld joints in accordance with the AWWA C206 and AW5 D1.1. Installation Contractor shall provide adequate ventilation for welders and for Owner's representative to observe welds. Unless otherwise specified, welds shall be full circle fillet welds. Welding may be completed before application of field -applied joint coating. At his option, the Installation Contractor may weld pipe joints after the exterior joint coating and backfilling is complete. Installation Contractor shall demonstrate that this procedure will not damage the exterior joint coating. 2. Contractor shall submit a welding procedure for approval according to Paragraph 1.03. The welding procedure shall be approved by the Engineer before welding of joints begins. The procedure shall be in accordance with AWWA C206 and AW5 D1.1. Contractor must follow approved welding procedure only. 3. Adequate provisions for reducing temperature stresses shall be the responsibility of the Installation Contractor. 4. After the pipe has been joined and properly aligned and prior to the start of the welding procedure, the spigot and bell shall be made essentially concentric by shimming or tacking to be within the maximum clearance tolerance around the periphery of the joint per AWWA C206. Tighter tolerance may be required to prevent damage to heat shrink sleeves for weld-after-backfill. In no case shall the clearance tolerance be permitted to accumulate. 5. Before welding, thoroughly clean pipe ends to bare metal. Joint shall be dry before welding. All welding shall be hand welded to minimize damage to heat shrink sleeves, unless it can be demonstrated that wire fed welding will not cause unacceptable damage to the heat shrink sleeve. Welding shall be performed so as not to damage lining or coating. Cover the polyurethane coating as necessary to protect from welding. Furnish labor, equipment, tools, and supplies, including shielded -type welding rod, to construct the Work as required in the Contract Documents. Protect welding rod from any deterioration prior to its use. If any portion of a box or carton is damaged, reject the entire box or carton. Contractor will provide and maintain a jacking or fitting tool to minimize the joint gap tolerance of each joint from the pipe interior. This tool shall be adequate to force the bell and spigot joint gap tolerance to 1/8 inch or less. The tool shall remain with each welding operation to ensure the equipment is readily accessible to the welders and is not overlooked when fitting is required. All welding shall be completed with a minimum of two weld passes. Three passes or more will be required for steel thickness greater than 0.375 inches, and as required to meet the specified welding procedures. These requirements are in addition to the maximum coating temperature limitations. 8. In all welding, the metal shall be deposited in successive passes. Not more than 1/8 inch of metal shall be deposited in each pass. Each pass except the final one, whether in butt or fillet welds, shall be thoroughly bobbed or peened to relieve shrinkage stresses and to remove dirt, slag, or flux before the succeeding bead is applied. Each pass shall be CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank City Project Number: 100277 33 11 13.13 - 16 STEEL PIPE Page 16 of 17 thoroughly fused into the plates at each side of the welding groove or fillet and shall not be permitted to pile up in the center of the weld. Undercutting along the side shall not be permitted. 9. Welds shall be free from pin holes, non-metallic inclusions, air pockets, undercutting and/or any other defects. 10. If the ends of the pipe are laminated, split or damaged to the extent that satisfactory welding contact cannot be obtained, the pipe will be replaced at no additional cost to the Owner and the defective joint removed from the Site. 11. Furnish each welder employed with a steel stencil for marking the welds, so that the work of each welder may be identified. Have each welder stencil the pipe adjacent to the weld with the stencil assigned to him. In the event any welder leaves the job, his stencil shall be voided and not duplicated if another welder is employed. 12. Keep daily welding reports which identify the welder's name and the joint welded. Joints must be shown on the daily welding reports with the identification number assigned in the lay drawings (ex. ID#1— ID#2). Provide three copies of all daily welding reports to Owner's representative each month. 13. Use only competent, skilled, and qualified workmen. Each welder employed by the Installation Contractor shall be AWWA C206 and AWS D1.1 certified according to the Welding Procedure Qualification approved for the Project. All welders shall have been certified within the last 6 months or shall provide a welding continuity log to be allowed to weld on the line. Field welding shall be provided by one of the following firms: a. Thompson Pipe Group, (972) 262-3600. b. Fuller's Service Company, Barry Fuller, (817) 477-3841. c. Scott's Welding, Scott Fowler, (972) 978-7865. d. Eddie's Welding Service, Eddie Pierce, (817) 909-6089. e. National Welding Corporation, Nash Williams, (801) 255-5959. f. Rangeline Pipeline Services, LLC, (888) 722-7457. g. Others may be accepted pending approval by Owner or Engineer. 14. After each welder has qualified in the preliminary tests referred to above, inspections shall be made of joints in the line. Any welder making defective welds shall not be allowed to continue to weld. 15. Visual tests and magnetic particle tests in accordance with AWWA C206, ASTM E709, and E1444 shall be performed by the Installation Contractor's independent testing laboratory on all welded joints. Welds that prove to be defective will be replaced or repaired, whichever is deemed necessary by the Engineer, at Installation Contractor's expense. The Installation Contractor shall provide adequate ventilation and a safe environment for welding inspector. Inspections will be made on a weekly or bi-weekly basis as determined by the Owner. The Installation Contractor shall cooperate with the welding inspector to allow efficient inspections. CITY OF FORT WORTH Fort Worth EMWTP 1 HSP H 20 and Hydro Tank City Project Number: 100277 33 11 13.13 - 17 STEEL PIPE Page 17 of 17 16. If the Installation Contractor disagrees with the Engineer's interpretation of welding tests, test sections maybe cut from the joint for physical testing. The Installation Contractor shall bear the expense of repairing the joint, regardless of the results of physical testing. The procedure for repairing the joint shall be approved by the Engineer before proceeding. Flanged Joints: Flange bolt torque and sequence shall be determined by the pipe manufacturer in accordance with AWWA C604 and AWWA M11. Use lubricant for threads and washers. Before the joint is assembled, thoroughly clean the flange faces of foreign material. Center the gasket in the connecting flanges and draw -up watertight, without unnecessarily stressing the flanges. Tighten bolts in a progressive diametrically opposite sequence and torqued with a suitable, approved, and calibrated torque wrench. Torque values shall be as recommended by the pipe manufacturer. Apply clamping torque to the nuts only. 3.02 PROTECTIVE COATINGS SYSTEM A. Perform field coating of joints in accordance with Section 09 96 00 "High Performance Coatings." B. The Installation Contractor is responsible for ensuring his operations do not damage the factory or field applied coating system. C. Quality Control of Field -Applied Epoxy Coating: See Section 09 96 00 "High Performance Coatings." D. Pipe Through Vaults: Where piping is to be inside a vault, such as for meters or valves, the vault floor shall be cast, then the piping installed, then the vault walls constructed. 3.03 FIELD QUALITY CONTROL A. Disinfect the piping system in accordance with Section 33 04 40 "Cleaning and Acceptance Testing of Water Mains." B. Perform a field hydrostatic test in accordance with Section 33 04 40 "Cleaning and Acceptance Testing of Water Mains." END OF SECTION CITY OF FORT WORTH Fort Worth FMWTP 1 HSP-H-20 and Hydro Tank City Project Number. 100271 DIVISION 4 PROFESS INTEGRATIONS 40 05 65.23 - 1 SWING CHECK VALVES Page 1 of 2 40 05 65.23 SWING CHECK VALVES 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install swing check valves (external weight and lever) at the locations and size as indicated. Valves shall be designed, manufactured and tested in accordance with American Water Works Association Standards ANSI/AWWA C508. 1.02 QUALITY ASSURANCE A. Acceptable Manufacturers: 1. APCO Valve & Primer Corporation. 2. Golden Anderson Equal Model. 3. Val-Matic. 4. Pratt B. Experience Requirements: The Manufacturer shall have had successful experience in manufacturing valves for this type service in the Sizes indicated. The Manufacturer shall have at least 10 years' experience in the manufacture of the valves. C. Manufacturer's Representative for Startup and Training: The Manufacturer shall provide the services of a competent manufacturer's representative for an indefinite period of time as required to insure proper adjustment, installation and operation of the valve. D. All valves shall be hydrostatically tested and seat tested to demonstrate zero leakage. When requested, the Manufacturer shall provide test certification and required documentation. The valve coating system shall be NSF61 approved. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Submittals" and shall include: 1. Shop Drawings. 2. Operation and Maintenance Manuals. 1.04 STANDARDS A. The following standards shall apply as if they are included in these documents: 1. American Society for Testing and Materials (ASTM) Standards: ASTM A126 Standard Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings ASTM A536 Standard Specification for Ductile Iron Castings ASTM A276 Standard Specifications for Stainless Steel Bars ASTM A582 T303 Standard Specification for Free -Machining Stainless Steel Bars CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank City Project Number: 100277 40 05 55.23 - 2 SWING CHECK VALVES Page 2 of 2 2. American Water Works Association (AWWA) Standards: AWWA C508 I Swing -Check Valves for Waterworks Service, 2- through 24-inch NIPS 2.00 PRODUCTS 2.01 SWING CHECK VALVES A. The check valves used shall be swing check valves unless otherwise specified and shall be constructed with a ductile iron body and stainless steel body seat ring, single continuous stainless steel shaft for attachment of weight and lever, and complete aluminum alloy air cylinder. The air cushion cylinder shall be totally enclosed, and externally attached to the side of the valve body with the cylinder piston rod connected to the external lever arm in a manner to lift the piston upwards when flow starts and downwards when flow stops to compress the trapped air in the cylinder for cushion closing. The air cushion cylinder shall be fitted with an adjustable valve to increase or decrease air compression in the cylinder. The valve disc shall absolutely prevent the return of water back through the valve when the inlet pressure decreases below the delivery pressure, on pump shutoff or power failure. The valve shall be tight -seating. The seat ring shall be renewable and shall be securely held in place by stainless steel screws. The valve disc shall be of ductile iron and shall be suspended from a stainless steel (non -corrosive) shaft which passes through bushings and shall be connected to the weight and lever on the outside of the valve. The shaft shall be keyed into the disc and lever arm. Set screws shall not be acceptable. C. Swing check valves shall be furnished with flanges to meet a minimum of 250 psi. Valve exterior and interior to be painted with Fusion Epoxy Paint per AWWA C550. Swing check valves shall be APCO Series 5000 CVS, Golden Anderson (Equal Model), or equal from pre - approved manufacturers. D. The closing and opening rate of the valve shall be field adjustable. 3.00 EXECUTION 3.01 INSTALLATION A. Carefully handle and lower the valves into position so to prevent damage to any part of the valves. 3.02 CLEAN AND ADJUST A. Adjust weight position and air cushion operation in accordance with manufacturer recommendations. END OF SECTION CITY Or FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank City Project Number. 100277 400578-1 AIR AND VACUUM VALVES Page 1 of 2 400578 AIR AND VACUUM VALVES 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install air and vacuum valves of the sizes and types indicated. Furnish the necessary isolating valves and piping. 1.02 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Submittal Procedures" and shall include: 1. Shop Drawings. 2. Operations and Maintenance Manuals, 2.00 PRODUCTS 2.01 MANUFACTURED PRODUCTS A. General: 1. Each air valve shall have a cast iron body, bronze, or stainless steel trim and stainless steel float. Float shall be baffled to prevent air from blowing valve closed until air is exhausted. 2. Valve body, float, etc., shall be designed for a working pressure and shall seat at a minimum pressure shown in the valve schedule, Paragraph 3.02. 3. Air valves shall be manufactured by the Valve and Primer Corporation (APCO), Val-Matic Manufacturing Corp., or Multiplex Manufacturing Company (Crispin). 4. Top of valve assembly shall be fitted to attach discharge pipe as indicated. Valve inlet shall be ANSI flange and flange rating shall equal or exceed the maximum working pressure. B. Air and Vacuum Valves for Vertical Turbine Pumps (PAV): 1. Air and vacuum valves for vertical turbine pumps shall be designed to allow large volumes of air to escape out the valve orifice when the pump is started and close watertight when the liquid enters the valve. The air valve shall also permit large volumes of air to re-enter through the valve orifice when the pump is stopped to prevent a vacuum in the pump column. 2. The baffle shall be designed to protect the float from direct contact of the rushing air and water to reduce premature float closures in the valve. 3. The entire float and baffle assembly must be shrouded with a perforated water diffuser to reduce slamming of the float. CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank City Project Number: 100277 400578-2 AIR AND VACUUM VALVES Page 2 of 2 4. The discharge orifice shall be fitted with an adjustable throttling device to regulate the flow of air escaping to establish a pressure loading on the rising column of water to minimize shock to the pump and check valve. 5. Air and vacuum valves for vertical turbine pumps shall be APCO Series 146 DAT, Val-Matic Model 203CSS, or Crispin Model DL. 3.00 EXECUTION 3.01 INSTALLATION A. Carefully handle and install valves vertically in such a manner as to prevent damage to any part of the valves. Installation shall be in accordance with the Manufacturer's instructions. Provide nuts, bolts, and gaskets where applicable. 3.02 SCHEDULES Pressure Location Size Type WIC./Min.P. Nio. Requlired HSP-18/19/20 3" PAV 250# / 75# 4 Discharge END OF SECTION CITY OF FORT WORTH Fort Worth FMWTP 1 HSP-H-20 and Hydro Tank City Project Number: 100277 409001-1 INSTRUMENTATION SECTION 40 90 01 INSTRUMENTATION 1.00 GENERAL 1.01 WORK INCLUDED Page 1 of 7 A. Furnish labor, materials, equipment and incidentals necessary to install all equipment for complete instrumentation and controls. Contractor's work shall include but not be limited to the following: 1. Installation of equipment furnished under this contract. 2. Interconnections between equipment furnished under this contract. Interconnection between equipment furnished under this contract and the existing instrumentation and control equipment or that furnished and installed under other contracts. B. The Contractor's attention is directed to the fact that instrumentation is an integrated system and as such shall be furnished by one vendor or system integrator who shall provide all the equipment and appurtenances, regardless of manufacture, and be responsible to the Contractor for satisfactory operation of the entire system. C. Supervision, labor, tools, and materials necessary for installation of the instrumentation equipment and material furnished herein and their interconnection shall be provided by the Contractor. Installation work shall conform to applicable city, state, and national building and electrical codes. D. Coordinate the work of the system manufacturer's service personnel during construction, testing, calibration and acceptance of the instruments. E. Provide equipment as shown in the specifications and on the drawings. 1.02 QUALITY ASSURANCE A. GENERAL: Equipment shall be the Manufacturer's latest and proven design. Specifications and drawings call attention to certain features, but do not purport to cover all details entering into the design of the instrumentation system. The completed system shall be compatible with the functions required and the equipment furnished by the Contractor. B. OPERATING VOLTAGE: Electrical components of the system shall operate on 120 volt, single-phase, 60 Hertz, except as otherwise noted in the specifications. C. POWER SUPPLIES: The drawings and specifications indicate the energy sources that will be provided. Any other devices or power supplies necessary to obtain proper operation of the instrument system from these energy sources shall be furnished with the instrumentation. 10M.1111001411 161al 1. The instrumentation system supplier shall be responsible for input-output isolation of all incoming and outgoing signals. 2. Each 4-20 mA DC process measurement current loop installed on this contract shall be protected by insertion of a 1/16 amp fuse, Buss Type MKS. Fuses shall be installed in standard fuse blocks. Northside IV 24-Inch Water Transmission Main CITY OF FORT WORTH City Project Number: 100277 409001 -2 INSTRUMENTATION Pagc 2 of 7 3. The necessary fuses or switches required by the Instrumentation Manufacturer for his equipment shall be provided with the equipment. The instruments requiring an internal power supply shall have an internal ON -OFF switch. E. INPUT/OUTPUT 1. In general and unless specifically stated otherwise, inputs and outputs involving instrumentation systems shown shall be 4-20 mA DC process measurement signals. Current loop isolators, current repeaters, or other signal isolators shall be furnished and installed as required to meet instrument specifications and to make instrumentation system fully operational. 2. Twisted pair shielded cable, as specified in Section 26 05 19 "Low Voltage EIectrical Power Conductors and Cables" shall be used for all 4-20 mA DC loops. F. HARDWARE CHECKOUT Contractor shall be responsible for checkout and calibration of all field instrumentation up to and including the terminal (RTU) cabinets. Contractor shall provide a checkout of all 1/0 points under the supervision of the Engineer. Checkout shall be scheduled two weeks in advance of the date with the Engineer. Contractor shall provide a schedule of checkout and procedures to be used to the Engineer two weeks in advance of the test date for the Engineer's approval. 2. 1/0 points and sequence of operations shall be judged Pass/Fail by the Engineer. If a point fails, the Contractor shall move on to the next point and resubmit a new test schedule to the Engineer. The Contractor shall run a rehearsal of the test procedure to be witnessed by the Engineer prior to the test date as field modifications of equipment during the testing for a failed point shall not be allowed. Testing shall simulate actual field conditions and reflect the sequence of operations expected when in use. G. EQUIPMENT WARRANTY 1. All equipment shall be warrantied for a period of one (1) year after final acceptance. f904Y916.3510W11:1ILy Submittals shall be in accordance with Section 01 33 00 "Submittal Procedures" and shall include: A. Shop Drawings 1. Shop drawings shall be submitted to the Engineer for approval before fabrication or shipment to the job. Equipment shall not be fabricated or shipped to the job before receipt of approved shop drawings from the Engineer. 2. Shop drawings submitted for all equipment furnished under this section of the specifications shall be submitted at the same time in the same package and shall not be combined with any other specification. Partial submittals will not be reviewed. 3. Any deviations from the specifications should be clearly identified on a separate sheet of paper in the shop drawing submittal. 4. Provide a. Component manufacturing data sheet indicating pertinent data and identifying each component by item number and nomenclature. b. Component drawing showing dimensions, mounting, and external connection details. Northside IV 24-Inch Water Transmission Main CITY OF FORT WORTH City Prgiect Number: 100277 409001 -3 INSTRUMENTATION Page 3 of 7 c. A system piping schematic and wiring schematic each on a single drawing with full description of operation. d. Complete schematic diagram of each piece of electrical and electronic equipment including electrical valves and tolerances for each component. Component identification on the schematic shall be as described above. 5. Bill of Material of Instrumentation, accessories, etc. and cut sheets on all equipment clearly identifying exact model numbers of each component. 6. Instrumentation cut sheets shall also include an ordering sheet page which provides a breakdown description of each part of the instrumentation model number. 7. Component Bill of Material for Panels and cut sheets on all miscellaneous equipment clearly identifying exact model numbers of each component. 8. Panel Drawings shall show: a. Overall outline dimensions and weight of panel. b. Component Bill of Material. c. Conduit entry and exit points clearly showing dimensions of entry and exit points. d. Provide a drawing of the front view elevation with the doors on, a drawing of the inner front view elevation, side view, etc. e. Panel elevations shall include designation of equipment and devices on doors and inside panel. f. Show vertical/horizontal clearance/distance between wireway and inside edge of panel (in all directions) on elevation drawings. g. Elevation drawings shall include mounting heights (from bottom of panel enclosure) of panel mounted devices including but not limited to the indication lights, switches, etc. h. Project specific control schematics and wiring diagram: 1). Labels on the control schematic for control relays, level switches, indication lights, etc. shall correspond to the equipment tags/labels indicated on the control schematic included in the plans. Include a label above each timing relay indicating the range and set point that timing relay. 2). Detail wiring diagram and differentiate between instrumentation suppliers and field installed customer wiring. Show both power and control wiring. Show terminal strip information identifying all customer field terminations. Provide project specific wiring diagrams. Generic wiring diagrams are not acceptable. 3). Terminal strip layout shall also include a label next to each connection indicating a signal description. Handwritten terminal numbers are not acceptable. a). Nameplate Schedule. 9. Drawings, Diagrams and Schematics shall be on I l x 17 paper. 10. Warranty Information. 11. Spare Parts List. 12. Sales bulletins and other general publications are not acceptable as submittals for Northside IV 24-Inch Water Transmission Main CITY OF FORT WORTH City Project Number: 100277 409001 -4 1NS"IROMLNTATION Page 4 of 7 approval. B. Equipment installation Report. Contractor shall provide an Equipment Installation Report for each instrument (flow meter, level transmitter, etc.) to the Engineer/Owner for approval. 1. The equipment installation report shall include documentation stating that the instrument was installed and properly calibrated per the manufacturer's recommendations by an Authorized representative of the instrument manufacturer. 2. All parameters required for programming of the instrument shall be provided in a hard copy format as part of the equipment installation report. Documentation stating that the person performing the calibration and start-up is an authorized representative shall be provided as well. C. Operation and Maintenance Manuals Operating instructions shall incorporate the system schematics which reflect "as -built" modifications. Wiring diagrams shall be furnished as a part of the Operation and Maintenance Manuals which clearly show terminal numbers and wire numbers as they actually are in the instrumentation system. Instrument panel wiring shall be such that each wire installed has its own number designation at each end and such that no number is repeated. Instrument panel wire tagging instructions as specified in Section 26 05 19 "Low Voltage Electrical Power Conductors and Cables" shall be followed. 2. Special maintenance requirements particular to the system shall be clearly defined along with special calibration and test procedures. D. STANDARDS The applicable provisions of the following standards shall apply as if written here in their entirety: ASTM A-126 Specification for Gray Iron Castings for Valves, Flanges and Pipe Fittings ASTM B-61 Specification for Steam and Valve Bronze Castings 1.04 JOB CONDITIONS A. SPECIAL TOOLS: Furnish a kit which contains special size wrenches and other types of tools, not normally available, which are necessary for assembling, disassembling, aligning, and calibrating each piece of equipment. In addition, any piece of equipment (meter, test set, etc.) required by the Manufacturer to align, adjust, or otherwise calibrate any item under this section of the specification shall be furnished, including software. 2.00 PRODUCTS 2.01 REMOTE EQUIPMENT A. Controls for remote electrically operated or motor driven equipment shall be complete, including the necessary auxiliary relays so as to require only wiring and connections to the equipment control circuit. Contacts for control of remote motor operated or electrically operated equipment shall be rated not less than 10 amperes at 120 volts unless otherwise specified herein. B. Remote motor operated or electrically operated equipment shall have a separate 120 volt control circuit which operates through the dry contacts provided by the instrumentation Northside IV 24-Inch Water Transmission Main CrFY ON FORT 'WOR'111 City Project Number: 100277 409001 -5 1NSTRUMENTATiON Page 5 of 7 system. 2.02 ENCLOSURES/PANELS A. Enclosures and panels as indicated on the plans and in this specification shall be furnished, installed, and wired. Enclosures for equipment shall be NEMA 4X, 316 stainless steel for all outdoor locations. 