Loading...
HomeMy WebLinkAboutContract 54223FORT WORT REC�-'JvE.n CONTRACT JUL 31 2020 FOR CJTYOFFORT WORTFI THE CONSTRUCTION OF CITY SECRETAFY EXECUTED CrrZZE MBABYCTWO.-51a LAKE ARLINGTON LIFT STATION Betsy Price Mayor City Project No. 100995 David Cooke City Manager Christopher P. Harder, P.E. Water Director Prepared for The City of Fort Worth 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. April 2020 Freese and Nichols, Inc. 4055 International Plaza, Suite 200 Fort Worth, Texas 76109 Texas Registered Engineering Firm F-21 OFFM R. nmw Cg1Y,5"CR0YA r T. OR`M, TX FTW18195A SECTION 00 00 00 DESIGN PROFESSIONAL SEALS THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY OLIVIA KERSS, P.E., TEXAS NO. 120089 ON APRIL 9, 2020. FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F- 2144. ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE RESPONSIBLE ENGINEER IS AN OFFENSE UNDER THE TEXAS ENGINEERING PRACTICE ACT. THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY PETER A. BARTELS, P.E., TEXAS NO. 94584 ON APRIL 8, 2020. FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F- 2144. ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE RESPONSIBLE ENGINEER IS AN OFFENSE UNDER THE TEXAS ENGINEERING PRACTICE ACT. THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY PARRIS K. JONES, P.E., TEXAS NO. 19268 ON APRIL 7, 2020. FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F- 2144. ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE RESPONSIBLE ENGINEER IS AN OFFENSE UNDER THE TEXAS ENGINEERING PRACTICE ACT. 000000-1 DESIGN PROFESSIONAL. SEALS Page 1 of 2 Specification Sections Sealed DIV 00 DIV O1 09 96 00.01 099601 DIV 31 DIV 33 40 05 43 40 05 50 40 05 65.23 44 42 56.04 Specification Sections Sealed DIV 03 04 22 00 Specification Sections Sealed 042300 DIV 05 DIV 06 DIV 07 DIV 08 0991 00 DIV 10 FREESE AND NICHOLS, INC STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised March 27, 2020 Lake Arlington Lill Station City Project Number: I00995 PAGE INTENTIONALLY LEFT BLANK THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY RYAN EDWARDS, P.E., TEXAS NO. 131050 ON APRIL 7, 2020. FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F- 2144. ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE RESPONSIBLE ENGINEER 15 AN OFFENSE UNDER THE TEXAS ENGINEERING PRACTICE ACT. THE SEALTHAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY WADE ZEMLOCK, P.E., TEXAS NO. 92701 ON APRIL 8, 2020. FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F- 2144. ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE RESPONSIBLE ENGINEER IS AN OFFENSE UNDER THE TEXAS ENGINEERING PRACTICE ACT. THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY TIMOTHY MATTHEW O'BRIEN, P.E., TEXAS NO. 115225 ON APRIL 7, 2020. GRESHAM SMITH, TEXAS REGISTERED ENGINEERING FIRM F- 3629. ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE RESPONSIBLE ENGINEER IS AN OFFENSE UNDER THE TEXAS ENGINEERING PRACTICE ACT. 000000-2 DESIGN PROFESSIONAL SEALS Page 2 of 2 Specification Sections Sealed DIV 23 Specification Sections Sealed DIV 26 40 66 66 40 90 01 409002 Specification Sections Sealed END OF SECTION 4431 16 FREESE AND NICHOLS, INC Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 27, 2020 PAGE INTENTIONALLY LEFT BLANK ORTWORTH,,, City of Fort Worth Standard Construction Specification Documents Adopted September 2011 PAGE INTENTIONALLY LEFT BLANK 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page I of 8 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Last Revised 0005 10 Mayor and Council