2.03 PRESSURE INDICATING TRANSMITTER A. Pressure indicating transmitter shall be of the two -wire capacitance sensing solid state electronic type having a 4-20 mA DC output signal proportional to the calibrated pressure range. The transmitter shall allow the 4-20mA DC output to be scaled to any user defined unit (e.g. 0-2ft). The instrument shall allow the digital output of the pressure instrument to be scaled to any user defined unit. B. The transmitter shall allow custom user -centered digital alerts for both high and low values for the pressure reading. The digital alert will not affect the analog output. The transmitter shall also measure sensor temperature and allow custom user digital alerts. The digital alert will not affect the analog output. Hardware/Software failure alarms shall be selectable as high, Iow, or custom defined values. It is possible to verify the complete configuration of the pressure transmitter without using a communicator. On powering up, the LCD should sequence through the configuration set-up. C. The transmitter display shall be LCD type. It shall display the numeric value and also have a 0-100% scale bar graph corresponding to the analog output. The display will show all alarms and alerts. The pressure transmitter shall be an in -line gage. D. Digital communication with the pressure instrument shall be via open protocols HART Foundation compatible. Pressure instrument shall communicate with hand held communicators. Pressure instrument shall allow full configuration of the instrument via a hand held communicator. The instrument shall allow field upgrading of communication protocols and the addition of advanced instrument software without changing the pressure sensor. E. The transmitter shall have 316 stainless steel wetted parts and stainless steel 316 diaphragm. The transmitter shall have 1/4 NPT on flange process connection. The unit shall function over an ambient temperature of-40°F to 150°F (-40°C to 65°C) and relative humidity of 100%, condensing. F. The transmitters shall have an externally adjustable span and zero, an integral junction box and an accuracy of+/- 0.15% of span, +/- 0.125% stability of upper range limit. Pressure transmitter shall be provided with pressure indication. Range limits of transmitter shall be adjustable 0-50 to 0-150 psig. G. Each transmitter shall have an internal transient protector conforming to IEEE standard 587, category B and IEEE standard 472. Transient protector shall be Rosemount Model 470. Each transmitter shall be furnished with a 3-valve manifold with NORMAL, ZERO, BLOCK, CALIBRATE and BLOWDOWN functions. Transmitter shall have local indication of pressure. Transmitter shall be as manufactured by Rosemount 3051S, no approved equal. Northside IV 24-Inch Dater Transmission Main CrfY OF FORT WORTH City Project Number: 100277 404001 -6 INS'IRUMJ N'I'AI'ION Page 6 of 7 Tag Service Range PIT-301-1 Tank NO.2 Pressure 0-150 psi PIT-302-1 Receiver Tank Pressure 0-200 psi PIT-304-1 HSP-H-20 Discharge Pressure 0-150 psi 2.04 WET WELL LEVEL SWITCH A. A wet well float switch shall be furnished to automatically detect a low liquid level. The switch shall be normally open and close on a rising liquid level. The float switch and piping shall be submersible. The junction box shall be NEMA 4X 316 stainless steel. All construction shall be of PVC, PBT and Buna-N for corrosion resistance. B. Float switch shall have a 4 amp rating at 115VAC. The float cable shall be Type SO with three #14 AWG fine -stranded copper conductors. Provide mounting hardware as required. Float switch shall be Contegra Model FS 202. C. Float switch shall be installed in accordance with the manufacturer's recommendations. Tag Service Range LS-303-1 Wet Well Low Level 48" AFF 2.05 DISCHARGE PRESSURE SWITCH A. A discharge pressure switch shall be furnished to generate an alarm on high pump pressure. The switch shall be normally open and close on a rising pressure. The pressure switch housing shall be NEMA 4X minimum with 316 stainless steel wetted parts. Diaphragm construction shall be Buna-N material. B. Snap switch components shall be rated for 5A at 125/250 VAC. Pressure switch shall be Mercoid model SAI1-11-HS-S-4-K-I or approved equal. C. Discharge pressure switch shall be installed in accordance with the manufacturer's recommendations. Tag Service Range PS-303-1 Discharge Pressure Switch 0-150 psi 2.06 LEVEL TRANSMITTER A. A radar level transmitter shall be furnished to provide continuous level measurement of water in the hydropneumatic tank. Northside IV 24-Inch Water Transmission Main CITY OF FOR'1' WOU11 City Project Number: 100277 409001 -7 INSIRUMENTATION Page 7 of 7 B. The level transmitter will be mounted on top of the tank via the flange designated in the civil drawings. Output signal shall be 4-20mA HART. Transmitter shall be Magnetrol model R82- 5-1-0-A-1-1 or approved equal. C. Level transducer shall be installed in accordance with the manufacturer's recommendations. Tag Service Range LIT-301-1 Hydro Tank Level 0-10' 2.07 LEVEL SWITCHES A. Level switches will be provided for the purpose of high and low level alarms and as a backup control system in the event of transducer or PLC failure. B. Level switches will be mounted to the hydropneumatic tank sight glass on adjustable rails. Switches will be John C. Ernst Model 324C or approved equal. C. Level switches shall be installed in accordance with the manufacturer's recommendations. Tag Service Range LS-303-1 Low Tank Level N/A LS-303-2 High Tank Level N/A 3.00 EXECUTION 3.01 INSTALLATION Wire each device requiring power so that when wires are removed from any one device, power is not be disrupted to any other device. Ground the case of each device either by mounting directly on a steel frame or by a third wire. 3.02 FIELD QUALITY CONTROL A. The supervisory service of a factory -trained service engineer who is specifically trained on the type of equipment herein specified shall be provided during construction to assist the Contractor in the location of sleeves; methods of installing conduit and special cable; mounting, piping, and wiring one of each type of device, and the methods of protecting all of the equipment prior to placing it into service. Upon completion of the installation, the services of the above service engineer shall be provided for calibration and startup of the equipment and for instructing the operating personnel. The Manufacturer shall provide sufficient service to place the system in satisfactory operation. B. Check out and calibrate the system upon completion of the installation. C. Prior to the Owner turning on any form of energy to the system, the Contractor shall provide the Engineer with a certified statement of approval of the installation including his supplier's authorization for turning on energy to the system. END OF SECTION Northside IV 24-Inch Water Transmission Main CITY OF FORT WORT[ 1 City Project Number: 100277 409002- 1 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM Pagc I of 19 SECTION 40 90 02 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM 1.00 GENERAL I.01 WORK INCLUDED A. This section specifies furnishing, installing, testing, and start-up operations of a complete control sub -system as indicated in the Plans and as specified herein. The system shall be totally integrated with the existing SCADA system. The system shall be configured to operate as a Distributed Control System having an open system architecture. B. The SCADA System Integrator Contractor shall provide all hardware, software, configuration, and integration associated with the PLC based Instrumentation and Process Control system at the plant. Provide a complete and operational system in accordance with these Contract Documents: 1. Provide instrumentation, hardware, conductors and raceway required for a complete and operable system that is above that specified in the Contract Documents. Provide all labor and materials specified in the Contract Documents. 2. Programming to be done by the Owner. 3. Terminate new field instruments to analog inputs at existing PLC. Terminate analog speed reference between PLC and new VFD. Terminate new digital inputs and outputs to existing PLC. Provide output isolation relays on digital outputs. 4. Provide personnel to check out, test and commission the system. C. Onsite Requirements - The Instrumentation System Integrator Contractor shall have technical staff on site as required to provide a complete and operating system and shall include as a minimum: 1. Startup Site Visit — 4 hours of assistance over the phone or VPN as needed by HSQ. D. Reference Standards: 1. American National Standards Institute (ANSI)/Institute of Electrical and Electronic Engineers (IEEE): a. C37.90.1, IEEE Standard Surge Withstand Capability (SWC) Tests for Protective Relays and Relay Systems. b. C37.90.2, Trial Use Standard Withstand Capability of Relay Systems to Radiated Electromagnetic Interference from Transceivers. c. Electronic Industries Association (EIA): d. RS-232-C, Interface Between Data Terminal Equipment and Data Communication Equipment Employing Serial Binary Data Interchange. e. RS-422-A, Electrical Characteristics of Balanced Voltage Digital Interface Circuits. 2. National Electrical Manufacturers Association (NEMA): a. 1CS 1, General Standards for Industrial Control and Systems. b. ICS 1.1, Safety Guidelines for the Application, Installation and Maintenance of Solid State Control. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S Norihside IV 24 Inch Wader Transmission iWain City Project Number: 100277 409002-2 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM Page 2 of 19 c. ICS 4, Terminal Blocks for Industrial Use. d. ICS 6, Enclosures for Industrial Controls and Systems. e. Publication No. 250, Enclosures for Electrical Equipment (1000 V maximum). 3. National Electrical Code. 4. ISA Standards 5. IEC 2 KV Isolation test 6. IEEE472/ANSI C37-90A Surge withstand capability test. 7. IEEE 802.3 1.02 SUBMITTAL A. Submittals shall conform to the requirements set forth in section 01 33 00 "Submittal Procedures". Submittals for 40 90 02, "Supervisory Control and Data Acquisition (SCADA) System." shall not be combined with any other submittals. B. Loop diagrams shall be prepared according to ISA Standard ISA-S5 and using loop numbers provided. C. Shop Drawings: 1. Schematic ladder diagrams shall include all terminal blocks, hardware devices, software interlocks, software data links, and control. 2. Drawings, Diagrams & Schematics shall be on 1 lxl7 paper a. PLC panel layout, plans, elevations, sections, details, etc. b. A schedule defining all I/O, database reference, and point of origin or destination, and PLC system internal address. c. I/O Drawings shall show where the signal originates from and the destination. All I/O associated with a 1/0 card shall be shown on the a single sheet. Each field device shall be identified by instrument tag, loop number, and instrument range (if applicable). d. Elevation drawings shall include mounting heights of panel mounted devices including but not limited to the indication lights, switches, etc. 3. Software manuals shall be provided to configure the central system and technical review information. Provide sample program documentation from previous projects. 4. Hard Copy of software program including programs and rung comments D. Operation and Maintenance Manuals Operating instructions shall incorporate a functional description of the entire system including the system schematics which reflect "as -built" modifications. Wiring diagrams shall be furnished as a part of the Operation and Maintenance Manuals which clearly show terminal numbers and wire numbers as they actually are in the instrumentation system. Instrument panel wiring shall be such that each wire installed has its own number designation at each end and such that no number is repeated. Instrument panel wire tagging instructions as specified in Section 26 05 19, "Low Voltage Electrical Conductors and Cables" shall be followed. CITY OF FORT wORTII STANDARD CONSTR13CTION SPECIFICATION DOCUMENTS Northside IV 24-Inch Water Transmission Main City Project Number: 100277 409002-3 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM Page 3 of 19 2. Special maintenance requirements particular to the system shall be clearly defined along with special calibration and test procedures. 3. A schedule defining all I/0, database reference, and point of origin or destination, and PLC system internal address. 4. Submit written description of functions, loops, and logic. 5. Submit all SAMA Logic and Wiring Diagrams and ISA Logic Diagrams for all equipment requiring programming at the PLCs, with all set points and ranges indicated. 6. Provide a hard copy of the "as -built" "as -built" wiring diagrams, panel layout, elevations, sections, details, and associated drawings in a separate binder. 7. One PDF copy of the "as -built" wiring diagrams, panel layout, elevations, sections, details, and associated drawings burned on a CD. a. Maximum file size is 5MB. If manual is greater than maximum allowable file size, provide individual files for each major section of manual. b. All files shall be compatible with the latest software version available. c. Filename shall identify the plant site, plant area, equipment manufacturer, and date equipment placed in service. i.e. W WTP-PC 1-Manufacturer-200503.pdf d. Provide a master Table of Contents which includes links to navigate to all the files on the CD. The chapter labels shall identify the information included in that chapter as well as its file name, i.e.: RTU Panel Layout. e. Each PDF file shall contain a table of contents at the beginning of the file which includes hypertext links or bookmarks to navigate the file contents per section/chapter. The chapter labels shall identify the information included in that chapter as well as its file name, i.e.: RTU Panel Layout. f Scanned images of written documents are not acceptable. Document must allow character selection. Text within a file shall be transferable to other documents. g. Submit a preliminary version of the electronic format of the manual for review. Upon approval of the preliminary submittal, the Contractor shall provide 3 copies of the electronic manual to the Owner. E. Factory Test Reports F. Equipment Installation Report 1.03 QUALITY ASSURANCE A. Suppliers Qualifications: The complete system shall be configured, programmed, and installed by one qualified system supplier who is regularly engaged and qualified in designing and building instrument control systems. The system suppliers shall assume complete systems responsibility, including coordination and interfacing with all subsystems and equipment suppliers and manufacturers. The installation supervisor shall have had experience in overseeing installation and start-up of at least three similar installations. The bidder shall submit, upon ENGINEER's request, complete company history, resumes of full time project manager for this project, other key full-time system analysts, programmers, technicians, and submit project list with costs, OWNER, contact person, phone number, etc. B. Tests: The complete system shall be assembled and tested at the job site. The OWNER'S representative and the ENGINEER'S presence will be required at the time of final testing at CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMF,NTS Northside IV 24-Inch Water Transmission Main City Project Number: 100277 409002-4 SUPF.,RVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM Page 4 of 19 the system supplier's facilities. C. Standards: All applicable NEC, ISA, IEEE, NEMA, UL, ANSI, IEC, FCC, FM standards shall apply. All equipment shall be new and UL listed and labeled. D. Assembly, Storage, & Handling: Once assembled and tested, the system shall be stored in air-conditioned and heated rooms. Ship the unit to job site only after the control room has been built and its HVAC system is in operation. L The Owner may approve partial payment for SCADA equipment ready to be onsite but is stored off site. Partial payment may be disallowed by the Owner. a. For partial payment, the Owner shall receive as a minimum a sales receipt, lien release, proof of insurance and the Owner's name shall be stenciled on the equipment being paid for. E. Acceptable SCADA Installers: 1. Wheco 2. No Approved Equal. 1.04 SPARE PARTS, TOOLS, AND SUPPLIES A. As a minimum, provide the following compatible spare parts, tools, and supplies as a part of this CONTRACT: 1. One spare output isolation relay for digital outputs. 1.05 WARRANTY A. The Equipment supplier and the CONTRACTOR shall warrant to the OWNER that the equipment delivered with reference to this specification complies with this specification. B. The equipment supplier and the CONTRACTOR shall warrant the equipment as to defects in material and workmanship for a period of one year from the date of final acceptance of the project. Vendor shall include a copy of his special equipment warranty with the shop drawings. The warranty specified by this specification shall be exclusive, and in lieu of all other warranties whether written, implied, orally presented, or statutory. C. Warranty for equipment shall be through the equipment manufacturer and shall include the option to purchase additional service agreements/extended warranties after the initial warranty for up to five years. 2.00 PRODUCTS A. Local Control Panel (CP-303-1) 1. Control panel shall be a NEMA 4X enclosure with continuous hinge and turn latches. Enclosure material shall be 316 stainless steel. 2. INDICATING LIGHTS, SWITCHES, PUSHBUTTONS: Heavy duty and oil tight (30 mm); Square D Class 9001 or approved equal. Pilot lights shall be push to test (Cluster LED type) and shall be Square D SK or approved equal. 3. E. Stop shall be a 60mm metal mushroom head, push to trip, pull to reset. Square D Harmony series or approved equal. E. Stop shall have one set of normally closed contacts and one set of normally closed contacts. 4. Local control panel shall be equipped with the following: CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northside Iv 24-Inch Water Transmission Main City Project Arumber: 100277 409D42-5 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM Page 5 of 19 a. Local - Remote selector switch b. Run pushbutton c. Stop pushbutton d. Blue push -to -test indicating light (run permissive) c. Red push -to -test indicating light (VFD run) f. Green push -to -test indicating light (VFD stop) g. Amber push -to -test indicating light (VFD fault) h. E. Stop 3.00 EXECUTION 3.0I INSTALLATION A. All work shall be in accordance with manufacturer's recommended practices. Care shall be exercised to avoid damage to equipment during installation. Damaged equipment shall be replaced by Contractor at no expense to the Owner. B. System equipment shall be installed where indicated in the Contract Documents. Power and signal connections between components shall provide the specified functions. Install according to equipment manufacturer's instruction. C. The system Supplier Contractor shall utilize their own printers, monitors, and computers for testing, and start-up. The use of the OWNEWs computers, monitors, or printers shall not be acceptable until the entire system has been installed, debugged, and operated to ENGINEER's satisfaction. 3.02 PROGRAMMING A. The loop descriptions and diagrams shown in the Contract Documents are functional only and do not attempt to specify detail program coding that may be required. The OWNER shall utilize this functional information to develop complete application programming for the PLC equipment provided under this CONTRACT. Programs shall be designed to provide fail-safe operation of equipment in case of PC logic or power supply failure. Fail-safe shall be defined as "stopped" for all drives and "closed" for valves, unless otherwise specified. Up to twenty (20) graphic pages shall be required for the operator -interface, and will be developed via a menu -driven color graphics editor. Interrupting logic between the PLC and central computer system shall be required as per system sequence of operation. An additional 15 graphics shall be developed in the field in coordination with the OWNER and the ENGINEER. The graphics shall be sufficiently detailed to include all equipment, pipes, valves, solenoids, meters, switches, etc. Graphics shall include equipment tag numbers and display the current flow rates, levels, quantities, status, elapsed time of equipment, etc. All such work shall be done at no extra cost to the OWNER. Before programming the graphics, the CONTRACTOR shall furnish a set of drawings for ENGINEER'S AND OWNER'S review. 3.03 DOCUMENTATION A. Following delivery to the site, the equipment manufacturer, in the presence of the ENGINEER, shall demonstrate operation of the complete system. B. The CONTRACTOR shall provide documentation for all application software. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northsidfe IV 24-Inch Water Transmission Main City Project Number: 100277 409002-6 SUPERVISORY CONTROL AND DATA ACQMSTTION (SCADA) SYSTEM Page 6 of 19 Documentation system shall be diagrams in ladder -rung format, and shall show all input devices to the left of the left "power rail" and all outputs to the right of the right "power rail." The diagrams shall show all device codes and functional description used in the project manual, and shall also show PLC address codes, element codes, and I/O assembly codes, modules numbers, and terminal numbers. 3.04 TESTS A. All elements of the SCADA system, both hardware and software, shall be tested to demonstrate that the total system satisfies all of the requirements of the Specifications. B. The Contractor shall furnish and install the field instruments, PLC, remote input/output (RI/0), and interface equipment in a schedule to meet the construction sequencing. C. As a minimum, the testing shall include the following: 1. Software Acceptance Tests (SAT) 2. Operational Readiness Tests (ORT) 3. Functional Demonstration Tests (FDT) 4. 30-Day Acceptance Test D. Each test shall be in the cause and effect format. The person conducting the test shall initiate an input (cause) and, upon the system's or subsystem's producing the correct result (effect), the specific test requirement will have been satisfied. E. All tests shall be conducted in accordance with Engineer -approved procedures and documented. Each specific test to be performed shall be described and a space provided after it for signoff by the appropriate party after its satisfactory completion. F. Copies of signoff test procedures, forms, and checklists will constitute the required test documentation. G. Provide all special testing materials and equipment. Wherever possible, perform tests using actual process variables, equipment, and data. Where it is not practical to test with real process variables, equipment, and data, provide suitable means of simulation. Define these simulations techniques in the test procedure. H. Coordinate all testing with other Contractors, the OWNER, and the Engineer. 1. The OWNER will actively participate in many of the tests. The OWNER reserves the right to test or retest any and all specified functions whether or not explicitly stated in the approved test procedures. The OWNER reserves the right to observe and/or inspect the work during any phase. J. The Owner's decision shall be final regarding the acceptability and completeness of all testing. 3.05 SOFTWARE ACCEPTANCE TEST (SAT) A. Prior to the start of the witnessed Software Acceptance Test (SAT), the entire system shall be installed on site, inspected and tested to ensure that it is fully operational and ready for the SAT demonstration testing. The test shall be witnessed by the Owner. B. All panels and assemblies of the subsystem shall be completely installed except 110 signals to field elements or devices shall not be connected. The system shall be inspected and tested to verify that they are in conformance with related submittals and the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCCION SPECIF[CATTON DOCUN ENTS Northside IV 24-Inch P*Ier Transmission Main City Project Nvmber: 100277 409002-7 SUPF,RVISORY CONTROL, AND DATA ACQUISITION (SCADA) SYSTEM Page 7 of 19 C. The PLC and subsystem primary elements, shall be interconnected and tested to ensure that the system is fully operational. The system shall be operated without signals leaving or entering from the field elements or devices for at least one week to verify that it is capable of continuous operation. Outputs to and inputs from the excluded primary elements shall be simulated. D. The system shall be tested, installed on site to demonstrate that it is operational and in conformance with the Contract Documents. E. Notify the OWNER in writing a minimum of 30 days in advance of the proposed starting date for the Software Acceptance Test. At the time of notification, submit any revisions to the detailed test procedure previously approved by the Owner in the Project System Plan. F. The purpose of the test shall be to witness and verify the functionality, performance, and stability of the hardware and software. The system must operate continually for 24 hours without failure before the test shall be judged successful. Successful completion of this test shall be the basis for approval of the system. G. The Software Acceptance tests shall be performed on all the equipment installed including the HMI system, PLC panels and subsystems. The SAT shall be a two-part text procedure; Part 1 shall include the PLC sub -system to verify all I/O addresses and proper step sequence for all features. Part iI shall add the HMI to verify all screen displays, addressing and report generation. H. Where hardware items are of standard manufacture and in current production, the manufacturer shall certify that applicable tests have been performed and met, in accordance with IEEE and ISA Standards, and be prepared to supply copies of data to Engineer upon request. Such statements shall accompany the equipment submittals called for in SUBMITTALS of this Section. Any assemblage of devices together with operating programs shall be tested together as provided herein. I. The various tests performed during Software Acceptance Test shall be designed to demonstrate that the hardware and software fulfill all the requirements of the Contract Documents. The test conditions shall resemble, as closely as possible, actual conditions. Any additional hardware or software that may be required to successfully verify system operation shall be supplied at no cost to the OWNER. J. Some of tests to be performed shall include, but not be limited to, the following: 1. Building and loading the system database. 2. Conduct online modifications to the database. 3. Demonstrate operability of the interfaces (hardware and software). 4. Demonstrate operability of the data communication network. a. Radio Modem Communications S. Demonstrate all system software functions specified. 6. Verify the displays and interactive capabilities of an operator's console. 7. Simulate selected normal and abnormal operating conditions to verify the performance of the monitoring and control functions. 8. Simulate every I/O point by opening or shorting digital inputs, inject appropriate signals into every analog input point, and measure the output signal from each analog output CITY OF FORT WOR71'I-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS North -vide IV 24-Inch Water Transmission Main City Project Number: 100277 409002-5 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM[ Page 8 of 19 point. K. All deficiencies identified during these tests shall be corrected and retested prior to completing the Software Acceptance Test. L. The following documentation shall be made available to the Engineer at the test site both before and during the Software Acceptance Test. 1. All drawings and specifications, addenda, and change orders. 2. Master copy of the test procedure. 3. List of the equipment to be tested including make, model, and serial number. 4. Design -related hardware submittals applicable to the equipment being tested. 5. Preliminary software documentation submittal. M. The daily schedule during these tests shall be as follows: 1. Testing and meetings: Nominally 8 hours per day; 24 hours per day if required to meet schedule. 2. Morning meetings to review the day's test schedule. 3. Evening meetings to review the day's test results and to review or revise the next day's test schedule. N. All test data and procedures followed during testing shall be logged, and certified copies of the logs shall be provided to the Engineer and OWNER. O. The Owner will observe each test once on a pass -fail basis. The Owner alone has the authority to determine if a test passes or fails. Only four (4) fifteen minute windows per day will be allowed during the test procedure to make corrections to software and successfully pass a re -test. Otherwise, that test will be declared a failure. If a test fails, it will be put on a retest schedule. If other tests to follow rely on a particular test passing, then the following tests will also be placed on a retest schedule even though they were not tested before. Retesting shall not interrupt the test schedule. The CONTRACTOR may schedule retest days during the testing period, but not more than two per week. All retesting shall only occur on a day designated in the schedule or at the end of testing. P. All time and expense incurred by the Engineer and/or OWNER'S staff for all retests shall be borne by the CONTRACTOR and paid to the OWNER. Time and expense incurred shall be on a time and material basis tracked by the Engineer and OWNER for their own staff and presented to the CONTRACTOR on a periodic basis. Q. The CONTRACTOR shall expedite the correction of any deficiency discovered during testing. The CONTRACTOR shall have personnel from each trade to standby during the test period to immediately correct, or adjust any item of software or hardware or equipment causing a test to fail. 3.06 OPERATIONAL READINESS TEST (ORT) A. General: Prior to start-up, the installed system shall be certified (inspected, tested, and documented) that it is ready for operation. Download all database on job computers from this test onwards. The OWNER shall be notified when ORT starts. Copies of ORT forms that have been signed off by the CONTRACTOR shall be copied and sent to the OWNER on a daily basis for record purposes only. No signature by the OWNER is required for ORT forms. Northside JV 24-Inch TVatcr Transmission Main CITY OF FORT WORTH s,rANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100277 409002-9 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM Page 9 of 19 B. Loop/Component Inspections and Tests: The system shall be checked for proper installation, calibrated, and adjusted on a loop -by -loop and component -by -component basis to ensure that it is in conformance with related submittals and these specifications. Actual real-time signals generated from the field devices shall be used. Simulation of field signals shall not be permitted. This test is intended to actually operate the entire process and to find and correct all real-time operational deficiencies. 1. The Loop/Component Inspections and Tests shall be implemented using Engineer - approved forms and checklists. a. Each loop shall have a Loop Status Report to organize and track its inspection, adjustment, and calibration. These reports shall include the following: 1). Project name 2). Loop number 3). Tag number for each component 4). Checkoffs/signoffs for each component a). Tag/identification b). Installation c). Termination -wiring d). Termination -tubing e). CaIibration/adjustment 5). Checkoffs/signoffs for the loop a). Panel interface terminations b). 1/0 interface terminations c). I/O signal operation d). Inputs/outputs operational: received/sent, processed, adjusted e). Total loop operational f). Space for comments g). Space for signoff by Contractor b. Each active analog subsystem element and each 1/0 module shall have a Component Calibration Sheet. These sheets shall include the following: 1). Project name 2). Loop number 3). Component tag number or I/O module number 4). Component code number analog system 5). Manufacturer (for analog system element) 6). Model number/serial number (for analog system) 7). Summary of functional requirements, for example: a). For indicators and recorders: Scale and chart ranges CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northside IV 24-Inch 6Vater Transmission Main City Project Number: 100277 40 90 02 - l0 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM Page 10 of 19 b). For transmitters/converters: Input and output ranges c). For computing elements: Function d). For controllers: Action (direct/reverse) control modes (PID) e). For switching elements: Unit range, differential (fixed/adjustable), reset (auto/manual) f). For I/O modules: Input or output 8). Calibrations; for example: a). For analog devices: Required and actual inputs and outputs at 0, 10, 50, and 100 percent of span, rising and falling b). For discrete devices: Required and actual trip points and reset points c). For controllers: Mode settings (PID) d). For I/O modules: Required and actual inputs or outputs of 0, 10, 50, and 100 percent of span, rising and falling 9). Space for comments 10). Space for signoff by the Contractor 2. Maintain the Loop Status Reports and Component Calibration Sheets at the jobsite and make them available to the Engineer and Owner upon request. 3. These inspections and tests do not require witnessing. However, the Engineer will review the Loop Status Reports and Component Calibration Sheets and spot-check their entries periodically and upon completion of the Operational Readiness Test. Any deficiencies found shall be corrected. 3.07 FUNCTIONAL DEMONSTRATION TEST (FDT) A. Once ORT has been completed and operational readiness has been confirmed, a witnessed Functional Demonstration Test shall be performed on the complete system to demonstrate that it is operating and in compliance with the Contract Documents. Each specified function shall be demonstrated on a paragraph -by -paragraph, loop -by -loop, and component -by - component basis. This test shall be schedulcd and conducted only after all new pipeline construction is complete and the new pipeline and metering construction is completed and operational. S. Loop -specific and non -loop -specific tests shall be the same as specified under SOFTWARE and OPERATIONAL READINESS TESTS except that the entire installed PICS shall be tested and all functions demonstrated. C. Simulation of field signals, or simulation of the response of the process, or the response of individual components, or the functions being monitored or controlled, shall not be permitted. Simulation may be permitted with the express permission of the OWNER. The decision to simulate is the OWNEWs. alone. The CONTRACTOR shall include in the Contract Price the time necessary to wait for all process responses. D. Updated versions of the documentation called for under SOFTWARE and OPERATIONAL READINESS TESTS shall be made available to the Engineer at the jobsite both before and during the test. In addition, one copy of the approved Instrumentation 0&M Manual shall be bade available to the Engineer at the jobsite both before and during testing. The approved CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northsicte IV 24-Inch Water Transmission Main City Project Number: 100277 409002-I1 SUPERVISORY CONTROL ARID DATA ACQUISITION (SCADA) SYSTEM Page 1 i of 19 schedule shall be followed strictly on an item -by -item basis. Combining of test items shall be at the discretion of the OWNER alone. The CONTRACTOR shall include in the Control Price adequate time necessary to complete each test item one at a time. E. The daily schedule called for under SOFTWARE and OPERATIONAL READINESS TESTS shall also be followed during the Functional Demonstration Test, F. The Owner will observe each test once on a pass -fail basis. The Owner alone has the authority to determine if a test passes or fails. Only one (1) fifteen minute window per day will be allowed during the test procedure to make corrections to software or to field equipment and successfully pass a re -test; otherwise, that test will be declared a failure. If a test fails, it will be put on a retest schedule. If other tests to follow rely on a particular test which has failed, then the following tests will also be placed on a retest schedule even though they were not tested. Retesting shall not interrupt the test schedule. The CONTRACTOR may schedule retest days during the testing period, but not more than two per week. All retesting shall only occur on a day designated in the schedule or at the end of testing. G. All time and expense incurred by the Engineer and/or OWNER'S staff for all retests shall be borne by the CONTRACTOR and paid to the OWNER. Time and expense incurred shall be on a time and material basis tracked by the Engineer and OWNER for their own staff and presented to the CONTRACTOR on a periodic basis. H. The CONTRACTOR shall expedite the repair or correction of any deficiency discovered during testing. The CONTRACTOR shall have personnel representing each trade to standby during the test period to immediately correct, repair, or adjust any item of hardware, software or field equipment causing a test to fail. I. The system shall operate continuously for 100 hours without failure before this test will be considered successful. 3.08 30-DAY ACCEPTANCE TEST A. All database errors must be corrected prior to the start of the 30-Day Acceptance Test. The 30-Day Acceptance Test will not be considered successful until all databases are correct. B. Any malfunction during the test shall be analyzed and corrections made by the Contractor. The Engineer and Owner will determine whether any such malfunctions are sufficiently serious to warrant a repeat of the test. The cost of a retest shall be borne by the CONTRACTOR as specified. C. After completion of the Functional Demonstration Test and Plant Start-up, the Contractor shall be responsible for operation of the entire System for a period of 30 consecutive days, under conditions of full plant process operation, without single non -field repairable malfunction. D. During this test, Contractor personnel shall be present as required. The Contractor shall provide personnel for this test who have an intimate knowledge of the hardware and software of the system and also are familiar with the overall plant process. The Supplier shall be on - site a minimum of 8 hours a day and be on call for the rest of the day, during the first two days of the 30-Day Acceptance Test and shall be on call for the rest of the time period. During the rest of the test period the supplier shall be available and on the job site within 24 hours of any failure. E. While this test is proceeding, the Owner shall have full use of the system. Only plant/City operating personnel shall be allowed to operate equipment associated with live plant processes. CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northside IY24-Inch Water Transmission Main City Project Number: 100277 409002-12 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM Page 12 of 19 F. Any malfunction, during this 30 consecutive day test period, which cannot be corrected within 24 hours of occurrence by the Contractor's personnel, or more than two similar failures of any duration, will be considered as a non -field -repairable malfunction. G. Upon completion of repairs, by the Supplier, the test shall be repeated as specified herein. H. In the event of rejection of any part or function, the Supplier shall perform repairs within 5 days or replacement within 30 days. 1. Upon successful completion of the 30-Day Acceptance Test, approval of all as -built drawing and O&M Manuals, and delivery of all spare, expendable, and test equipment, the systems shall be considered substantially complete and the warranty period shall commence. 3.09 ON -SITE SUPERV1S10N A. The Supplier shall provide, on -site, an experienced resident engineering manager to supervise and coordinate all of the on -site activities. This resident engineering manager shall be on -site as required during the total period to affect all the activities relating to the PICS. 3.10 START-UP AND TESTING TEAM A. The Supplier shall provide, on -site, a team of experienced engineering, technician, trades personnel, and software/configuring personnel during the total construction period to: 1. Thoroughly check the installation, termination, and adjustment of all the subsystems and their components. 2. Perform and complete all on -site tests. 3. Provide start-up assistance. 3.11 LOOP DESCRIPTIONS A. General Definitions and Requirements SCADA — The SCADA system shall be considered the PLC and GUI at Eagle Mountain Water Treatment Plant. 2. GUI Graphic User Interface 3. OWS — Operators Work Station 4. PLC — PLC 15, located in Electrical Building NO.3, shall be used for this project. 5. AFF — Above Finished Floor or Grade 6. LEAD PUMP: Pump with the fewest number of run hours 7. LAG PUMP: Pump with the second fewest number of run hours 8. LAG 2 PUMP: Pump with the most run hours 9. MIN SPEED: Determined experimentally in the field. Start one pump at no less than 6Hz and increase frequency till a flow of 850 GPM is observed on the flow meter. Repeat test for all three pumps and use the highest observed frequency that corresponds to the minimum required flow. 10. MIN DUPLEX SPEED: Determined experimentally in the field by first observing the lowest maximum flow produced by a single pump at 6011z. Start two pumps and increase speed simultaneously from no less than 6Hz till the same flow is achieved. Repeat test for all pump pair combinations and use the highest observed frequency that corresponds to CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northside IV 24-Inch Water Transmission .Main City Project Number: 100217 409002- 13 SUPERVISORY CONTROL, AND DATA ACQUISITION (SCADA) SYSTEM Page 13 of 19 the maximum single pump flow. 11. Run time of all equipment shall be trended at OWS and logged to historical. 12. All parameters shall be operator adjustable via the PLC and the GUI. All parameters shall be password protected. 13. All logic for control operations shall reside in the PLC allowing each pump station to independently operate during loss of communication with the plant and the remote PLC's. If communication is lost between the plant or remote PLC, the PLC shall continue to operate automatically with the last set points received. The SCADA programmer shall program an inactive function into the system that allows the operator to set a time limit that the pumps and motors can operate. The pumps and motors shall operate for a predetermined amount of time (the time shall be operator changeable with correct password) and then perform a normal stop of the pumps. 14. Each alarm shall be trended with date, time, and who acknowledged the alarm. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECTFICATION DOCUMENTS Northside IV 24-Inch Water Transmission Main City Project Number: 100277 40 90 02 - 14 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM Page 14 of 19 Hydropneumatic Tank Site The key setpoints for the hydropneumatic tank instrumentation include: �lydropneumatic Ton k Setpgints Se#polnt Aetlo Set Via Level Set Parole, % 1120 of Tatal Volume Lovei Set Points, Inche-i from Soltom Pressure Set paintsL SP-1 High Level Alarm Level 59% 68" SP_2 High Pressure Alarm Pressure -- __ 120 psig SP-3 All Pumps Off Level 48% 58" -- SP-4 Target Pressure At Pump Stop Pressure -- __ 95 psig SP-5 Level Target Level 41% S219 -- SP-6 Pump Start Level 38% 49" SP-7 Emergency Vent Air Level Level 34% 4S'9 -- SP-8 Minimum Emergency Pressure Pressure -- __ 45 psig SP-9 Low Pressure Alarm Pressure -- __ 76 psig SP-10 Low Level Alarm Level 34% 45" SP-1: HIGH LEVEL ALARM SP-3: ALL PUMPS OFF SP-4: TARGET PRESSURE AT PUMP STOP SP-S: LEVEL TARGET SP-6: PUMP START SP-7: EMERGENCY VENT AIR LEVEL SP-8: MINIMUM EMERGENCY PRESSURE SP-10: LOW LEVEL ALARM NOTES: 1. SP-2: HIGH PRESSURE ALARM AND SP-9: LOW PRESSURE ALARM MAY OCCUR AT ANY TIME AND ARE NOT ASSOCIATED WITH ANY SPECIFIC TANK LEVEL. 2. ALL LEVELS ARE MEASURED FROM THE BOTTOM OF THE TANK. CITY OF FORT WO14C1'II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northside IV 24-Inch Water Transmission Main City Project Number: 100277 409002-15 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM Pagc 15 of 19 Loop 301: Hydropneumatic Tank Level and Pressure Control I . The fill and vent solenoids are used to adjust the pressure of the hydropneumatic tank when the water level has reached SP-3: All Pumps Off. Target pressure is defined in SP-4. 2. The tank level transmitter will be used for calling the pumps to run and for maintaining the level target defined in SP-5. 3. The operator will be able to set a target emergency pressure to maintain under extreme flow events provided that the pressure value entered is not below SP-8: Minimum Emergency Pressure. 4. The fill solenoid will only be allowed to open if the receiver tank pressure as measured by PIT- 302-1 is I OPSI higher than the hydropneumatic tank pressure. 5. The HMl programmer shall program the HMI to display the following on the OWS: a. Pressure Transmitter (PIT-301-1) b. Level Transmitter (LIT-301-1) c. Fill Solenoid (SOV-301-1) d. Vent Solenoid (SOV-301-2) 6. Hardware I/O points: A. Pressure Transmitter Al B. Level Transmitter Al C. Fill Solenoid DO D. Vent Solenoid DO Loop 302: Air Compressor Control Panel 1. The air compressor control panel operates independently from the SCADA system. Run status and a common trouble alarm will be provided from the control panel to the SCADA system. A pressure transmitter located on the receiver tank will continuously indicate the available pressure and an alarm will be set if the pressure falls below 20PSI above the pressure defined in SP-4. 2. The HMI programmer shall program the HMI to display the following on the OWS: a. Pressure Transmitter (PIT-302-1) b. Common Alarm c. Run Status 3. Hardware I/O points: A. Pressure Transmitter Al B. Common Alarm DI C. Run Status DI CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northside IV 24-Inch Wader Transmission Main City Project Nwaber: 100277 409002-10 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM Page 16 of 19 Loop 303: VFD-HSP-H-20 1, Pump HSP-H-20 will be VFD driven. All run permissive elements are contained within the VFD control cabinet and operate independently of the SCADA system. When the VFD is in AUTO mode, the SCADA system will provide momentary contacts to start and stop the motor as well as an analog speed reference. SCADA system will also be able to remotely reset VFD fault/trip. SCADA system will record and trend motor amps for preventative maintenance purposes. 2. High discharge pressure switch will be set to trip at 150PSI. 3. The HMI programmer shall program the HMI to display the following on the OWS: a. E. Stop (HS-303-1) b. Run Permissive c. Temperature Switches (TS-A, TS-B, TS-C) d. High Discharge Pressure (PS-303-1) e. Low Tank Level (LS-303-1) f. High Tank Level (LS-303-2) g. Wet Well Low Level (LS-303-3) h. Vibration Shutdown (VS-303-XI, VS-303-Y1, VS-303-X2, VS-303-Y2) i. VFD Fault j. Pump In Local (HS-303-3) k. Pump In Remote 1. Pump In Hand (HS-303-2) m. Pump In Off n. Pump In Auto o. Pump Run P. Pump Stop q. Pump Speed r. Pump Speed Reference s. Motor Amps 4. Hardware IIO Points: A. E. Stop DI B. Run Permissive DI C. Pump Running DI D. Temperature Switches DI E. High Discharge Pressure DI F. Low Tank Level DI G. High Tank Level DI H. Wet Well Low Level Di 1. Vibration Shutdown DI J. VFD Fault DI K. Pump In Local DI CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northside IV 24-Inch Water Transmission Main City Project Number: 100277 40 90 02 - 17 SUPERVISORY CONTROL, AND DATA ACQUISITION (SCADA) SYSTEM Page 17 of 19 L. Pump In Hand DI M. Pump In Auto DI N. Pump Run DO O. Pump Stop DO P. Fault Reset DO Q. Pump Speed Al R. Speed Reference AO S. Motor Amps Al Loop 304: HSP-H-20 1. Pump HSP-H-20 connects to the discharge header through a slanting disk check valve. The position of that valve needs to be reported to SCADA via limit switches. Additionally, a pressure transducer on the pump outlet will be used to measure discharge pressure and to create a pump failure alarm. 2. Pump Fail alarm will be set if the pump has been running for two minutes and not achieved 50PSI or better. If the Pump Fail alarm is set, stop VFD-HSP-H-20 and start the next available pump. Remove VFD-HSP-H-20 from the list of available pumps until the operator resets the Pump Fail alarm. 3. Valve Fail Alarm will be set if the pump has started running and the limit switch for Valve Open has not closed within 60 seconds of pump start, or Valve Closed has not closed within 20 seconds of pump stop. 4. The HMI programmer shall program the HMI to display the following on the OWS: a. Discharge Pressure (PIT-304-1) b. Valve Closed (ZS-304-1) c. Valve Opened (ZS-304-2) d. Pump Fail Alarm e. Valve Fail Alarm 5. Hardware I/O Points: A. PIT-304-1 Al B. ZS-304-1 DI C. ZS-304-2 DI CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northside IV 24-Inch Water Transmission Main City Project Nzanher: 100277 409002- 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM Page 18 of 19 Sequences of Operation Selection Of Instrumentation Both hydropneumatic tanks are equipped with a level transducer and high/low level alarm contacts. Only one set of instrumentation is to be used for controlling the system. Give the operator a selection option to choose the instrumentation of either Tank 1 or Tank 2 for system control. Low Flow 1. System demand begins to reduce the level in the hydropneumatic tank from SP-3: All Pumps Off. 2. When the level reaches SP-6: Pump Start, start the lead pump at MIN SPEED. 3. Modulate pump speed to maintain SP-5: Level Target. 4. When the system demand falls below the minimum pumping capacity and pump speed has been reduced to MIN SPEED, the tank level will rise back to SP-3. Stop the lead pump. 5. 10 seconds after pump shutoff, check tank pressure. If pressure is below or above SP-4: Target Pressure At Pump Stop, add or relieve air using the fill and vent solenoids. won-linAI Flow 1. System demand begins to reduce the level in the hydropneumatic tank from SP-3: All Pumps Off. 2. When the level reaches SP-6: Pump Start, start the lead pump at MIN SPEED. 3. Modulate pump speed to maintain SP-5: Level Target, 4. If the lead pump speed has been increased to 601-lz and system demand exceeds lead pump capacity, the tank level will fall to SP-6: Pump Start. 5. When the level reaches SP-6: Pump Start, start the lag pump and adjust lead and lag pump speed to MIN DUPLEX SPEED. 6. Modulate pump speeds simultaneously on lead and lag pump to maintain SP-5: Level Target. 7. When system demand is below the minimum pumping capacity of both pumps and pump speed has been reduced to MIN SPEED, the tank level will rise back to SP-3. Stop both pumps. 8. 10 seconds after pump shutoff, check tank pressure. If pressure is below or above SP-4: Target Pressure At Pump Stop, add or relieve air using the fill and vent solenoids. Maximum and Emergency Flow 1. With two pumps running at maximum speed, if SP-5: Target Level, cannot be maintained and the tank level falls to SP-6: Pump Start, start lag 2 pump at 60Hz. 2. Continue to run lag 2 pump at full speed and modulate speed of lead and lag 1 pump to maintain SP-5: Target Level in the tank. 3. If tank level falls to SP-7: Emergency Vent Air Level with all three pumps running at 60Hz, set an alarm on the operator work station and SCADA system "SYSTEM AT MAXIMUM PUMPING CAPACITY". 4. Give the operator an option to reduce system pressure. If the operator selects YES, open the vent solenoid and bleed off tank pressure to the emergency pressure set point as defined by the operator, but no less than SP-8: Minimum Emergency Pressure. 5. Continue running pumps till tank level achieves SP-3: Pump Stop. Cancel emergency operation mode and pressurize tanks to nominal pressure. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northside IV 24-Inch Water Transmission Main City Project Number: 100277 40 90 02 - 19 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM Page 19 of 19 6. If all three pumps are running at maximum speed, tanks have been bled to emergency pressure, and pumping capacity cannot keep the tank Ievel above SP-10: Low Level Alarm, set an alarm on the operator work station and SCADA "SYSTEM AT EMERGENCY PUMPING CAPACITY — POSSIBLE LINE BREAK". Continue pumping operation until operator manually intervenes by shutting down pumps or tank level returns to SP-3: Pump Stop. 7. 10 seconds after pump shutoff, check tank pressure. If pressure is below or above SP-4: Target Pressure At Pump Stop, add or relieve air using the fill and vent solenoids. Forced Pressure Cycle 1. Under normal conditions the system flow should fall low enough during a 24 hour period for the hydropneumatic tank to .fill and reach SP-3: Pump Stop. During a continuous duration of moderate flow, however, the pumps will maintain SP-5: Level Target, and never reach SP-3: Pump Stop within that 24 hour period. 2. Monitor the run status of all pumps and begin a counter when any pump is started in Auto mode. 3. If any pump counter reaches 24 hours of continuous operation, immediately accelerate the pump(s) to 6014z and start additional pumps as necessary to reach SP-3: Pump Stop. 4. ModuIate pump speeds to maintain SP-3: Pump Stop while the fill and vent solenoids adjust the tank pressure to SP-4: Target Pressure At Pump Stop. 5. Once the target pressure is met, return pumps to speed and quantity required to maintain SP-5: Level Target. 6. Reset 24 hour timer and allow it to begin counting again. Timer is canceled every time SP-3: Pump Stop is reached except when running a forced pressure cycle. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS North -vide IV 24-Inch Nader Transmission iifain City Project Number: 1002ZZ 40 92 13.16 - 1 PUMP CONTROL BALL VALVES Page 1 of 11 40 92 13.16 PUMP CONTROL BALL VALVES 1.00 GENERAL 1.01 WORK INCLUDED A. Fie -Pump Station 1. Furnish and deliver three (3) Pump Control Valves, three (3) Electric -Motor Actuators for the HSPS. Pump Control Valves shall be metal seated ball valves and meet requirements for AWWA C507. 2. The Installation Contractor shall furnish all labor, materials and equipment including but not limited to flange bolts, nuts, gaskets, AND interconnecting wiring as required for the proper functioning of the complete system. 3. The Electric -Motor Actuator Manufacturer shall act as a subcontractor to the Valve Manufacturer. The Valve Manufacturer shall be responsible for the proper function of the entire Pump Control Ball Valve System. 4. Product pumped at the HSPS is potable water. 1.02 QUALITY ASSURANCE A. Acceptable Valve Manufacturers 1. Henry Pratt 2. Val-Matic 3. DeZURIK/APCO 1 B. Acceptable Motor Operator Manufacturers areas follows: 1. AUMA. 2. Rotork 3. Limitorque. C. Experience Requirements 1. The Pump Control Valves shall be the latest product of a manufacturer who has been regularly engaged in the production of equipment of the type and size specified for at least ten (10) years. 2. if required by the Engineer, the manufacturer shall provide satisfactory evidence of installations of similar equipment which have been in operation for a minimum of three (3) years. 3. Attention is directed to the fact that the Pump Control Valve/Electric-Motor Actuator System is an integrated system and, as such, shall be designed and furnished by one (1) manufacturer who shall provide all of the equipment and appurtenances and be responsible for satisfactory design and operation of the entire system. D. Factory Testing CITY OF FORT WORTH Fort Worth EMWTP 1 HSP H 20 and Hydro Tank City Project Number: 100277 40 92 13.16 - 2 PUMP CONTROL BALL VALVES Page 2 of 11 1. Valves, actuators, and limit switches shall be completely assembled and wired at the factory, adjusted for correct seating, and tested in accordance with AWWA C507. Factory operational tests and adjustment shall be performed on each valve, with the valve in the same orientation (valve shaft horizontal or vertical) as the field installation. Factory operational testing and adjustment shall be performed on each valve prior to shipment. Provide certification before shipping valves 2. Correct seating of each valve shall be certified with five fully open -close cycles. The valve will be opened 10%, closed, and tested in the position the valve will be installed. Test shall be performed with complete actuator installed. This test is to be repeated five times, and one opening test must be with the maximum pressure differential. The maximum differential pressure shall be equal to the greater of the pressure class of the valve or flange unless noted otherwise. Each valve shall be fully assembled in the shop prior to testing. Valve hydrostatic tests shall be conducted as per AWWA C507 for all pump control valves except that hydrostatic pressure for the test with the plug in the open position shall be limited to two (2) times design pressure or 600 psi, whichever is lower. 4. The Actuators and Ball Valves shall be assembled and fully tested at the manufacturer's facility to verify proper mechanical, electrical and control design, operation, and coordination. A completed, dated, and signed copy of the detailed test procedure shall be shipped with each piece of equipment for verification of start-up settings. 5. During the factory testing the complete Electric -Motor Actuator and Ball Valve assembly shall operate as specified. 6. The Owner reserves the right to provide one (1) or more witnesses at its own expense to observe the operational tests of the actuator valve assembly. The valve manufacturer shall advise the Owner as to the location and time of the testing twenty- one (21) days prior so that the Owner can be present if he so elects. 7. Limit switches, seat adjustments, stops and functions shall be set and checked at the factory. Limit switches shall be set per the project requirements and verified during operation of the valve during operation of the valve at the factory. Provide Certified Test Reports. 8. Valve, actuator, limit switch and junction box shall all be factory tested as one complete unit. Manufacturer shall provide detailed test protocol for Engineer's approval prior to testing. 9. The manufacturer shall make thorough visual inspection and perform ultra -sound tests on all valve ball and valve body castings before assembly. 10. If the body and ball are ductile iron, the manufacturer shall conduct ultrasound testing of each valve ball and valve body and certify there are no defects within the ductile iron material in accordance with the following test procedures. a. The testing will be performed using a hand-held ultrasonic velocity/thickness gage that uses pulse -echo techniques to measure material thickness and velocity. The gage will be used as a velocimeter by coupling the transducer to a ductile iron Sample of known thickness and performing a velocity calibration. The ductile iron Sample will conform to ASTM A536 Gr. 65/45/12. CITY OF FORT WORTH Fort Worth FMWTP I HSP-H-20 and Hydra Tank City Project Number: 100277 40 92 13.16 - 3 PUMP CONTROL BALL VALVES Page 3 of 11 b. A minimum of sixteen readings per body and ball will be taken for valve sizes 42 and larger. A minimum of eight readings shall be taken for valves sizes 24 through 36 inches. Valves less than 24 inches do not require testing. The points of measurement should be equally spaced and represent the entire body and ball casting and not limited to one specific area. c. Velocity will be read off the gage display, recorded and included as a Certified Test Report. Components with measured velocities of less than .21 in/µS (5300 m/S) will be rejected. The gage will also be used as an ultrasonic thickness gage to confirm the minimum body shell thickness meets the requirements listed in Table 1 of the latest revision of ANSI/AWWA C507. d. Provide Certified Test Reports for all factory testing. E. Manufacturer's Representative for Installation, Startup and Testing The services of a competent factory technician shall be provided for whatever period is required to assure proper installation, testing, start-up, and Owner training. The Technician shall be factory trained and have a minimum of 5 years of experience in the installation and adjustment of valves. The minimum time required, per each site, to be on -site for 8-hours, not including travel time, is as follows: a. Valve and system installation 2 days (1 trip minimum) b. Valve and system start-up 3 days (1 trip minimum) c. Trouble -shooting 4 days (2 trip minimum) d. Owner training 1 day (1 trip minimum) 2. Prior to start-up of the equipment the Equipment Manufacturer shall certify to the Owner in writing that the equipment has been properly installed and adjusted for satisfactory operation and all valve limit switches have been set per the project requirements. 3. The Technician shall instruct the Owner's personnel in the proper care, maintenance, adjustment, and operation of the equipment and shall issue a written certification that the equipment has been properly installed. The Technician shall also be on -site during field pipe pressure testing and startup of valves and shall adjust the limit switches as required. 4. Ball Valve Manufacturer's Representative shall coordinate site visits and be on site with the Electric -Motor Actuator Manufacturer's Representative. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Submittals' and shall include: B. Shop Drawings: 1. Shop Drawings shall show standard cut sheets, seat orientation, operator and materials of construction. 2. Drawings shall show complete physical description and performance capabilities of the equipment including, but not necessarily limited to, dimensions, flange ratings, weights, assemblies, sectional views, performance curve, torque or thrust calculations, power CITY OF FORT WORTH Fort Worth EMWTP 1 NSA-H-20 and Hydro Tank City Project Number: 100277 40 92 13.16 - 4 PUMP CONTROL BALL VALVES Page 4 of 11 requirements and ratings, rated voltages and amperages, system operation, control description, and wiring diagrams as may be applicable. 3. Flow Hydraulic calculations and Cv characteristics certifying the valve can meet all design conditions as specified. 4. Provide project specific wiring diagrams for limit switch wiring with detailed drawing showing how limit switches are physically mounted to valve and wired to limit switch junction box. Provide physical layout of limit switch junction box. Show physical mounting location for limit switch junction box. 5. Weight of all equipment including valves, operators and actuators. 6. Description of valve body seats and ball seats with appropriate ASTM, AWWA, or ANSI material specification. 7. Valve flange pressure rating, flange bolt diameter, and flange bolt orientation 8. A description of the components that will be shipped separately, thus requiring field assembly 9. Valve torque calculations for opening and closing the valve against the maximum operating differential pressure. 10. Electric -Motor Actuator torque 11. Provide torque calculations through the full range of operations for all valves. 12. When the Bidder's product differs from the specified requirements and/or catalog description, each point of difference shall be clearly stated. Shop Drawings shall also include a list of similar installations which have been in service a minimum of 3 years, catalog data, materials of construction, weights, dimensions, and assembly drawings, which show seat orientation, and operator orientation. C. Operation and Maintenance Manuals 1. Manuals shall be prepared by the equipment manufacturers per Section 0178 23, "Operations and Maintenance Data", and shall include storage and installation instructions, operation and maintenance procedures, appropriate final certified shop drawings, wiring diagrams, and parts listings. Manuals may be the Manufacturer's standard instructions, but shall be supplemented as necessary to cover any special feature not included in standard material. Submit preliminary manuals for review prior to delivery of the equipment. D. Certified Test Reports 1. Submit certified test reports for factory performance tests and hydrostatic tests. E. Equipment Installation Report 1. Submit Equipment Installation Reports from the valve supplier and Electric -Motor actuator system supplier. 1.04 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: CITY OF FORT WORTH Fort Worth FMWTP 1 HSP-H 20 and Hydro Tank City Project Number: 100277 40 92 13.16 - 5 PUMP CONTROL BALL VALVFS Page 5 of 11 1. American National Standards Institute (ANSI): American National Standards Institute (ANSI) ANSI B16.1 Cast Iron Pipe Flanges and Flanged Fittings ANSI B16.47 Pipe Flanges and Flanged Fittings ANSI/NSF 60 Drinking Water Treatment Chemicals ANSI/NSF 61 Drinking Water System Components 2. American Society for Testing and Materials (ASTM) American Society for Testing and Materiels (ASTIV1) ASTM A48 Standard Specification for Gray Iron Castings ASTM A126 Standard Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings ASTM A322 Specification for Steel Bars, Alloy, Standard Grades ASTM A536 Standard Specification for Ductile Iron Castings 3. American Water Works Associations (AWWA): American Water Works Aisoclad ons (AWWA) AWWA C507 I Standard for Ball Valves 6 inch through 48 inch I AWWA C542 I Standard for Electric Motor Actuators for Valves and Slide Gates I 4. National Electric Manufacturers Association (NEMA). a. Electrical equipment and control panels shall conform to applicable NEMA Standards and shall be best quality for the industry and trade practice. 1.05 WARRANTY A. Equipment Manufacturer shall warrant the equipment furnished under this Specification for a period of two (2) years against defects in materials and workmanship, equipment design, and operational failure. B. Owner will remove and load the equipment on a vehicle provided by the Equipment Manufacturer if it is necessary to return the equipment to the manufacturer for correction of defects during the Warranty Period. Owner will reinstall the equipment when it is returned to the site after defects have been corrected. The Equipment Manufacturer is to provide all parts, labor, and incidental cost for making repairs, shipping the equipment to the site, and providing startup services. C. The Warranty Period shall be interpreted as the twenty-four (24) month period following the installation, adjusting and acceptance testing, and the start of actual operation of the equipment, or thirty-six (36) months after complete delivery, whichever occurs first. 1.06 OPERATING DETAILS A. GENERAL CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank City Project Number. 100277 40 42 13.16 - 6 PUMP CONTROL BALL VALVES Page 6 of 11 1. The pump control valves shall provide controlled opening and closing speeds designed for pump discharge service, as specified in the following sections. The pumps will be started and stopped against a closed valve imposing full pump shut-off head on the valve when closed. Power for actuating the valve will be from the specified actuator system. 2. The valves are to function as automatic pump discharge control valves, designed to operate in such a manner that surges due to starting and stopping of the pumps or power failure will be minimized. 1.07 DELIVERY AND STORAGE A. The Electric -Motor actuator system and pump control valves shall be delivered to the job site in good condition and free of defects. The Installation Contractor shall follow all requirements as stated in the manufacturer's instructions for intermediate and/or long- term storage as appropriate. The Electric -Motor and pump control valves shall be stored indoors. B. The pump control valves shall be completely assembled, requiring only electrical power, connection to electrical control circuits, by the Installation Contractor. The Installation Contractor shall furnish and install field control wiring. C. All openings and/or connections for the Electric -Motor system shall be sealed prior to shipment. All field connection ports shall be clearly labeled. D. All accessories shall be clearly labeled. Valve rotation direction shall be labeled. 2.00 PRODUCTS 2.01 GENERAL A. The pump control valves, Electric -Motor, and associated appurtenances shall be of first-class quality and finish, entirely suited for the purposes intended and for operation per this specification. The Electric -Motor actuator system shall be designed to operate the valve over the full range of head conditions. 2.02 VALVE SCHEDULE A. The valves required are indicated on the valve schedule immediately following this specification section. 2.03 BALL TYPE PUMP CONTROL VALVES A. GENERAL 1. The ball valves shall be metal seated type valves with flanged -ends. The flanges shall be suitable for the appropriate pressure rating of the valves as indicated in the attached schedule. The valves shall be drop tight at shut off, full port, single seat and pressure rated for the intended service. The ball valves shall be the latest standard product of a manufacturer regularly engaged in the production of equipment of this nature and shall conform to the requirements specified herein. CITY OF FORT WORTH Fort Worth FMWTP 1 HSP-H-20 and Hydro Tank City Project Number: 100277 40 92 13.16 - 7 PUMP CONTROL BALL VALVES Page 7 of 11 2. The ball valves shall be furnished complete with operating mechanisms, controls and accessories as specified and needed for satisfactory operation. 3. Ball valves shall be equipped with lifting lugs. 4. Liberal safety factors shall be used throughout, especially in the design of parts subject to intermittent or alternating stresses. In general, working stresses shall not exceed one- third of the yield point or one -fifth of the ultimate strength of material. Bearing pressures shall not exceed 2,000 psi. B. VALVE BODY The body and flanged ends shall be constructed of ASTM A536 Grade 65/45/12 ductile iron and shall have full, unrestricted circular inlet and outlet, with nominal opening diameter equal to the rated size of the valve. Each valve body shall be provided with flanged ends. All flanges shall be suitable for the appropriate pressure rating of the valves. The body shall have ample sized bronze bearings machined in accurate alignment for reception of the ball trunnions. It shall provide rigid means for supporting the torque unit without the necessity of additional supports. Means shall be provided to prevent entrance of grit into the bearing area. C. VALVE BALL The ball shall be constructed of ASTM A536 Grade 65/45/12 ductile iron, with a full, unobstructed circular waterway with a diameter equal to the rated size of the valve. It shall have trunnion supports or shaft mounted cast integral on the axis of rotation. An extension of one trunnion, called the operating shaft, shall pass through the shaft seal chamber and connect to the torque unit. Shaft mounted balls are also acceptable. 2. The ball trunnions shall be fitted with bronze or teflon bearings of sufficient difference in hardness from the body bushings to eliminate seizing and galling. 3. The ball shaft shall so be designed that the factor of safety for all combined stresses shall be at least 5 to 1. Maximum torsional deflection shall not exceed 1/16 degrees per foot of unsupported length using a seat coefficient of friction of 0.5 and a bearing coefficient of friction of 0.3. The ball shaft shall be chrome moly steel ASTM A322 Grade 4140 with hard chrome plating through seal chamber Or ASTM A564 Grade 517400. Ball shaft shall be 316L stainless steel for the shaft mounted design. The ball shaft stuffing box shall contain four (4) rubber 0-rings, a cast bronze O-ring retainer and a stainless steel lock ring. For shaft mounted design, self-adjusting wear compensating Chevron V type packing is acceptable. The box shall be easily repackable, using standard tools, while the valve is in the line and under full operating pressure. Shaft surfaces bearing against shaft seals shall have a 32 micro -inch or smoother finish in accordance with ANSI B46-1. D. TORQUE UNIT The torque unit (valve operating mechanism) shall be the product of the valve manufacturer. The assembly shall be mounted and attached to the valve body. The torque unit shall be designed to accept the Electric -Motor actuator. The torque unit housing shall be of cast iron, ASTM A48, Class 35 or ASTM A126, Class B construction. The torque unit shall employ a traveling crosshead to impart positive rotary movement to the ball by means of a lever and link (of cast steel ASTM A148, Grade 105/85 CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank City Project Number. 100277 40 92 13.16 - 8 PUMP CONTROL BALL VALVES Page 8 of 11 construction) connected to the ball shaft. The traveling crosshead shall be confined to permit linear motion only and to prevent it from any tendency to rotate due to linkage reaction. The lever and link system shall be made of ductile iron ASTM A536 Grade 65/45/12, A ball shaft support bearing shall be supplied on the cover. 2. The torque unit shall be so designed that during the first 50% of stroke in closing, the flow is reduced by approximately 80%. The remaining flow shall be gradually reduced to a complete shutoff throughout the last 50% of closing stroke. 3. All materials of the torque unit subject to rubbing shall be of different hardness. The torque unit shall be capable of being inspected, lubricated, removed and repaired without removing the valve proper from the line. The torque unit shall also be designed so that the packing on the main shaft can be replaced while the valve is in the line under pressure. E. VALVE SEATS 1. Metal seated ball valves shall be furnished with metal body seats and metal ball seats: a. The body shall have a monel adaptor metal seat ring. The body seat shall be monel alloy 400 and be machined, ground, and polished for contact with the stainless steel seat mounted on the ball. The ball shall have a stainless steel seat, ASTM A276 Type 316, mounted thereon which shall properly align with the body seat when the valve is in the closed position. The surfaces of the seat ring shall be spherically generated and shall be machined, ground and polished for contact with the body seat. c. The stainless steel ball seat shall have an o-ring backup. 2.04 ELECTRIC MOTOR OPERATORS: A. General: The valve operators shall be of the reversible motor type. The rated torque capability of each operator shall be sufficient to seat, unseat and rigidly hold in any position the valve ball under the operating conditions specified herein. Operators shall be self-contained units comprising housing, motor, reversing contactor, limit switches, torque switches, relays, control transformer, gear train, and auxiliary handwheel. Operators shall comply with the applicable requirements of AWWA C542. B. Construction: 1. Operators shall be equipped with an auxiliary handwheel to provide for actuation of the valve in the event of power failure. The handwheel shall not turn during normal operation of the valve. 2. Each operator shall have an integral three-phase, full -voltage, reversing contactor with electrical and mechanical interlocks and three overload sensing relays and a phase failure relay. The contactor shall operate on 120 VAC and shall have a control transformer to transform 480 VAC to 120 VAC. The control transformer shall be sized with sufficient capacity to operate the contactor, relays, and the motor switch compartment heaters. CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydra Tank City Project Number: 1002ZZ 40 92 13.16 - 9 PUMP CONTROL BALL VALVES Page 9 of 11 3. Limit switches shall be furnished for valve control, pump control, and for remote and local Open and Close indications. Limit switches shall be independently adjustable at the open and closed limits. All limit switches shall be isolated Form C contacts rated 5 amps at 120 VAC. Provide the following limit switches: a. 100% CLOSED b. 5% OPEN c. 100% OPEN 4. Provide one output contact for signaling a common fault with the valve operator. Contact shall be an isolated Form C contact rated at 5 amps at 120 VAC. 5. The operator enclosure shall be NEMA 4X. Space heaters with thermostat shall be provided in the enclosure of wattage suitable for keeping the compartment dry at all times. There shall be installed also a suitable breather and drain. A schematic wiring diagram shall be attached and protected from the environment for maintenance use. Controls shall be shop wired to terminal strip, complete and ready for field installation. Wires to terminal strip shall be identified. 6. Motor shall be designed for continuous duty and rated for 480-V, 3-phase, 60-Hz service. Control voltage shall be 120 VAC. Bearings shall be permanently lubricated ball bearings. 7. Operator shall have a Local -Remote selector switch and pushbuttons mounted on the operator with watertight boots. 2.05 PUMP CONTROL VALVE ACCESSORIES A. POSITION INDICATOR 1. The torque unit shall be fitted with an indicating pointer that is mounted on the outer end of the valve operating shaft extension and shall operate over cast markings on the torque unit cover. B. VALVE BASES 1. Each valve shall be provided with legs or a pad for support of the valve on the concrete foundation. C. NAMEPLATES 1. Nameplates shall be engraved metal. Nameplates shall show valve tag number and valve serial number. Control Panel nameplates and designations shall be 2" x 5" minimum, not less than 1/16" thick, engraved laminated plastic. Nameplates shall be 1" high white letters on a black background and shall indicate equipment designation as shown on the Drawings. Nameplates shall be bonded to the enclosure using an epoxy or similar permanent waterproof adhesive. 3. Provide legend plates or 1"x3" engraved nameplates with %" lettering for identification of all pilot devices and meters. Legend plates shall be bonded to the enclosure using an epoxy or similar permanent waterproof adhesive. CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tonk City Project Number: 100277 40 92 13.16 - 10 PUMP CONTROL BALL VALVES Page 10 of 11 2.06 SHOP PAINTING A. All ferrous metal unfinished surfaces of each valve and its accessories, both interior and exterior, shall be shop painted for corrosion protection. The valve manufacturer's standard paint will be acceptable. Extra paint shall be furnished for field touch-up. Paint shall match adjacent piping. 3.00 EXECUTION 3.01 GENERAL A. Installation of equipment shall be performed by the Installation Contractor who will be required to assemble the equipment where required and install it in accordance with the Installation, Operation and Maintenance instructions which shall be furnished by the Manufacturer. 3.02 PUMP CONTROL VALVE INSTALLATION A. Installation Contractor shall receive and unload pump control ball valves for installation at pump station site. Installation Contractor shall assemble the equipment where required and install it in accordance with the installation, operation and maintenance instructions which shall be furnished by the Manufacturer. B. Install Electric -Motor operated pump control ball valves at their appropriate locations in the pump station. C. Furnish and install flange gaskets, bolts, nuts and washers for watertight pipe connections. Do not stress the ball valve when tightening the flange bolts. D. Installation Contractor shall furnish and install electrical conduit and wiring to the Electric - Motor actuator. 3.03 FIELD QUALITY CONTROL A. Upon completion of the installation of equipment, an acceptance test to verify the satisfactory installation and operation shall be conducted by the manufacturer's representative. The test shall be conducted in a manner approved and in the presence of the Installation Contractor, Engineer and Owner. Unit shall be checked for excessive noise, alignment, timing, limit switch settings, and general operation. Test for proper valve function and correct interlock with the motor starter. Verify valve operating speed, control for proper opening and closing speeds before operating pumps. Re -adjust valve operating speed with pump in operation. Run all combination of control valve units and control scenarios. The valves must perform in a manner acceptable to the Engineer before final acceptance will be made by the Owner. B. The Manufacturer's representative shall submit a report of satisfactory valve installation and operation. 3.04 PUMP CONTROL VALVE SCHEDULES A. HSPS CITY OF FORT WORTH Fort Worth EMWTP 1 HSP H 20 and Hydro Tank City Project Number: 100277 40 92 13.16 - 11 PUMP CONTROL BALL VALVES Page 11 of 11 Valve I Pump Differential Operating Max Size, Number Pressure Shut -Off Pressure*, Pressure Flow, Required Class, psi Inches Head, feet feet Valve Open, feet MGD 12 3 250 460 300 280-310 3 Operation Type Operator Full Open/Full Valve Valve Seat Close Operation Orientation Location Time (min) Pump Control Electric -Motor Adjustable Horizontal Shaft Single Seat between 5-15 Pump shut-off head pressure minus static pressure B. Miscellaneous Notes: 1. A 25% safety factor shall be applied to the calculated pump control valve thrust prior to the sizing of the actuator as specified in applicable section. See pump performance requirements in specification Section 44 42 56.02, "Vertical Turbine Pumping Units" for additional information on expected head conditions during valve travel. Pump shut-off head shall be confirmed with Pump Manufacturer. END OF SECTION CITY OF FORT WORTH Fort Worth FMWTP 1 HSP-H-20 and Hydro Tank City Project Number: 100277 DIVISION 43 ]PROCESS GAS AND LI UIED HANDLING, PURIFICATION AND STORAGE EQUIPMENT SECTION 43 42 43 HYDROPNEUMATIC TANK SYSTEMS PART1- GENERAL 1.1 SUMMARY A. General 434243-1 HYDROPNEUMATIC TANK SYSTEMS Page 1 of 21 1. Furnish labor, materials, equipment and incidentals necessary to install: a. Hydropneumatic tank b. Two air compressors and accumulator c. Miscellaneous controls, instrumentation and valves 2. All components in contact with water must be NSF 61 certified. 3. Equipment must be provided as required to complete a fully functional system. B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 09 96 00.01— High Performance Coatings 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item shall be per hydropneumatic tank. 2. Payment a. The work performed and the materials furnished in accordance with this Item are included in the bid cost for the hydropneumatic tank electrical, instrumentation, compressors, accumulators, and all associated piping and appurtenances, furnished and installed, complete in place and shall be included to the unit price bid per lump sum of hydropneumatic tank complete in place, and no other compensation will be allowed. CITY OF FORT WORTH Fort Worth FMWTP 1 14SP-H-20 and Hydro Tank City Project Number. 100277 434243-2 HYDROPNFUMATIC TANK SYSTFMS Page 2 of 21 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society of Mechanical Engineers (ASME): a. Boiler and Pressure Vessel Code, Section VIII, Rules for Construction of Pressure Vessels, Division 1, Parts UG, UCS and UHA. b. SEC IX, Welding, Brazing, and Fusing Qualifications 3. ASTM International (ASTM): a. A36, Standard Specification for Carbon Structural Steel b. A53, Standard Specification for Pipe, Steel, Black and Hot -Dipped, Zinc -Coated, Welded and Seamless c. A105, Standard Specification for Carbon Steel Forgings for Piping Applications d. A106, Standard Specification for Seamless Carbon Steel Pipe for High - Temperature Service e. A516, Standard Specification for Pressure Vessel Plates, Carbon Steel, for Moderate- and Lower -Temperature Service f. A515, Standard Specification for Pressure Vessel Plates, Carbon Steel, for Intermediate- and Higher -Temperature Service g. B32, Standard Specification for Solder Metal h. B88, Standard Specification for Seamless Copper Water Tube 4. Texas Administrative Code (TAC): a. Chapter 290, Rules and Regulations for Public Water Systems 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Shop Drawings 1. Shop drawings shall indicate: CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank City Project Number: 100277 434243-3 HYDROPNEUMATIC TANK SYSTEMS Page 3 of 21 a. Dimensions and weight of tank, including steel thicknesses b. Details and locations of accessories c. Design Calculations for the tank design and anchor bolts d. Gallons per foot of elevation for the tank in 1-inch increments e. Shop drawings and design calculations must be sealed by a professional engineer registered in the State of Texas. B. Product Data 1. Coatings and linings 2. Safety relief valve 3. Shut-off valves 4. Solenoid Valves 5. Pressure gauge 6. Air Piping 7. Strip heater S. Sight glass 9. Level probe assembly 10. Any other equipment provided within this specification 11. Motor Manufacturer shall supply documentation for the motors as follows: a. Cut sheets on power/control cables b. Cut sheets on motor protective devices —thermal switches c. Rated full load horsepower d. Rated volts e. Number of phases f. Frequency in hertz g. Full load amperes (FLA) h. Motor nameplate data CITY OF FORT WORTH Fort Worth EMWTP 1 HSP H 20 and Hydro Tank City Project Number: 100277 434243-4 HYDROPNEUMATIC TANK SYSTEMS Page 4 of 21 C. Form U-1A, "Manufacturer's Data Report for Pressure Vessels' prepared by the tank manufacturer to certify that the tank was built in accordance with ASME Code Rules for the Construction of Pressure Vessels and inspected by a certified inspector. Copies of this form must be included in the Operation and Maintenance Manual. D. Shop Testing, Certified pressure test per ASME, Section VIII, Div. 1. Provide test report with O&M manuals. E. ASME code calculations reflecting compliance to: 1. ASME/BPVC SEC VIII D1, Parts UG 125 and UG 133 2. ASME/BPVC SEC VIII D1, Part UG 22 F. Reports of NACE certified coatings inspector for shop applied coatings, including inspector's name and certifications. G. Name, address and qualifications of pressure control system service representative. H. Provide draft Operation and Maintenance Manual prior to startup and commissioning. Provide Equipment Installation Report and Startup Report with Final Operation and Maintenance Manual. 1.7 CLOSEOUT SUBMITTALS A. Operation and Maintenance Manuals. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Pressure Control System Manufacturer's Representative for Startup and Testing: The services of the manufacturer's technical representative must be provided for pre - startup installation checks, startup assistance, testing, training of Owner's operating personnel, troubleshooting and other services as required in Section 0175 00 "Starting and Adjusting." The Manufacturer's representative must be factory trained and have a minimum of 5 years' experience in the installation and adjustment of the hydropneumatic systems for pressure maintenance. B. Tank manufacturer must have been in the ASME Vessel manufacturing business for a minimum of five years. C. Tank must comply with the requirements of TAC, Chapter 290. D. Tank manufacturer must provide a NACE Certified Coating Inspector to observe and document the interior and exterior tank coating process. Reports must be provided at CITY OF FORT WORTH Fort Worth FMWTP 1 HSP-H-20 and Hydro Tank City Project Number: 1002 77 434243-5 HYDROPNEUMATIC TANK SYSTEMS Page 5 of 21 typical hold points to confirm surface profile, environmental conditions and dry film thickness of each coating. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Workmanship and Material Guarantee 1. The tank manufacturer must guarantee the tank structure against defects in workmanship and material for a period of two years. If within two years from final completion of the entire Project, workmanship or material is proven defective, the tank manufacturer must repair such defects at his own expense. B. Design Warranty 1. The tank manufacturer must warrant its design of the proposed facility to be structurally and functionally applicable to serve the intended use of the Project. Such intended use is exemplified by the criteria of design, workmanship, and material expressed by the requirements of the Contract Documents prepared by the Engineer. The Owner's or Engineer's review of the tank manufacturer's design, or the Owner's acceptance and final payment for the Work must not relieve the tank manufacturer of design responsibility. The Owner must be the direct beneficiary of the warranty. C. Air compressor system must have a minimum 2-year manufacturer's warranty, starting from Final Acceptance. PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES A. Acceptable Manufacturers: 1. Hydropneumatic Tank a. Bulldog Steel Products, Inc. b. Wendland Tank Corp. c. Holloway Steel Services d. Modern Welding Company of Texas, Inc. e. Tank & Vessel Buillders, LP. CITY OF FORT WORTH Fort Worth EMWTP 1 NSA H 20 and Hydra Tank City Project Namber. 100277 434243-6 HYDROPNEUMATIC TANK SYSTEMS Page 6 of 21 f. Approved equal 2. Air Compressor and Receiver a. Ingersoll-Rand b. Quincy c. Pre -approved equal 3. Combination Starters a. Allen Bradley b. General Electric c. Eaton d. Siemens e. SquareD 4. Vacuum Relief Valve a. Apollo Valves, Series 14-600 b. Approved equal 5. Pressure Relief Valve a. Pentair/Anderson Greenwood, Type 63B b. Apollo Valves, Series 19 c. Approved equal 6. Solenoid Control Valve a. ASCO b. Approved equal 7. Isolation Valves a. Apollo Model 70-100 Series b. Approved equal 8. Sight Glass a. John C. Ernst Co., Inc., Model 819 b. Apollo Valves 20-200 Series c. Approved equal CITY OF FORT WORTH Fort Worth FMWTP 1 HSP-H-20 and Hydro Tank City Project Number: 100277 434243-7 HYDROPNEUMATIC TANK SYSTEMS Page 7 of 21 9. Coatings a. Carboline Company, Inc. b. The Sherwin-Williams Company c. PPG Protective and Marine Coatings B. Hydropneumatic Tank 1. Tank Shell and Heads: ASTM A516 Grade 70 Steel. 2. Supports. ASTM A36 steel. 3. Nozzles and Manway Necks: Seamless pipe, ASTM A53 Grade A or B or rolled from SA-516 Grade 70 or ASTM A106-13. 4. The tank must be saddle -mounted on the reinforced foundation as shown on the plans. The steel saddle must be integral to the tank and be furnished by the tank manufacturer. Anchor bolts and location must be per the tank manufacturer's recommendation and in accordance with the applicable standards. C. Hydropneumatic Tank Design Criteria 1. Tank Dimensions and Capacity Criteria: a. The tank manufacturer must use the following loadings and requirements in the design calculation: Tank Mime Hydeopneumatic -rain. 15,000 gallons Minimum Storage Capacity Nominal Dimensions 10' x 28' (approx. to ends) (Dia. X Length) Working Pressure Range 80 psi — 100 psi Maximum Allowable Working Pressure (MAWP) 175 psi Hydrostatic Test Pressure (1.3 times MAWP min. 227 psi or as required by Code) 2. Tank must be welded steel, horizontal, cylindrical, with 80:10 torispherical or 2:1 heads, designed, fabricated and tested in accordance with Subsection B, Part UW of ASME Boiler and Pressure Vessel Code, Section Vill, Division 1. Tank must not contain a rubber bladder. 3. Do not provide coupling at center of heads. Weld fabrication hole in each head per Code and grind flush inside and out. CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank City Project Number. 100277 434243-8 HYDROPNEUMATIC TANK SYSTEMS Page 8 of 21 4. Utilize spot radiography on the head and shell girth weld and spot radiography on the shell to shell girth welds all fully meeting the afore stated code. 5. Provide a minimum corrosion allowance of 1/8" minimum and construct to withstand the highest expected working pressures with a four to one factor of safety on both heads and shell utilizing SA-516-70 material. 6. Construct without the use of internal or external stiffener rings. 7. All connections to the tank smaller than 3" in diameter must be provided by welded 3,000 lb. full or half couplings. All connections 3" in diameter and larger must be flanged connections. 8. Field welding on the tank is not permitted, including pipe support brackets and all other items. D. Air and Control Piping 1. Air and Control Piping must be ASTM B88, Type K hard drawn copper pipe. Fittings must be ANSI/ASME B16.22, wrought copper. Joints must be constructed per ANSI/ASTM B32, solder, Grade 95TA, for 1" tubing or less. All tubing and fittings must have a minimum pressure rating of 200 psi. All piping shall ne NSF 61 certified. 2. Provide air filter on air lines to the hydropneumatic tanks. Filter must be designed to remove water, dirt, rust and oil particulate from compressed air systems. 3. Filter shall remove particles down to 1.0 micron, including coalesced liquid, water and oil aerosols, providing a maximum remaining oil aerosol content of 0.1 ppm. 4. Filters shall be sized for the compressor rate with a maximum pressure drop of 4 psig over the element life. 5. The filters must be piped into the system with bypass piping for changing the filter element without shutting the air system down. Filters must be rated for 150% of the discharge pressure of the air compressor. E. Air Compressor and Receiver 1. Two air compressors shall be provided, each providing full capacity, operating as redundant compressors. Air compressors must be a duplex air-cooled, two -stage, oil lubricated reciprocating type air compressor mounted on one horizontal air receiver tank; piped and wired to the control panel. Compressed air system must be provided with all appurtenances to provide clean, oil free air to the hydropneumatic tank. Compressed air system must consist of air compressor, air receiver, control panel and all appurtenances, including automatic drains. All components of the compressor/receiver package must be NEMA 4X rated and CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank City Project Number: 100277 434243-9 HYDROPNEUMATIC TANK SYSTEMS Page 9 of 21 suitable for outdoor use. The system components indicated below are minimum requirements. 2. System Requirements Receiver Vdlume, Air Ndlvery, rnln. Max. Pressure Output Morse Power Mir. 120 gallons 31 SUM @ 200 �10 HP 200 PSI gauge PSI* 460V/3-phase * The hydropneumatic pressure control system supplier must select the compressor and receiver vol u metric capacity, discharge pressure and air delivery required. The capacity and discharge pressure selected must be sufficient for the application. Minimum requirements have been provided. Supplier must submit system and calculations for Engineer's review. See requirements below. 3. Compressor and receiver must be sized to (provide calculations with submittal): a. Initially charge the system in 6 hours or less b. Boost the pressure in the hydropneumatic tank 2 psi in 15 minutes or less c. Air delivery must not be less than 1.0 SUM per 1,000 gallons of hydropneumatic tank capacity at maximum pressure. 4. Provide a timed valve and automatic air compressor condensate purge line; pipe to edge of foundation. S. Electrical requirements: a. Totally Enclosed Fan Cooled (TEFC) motor; adequate to drive each compressor continuously at full -rated output. b. Power supply: 460 volts, 3 phase and 60 hertz. 6. Compressor unit: a. Totally enclosed crankcase: Cast iron. b. Separate detachable deep finned cylinders. c. Matched balanced pistons. d. Separately removable valve housing. e. Low oil switch. f. Direct reading pressure gauge. CITY OF FORT WORTH Fort Worth FMWTP 1 NSA-H-20 and Hydro Tank City Project Number. 100277 434243-10 HYDROPNEUMATIC TANK SYSTEMS Page 10 of 21 g. The low oil switch must shutdown the compressor if the oil level is too low. The switch must not reset without adding oil. h. Compressor must produce less than or equal to 85 dBA average at 1-meter. 7. Compressor Control panel: a. Furnish packaged compressor control panel that shall be supplied by the compressor manufacturer. b. Compressor control panel shall include three-phase magnetic full -voltage non - reversing starters for each Compressor motor, control, overcurrent protection, main disconnect, and all devices required for a complete and operable compressor control system. c. Incoming power is 480V, 3 phase, 45 A derived from 480-volt wye, grounded, neutral supply. Provide equipment ground lug and insulated barriered phase lugs for accepting field wiring. The motor size indicated on the Plans is the maximum size horsepower expected. If a larger ampacity control panel is provided as an alternate, the Contractor shall be responsible for all modifications required to the electrical system, including disconnects, feeders to the equipment, automatic transfer switches, generators, feeders from the switchboard, circuit breaker at the switchboard, etc. at no cost to the Owner. d. The Contractor shall furnish properly sized motor control equipment suitable for use with the maximum expected motor horsepower for each site. Field verify exact motor horsepower for each site and properly size overloads and motor circuit protector accordingly. If actual motor horsepower differ from the Plans, the Contractor shall obtain assistance from the Engineer in determining whether or not hardware and wiring changes are necessary. The Contractor shall provide all components and wire of the proper size. e. All wiring shall be in accordance with Division 26 of the specifications and NFPA 70 (NEC). f. Compressor control panel shall be enclosed in NEMA 4X, 316 stainless steel panel. Panel shall be suitable for bottom or side entry/exit. Provide print pocket with accepted drawings of control and power wiring. Control panel shall have the following additional features. 1) Compressor control panel shall be manufactured by U.L. approved shop and shall have a U.L. label. 2) Externally operable main disconnect handle rated NEMA 4. 3) Panel shall be rated for 65,000 AIC. 4) Circuit breakers shall be thermal magnetic circuit breakers. Circuit breakers shall have the number of poles and the ampere rating as CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank City Project Number: 100277 434243-11 HYDROPNEUMATIC TANK SYSTEMS Page 11 of 21 indicated on the plans; capable of interrupting the symmetrical fault current available to them; manufactured by Siemens, Square D, or approved equal. Series rating of breakers shall not be permitted. 5) All starters shall be NEMA rated (size 1 minimum). The combination starter shall include a motor circuit protector (MCP) type circuit breaker or a thermal magnetic type circuit breaker as indicated on the Plans. MCP's shall be magnetic trip only with adjustable magnetic trip limited to 1300% of motor nameplate full load current to comply with NEC requirements. a) Overload relays shall be reset from outside the enclosure with an insulated bar or button. Auxiliary contacts shall be furnished on the circuit breaker operating mechanism, the starter contactor and on the overload sensing unit as shown on the plans. b) Each magnetic starter shall have three (3) external manual reset thermal overload relays of either the bimetallic type or the melting alloy type. Overload relays shall be either ambient compensated or ambient insensitive. 6) Panel and its components shall berated for an ambient temperature of 50 degree Celsius. 7) Control wiring shall be SIS and trained into wire chases that shall be backplane mounted. Each control wire shall be labeled with waterproof plastic labels at each and every connection. 8) Provide panel mounted selector switches, each with engraved function and position identification. 9) All pilot lights shall be heavy duty, oil tight, push -to -test cluster LED type. All pilot devices- push buttons, selector switches, indicating lights, etc. shall be HD oil tight, 30.5 mm. 10) All control relays shall be industrial type; contacts rated for 10 amps at 600 VAC; Square D Class 8501 Type X, Allen Bradley or approved equal. Relays shall have the capability of having contact decks added in the field. Contacts shall be field convertible to normally open or normally closed. Coils and contacts shall each be replaceable without replacing any other part of the relay. Industrial control relays shall be furnished whether the relay coil is operated with 120 VAC or 24 VDC. 11) Control voltage shall be 120 VAC and provided by fused control power transformer with panel mounted primary breaker. Control transformer shall have sufficient VA capacity for powering the control devices within the panel and the associated loop power instrumentation; 480 to 120 volt transformer with a fuse in each primary leg and one (1) fuse in the secondary leg. The unfused secondary leg shall be grounded. CITY OF FORT WORTH Fort Worth FM4VTPY HSP-H-20 and Hydro Tank City Project Number. 100277 43 42 43 - 12 HYOROPNEUMATIC TANK SYSTEMS Page 12 of 21 12) Provide panel mounted pushbuttons, selector switches, run lights, moisture alarm pilot lights, elapsed time meter for each motor control circuit. Each device shall be equipped with engraved metal surround to identify function. 13) Provide master terminal block for termination of all external power and control wiring. Each terminal shall be labeled. Terminals shall be plated copper. 14) All terminal strips shall be NEMA rated, 600V. Stacking (two -high) terminal blocks is not acceptable. g. The following door mounted pushbuttons, control switches, indicating lights shall be supplied: 1) Power on light. 2) Hand -Off -Automatic (HOA) switch. 3) Run light. 4) Motor thermal overload alarm light. 5) Low oil level alarm light. 6) Elapsed time running meter for each compressor (electro mechanical) h. The Control Panel shall provide the following output contacts for remote indication of the following signals to SCADA: 1) Run Status 2) Common Alarm 8. Provide combination magnetic motor starters and circuit breakers for the air compressor. a. Start and stop based on pressure in the air receiver. b. Shutdown by motor thermal overload, or low oil level. c. Start automatically when HOA hand switch is in the AUTO position. d. Run continuously when HOA hand switch is in the HAND position. e. Shut down when HOA hand switch is in the OFF position. 9. Receiver Unit a. Air receiver must be ASME and National Board stamped and approved and be OSHA certified. b. Receiver must be equipped with: CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydra Tank City Project Number: 100277 434243-13 HYDROPNEUMATIC TANK SYSTEMS Page 13 of 21 1) Pressure Gauge 2) Pressure relief safety valve before the first isolation valve 3) Automatic drain trap 4) Vibration Isolators 10. Provide standard factory coating on compressor and receiver. 11. Level Alarm Relay Panel a. Proximity switches shall be mounted on site glass tube on the end of the tank. Contractor provide all equipment and instrumentation for a complete and operational system. See 40 90 01 for instrumentation. See loop descriptions in 40 90 02 for set points. F. Hydropneumatic Tank Appurtenances 1. Each tank must have appurtenances as specified herein. a. Tank Access fits' IIcm 1 30" Manway, flanged with hinged cover 1 18" Ventilation Manway, flanged with hinged cover b. Piping Connections QT V Item 1 4" flange at bottom for tank drain 2 8" flange at bottom for inlet/outlet connections; provide flange isolation kits at pipe connections. c. Instrumentation Connections Q-1-Y Item 2 1" coupling in end of tank for probe well 1 2" min. flanged connection and coupling in top of tank for automatic pressure relief valve and add/venting air line 1 3" flanged coupling on top of tank for vacuum relief valve d. All flanges must be 150tt standard type ANSI B16.5, raised face type, SA-105 carbon steel forgings. e. All screwed couplings must be minimum of 3,000 lbs. half or full couplings of forged carbon steel meeting SPECIFICATION SA-105 and FNPT threads CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-11-20 and Hydro Tank City Project Number: 100277 434243-14 HYDROPNEUMATIC TANK SYSTEMS Page 14 of 21 complying with the latest standards of AMSO B2.2.1. Tank manufacturer must provide 6,000 lbs. couplings if required by ASME design criteria. f. Supports and Anchors: 1) Provide a minimum of two center web type saddle assemblies with wear plates. 2) Provide stainless steel anchor bolts for embedment in concrete supports and for anchoring saddle assemblies to said supports. 3) Provide a minimum of two lugs on the top of the tank for lifting and moving the tank. g. ASME Name Plate must be permanently attached to tank, including volume, design pressure, empty weight, and code stamp per ASME Code. h. Vacuum Relief Valve 1) Vacuum valve must be high flow with a one-piece bronze body. 2) Discs and seating must be Teflon. i. Hydropneumatic Tank Pressure Relief Valve 1) Pressure relief valve opening and valve diameter must be sized in accordance with ASME/BPVC Section Vill D1, parts UG 125 and UG 133. 2) The required size of the opening will be provided and a single location on the top of the vessel must be included. The location of the opening must be at least 6" away from a longitudinal or circumferential weld seam. The minimum opening must be two inches. If a larger opening or valve size is required, supplier must provide at no additional cost to the Owner. 3) Air release valve must consist of a blind flanged nozzle with a 2" (minimum) threaded coupling welded through the center of the blind flange. The threaded coupling must be equipped with air release valve and silencer on top and a 2" (minimum) threaded galvanized steel pipe on bottom that extends to the low water level (LWL) inside of the tank. If the water level in the tank falls to the LWL, the air release valve must open to release excess air and prevent the water level from falling below the LWL. 4) Valve body must be bronze with teflon seats. 5) Provide muffler on pressure relief valve. 6) Pressure Relief Valve Schedule QTY Diameter Pressure Fulling I 2" min. 200 PSI CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank City Project Number: 100277 43 42 43 - 15 HYDROPNEUMATIC TANK SYSTEMS Page 15 of 21 j. 120V Solenoid Control Valves 1) Provide one valve for adding air (increasing pressure) and one valve for venting air (decreasing pressure). 2) Valve must be approved for air service and rated for 200 psig, minimum. 3) Body must be brass. 4) Provide a check valve on the add airline. 5) Provide air muffler on air vent line. k. Probe Well 1) 2" diameter, 304 S.S. pipe, with flanged connections on top and bottom. 2) Provide with couplings and isolation valves at connection to the tank. 3) Provide couplings for connection of sight glass and drain valve. I. Isolation Valves 1) Provide bronze ball valves rated for 200 psi service for nozzles less than 2" in diameter. Valves must be located at the following locations and as indicated on the plans: 2) Isolation and by-pass of airline connections 3) Pressure gauge connection 4) Sight glass connection 5) Pressure and differential pressure transmitter connections m. Sight Glass: 1) Provide sight glass for monitoring air/water interface. 2) Gauge must be shielded with integral valves. 3) Wetted and non -wetted parts — 304 stainless steel. 4) Valve must have integral auto shut off ball checks. 5) Scale must be provided in inches. 6) The gauge must have ball valve shut-off connections; protective rods and glass must extend from approximately 6" below and 6" above the level range. Gauge must be continuous length. 7) Gauge glass must be 5/8" min. diameter and rated for pressure as indicated. 8) Mount gauge inside gauge enclosure at the tank. CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank City Project Number: 100277 43 42 43 - 16 HYDROPNEUMATIC TANK SYSTEMS Page 16 of 21 9) Gauge must berated for 200 psig, minimum. 10) Gauge must include 1/8" drain cock at bottom connection. n. Pressure Gauge 1) Pressure gauges shall be the Manufacturer's standard commercial product. The gauges shall be new and shall embody the design characteristics stated for the respective class, size, and type. Gauge cases shall be phenol or ABC plastic, or steel zinc -coated or phosphate treated and finished with black enamel. Inlet shall be %" with bottom connections. 2) Gauges shall be as manufactured by Marshalltown Instruments, Ashcroft, Weksler, or approved equal. 3) Provide tap and connecting piping to install the pressure gauge. Connection shall comprise of brass or bronze nipples, fittings, brass or bronze gauge cock, and pulsation dampener. Install and protect the gauge until final acceptance by the City. 4) Connect to upper site gauge connection inside gauge enclosure. o. Gauge Enclosure 1) Provide site gauge and instrumentation enclosure, complete with gasketed door and lockable hasp. Fabricate enclosure and door with 1/4" plate steel and seal weld to head of vessel. 2) Provide duplex electrical receptacle inside of enclosure. p. Strip Heater. 1) Provide 120 v. strip heater with thermostat to prevent freezing of site gauge. 2) Install inside gauge enclosure. q. Exposed and above grade airlines must be insulated with flexible, elastomeric thermal insulation and heat traced. Insulation must have a vapor barrier jacket, sealed with an adhesive self-sealing lap feature or be a continuous system with no split. Provide AP Armaflex Pipe Insulation or approved equal. r. Provide two NEMA grounding connections on tank with two holes each. G. Coatings 1. The tank must be prepared, blasted, cleaned, primed, and finish coated on the outside and inside by the Tank Manufacturer. 2. General coating application, testing, etc. must be in accordance with Section 09 96 00.01 "High -Performance Coatings." CITY OF FORT WORTH Fort Worth FMWTP 1 HSP-H-20 and Hydro Tank City Project Number: 100277 43 42 43 - 17 HYDROPNEUMATIC TANK SYSTEMS Page 17 of 21 3. All surface preparation and protective coating applications must be completed at the manufacturer's factory or shop. 4. Surface preparation and coating applications must be inspected at the factory by an NACE certified technician employed by the Tank Manufacturer. 5. Tank manufacturer must provide Contractor with touch up paint for the exterior coating system of the tank, in new, unopened container with all required thinners and manufacturer's data for repairing the coating in the field. 6. Coating Schedules a. IW-01 Tank Interior Wet Coating System 1) Surface Preparation: NACE No. 2/SSPC-SP 10 — Near -White Metal Blast Cleaning. 2) Application Method(s): Spray. All weld seams, gaps, edges, bolts and difficult areas to coat shall receive a stripe coat. 3) NSF 61 certified system (including all thinners and additives) to be one of the following and of the same manufacturer of all other coating products used on this project: a) Sherwin-Williams Coat Product DFT (mils) Color Prime Coat: Macropoxy 646 3 - 6 mils Mill White PW Stripe Coat: Macropoxy 646 2 — 3 mils Contrasting PW Color Intermediate Coat: Macropoxy 646 4 — 6 mils Light Blue PW Finish Coat: Macropoxy 646 5 - 6 mils Mill White PW Minimum and Maximum DFT for System 12 —18 mils b) Carboline Coat Product DFTIrnlilsj Color Prime Coat: Carboguard 61 3 - 6 mils Mill White Stripe Coat: I Carboguard 61 I 2 — 3 mils Contrasting Color CITY OF FORT WORTH Fort Worth EMWTP I HSP N-20 and Nydro Tank City Project Number. 100277 43 42 43 - 18 HYDROPNEUMATIC TANK SYSTEMS Page 18 of 21 Intermediate Coat: Carboguard 61 4 — 6 mils Light Blue Finish Coat: Carboguard 61 5 - 6 mils Mill White Minimum and Maximum DFT for System 12 —18 mils c) PPG Coat Prime Coat: Product OFT (mi:ls) 4 - 6 mils color ' Amerlock 2 Mill White Stripe Coat: Amerlock 2 2-3 mils Contrasting Color Intermediate Coat: Amerlock 2 4 — 6 mils Light Blue Finish Coat: Amerlock 2 4 - 6 mils Mill White Minimum and Maximum DFT for System 12 — 18 mils b. EN - 02 Tank Exterior System 1) Finish coat shall be high gloss. 2) Surface Preparation: NACE No. 3/SSPC-SP 6—Commercial Blast Cleaning. 3) Application Method(s): Spray or Roller as recommended by the paint manufacturer. Brush shall only be used for touch up and stripe coating. 4) Organic zinc -rich primer must be minimum 80% zinc by weight. c. Three -coat system to be one of the following and of the same Manufacturer of all other coating products used on this project: 1) Sherwin-Williams Coat Product DFT (mils) Color Prime Coat: Corothane 1 Galvapac 3-4 mils Gray Stripe Coat: Macropoxy 646 2-3 mils Contrasting Color Intermediate Coat: Macropoxy 646 4 — 6 mils Beige Finish Coat: Polysiloxane XLE- 80 3 — 7 mils Tan or Blue Minimum and Maximum DFT for System 10-17 mils CITY OF FORT WORTH Fart Worth EMWTP 1 HSP-H-20 and Hydro Tank City Project Number: 100277 434243-19 HYDROPNEUMATIC TANK SYSTEMS Page 19 of 21 2) Carboline Coat Product OFT (MIts) Color Prime Coat: Carbozinc 859 3 — 5 mils Gray Stripe Coat: Carboguard 60 2 - 3 mils Contrasting Color Intermediate Coat: Carboguard 60 3 —5 mils Beige Finish Coat: Carboxane 2000 3 — 7 mils Tan or Blue Minimum and Maximum DFT for System 9 —17 mils 3) P t Piiodurt DFT (mils) Color Prime Coat: Amercoat 68HS 4 — 5 mils Gray Stripe Coat: Amerlock HS 2 - 3 mils Contrasting Color Intermediate Coat: Amerlock HS 4 — 6 mils Beige Finish Coat: PSX 700 Polysiloxane 4— 7 mils Tan or Blue Minimum and Maximum DFT for System 12 —18 mils 7. Aboveground connection piping between NS IV and the hydropneumatic tank shall be painted with the same schedule as EN-02. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS A. Control System's Manufacturer's Representative must be present at site for the following services, as a minimum, travel time excluded: 1. Two 8-hour days for installation assistance and inspection. 2. One 8-hour day for functional and performance testing and completion of Manufacturer's Certificate of Proper Installation and site training. CITY OF FORT WORTH Fort Worth FMWTP 1 14SP-H-20 and Hydro Tank City Project Number: 100277 434243-20 HYDROPNEUMATIC TANK SYSTEMS Page 20 of 21 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General Installation 1. The supplier must provide all components and assembly instructions to the Contractor for installation. 2. The Contractor in the presence of the Engineer and a representative of the supplier must perform testing. 3. System supplier must provide start up support to test and instruct project personnel. 4. The Contractor must coordinate and provide documentation for inspection of the ASME pressure vessels (hydropneumatic tank and compressed air receiver) prior to Substantial Completion. 5. Touch-up coatings at all scratched, abraded or damaged surfaces per the coating manufacturer's written recommendations. B. Piping Installation 1. Ream pipe and air tubing ends and remove all burrs. Remove scale and dirt inside and outside, before assembly. 2. Piping must be installed parallel to lines of buildings and structures. Where piping can be installed at common elevations, group pipe together and suspend on common size hangers. 3. Install piping to allow for expansion and contraction without stressing the pipe, joints or connected equipment. 4. Provide non-conductive dielectric connections wherever jointing dissimilar metals. Provide a non-metallic separation between dissimilar metals when copper piping is installed in direct contact with steel. 5. Bending of pipe is not permitted, use ells for change of direction. 6. Temporarily plug or cap open pipes at the end of each workday. 7. Provide hangers and supports for piping, not exceeding 5' spacing. 8. Copper piping 1" and less must have soldered joints. Flux must be nonacid type. 9. Copper piping 1" to 2" must have brazed joints in accordance with ASTM B88. CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydra Tank City Project Number. 100277 434243-21 HYDROPNEUMATIC TANK SYSTEMS Page 21 of 21 10. Provide isolation gasket kits at inlet/outlet flanges. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Upon completion of the installation of the equipment, an acceptance test will be conducted to verify the satisfactory operation of the equipment. This test must be conducted in a manner approved by, and in the presence of, the Engineer. The equipment will be checked for leakage, general operation, etc. The equipment must perform in a manner acceptable to the Engineer before final acceptance will be made by the Owner. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Fort Worth FMWTP 1 HSP-H-20 and Hydro Tank City Project Number: 100277 43 42 56.02 - 1 VERTICAL TURBINE PUMPING UNITS Page 1 of 24 43 42 56.02 VERTICAL TURBINE PUMPING UNITS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to design, manufacture, fabricate, test, and deliver a total of one vertical line shaft pumping unit to be used in the Owner's High Service Pump Station (HSPS). The unit shall be designated as unit HSP-H-20. The pumping units shall be installed by the Installation Contractor. B. The pumping unit shall include, but not necessarily be limited to, bowl and impeller assembly, line shaft, shaft bearings, column, above floor discharge, motor stand, motor, sole plate, anchor bolts, suction screen, and lower floor column brace. Accessories shall be furnished as required for a complete functioning pumping unit in accordance with the specified performance and installation conditions. 1.02 ACCEPTABLE MANUFACTURERS A. Pumps: 1. Flowserve. 2. Johnston. 3. Peerless. 4. Floway. 5. Fairbanks Morse. B. Motors: 1, TECO-Westinghouse, 2. ABB/Baldor. 3. Siemens. 4. General Electric. 1.03 QUALITY ASSURANCE A. Experience Requirements: Pumps and motors shall be the product of manufacturers who have had at least 10 years of successful experience in the design, manufacture and application of pumping units of the type, size, and performance capabilities as specified. B. Factory Inspection and Tests: 1. General: a. Equipment furnished under these specifications shall be subject to inspection during manufacture by a representative of the Owner who shall be afforded proper facilities for determining compliance with the Specifications. CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank City Project Number: 100277 434256.02-2 VERTICALTURBINE PUMPING UNITS Page 2 of 24 b. The Manufacturer shall notify the Owner sufficiently in advance of the dates that tests will be made, so that the Owner can make arrangements for his representative to be present. The Owner will pay for the cost of the representative's travel, lodging, meals and expenses for the tests, for a maximum of two trips for the pump tests and two trips for the motor tests. If a test must be re -run due to failure in meeting the specified requirements, then the witness expenses for the re -test shall be borne by the Manufacturer or Supplier. All witnessed testing shall be conducted in North America. If tests are outside North America, the Supplier shall pay for airfare for two representatives of the Owner. c. The pump shall be tested with the previously tested "job motor" at all speeds. Factory testing with the job specific variable frequency drive is not required. Factory testing may be performed with a variable frequency drive that is a permanent part of the witness test facility. 2. Pumps: The pump shall be factory tested and certified copies of test data and test curve shall be furnished to the Engineer. The efficiency, capacity, and horsepower requirements for field conditions shall be determined for not less than 10 points throughout the specified head range from shut-off to maximum specified operating capacity. Test procedures, interpretation and conversion of data, shall conform to the latest requirements of the Test Code of the Hydraulic Institute standards, except as modified herein. b. During the factory performance tests, the Manufacturer shall make continuous measurements and record the maximum down -thrust and maximum up -thrust, for all conditions of its operation. Pumping unit shall be capable of withstanding all upthrust and downthrust conditions at any pump setting and/or pump operating condition, including momentary loads from start-up or shut -down. c. The pump shall be tested using a e^rtifie'tes the certified job motor at maximum rated speed and with the complete pump bowl assembly, less the suction screen. The pump test results shall indicate that the performance of the pump from run -out head to shut-off head is similar to the pump curve submitted with the bid proposal. If the test results indicate that the pump performs substantially different from that indicated in the bid submittal, the Owner, at his option, may accept the unit at a reduced price, or may refuse to accept the unit. e. Test results shall show no minus tolerance or margin with respect to capacity, total head or guaranteed efficiency at the specified conditions. Pumps shall have a continuous down slope in the head -capacity curve. f. The pump shall be within the following plus tolerance: 1). At rated head: Plus 10 percent of rated capacity. 2). At rated capacity: Plus 5 percent of rated head. CITY OF FORT WORTH Fort Worth EMWTP 9 HSP-H-20 and Hydro Tank City Project Number: 100277 434256M-3 VERTICAL TURBINE PUMPING UNITS Page 3 of 24 g. The Pump Manufacturer Resident Engineer will be responsible for witnessing the pump testing and seal certified test data. h. Following completion of factory tests, the Supplier shall furnish to the Engineer for review and approval four certified copies of all test data and test curves for each pump. Test curves shall also show calculated curves for expected performance at 90, 80, 70 and 60 percent of rated speed for HSP- H-20. The Engineer shall promptly review test data and, upon determining that the pump meets contract requirements, authorization will be given for shipment. Shipment shall not be made without written approval of test data by the Engineer. The Owner will visit the manufacturing site at the time of witness tests or prior to shipping for the purpose of inspecting and verifying the concentricity of the pump column sections as to the accurate machining of the shaft bearings and register fits of the column flanges. The Manufacturer shall make available to the Owner, the pump parts to be inspected, and such tools and facilities required to verify the alignment accuracies. It is not the intent to inspect all column sections, but at least three column sections for each pump, that are randomly selected by the Owner to verify concentricity and parallelism. The Manufacturer or his representative shall make metallurgical analysis from coupons cast on the piece of each pour of metal going into the castings and shafting, and shall provide certified reports to the Owner, showing that the specified alloys are being furnished. The Manufacturer shall perform a hydrostatic pressure test on the bowl assembly at 1.5 times the shut-off head for a minimum of 5 minutes. Where applicable provide Certified Test Reports indicating the castings comply with NACE MR-01-75. 3. 460-Volt Motors: a. All 460-volt motors shall receive a short commercial test in accordance with NEMA MG-1 and IEEE 112, latest edition. b. In addition, the motors shall receive a complete test in accordance with IEEE 112, and certified copies of the test data recorded on appropriate forms of IEEE 112, together with a certified statement of compliance with minimum specified power factor and efficiencies shall be furnished to the Engineer. The recorded data on the forms shall be in sufficient clarity and detail to permit third -party longhand validation and verification of any computer generated results. c. Tests to be performed on the motor shall include, but not be limited to the following: 1). Reference Resistance per IEEE Std. 112, latest version. 2). Reference Ambient of 25 degrees centigrade. 3). Efficiency using an equivalent circuit per Method F. CITY OF FORT WORTH Fort Worth 1=MWTP 9 HSP-H-20 and Hydro Tank City Project Number., 100277 43 42 56.02 - 4 VLRTICALTURBIN£ PUMPING UNITS Page 4 of 24 4). Bearing Loss Stabilization. 5). Locked Rotor Test (two line method). 6). Slip. 7). Core Losses and Friction and Windage Losses. 8). Power Factor. 9). Load test at rated temperature rise (Stable to 1 degree within 30 minutes). 10).Speed-Torque and Speed Current Curves. 11).StatorTemperature Rise Measurements by embedded detector at rated load per IEEE Std. 112, latest version. 12).Winding Resistance Measurements. 13).Bearing Insulation Tests. 14).Noise Measurements per IEEE Std. 85, latest version (four positions). 15).Vibration Measurements. d. Substitutions for or waivers of the tests and methods listed above will not be permitted. e. The Engineer and Owner will witness the test of the motor. Following completion of factory tests, the Supplier shall furnish to the Engineer for review and approval four certified copies of all test data and test curves for the motor. The Engineer shall promptly review test data and, upon determining that the motor meets contract requirements, authorization will be given for shipment. Shipment shall not be made without written approval of test data by the Engineer, except at the risk of the Supplier. C. Assembly: It is anticipated that pump and motor may be shipped from separate points for assembly at the Site. The pump shall be disassembled for shipment. The Pump Manufacturer shall be responsible for coordination with the Motor Manufacturer to ensure that no undue difficulty in assembly will be occasioned when units are received at the Site. If the motor does not match properly, the defect shall be corrected to the satisfaction of the Owner. Any delays beyond the scheduled delivery time which are caused by these defects shall be subject to liquidated damages as provided for late delivery. D. Marking: Pump and motor shall each have a standard manufacturer's nameplate securely affixed with tapping screws in a conspicuous place, showing the ratings, speed, rotation direction, serial number, model number, manufacturer, and other pertinent data. Pump Column sections and shafts shall be marked to indicate the installation sequence. CITY OF FORT WORTH Fort Worth EMWTP 9 HSP-H-20 and Hydro Tank City Project Number 100277 43 42 56.02 - 5 VERTICALTURBINE PUMPING UNITS Page 5 of 24 P. Service of Manufacturer's Representatives: 1. Pump Manufacturer's Representative: The Pump Manufacturer shall furnish the services of a competent factory technician, who shall have had a minimum of 5 years' experience in the installation, adjustment, and operation of the equipment which is being furnished under this Contract. This service is for the purpose of insuring proper installation and adjustment of the equipment; instructing operating personnel in proper operation, maintenance, and care of the equipment; for making operation tests of equipment and making recommendations for obtaining the most efficient use thereof. b. The service representative shall be at the Site at any time the Contractor is assembling, setting, aligning, connecting or adjusting and testing the pump and motor assembly. He shall direct and assist the Contractor in the installation and certify in writing to the Owner that it has been properly installed and operates satisfactorily during acceptance tests. c. The minimum time required to be on -site for 8 hours, not including travel time, is as follows: Service I Min. Time Pump and Motor Installation 4 days (2 trips minimum) Pump Start -Up and Testing 4 days (2 trips minimum) Troubleshooting 4 days (3 trips minimum) Personnel Training 2 day (1 trip minimum) 2. Motor Manufacturer's Representative: The Motor Manufacturer shall furnish the services of a competent factory technician, who shall have had a minimum of 5 years' experience in the installation, adjustment, and operation of the equipment which is being furnished under this Contract. This service is to ensure proper installation and adjustment of the motor, instruct personnel in proper operation, maintenance, and care of the equipment, for making operation tests of equipment, and recommendations for obtaining the most efficient use thereof. b. The service representative shall arrive at the Site after the motor installation but prior to testing and start-up. He shall verify the proper installation, alignment, wiring, lubrication, and connection of all appurtenances prior to start-up. He shall be present during testing and start-up and shall certify to the Owner in writing that the motor have been properly installed and operate satisfactorily. c. The minimum time required to be on -site for 8 hours, not including travel time, is as follows: Service Min. Time Check Motor Installation 4 days (5 trips minimum) CITY OF FORT WORTH Fort Worth 1=MWTP 1 HSP-H-20 and Hydro Tank City Project Number.- 100277 43 42 56.02 - 6 VERTICAL TURBINE PUMPING UNITS Page 6 of 24 Service Min. Time Pump Start -Up and Testing 4 days (3 trips minimum) Troubleshooting 4 days (3 trips minimum) Personnel Training 2 day (1 trip minimum) F. Lateral and Critical Speed Analysis: 1. The speed of the pump will be varied by a VFD controller and will operate for extended periods of time at speeds from 60 to 100 percent of the rated synchronous motor speed. 2. The Supplier shall perform both a lateral and critical speed analysis of the complete pump and motor assembly to verify that there shall be no resonant vibration of the unit at any operating speed from full synchronous motor speed to 60 percent of synchronous speed. A review shall be made with respect to the pump shaft diameter and column thickness in order to ensure sufficient pump rigidity in terms of good engineering practice. In addition, a Reed Frequency review of the pump and motor assembly shall be conducted on the pump and motor to verify its structural integrity. The Supplier shall advise the Owner of the calculated resonant frequency of the pumping unit and shall verify its accuracy when the unit is installed at the Site. If a resonant frequency problem exists for the installed unit, the Supplier shall be responsible for correcting the problem. 3. The Pump Manufacturer shall perform a Forces and Moments analysis of the pump discharge head for the piping arrangement shown on the Drawings to be assured that the discharge is designed to properly withstand the forces and moments associated with a full speed closed valve startup, shutdown, and normal operation for this application. The discharge head shall be designed to accommodate maximum thrust conditions, with a non -restrained discharge pipe and header. Certified calculations shall be submitted to the Owner. 1.04 SUBMITTALS A. Submittals shall be in accordance with this Section, the General Requirements, Section 0133 00 "Submittal Procedures" and shall include: 1. Shop Drawings: a. Drawings shall show complete physical description and performance capabilities of the pumping equipment, including, but not necessarily limited to dimensions, weights, materials, assemblies, sectional views, performance curves, power requirements and ratings, rated voltage and amperage, color charts and wiring diagrams as may be applicable. Submit machine drawings with dimensional tolerances for connecting parts for use to aid in future repairs and making field connections. Provide results of lateral and critical speed analysis. Provide analysis of the backspin speed analysis during power failure, and confirmation from the Motor Supplier that the motor is suitable for the maximum backspin speed. CITY OF FORT WORTH Fort Worth EMWTP i MSP-14-20 and 14ydro Tank City Project Number: 100277 434256.02-7 VERTICALTURBINE PUMPING UNITS Page 7 of 24 c. Submit drawings as a complete package of all equipment furnished. Partial drawings will not be reviewed. d. Submit lab set-up sketches, test procedures, testing equipment, test equipment calibration certification, and sample calculations. 2. Operation and Maintenance Data: Manuals shall be prepared by the equipment Manufacturer per Section 0178 23 "Operations and Maintenance Data" and shall incorporate storage and installation instructions and operation and maintenance procedures, appropriate final certified Shop Drawings, performance curves, and test data. Manuals may be Manufacturer's standard instructions, but shall be supplemented as necessary to cover any special feature not included in standard material. Submit preliminary manuals for review prior to delivery of the equipment. 3. Bid Submittal: In order to evaluate the bids, submit the following information. General: Furnish a complete description of all equipment offered under these specifications, including catalogs, cuts and pertinent engineering data. Where the Bidder's product differs from the specified requirements and/or catalog description, each point of difference shall be clearly stated. This requirement is set forth to facilitate the review of bids and not to be construed by the Bidder as waiving any of the requirements of the Specifications. b. Characteristic Curves: Characteristic curves for the pump offered shall be submitted with the bid. Curves shall show the capacity, head, efficiency, required NPSH, and brake horsepower throughout the operating range of the pump from shut-off to maximum specified operating capacity. Separate curves showing the above data shall be submitted for 60, 70, 80, 90 and 100 percent speed for the pump. Characteristic curves shall have the capacity plotted as abscissa and the operating head, brake horsepower, efficiency and required NPSH plotted as ordinates. c. Outline Drawings: Submit outline drawings of the pump, motor and appurtenances, showing layout dimensions of the proposed equipment. d. Data Sheet: Submit information requested on the Data Sheets included with the bid proposal forms. Provide a list of at least three similar units in service supplied in the last 5 years and a name and telephone number for a reference for each of these installations. 4. Certified Test Reports: Submit Certified Test Reports for factory performance tests and metallurgical tests. Provide written certification that column pipe and discharge head were stress relieved prior to machining. Equipment Installation Report: Submit Equipment Installation Reports from the Motor Manufacturer and Pump Manufacturer. CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank City Project Number. 100277 434256.02-8 VERTICALTURBINE PUMPING UNITS Page 8 of 24 1.05 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. American Water Works Association (AWWA) Standards: a. AWWA C210 - Liquid Epoxy Coating Systems. b. AWWA E101- Vertical Turbine Pumps - Line Shaft Type. 2. American National Standards Institute (ANSI). 3. American Standards for Testing and Materials (ASTM). 4. National Electrical Manufacturers Association (NEMA). 5. Test Code of the Hydraulic Institute Standards (HIS). 6. Institute of Electrical and Electronic Engineers (IEEE). 1.06 DELIVERY AND STORAGE A. The Supplier shall be responsible for delivery of the pump, driver, and accessories, f.o.b. to the Site or to such storage site as may be designated by the Owner or Contractor, in good condition and undamaged. B. Unloading and storage of the equipment shall be the responsibility of the Contractor who shall inspect the equipment for apparent damage. Equipment which is found to be damaged will not be accepted until properly repaired or replaced by the Supplier. C. The pump, motor, and accessories shall be stored indoors, and the motor space heaters shall be energized. D. Furnish pump barrels and anchor bolts as necessary to meet the Installation Contractor's schedule. 1.07 PERFORMANCE REQUIREMENTS AND SETTING A. General: Liquid to be pumped is potable water coming from the clearwell #3 from the Eagle Mountain Treatment Plant. The pump will pump from the HSPS into pipeline Northside IV. The pumps will discharge above the operating floor with the motor stand and sole plate supported below by the equipment pad. Pumps will be started and stopped against a closed pump control valve which will open and close very slowly to minimize transient pressure surges in the discharge pipeline, and the pump bowls, column and discharge shall be designed for these pressures. Control valve may be closed for up to 3 minutes with only minimal flow passing through the pump. 3. At the High Service Pump Station, HSP-H-20 will be started with a variable frequency drive which will ramp from 0 percent speed to 60 percent speed in 6 seconds, or less, thus filling the pump column with water. The pump column CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank City Project Number.- 100277 434256.02-9 VERTICAL TURBINE PUMPING UNITS Page 9 of 24 shall have a flanged outlet for an air valve assembly which will release air at pump start-up and allow air into the pump column when the pump stops. 4. In the event of power or pump failure, water from the system will flow in reverse through the pumps while the pump control valve is slowly closing. The pump and motor shall be designed so that no damage will occur from turning at speeds of 140 percent of rated speed or at speeds which will be generated by the operating head in the pipe discharge system, whichever is greater. The maximum operating head generated at the High Service Pump Station will be 150 psi. 5. The design of the pumping units shall be compatible with the mode of operation as set forth in Section 26 29 33.11 "Variable Frequency Drives." 6. The system curves (Figures 1 and 2) included in the Appendix show the system heads at the design conditions at which the pumps will operate, and the pumps will operate alone or in parallel with other pumps at the range of speeds specified. 7. The pumping heads tabulated below are total dynamic heads (TDH) under field conditions and are exclusive of all pump losses from suction bell to pump discharge. It is desired that the pump have its highest efficiency near the rated points, and this efficiency, as well as the pump's efficiency at its minimum and maximum operating heads, will be used in evaluating the pumps. B. High Service Pump Station: Pump Selection: Listed below are the performance requirements for the HSPS. The pump shall operate in parallel with the existing pumps to pump 6 mgd at 275 feet of head (Rated Condition). The pump must also meet the minimum flow requirements (Duty Condition) when operating by themselves. For the pump, the efficiencies at the two rated heads will be averaged for the bid evaluation. 2. Pumping Conditions: The tabulations below show the required flows and various head conditions at which the pumps must operate and the pump setting requirements for HSP-H-20. Purnping Conditions at FuJI Speed I HSP.H-20 Alone Rated Condition = 2,100 gpm @ 275 ft. of head Duty Condition = 2,700 gpm @ 175 ft. of head Maximum Shutoff Head, ft. 458 Maximum Operating Head, ft. 275 Minimum Operating Head, ft. 175 Minimum Operating Speed 60% of Max. Maximum RPM 1800 Maximum Horsepower 250 Maximum Specific Speed 1400 CITY OF FORT WORTH Fort Worth EMWTP 9 HSP-H-20 and Hydro Tank City Project Number. 100277 434256.02-10 VERTICAL TURBINE PUMPING UNITS Page 10 of 24 Pumping Condltlons at Full Speed HSP-H-20 ►lone N PSHa 42.2 3. Pump Settings: Purnp Setting Pump HSP-H-20 Elev. Operating Floor* 809.00 Elev. Centerline intake Pipe* 786.00 Column Pipe Diameter 12" Pump Discharge Diameter 12" Elev. of Discharge Centerline* 812.00 Elev. Bottom of Suction Bell* 781,75 Elev. Minimum Water Level* 791.5 Minimum Submergence of Suction Bell available 10.5 Sole Plate Size 4.5' Square Floor Opening* 19" Square *To be confirmed by Contractor prior to shop drawing submittals 1.08 1.08 EQUIPMENT WARRANTY A. Supplier shall warrant the equipment furnished under this Section for a period of 2 years against defects in materials and workmanship and operational failure. B, In the event of failure of any part or parts of the equipment during the first 2 years of service, provided that the equipment has been operated and maintained in accordance with good practice, the Supplier shall furnish, deliver and install a replacement for the defective part or parts at his own expense. C. The first 2 years of service shall be interpreted as the 24-month period following the installation, adjusting and acceptance testing, and the start of actual operation of the equipment, or 30 months after delivery, whichever occurs first. 1.09 BID EVALUATION A. General: The Bidder shall fill in the blank(s) in the data sheets at the end of the bid proposal indicating his guaranteed wire -to -water efficiency of the pumping units at the specified operating heads, and the guaranteed overall efficiencies of the variable frequency drives. The guaranteed overall efficiency of the VFD shall be rated as specified in Section 26 29 33.11 "Variable Frequency Drives." B. Pumping Unit: 1. In comparing bids, the Owner will take into consideration the guaranteed 2 efficiencies of the pumps at the specified rated head and flow conditions as stated in the bid proposal. For the purposes of evaluation, the overall CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank City Project Number., 100277 43 42 5G.02 - 11 VERTICALTURBINE PUMPING UNITS Page 11 of 24 efficiency of the pumping unit shall be the average of the efficiency at the first rated condition and the efficiency at the second rated condition. The value of 1 percent in overall wire to water efficiency for each pump at the pump 2 station shall be worth $5,000. Due consideration will also be given to pump performance at other operating conditions in evaluating the pumping units, in order to select the pumping unit best suited to the operation of the system, in the opinion of the Owner. 2. The Owner will also evaluate the NPSH required for the pumps at the various specified pumping conditions, and the fact that the required NPSH is just barely below the available NPSH, may be justification to reject the offering. 0 3. In the event that the Factory Tests show that the actual efficiency of a pumping unit is less than that guaranteed, the Owner, at his option, may accept the unit at a reduced price, or may refuse to accept the unit as a consequence of breach of contract on the part of the Supplier. If accepted, the reduction in price shall be computed on the basis of the evaluation set forth for comparing bids. C. Pumping Units: 1. The following hypothetical example is shown to explain the bid evaluation factors: Description Bidder Bidder Bidder No. I No. 2 No. 3 Stated Eff. @ Rated Condition 88% 86% 87% Pump HSP-H-20 $0 10,000 $5,000 Calculated Penalty TOTAL PENALTY $0 $10,0DO $5,000 STATED BID PRICE $1,033,500 $1,100,000 $1,030,000 EVALUATED BiD PR1;CE I 51,033,5U0 $1,110,001) $1,035,000 The following hypothetical example is shown to explain the contract adjustments for failure to meet guaranteed efficiencies of the pumping units and variable frequency drives. Stated Rated Point Average (Pen��lty J Description Efficiency On Test Difference Credit Bid Form Efficiency'. Pump Tests (HSP-H- 88% 87% -1% -$5,000 TOTAL PENALTY 1-$5,000 1 3. Hence, the contract amount will be adjusted downward by $5,000. In no event will the amount be adjusted upwards, even if the test efficiencies are greater than the bid efficiencies. 4. The contract adjustment to be assessed in the event of failure to meet guaranteed efficiency and outline dimensions are not to be construed as a penalty, but as a reasonable contract adjustment due to the impracticality and CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank City Project Number.- 100277 43 42 56.02 - 12 VFRTICALTURRINF PUMPING UNITS Page 12 of 24 extreme difficulty in calculating actual damages. By submitting a bid proposal and executing the Contract Agreement, the Supplier agrees to such contract adjustment assessments. 2.00 PRODUCTS 2.01 PUMPS A. General: 1. Pumps shall be open line shaft type, multi -stage vertical turbine pump with enclosed impellers, and above floor discharge. 2. Pumps shall be designed, manufactured, inspected and tested in accordance with the applicable requirements of AWWA E101, the Hydraulic Institute Standards and special requirements of this Section. 3. The down -thrust load imposed on the impellers and line shaft will be carried by the upper thrust bearing of the motor, which shall be designed for the maximum load imposed. The impellers may be thrust balanced at the option of the Manufacturer to ensure the adequacy of the motor bearings to carry the load. a. If an up -thrust load occurs at any specified pumping condition, including pump start-up, the pumping unit shall be designed to withstand the worst case load without any damage to the unit. The Supplier shall make such measurements during the acceptance tests to determine that no damaging up -thrust condition exists, and shall be responsible for correcting such problems that may occur. 4. Pump HSP-H-20 at the HSPS shall have water lubricated shaft bearings with an open line shaft. 5. Pumps shall be designed, manufactured, and installed to have less than the 2 "Acceptable Field Vibration Limits" as defined by the latest edition of the Hydraulic Institute. B. Bowl Assembly: 1. Bowls: a. The suction bell and pump bowls shall be of cast iron, ASTM A48, Class 30, cast ductile iron, ASTM A536, or cast steel, free of blow holes, sand holes, or other detrimental defects, with smooth water passages. b. Coat interior of pump casings with a ceramic epoxy or fusion bonded epoxy coating to enhance pump efficiency. Prepare surface to SSPC-10 minimum, or as recommended by the coating manufacturer. Prime and finish coat shall be 10 mils DFT Belzona 1341 efficiency enhancement coating system for potable water or 10 mils DFT 3M Scotchkote 134. 2, Bearings: The lower bowl shall Have a suitable suction bell and a sealed permanently grease lubricated lower bearing. Bowl assembly shall have a shaft CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank City Project Number 100277 43 42 56.02 -13 VERTICAL TURBINE PUMPING UNITS Page 13 of 24 bearing above and below each impeller. Bearings shall be bronze, ASTM B271, alloy C89835. 3. Wear Rings: a. Bowls for enclosed impellers shall be fitted with renewable wear rings at the running joints between the impeller and bowl. Rings shall be securely attached or doweled to prevent rotation in their seats. b. Wear ring material shall be Type 304L stainless steel and compatible with the stainless steel impeller material and shall be an alloy with a Brinell hardness of 100 points greater than the impeller wear rings. 4. Intake Screen (HSP-H-20): Provide an vortex suppression intake screen for the pump, bolted to the pump suction bell, designed especially to minimize submerged vortices. Screen shall have solid top and bottom and baffling to promote uniform, smooth flow. Screen material shall be Type 316L stainless steel and screen mesh shall be 3/16-inch wire with 3/4-inch openings. All fasteners shall be stainless steel. The Pump Supplier shall be responsible to design baffling to prevent pre -rotation, submerged vortices, or other undesirable flow conditions for all pumping conditions as specified herein. b. Size the vortex suppression intake screen to fit within the existing pump slot opening. C. Rotating Assembly: Impeller Shaft: The impeller shaft shall be stainless steel, ASTM A479 Type 410, Condition 1. Keyways in the shaft shall be provided with Type 304 stainless steel keys which shall properly space the impellers on the shaft and transfer thrust and torsion loads from impeller to shaft. Assemble using anti -seize compound on fasteners as necessary to prevent galling. 2. Impellers: Impellers shall be of strong dense castings free of structural defects with uniform thickness of vanes and shrouds. They shall have smooth water passages for high efficiency and shall be statically and dynamically balanced. b. Impellers shall be of cast stainless steel, ASTM A487, CA-6NM Class "B" containing 13 percent chrome and 4 percent nickel. 3. Wear Rings: Enclosed impellers shall be fitted with renewable wear rings at the running joints with the bowl. Rings shall be securely attached or doweled to prevent rotation in their seats. b. Wear ring material shall be Type 304L stainless steel and compatible with the stainless steel impeller material, and shall be an alloy with 100 points Brinell softer than the bowl wear rings. CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank City Project Number. 100277 434256.02-14 VERTICAL TURBINE PUMPING UNITS Page 14 of 24 D. Line Shaft and Bearings: Shaft: Line shaft and couplings shall be stainless steel, ASTM A479, Type 410 Condition 1, of size conforming to AWWA E101 and shall be furnished in interchangeable sections with lengths not greater than 10 feet. Shafts shall have butting faces, machined square to the axis of the shaft to ensure accurate alignment. The top line shaft section shall have a hardened chrome surface where it passes through the shaft seal and bushing. Assemble using anti -seize compound on fasteners to prevent galling. 2. Couplings: Shaft couplings shall be designed with a safety factor of 1-1/2 times the shaft design strength. Couplings may be threaded for shafts less than 2-1/2 inches in diameter. Couplings for shafts 2-1/2 inches and larger shall be keyed, lock type couplings to prevent loosening from reverse torque of the shaft. All parts shall be stainless steel, and threaded parts shall be assembled using an anti -seize compound. 3. Bearings: Open line shaft bearings shall be of the marine type -bronze backed fluted rubber, Neoprene 65 shore. The rubber shall be of "low swell" material to prevent the rubber from seizing the line shaft and preventing rotation by hand. E. Pump Column: 1. For Pump HSP-H-20, the minimum column pipe outside diameter shall be 12 inches and minimum column pipe wall thickness of 9�80.375 inch. The pipe shall be furnished in interchangeable sections of not more than 10-foot lengths. Two sections of column and shaft just below the pump discharge shall be interchangeable 5-foot lengths. Column pipe shall be connected with flanged type connections using stainless steel bolts and nuts, and anti -seize compound. Use anti -seize on column flange faces. Column pipe shall be stress relieved with heat prior to machining of flanges and shaft retainers. The ends of each flanged section shall be faced parallel and machined accurately with a register fit, to ensure proper alignment when assembled. All flange registers shall be identical so that any section of column and shaft can be installed in any location in the column. Column pipe material shall conform to ASTM A53 or ASTM A120. Provide two lifting lugs and support brackets on all column sections and bowl assemblies. F. Discharge Head Assembly: 1. The horizontal discharge shall be located above the pump base and shall terminate with a flange end, as shown in the Appendix. Discharge piping to the Northside IV pipeline has already been installed. 2. Pump shall be mounted to existing equipment pad on site. Provide stainless steel flange bolts and o-ring gasket to form a water -tight seal for suction barrel mounting. CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank City Project Number.• 100277 434256.02-15 VERTICAL TURBINE PUMPING UNITS Page 15 of 24 3. Furnish stainless steel anchor bolts for the pump sole plate and the pump brace at the lower pump floor. Jack bolt and nuts for pump brace shall be stainless steel. G. Shaft Seal: General: The motor stand shall be provided with a renewable bronze bushing, ASTM 13271, Alloy C87600, and a shaft packing box with split stainless steel 316L packing gland and stainless steel gland bolts. Provide Rains -Flow (GFM) (Granulated, Flowable Metallic) packing material. H. Motor Stand: A motor stand shall be provided above the pump base to support the motor and it may be an integral part of the pump base or a separate stand bolted to the pump base. Motor stand shall be provided with openings with hinged stainless steel guard screens on opposite sides, to permit access to the shaft seal, lubrication connections and shaft coupling. Top of stand shall be machined square with the pump axis and shall have a register fit with the motor base. Provide stainless steel bolts for bolting motor to motor stand. Provide connections for the motor bearings cooling systems (if required). Provide pressure regulating or flow control valves. Field piping will be furnished and installed by others. Motor Coupling: Motor -to -pump coupling for solid shaft motors shall be three- piece rigid adjustable couplings for adjusting the impeller setting. Furnish all coupling bolts, nuts, washers and keys. J. Pump Painting: Grit blast to SSPC-SP-10 near white the outside of bowl assembly, inside and outside of the pump column, and inside and outside of discharge head/motor stand prior to coating. Inside of column pipe and discharge, and outside of bowls and column which is submerged or obscured from view, shall be coated with liquid epoxy, AWWA C210, to give a minimum total dry film thickness of 15 mils. Inside of bowls shall be coated with Plasite or other approved coating. Other exposed surfaces shall be cleaned, primed, and painted with two coats of the Manufacturer's standard exterior machinery enamel. Color shall be selected and approved by the Owner. Furnish extra touch-up paint for Installation Contractor's use. K. Impeller Jacking Unit: The pumps shall be furnished with a hydraulic jacking unit for setting the bowl -impeller clearance. The jacking assembly shall consist of a minimum of two hydraulic ram jacks, a hydraulic hand pump, pressure gauge, hose and hose fittings. The pump and jacks shall be capable of lifting the weight of the shaft impeller assembly with the rams bearing against the hub of the pump shaft half -coupling and extension legs which bear on the pump base. The pressure gauge shall be such that, at three-quarters of full scale, it will indicate a pressure equal to the weight of the rotating elements divided by the total ram piston area, in pounds per square inch. CITY OF FORT WORTH Fort Worth EMWTP 7 HSP-H-20 and Hydro Tank City Project Number.- 100277 434256.02-16 VERTICALTURBINE PUMPING UNITS Page 16 of 24 2.02 460-VOLT MOTORS A. General: Motors shall be vertical, air cooled, solid shaft, copper wound stator, copper bar rotor construction, squirrel cage induction type. Motor shall be designed for use with VFD controllers. See one -line diagrams in the Drawings. a. Motors shall be of a Premium Efficiency Design and rated for inverter duty. The variable speed pump will be varied by VFD motor controllers and will be operated for extended periods of time at speeds from 60 to 100 percent of rated synchronous motor speed. The VFD and motor shall be completely compatible electrically. The VFD Supplier and the Motor Supplier shall together issue a guarantee of compatibility at the time of submittal. The VFD Supplier and Motor Supplier shall determine the insulation voltage rating required to accommodate common mode voltages and prevent insulation failure. 2. Horsepower nameplate rating of motor, at the 1.0 service factor, shall be equal to or greater than the total horsepower requirement of the pump when operating at any head between shutoff and minimum specified operating heads, including power requirements for bowl assembly, column and line shaft bearing loss, and motor thrust bearing loss from pump load. Motor shall have a service factor of 1.15. Motor shall be designed in accordance with applicable provisions of the latest NEMA Standard Publication for Motors and Generators, MG-1, Part 20, subject to modifications and additions as herein set forth. 3. The locked rotor torque and breakdown torque shall not be less than shown in NEMA MG-1 20.10. 4. The locked rotor KVA/HP shall not exceed NEMA code Letter G, 5.6 KVA/HP. 5. Motor shall have sound power level of no more than 85 dBA average at 1 meter (3.3 feet) distance when measured per IEEE Std. 85, "Test Procedure for Airborne Measurements on Rotating Electrical Machinery." 6. Rotor shall be balanced to within an amplitude, peak to peak, in accordance with the requirement of NEMA MG-1. 7. Motor shall be rated at 460 volts, 3 phase, 60 Hertz. 8. Motor efficiency shall not be less than 95 percent and power factor not less than 95 percent (minimum uncorrected value of 85 percent) when operating at maximum speed, full load and rated voltage and frequency. 9. Motors shall be capable of bringing the pumps up to speed with a closed control valve and 80 percent of rated voltage. 10. Motors shall be painted with two coats of the Manufacturer's standard exterior enamel. Color shall be selected and approved by the Owner. Furnish touch-up paint for Installation Contractor's use. B. Enclosure: Motor enclosure shall be Weather Protected NEMA Type I in accordance with NEMA MG-1. Cooling air discharge shall be directed upward through the CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydra Tank City Project Numbec 100277 43 42 56.02 - 17 VERTICAL TURBINE PUMPING UNITS Page 17 & 24 louvers. Air intake shall be at the back of the motor (opposite pump discharge). Provide adequate circulation for all operating speeds and loads. C. Insulation: Motor windings shall be full Class F insulated. The motor stator windings shall be form wound and receive an epoxy resin coating. All motors shall have an epoxy based, VPI insulation system including leads and connections to the windings. The stator shall receive two VPI treatments, each treatment consisting of a dip followed by an oven bake. The windings shall comply with the latest applicable provisions of NEMA MG-1, and end winding coils shall be braced to limit displacement to no more than 5.0 mils under any condition of starting or running. All end turn and motor winding terminations shall be crimped and soldered. Motors shall operate continuously at rated voltage and frequency (6 to 60 Hertz for VFD motors) at a 50 C ambient temperature, with a temperature rise not to exceed a class B rise, per NEMA MG-1 20.8, measured by embedded detector when operating at 100 percent of the nameplate rated horsepower. Insulation shall be capable of preventing failure as a result of common mode voltages. D. Motor shall be equipped with internally mounted shaft grounding ring. E. Bearings: Motor bearings shall be designed for the maximum load imposed by the pump and motor, and shall be selected for a 5-year minimum life and a 25-year average life as defined by the AFBMA. Bearings shall be insulated as necessary to prevent shaft -bearing -frame current. Insulating means shall also be provided for any oil -supply connections and monitoring equipment to prevent electrical bypassing of the bearing insulation. 2. Thrust bearing on top of motor shall be either the anti -friction type with oil reservoir and other necessary appurtenances or Kingsbury type with oil reservoir and other necessary appurtenances. Lower radial guide bearings shall be oil -lubricated, anti -friction or sleeve type bearing with oil reservoir. Thrust bearing shall be of the air cooled type or water cooled type (if required). For a water cooled system, internal cooling coils or external heat exchangers shall be provided for external circulated water cooling of top bearings. Piping connections for external water piping shall be standard NPS threads. Heat exchangers shall be capable of being replaced without disassembling the motor. The Motor Manufacturer shall provide design of the cooling system and shall provide pressure reducing or flow control valves as necessary. The Installation Contractor will be required to furnish and install field piping and isolation valves. F. Motor Terminal Box: Motor Terminal box shall be of adequate size to cable terminations for 1000-volt shielded cable. It shall be located opposite the pump discharge as shown on the Drawings. Bottom and front of box shall be removable. Motor terminal box shall receive motor cables from the bottom. Terminal box shall be adequately insulated to prevent excessive vibration. G. Accessories Conduit Boxes: Motor shall have accessory leads from space heater, vibration switches and thermal switches terminated in separate boxes. Leads from space heater and thermal switches shall be terminated on barrier type terminals CITY OF FORT WORTH Fat Worth FMWTP 1 HSP-H-20 and Hydro Tank City Project Number.- 100277 43 42 56.02 - 18 VERTICAL TURBINE PUMPING UNITS Page 18 of 24 with stainless steel screws. Leads from vibration switches shall be terminated on vibration switch terminals. Leads for winding thermal switches shall be brought to the same box. Leads shall be suitably marked and identified with heat shrink markers. Accessories boxes shall be located on same side of motor as motor terminal box. Accessories boxes shall have phenolic nameplates, black with white lettering, attached with stainless steel screws. The nameplates shall say "SPACE HEATER", "WINDING TEMP SWITCHES", "VIBRATION SWITCHES", etc. Accessories boxes shall be bottom or side entry. H. Grounding Means: Provide a grounding lug threaded into the motor frame within the motor terminal box and other motor conduit boxes. Lug shall be similar and equal to Burndy KC Servit. Appurtenances: All wires and electrical connections shall be copper. All wiring penetrating motor frame shall be protected against chaffing with a rubber grommet. Space Heaters: Motor shall be equipped with space heaters for operation on 115-volt, 1-phase 60-Hertz. They shall maintain the internal temperature above dew point when motor is not operating. Heaters shall not be located directly in access opening where they may pose a danger of burn or shock to servicemen. Space heater wiring shall be routed to prevent wire being between the frame and space heater. 2. Temperature Monitors: Motors shall be equipped with three temperature switches, one per phase, located at the hot spots of the stator. 3. Vibration Sensors: Two vibration sensors (transducers) shall be located on top of the pump motor X and Y axis and wired back to vibration. Two vibration sensors (transducers) shall be located at the bottom of the pump motor X and Y axis and wired back to vibration switches (one switch for each axis). All vibration switches shall be located in a junction box on the motor. All control wires shall be brought to the junction box. Junction box shall be termination point for vibration sensors' control cable. All vibration sensors shall be provided with an integral cable of sufficient length to be routed to the junction box located on the motor. Motor vibration sensors shall be factory mounted to the motor, and cable installed in conduit from the sensor to the junction box. Vibration switches shall be provided with isolated contacts for external alarm and shutdown purposes. Vibration switches (X and Y axis) shall have their normally open shutdown contacts wired in parallel to be used by Owner for common shutdown. If terminals on vibration switches are not large enough to terminate multiple conductors, then an external terminal strip shall be mounted in junction box for terminating field wiring. Terminals shall be rated 600 V. Vibration sensors (transducers) shall be PMC/Beta, Model 160A or approved equal. Vibration switches shall be PMC/Beta, Model 440S or equal. 4. All appurtenance boxes shall be laid out to avoid overlap and access limitations to the boxes. Appurtenance boxes shall be secured with stainless steel screws. CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank City Project !Number. 100277 43 42 5G.02 -19 VERTICAL TURBINE PUMPING UNITS Page 19 of 24 J. Documentation: Motor Manufacturer shall supply documentation for the motor as follows: 1. Complete dimensional data including the following: a. Dimensional outline drawings. b. Maintenance clearances. c. Locations and sizes of lubrication connections, vents, drains, etc. 2. Complete nameplate data. 3. Allowable time periods between starts. 4. Subtransient reactance. 5. Speed -torque curve at 100 percent and 80 percent of rated voltage. 6. Speed -current curve at 100 percent and 80 percent of rated voltage. 7. Acceleration time at 100 percent and 80 percent of rated voltage. 8. Thermal damage curve (IZt). 9. Locked rotor withstand time. 10. Rotor inertia. 11. Schematic and interconnection diagrams. 12. Bearing descriptions. 13. Motor weights. 14. Alarm and shutdown values for temperatures of the winding switches. 15. Alarm and shutdown valves (in./sec.) for vibration switches (X and Y axis). 16. Results of tests. 17. Measured locked rotor current and torque. 1.8. Instruction manual. 2.03 SPECIAL TOOLS A. Furnish with the equipment, one set of any special tools or devices required for the assembly, operation, and maintenance of all equipment furnished. 2.04 LUBRICANT A. Furnish with the equipment, oil of the recommended type and grade, in sufficient quantity for initial filling and for operation during acceptance tests and installation. Advise Owner of type and available sources of lubricants. In addition provide Owner with a sufficient quantity of lubricant for required service during the first 12 months after start-up. Pump lubrication oil shall be food grade. CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-14--20 and Hydra Tank City Project Number.• 100277 43 42 56.02 - 20 VERTICALTURBINE PUMPING UNITS Page 20 of 24 3.00 EXECUTION 3.01 GENERAL A. The Manufacturer's Representative has responsibilities in the installation and field testing of the equipment as described in this Section. Installation of equipment shall be performed by the Construction Contractor who shall be required to assemble the equipment, if required, and install it in accordance with Installation, Operation and Maintenance instructions which shall be furnished by the Supplier or Manufacturer, the installation drawings for this Project and applicable Installation Instructions of the Hydraulic Institute Standards. 1. The Contractor shall furnish all labor, tools, equipment and machinery necessary to receive, inspect, unload, store, protect, and install completely, in proper operating condition, the equipment. Contractor shall protect and store the motors indoors and as recommended by the Manufacturer, keeping bearings lubricated and the motor space heaters energized during storage and until they are put into service. 2. He shall also furnish such incidental items not supplied with the equipment, but which may or may not be described in the Drawings and Specifications, for complete installation, such as welding, drain lines, gaskets, flange bolts, connecting piping, wiring, conduit, ducts, mounting brackets, anchors and other appurtenances as necessary. 3. Certain items of equipment due to its size or character will be disassembled for shipping, and shall be assembled by the Contractor as it is installed. It is the Contractor's responsibility, in establishing his costs for installation, to determine the degree of disassembly that the equipment will be shipped in. B. The Contractor shall schedule the service of the Manufacturer to assist in the assembly, installation, lubrication, adjustment, and acceptance test of the equipment. 3.02 INSTALLATION A. At the HSPS furnish and install sole plate anchor bolts and place non -shrink grout below the sole plates to be level within tolerances required by the Manufacturer. Install anchor bolts and cover for the future pump. B. Assemble the bowl assembly, column, line shaft and discharge head and anchor to sole plate or pump can flange. C. Set and align motor, assemble shaft coupling and adjust impeller setting. After running the pumping unit, readjust impeller. D. Furnish and install drain lines. E. Install the motor lubricating oil furnished by the Supplier to the proper level. F. Furnish and install wiring, conductors, conduits, cable trays, and connections for motor leads, control wiring, etc. CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank City Project Number: 100277 434256.02-21 VERTICALTURBINE PUMPING UNITS Page 21 of 24 G. Conduct acceptance tests and submit an installation report as required in Paragraph 3.03 FIELD QUALITY CONTROL. 3.03 FIELD QUALITY CONTROL A. Acceptance Test: 1. Upon completion of installation of equipment, an acceptance test to verify the satisfactory installation and operation of the equipment shall be conducted by the Manufacturer's Representative. The test shall be conducted in a manner approved by and in the presence of the Installation Contractor, Engineer and Owner. Equipment shall be checked for excessive noise, alignment, vibration, 2 and lateral deflection, general performance, etc. Vibration of the unit when measured at the top motor bearing shall not exceed the "Acceptable Field Vibration Limits" of the Hydraulic Institute Standards for Centrifugal Pumps. The unit must perform in a manner acceptable to the Engineer before final acceptance will be made by the Owner. A minimum of 30 days of satisfactory operation will be required prior to final acceptance. Testing equipment shall be provided by the Manufacturer's Representative. 2. A field "bump" test of the installed pump and motor shall be made under the supervision of the Service Representative to confirm that the Reed Frequency is not within 25 percent of any operational exciting frequency. B. Test Data: The pumping units shall be operated throughout their full range of operating heads, if possible, and at pump speeds from maximum speed to 60 percent speed, recording pump discharge pressure, water level, flow, motor voltage and current, vibrations, noise, deflection, and motor bearing temperatures, as applicable. C. Equipment Installation Report: The pump and motor representatives shall each submit a written report certifying the equipment is properly installed, lubricated, is in accurate alignment, is free from undue stress from connecting appurtenances, that it has been operated under all operating conditions and that it is operating satisfactorily. 3.04 PAINTING A. Touch-up all damage of painting of the pumping unit with extra paint furnished by the manufacturer. 3.05 PRELIMINARY OPERATIONAL TEST AND SYSTEM OPERATIONAL TEST A. The Contractor shall perform preliminary operational tests over a period of not less than two 10-hour tests or one 24-hour test. Data shall be recorded, such as reservoir levels, pump discharge pressure, pump speed, flow rates, vibration, and pump and motor bearing temperatures, power information, etc. B. The Equipment Supplier shall be responsible for operating the equipment and recording and submitting the necessary data from this test. The Contractor shall assist in the performance testing. CITY OF FORT WORTH Fort Worth EMWrP 1 HSP-H-20 and Hydro Tank City Project !Number. 100277 43 42 56.02 - 22 VERTICAL TURBINE PUMPING UNITS Page 22 of 24 C. The cost of power required for performing all tests will be borne by the Owner. Testing will begin only after the pipeline and reservoirs are filled to their design levels. The Contractor shall coordinate filling procedures with the Engineer. D. After the preliminary operational test is completed, and when all pump stations and pipeline construction is complete and prior to final acceptance of the pump stations, the Contractor shall cooperate in performing an overall 30 day system operational test. The Owner will be responsible for operating the equipment and recording data during this test. The Contractor and his Suppliers will be responsible for trouble- shooting and adjustments to equipment. This 30-day system operational test is required as part of Substantial Completion. The purpose of the test is to demonstrate or check the ability of the system to pump continuously with various pump combinations and speeds. It is anticipated that the 30-day system operational testing may begin after Work is completed by others. However, no guarantee is made by the Engineer or Owner as to the date for starting testing. If testing cannot begin as a sole result of delays in completion of work by other contractors, the Contractor will be granted an extension of time. No additional compensation will be provided to the Contractor as a result of delays in completion due to postponement of testing. END OF SECTION CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank City Project Number. 100277 ` C_ qq t �- � S 43 42 56.02 - 23 [[[ VERTICAL TURBINE PUMPING UNITS Page 23 of 24 ATTACHMENT A SUBMITTAL DATA SHEET -VERTICAL PUMPING UNITS HSP-11-20 SELECTION Submit the following data with Bid. Update and resubmit the data with shop drawing submittal: Pumla Data 1. Pump Manufacturer Flowserve 2. Make and Type Design 15EHL 3. Rated Speed 1775 RPM 4. Guaranteed W-W Efficiency at Evaluation Pt. (100% RPM)' `lz. ° rN .67b 5. Bowl Size 15" 6. Number of Bowls 4 7. Impeller Diameter and Material 10.81", CA6NM 8. Bowl Shaft Diameter and Material 2.19" OD, 416 SS 9. Line Shaft Diameter and Material 1.50" OD, 416 SS 10. Column Pipe Outside Diameter and Thickness 12" Nominal OD_, 0T5"" thick 11. Maximum Shaft Thrust Load 5703 Ibs 12. Rated Evaluation Capacity (Indicate Rated Speed) 2100 gp-m 13. Rated Evaluation Head (Same as above) 275 ft 14. Minimum Duty Capacity (Indicate Speed) LATER 15. Minimum Duty Head (Same as above) LATER 16. Maximum Duty Capacity (100%n Speed) LATER 17. Maximum Duty Head (100% Speed) LATER 18. Shut-off Head @100% Speed 400 ft 19. Impeller Specific Speed 3017 20. Maximum Backspin Speed LATER 21. Maximum Brake Horsepower 186 HP 22. NPSHr at Rated Head 15.3 ft 23. Max Allowable Operating Head at 100% Speed LATER 24. Min Allowable Operating Head (Indicate speed) LATER 2jghts 1. Pump and Motor Stand 4500 lb 2. Motor 2050lb 3. Complete Unit 6550 lb W-W efficiency is defined as the completely assembled pump unit efficiency multiplied by motor efficiency at given speed to achieve evaluation point. TEND OF ATTACHMENT r` Af`` CITY OF FORT WORTH CWC Offeror's Initials Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank City Project Atumber• 100277 43 42 56.02 - 24 VERTICALTURBINE PUMPING UNITS Page 24 of 24 ATTACHfVIENT B MOTOR SUBMITTAL DATA SHEET - VERTICAL PUMPING UNIT HSP_H-20 SELECTION Submit the following data with Bid. Update and resubmit the data with shop drawing submittal. Manufacturer General Electric Motor HP 250 Frame Estimated 445 Enclosure WP I Type VSS RPM 1800 Voltage 460 Phase 3 Starting Method 80% Voltage Hertz 60 Shaft Size 2,1251, Insulation Class F Duty Inverter Full Load Amps 281 No Load Amps 92.4 Locked Rotor Amps 1783.23 Locked Rotor Torque 1476.5 ft-lb Locked Rotor Torque 1476.5 ft-lb % Breakdown Torque 269.4% Locked Rotor KVA/HP NEMA Code G Rotor WK2 (Ib-ft2) 80.44 NEMA Design B Service Factor 1.15 Inrush Current (% of Full Load) Max Safe Stalled Time (seconds) Number of Safe Starts Per Day Number of Consecutive Starts 1.15 39 seconds cold, 23 seconds hot LATER LATER *Full Load Temp Rise, in Degree Celsius over 50 Celsius Ambient (at 1.OS.F.) LATER *Service Factor Temp Rise, in Degree Celsius over 5O Celsius Ambient (at 1.15 S.F.) LATER *Limiting Temperature Rise LATER Resistance (at 25' C): LATER Bearings: Type/Size 7326-1b Life 19.1 yrs Lubrication: LATER Exhaust Air (CFM): LATER Exhaust Air Temp Rise (IF): LATER Efficiency Power Factor Current 1.15 S.F. Load 95.6% 87.8 320.7 A 4/4 Load 95.8% 87.0 281.0 A 3/4 Load 96.1% 83.9 217.7 A 1/2 Load 95.9% 75.9 160.7 A 1/4 Load 94.1% 54.3 114.5 A RTD Types and Mounting LATER RTD Alarm and Trip Set Point LATER Motor Sound Power Level LATER Maximum kVAR allowed for power factor correction without overexciting the motor LATER Space Heater Voltage 110 — 120 V Wattage LATER CWC Offeror's Initials END OF ATTACHMENT CITY OF FORT WORTH Fort Worth EMWTP 1 HSP-H-20 and Hydro Tank City Project Number. 100277 ONE on Oxon I onsin omens on SUN 00 on 5 MEN[] 11 1 Illinois Ion1 ismO illoansol ;gym ��,;;NSMm;ONE Nm �m m I minessomismeniis on NO 1 9 0 11 on 0 III NINE= so I NONE 0 Big moons Vol molmosollimmill RUN ■Ion INIVERINNNIINEEMNn n . molill ■ mn N I Is I I al 11 MINIMUM HillH �ii SHE llloommon 11 � n � 0 soon -wooing ill on 1. in o say � 1111113on Is anolis OR I H on In I 1 0 12900111111MI an so [on son oil am �i nii�i ni uii Ins SIR on memo an 0 I In 111 11 III mull 1 Appendices APPENDIX GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GR-01 60 00 Product Requirements CITY OF FORT WORTH Fort Worth FMWTP 1 HSP-14-20 and Hydro Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Namber.-100277 Revised duly 1, 2011 GC®6o06.D Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Northside 1V 24-Inch Water Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100277 Revised July 1, 2011 ATTACHMENT1A Page 1 of 4 FORT WORTr11 City of Fort Worth Minority Business Enterprise MBE Subcontractors/Suppliers Utilization Form OFFEROR COMPANY NAME: Check applicable block to describe Offeror PROJECT NAME: MIWIDBE NON-MfWlDBE BID DATE City's MBE Project Goal,- Offeror's MBE Project Commitment: PROJECT NUMBER % Identify III subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety With requested documentation, and received by the Purchasing Division no later than 2 '0q p.m. on the second City+ business day after bid opening, exdLis lve of bid opening date, wlII result 1n the bid being considered non -responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed In thls utilization schedule, conditioned upon execution of a contract With the City of Fort Worth. The intentional andlor knowing misrepresentation of facts is grounds for consideration of disqualffication and will result In the bid being considered non -responsive to hid specifications. MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise counties. Prune contractors must identify by tier ravel of all subcontractorslsuppliers. Tier means the level of subcontracting below the prime cuotracturrconsultan t Le. a direct payment from the prime contractor to a subcontractor is considered 1st tier, a payment by a subcontractor to its supplier is considered Vo tier. The prime contractor is responsible to provide proof of payment of all tlered subcontractors identifiled as a MBE and counting those dollars towards meeting the contract commltted goat. ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized. the Offeror will be given credit as long as the MBE listed owns and operates at least one fully Jlcensed and operational truck to be used on the contract. The MICE may lease trucks from another MBE firm. fncluding MBE owner -operated, and receive full MBE credit. The MSE may lease trucks from nor? -MBEs, including owner -operated, but will only receive credit for the fees and cummissions earned by the M8E as outlined in the lease aareement. Rev. 2110/15 ���ltr �Y+�ltrM ATTACHMENT IA Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBE{i. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. SUBCONTRACTOR/SUPPLIER Company Name Address Telephone/Fax Email Contact Person T i e r NCTRCA N O Al :'.9 ! Detail Subcontracting Work Detail Supplies Purchased Dollar Amount - B E B E El 1:1 Rev. 2110/15 FORT Wtria'>! .14 Ir` ATTACHMENT1A Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Mincrity and non-MBE5s. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. SUBCONTRACTOR/SUPPLIER Company Name Address Telephone/Fax Email Contact Person NCTRCA N ° n Q Detail Subcontracting Wore Detail Supplies Dollar Amount Purchased T i M e B r E W B E El 1:1 El El 1:1 Ej El Rev. 2/10115 FORTIORIH ATTACHMENT 1A -Ir-- Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers $ Total Dollar Amount of Non,MBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ The Offeror wiil not make additions, deletions, or substitutions to this certified Jest without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval o ChangelAJddiflan form. Any unjustified change or deletion shall be a material breach of contract and may result In debarment in accord with the procedures outlined in the ordinance. The Offeror shall submit a detalled explanation of how the requested changeladditlan or deletion will affect the committed MICE goal. If the detail explanation is not submitted, It wl11 affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Authorized Signature Title Company Name Address City/State/Zip Printed signature Contact Name/Title (if different) Telephone and/or Fax E-mail Address Date Rev. 2/10115 FORT 0 Rrl H City ©f Fort Worth Minority Business Enterprise Specifications Prime Contractor Waiver Form ATTACHMENT 1 B Page 1 of 1 OFFEROR COMPANY NAME: Check applicable black to describe prime PROJECT NAME: M/W/DBt NON-M/W/DBE BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER % % If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1 C. This form is only applicable if b- h answers are yes. Failure to complete this form in its entieety and be received by the Purchasing Division no later than 2:00 p,rn_, on the second City business day after bid opening, exclusive of the Wd opening date, will restilt in the bid being considered non -responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an operational profile of your business. NO Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) on this contract, the payment thereof and any proposed changes to the original MBE(s) arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the MBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract and may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature Title Company Name Address City/State/Zip Printed Signature Contact Name (if different) Phone Number Fax Number Email Address Date Rev. 2/10115 ATTACHMENT 1C Page 1 of 4 FC:R T' WORTH City of Fort North Minority Business Enterprise MBE Good Faith Effort Form OFFEROR COMPANY NAME: Check applicable block to describe Offeror PROJECT NAME: MIWIDBE NON-MIW/DBE BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER % % I, the Offeror did not mart or axceed the M13E subcontracting goal for this project, the Offeror must complata this form. If the Offeror's method of compliance with the IVIBE goal is based upon demonstration of a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 11 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or Knowing misrepresentation of the facts or intentional discrimination by the Offeror. Fallura to complate this form, In its entirety with supporting documentation, and received by the Purchasing Division no later than 2.00 p.m. on the second City business day after bid opening, exclusive of bid opening date, will result In the bid being considered non -responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a BABE or non -MBE. DO NOT LIST NAMES OF FILMS On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. aacutronar sheets, it List of Subcontracting Opportunities I List of Supplier Opportunities Rev. 2110/15 ATTACHMENT 1C Page 2 of 4 2.) Obtain a current (not more than two (2) months old from the bid open date) list of MBE subcontractors and/or suppliers from the City's M/WBE Office. Yes Date of Listing I I No 3.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? Yes (If yes, attach MBE mail listing to include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? Yes (If yes, attach list to include name of MBE firm, person contacted, phone number and date and time of contact.) No 5.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by facsimile (fax), exclusive of the day the bids are opened? Yes (If yes, attach list to include name of MBE firm, fax number and date and time of contact. In addition, if the fax is returned as undeliverable, then that "undeliverable confirmation" received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or "undeliverable confirmation" documentation may render the GFE non -responsive.) No 6.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? Yes (If yes, attach email confirmation to include name of MBE firm, date and time. In addition, if an email is returned as undeliverable, then that "undeliverable message" receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation and/or "undeliverable message" documentation may render the GFE non- responsive.) No NOTE. The four methods identified above are acceptable for sollclting bids, and each selected method must be applied to the applicable contract, The Offeror rnust document that either at least two attempts were made using two of the four methods or that at least one successful c ontact was made using one of the four math ods in order to be deernad responsive to the Good palth Effort requlrament, NOTE. The Offeror must contact the entire VIBE list specific to each subcontracting and supplier) opportunity to be ire co€npilance with questions 3 through 6. 7.) Did you provide plans and specifications to potential MBEs? Yes No 8.) Did you provide the information regarding the location of plans and specifications in order to assist the MBEs? Yes No Rev. 2/10115 ATTACHMENT 1C Page 3 of 4 9.) Did you prepare a quotation for the MBEs to bid on goodslservices specific to their skill set? Yes (If yes, attach all copies of quotations.) No 10.) Was the contact information on any of the listings not valid? Yes (If yes, attach the information that was not valid in order for the MMBE Office to address the corrections needed.) No 11.)Submit documentation if MBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Offeror will provide for confidential in -camera access to an inspection of any relevant documentation by City personnel. Please use additional sheets, if necessa , and attach. Company Name Telephone Contact Person Scope of Work Reason for Rejection F777 ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MBE participation on this project. The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance shall create a material breach of contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Rev. 2110/15 ATTACHMENT 1C Page 4 of 4 The undersigned certifies that the information provided and the MBE(s) listed was/were contacted in good faith. It is understood that any MBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's MilWBE Office. Authorized Signature Title Company Name Address City/State/Zip Printed Signature Contact dame and Title (if different) Phone Number Fax Number Email Address Date Rev. 2/10/15 FORT WORTH CITY OF FORT WORTH MBE Joint Venture Eligibility Form All questions must be answered; use "NIA"if not applicable. Name of City project: A joint venture form must be completed on each project RFPBid/Purchasing Number: 1. Joint venture information: Joint Venture Page 1 of 3 Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the joint venture MBE firm name: Non -MBE firm name: Business Address: Business Address: City, State, Zip: City, State, Zip: Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: [;:A IL z. bc0 a oI work periormea Dy the Joint venture: Describe the scope of work of the MBE: Describe the scope of work of the non -MBE: Rev. 2110115 Joint Venture Page 2 of 3 3. What is the percentage of MBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4. Attach a copy of the joint venture agreement. 5. List components of ownership of joint venture: (Do not complete if this information is described in jointventure agreement) Profit and loss sharing: Capital contributions, including equipment: Other applicable ownership interests: 6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating - ------------------------------------ b. Marketing and Sales ------------------------------------------------------------- c. Hiring and Firing of management personnel ------------------------------------------------- d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the MBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's MNVBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's B©E Ordinance. Rev. 2110/15 Joint Venture Page 3 of 3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision -making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. Name of MBE firm Name of non -MBE firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date State of On this Notarization County of day of , 20 , before me appeared and to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name Notary Public Signature Commission Expires _ (seat) Rev. 2/10/15 GC-6®07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OIL FORT WORTH Northside IV 24-Inch Water Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100277 Revised July 1, 2011 2019 Prevailing Wage Rates (Heavy Construction Projects) General Decision Number: TX190026 04/12/2019 TX26 Superseded General Decision Number: TX20180036 State: Texas Construction Type: Heavy Counties: Johnson, Parker and Tarrant Counties in Texas. Heavy Construction Projects (Including Water and Sewer Lines) Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.60 for calendar year 2019 applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.60 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2019. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate, if it is higher than the conformed wage rate). The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above -mentioned types of contracts entered into by the federal government that are subject to the Davis -Bacon Act itself, but it does not apply to contracts subject only to the Davis -Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Rates Fringes Plumber/Pipefitter $ 31.08 $9.45 Carpenter $ 10.40 $3.64 Concrete Finisher $ 9.81 Electrician $ 13.26 Form Setter $ 7.86 Laborers: Common $ 7.25 Utility $ 8.09 Page 1 of 2 PAINTER Pipelayer Power equipment operators: Backhoe Bulldozer Crane Front End Loader Mechanic Scraper Reinforcing Steel Setter Truck Driver $ 10.89 $ 8.43 $ 11.89 $ 10.76 $ 13.16 $ 10.54 $ 10.93 $ 10.00 $ 10.64 $ 7.34 3.30 3.30 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. The prevailing wage rates shown for heavy construction projects are based from the Davis -Bacon Act wage decisions for Tarrant County. Refer to general decision TX26 on wdol.gov for more information on the above wage rates. Page 2 of 2 GR-01 60 ®® Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Northside IV 24-Inch Water Transmission Morn STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100277 Revised July 1, 2011 N b Z W a aU) � av co o U 0 ~ It a �a CCZ aZ 0 IL. O 7 +JVOJ �� � rl [V iA n i r� C ° o0 c- � aaa N�av cJUUU o000 oa ¢ ¢ < �¢ ¢ ¢ I � w i v n a � 'CD rn F. •o a 7k u di a3 O yiol ❑ 0. N av+ 0 U 4•-, U ,�., y y O q z- O 7 U C O U U Up o a Q N ° .. 3 3 O o a w i ❑ Li. v mo 0 0 ! U 3 I�I 'r s~ � bI' � U N � a cG � v u u �b GJ d o {..� v 'y '� •� 'y • 4 v .. I .. C L7 .K-� ram. .K-r.C. W L4 r —0 � « N y � b ai ei c j o o o o o o o c bj U w c ° 0. P, P, 0k y y y .o V 555� �0 c�c7waa o_uUUQ___QAc�a O W W W W W W W W W W W W W W J] cls c� . Cam. o o a o cD `r o d, z LU F— c a0) a v ul = 0 0 Ul O te cc F- in a w O Z pp pp pp �y m MI _� o O o O O O O U vmi v, U U U vmi � 0 0 V1 V U .. .--, .. U O U U N •_' N � N N .. •v 7 7 0 0 ,--� •-� .Ul— h °1 �n �n U U U U .r ,--i CJ U CJ .--� •_' LJ U U U U U U LL iL LL 3 3 'A V' � V5 �n � ��3 U 3 3 � Q Cl ol an co a n 0. K 33 o m a �Aa•or] Y ]m000 L iurwa U ap f �+ .rE 'mac. a V j U A p N p p ! U F 7 ❑v �� N .� O o� ]j � � .� � Qry o N o N N � i 0 tz El LO N 0.l I o A b O Z O O D O ^ emi O N -0. U y u C. P" A. o" �' ^�F� •� .Cr ..C.. N O O C1 ] C, ❑ K o .. C .G-i O 0. .y U U U U U U U ,0 oo u v U 3, u u i 3 I > a� G C 'd C7 o v Q .� R P. .� e t� N N O 4G. P. P. �+ > m m m m m m Ell, y L �' fn va ri o0 O O a O 4 P •']f' �uGi �Sy N N N N N a1 }y W R i4 FL iC N N Oy R2 L4 L4 YO-. ai y 0. ti y y N d N d � U V Y �' � a° an ❑ c c P,' ❑ a �" o O m 3333333 �o .F 1.w Pa iL G-I N N N O O O N o p QY 'a'7O p' .G Li .� •� G G G G C G G U U U f/1 vT 7 •_� ' �_ �. ;� G. Q m .� .v � A Q Q x x x L) U n> w a a .., -..' .., c>� � N '� m w 4 N N W W W W W W W W W W W W e+e en W W W f/7 ..r I1+ � o V7 •S o 0000.-.oao -.a ..00-•oo LLI h W < cn IL a� w �LU y.0 U 0 a a g ix �a �a OZ ir 0 L6 N N M - 0 ai u n n n vo vq o iJVUUUUU� u u u a � Q 3 3 a rn � N � � U U N C" U m 'C N z�-+ � Mi�srr— n 4 � O O O O O a O O O O p O D U U U U o U U y U U si«�yr 7 75 8 a>>>>> 7 m xooaoo a vD o ti. tU Y Y mm� b>y> >>>?>>>>>;> V I vcao -n ti as 'aa 'ac ,� 3tj G G K G C K C C K C C �i G G A a N N N c4 W W W W N 1�1 W W N N CU W Si