Communication 07/01/2011 0005 15 Addenda 07/01/2011 00 11 13 Invitation to Bidders 03/09/2020 0021 13 Instructions to Bidders 03/09/2020 0031 15 Engineer Project Schedule 07/20/2018 0032 15 Construction Project Schedule 07/20/2018 0035 13 Conflict of Interest Statement 02/24/2020 0041 00 Bid Form 03/09/2020 00 42 43 Proposal Form Unit Price 01/20/2012 0043 13 Bid Bond 09/11/2017 00 43 37 Vendor Compliance to State Law Nonresident Bidder 06/27/2011 00 45 11 Bidders Prequalifications 07/01/2011 00 45 12 Prequalification Statement 07/01/2011 00 45 13 Bidder Pre uglification Application 03/09/2020 00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011 00 45 40 Minority Business Enterprise Goal 06/09/2015 00 45 41 Small Business Enterprise Goal 06/09/2015 00 52 43 Agreement 08/15/2017 0061 13 Performance Bond 07/01/2011 0061 14 Payment Bond 07/01/2011 0061 19 Maintenance Bond 07/01/2011 00 61 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions 03/09/2020 00 73 00 Supplementary Conditions 03/09/2020 Division 01- General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 012500 Substitution Procedures 07/01/2011 01 31 19 Preconstruction Meeting 08/17/2012 013120 Project Meetings 07/01/2011 0132 13 Schedule of Values 08/01/2017 013216 Construction Progress Schedule 07/01/2011 01 32 33 Preconstruction Video 07/01/2011 01 3225 Aerial -Photographic Documentation 08/01/2017 01 3300 Submittals 12/20/2012 0135 13 Special Project Procedures 12/20/2012 01 40 01 IBC Special Inspections FNI 03/24/2020 014523 Testing and Inspection Services 03/09/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 07/01/2011 O1 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 58 13 Temporary Project Si na e 07/01/2011 01 60 00 Product Requirements 03/09/2020 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 Lake Arlington Lift Station City Project Number 100995 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 8 01 66 00 Product Storage and Handling Requirements 07/01/2011 01 70 00 Mobilization and Remobilization 11/22/2016 01 71 23 Construction Staking and Survey 02/14/2018 01 74 23 Cleaning 07/01/2011 01 7500 Starting and Adjusting FNI 03/24/2020 01 77 19 Closeout Requirements 07/01/2011 01 78 23 Operation and Maintenance Data 12/20/2012 01 7839 Project Record Documents 07/01/2011 01 7900 Training of Operation and Maintenance Personnel FNI 03/24/2020 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Date Division 02 - Existing Conditions Modified None Division 03 - Concrete 03 11 00 Concrete Forming FNI 03/24/2020 03 21 00 Reinforcing Steel FNI 03/24/2020 03 30 00 Cast -In -Place Concrete FNI 03/24/2020 0340 16 Precast Concrete Buildings FNI 03/24/2020 Division 04 - Masonry 1042200 Concrete Unit Mason FNI 03/24/2020 04 23 00 Glass Unit Mason FNI 03/24/2020 Division 05 - Metals 05 50 00 1 Metal Fabrications FNI 03/24/2020 Division 06 - Wood Plastic & Composites 06 1000 1 Rough Carpentry (FNI) 03/24/2020 Division 07 - Thermal and Moisture Protection 07 52 16 Styrene-Butadiene-Styrene (SBS) Modified Bituminous Membrane Roofing FNI 03/24/2020 07 62 00 Sheet Metal Flashing and Trim FNI 03/24/2020 07 92 00 Joint Sealants FNI 03/24/2020 Division 08 - Openings 08 16 13 Fiberglass Reinforced Polyester (FRP) Doors and Aluminum Frames FNI 03/24/2020 08 71 00 Door Hardware FNI 03/24/2020 Division 09 - Finishes 09 91 00 Painting FNI 63/24/2020 09 96 00.01 High -Performance Coatings FNI 03/24/2020 09 96 01 Concrete Protective Coatings FNI 03/24/2020 CITY OF FORT WORTH Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised March 9, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of Division 10 - Specialties 10 44 01 1 Fire Extinguishers FNI 03/24/2020 10 73 16.13 1 Aluminum Canopy Structure FNI 03/24/2020 Division 23 - Mechanical 23 00 00 Heating, Ventilating, and Air Conditioning FNI 03/24/2020 2305 13 Common Motor Requirements for HVAC Equipment FNI 03/24/2020 23 05 29 Hangers and Supports for HVAC Piping and Equipment FNI) 03/24/2020 23 05 53 Identification for HVAC Equipment FNI 03/24/2020 23 05 93 Testing, Adjusting, and Balancing for HVAC FNI 03/24/2020 2307 13 Duct Insulation FNI 03/24/2020 2307 19 HVAC Piping Insulation FNI 03/24/2020 23 23 00 Refrigerant Piping FNI 03/24/2020 2331 13 Metal Ducts FNI 03/24/2020 23 33 00 Air Duct Accessories FNI 03/24/2020 23 34 23 HVAC Power Ventilators FNI 03/24/2020 2337 13 Diffusers, Registers, and Grilles FNI 03/24/2020 23 74 09 Rooftop Air Conditioners FNI 03/24/2020 Division 26 - Electrical 26 01 26 Testing of Electrical Systems FNI 03/24/2020 26 05 00 Common Work Results for Electrical (FNI) 03/24/2020 2605 19 Low -Voltage Electrical Conductors and Cables FNI 03/24/2020 26 05 23 Control -Voltage Electrical Power Cables FNI 03/24/2020 26 05 26 Grounding and Bonding for Electrical Systems FNI 03/24/2020 26 05 29 Hangers and Supports for Electrical Systems FNI 03/24/2020 26 05 33 Raceways and Boxes for Electrical Systems (FNI) 03/24/2020 26 05 36.01 Cable Trays for Electrical Systems FNI 03/24/2020 26 05 36.02 Cable Bus for Electrical Systems FNI 03/24/2020 26 05 43 Underground Ducts and Raceways for EIectrical Systems (FNI) 03/24/2020 26 05 53 Identification for Electrical Systems FNI 03/24/2020 26 05 73 Overcurrent Protective Device Coordination Stud FNI 03/24/2020 26 09 23 Lighting Control Devices FNI 03/24/2020 2622 13 Low Voltage Distribution Transformers FNI 03/24/2020 26 24 13 Switchboards FNI 03/24/2020 26 24 16 Panelboards FNI 03/24/2020 26 27 26 Wiring Devices FNI 03/24/2020 262923 Variable Frequency Drives FNI 03/24/2020 26 32 13 J Engine Generators FNI 03/24/2020 2641 13 Lightning Protection for Structures FNI 03/24/2020 26 50 00 Lighting FNI 03/24/2020 Division 31 - Earthwork 31 05 13 Soils for Earthwork FNI 03/24/2020 3123 10 Structural Excavation and Backfill FNI 03/24/2020 3 y 23-3444 Reneh Safiety OY24Q020 31 63 29 Drilled Shafts FNI 03/24/2020 CITY OF FORT WORTH Lake Arlington Litt Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised March 9, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 8 Division 32 - Exterior Improvements None Divicinn 33 - Tltilitier 33 11 10 Ductile Iron Pie 12/20/2012 33 1220 Resilient Seated (Wedge) Gate Valve 12/20/2012 3331 70 Combination Air Valve for Sanita Sewer Force Mains 02/14/2018 Division 34 - Transportation None Divisinn 40 - Prncerc Tnteoration 40 05 43 Miscellaneous Valves FNI 03/24/2020 40 05 50 Fabricated Gates FNI 03/24/2020 40 05 65.23 Swing Check Valves FNI 03/24/2020 40 66 66 Communication Towers FNI 03/24/2020 40 90 01 Instrumentation (FNI) 03/24/2020 40 90 02 Supervisory Control and Data Acquisition FNI 03/24/2020 Division 44 — Pollution and Waste Control Enuinment 4431 16 1 Activated Carbon Adsorption Odor Control Equipment GS 03/24/2020 44 42 56.04 1 Submersible Pumps and Motors FNI 03/24/2020 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: http://fortworthtexas.gov/tpw/contractors/ or httos:Hgpjps.fortworthtexas.gov/PrqiectResources/ Division 02 - Existing Conditions Last Revised 02v�3 -leetiye Site Tle.YA4tie i2r�90QO12 0241 14 9614 ice;' 0241 15 Paving Removal 02/02/2016 Division 03 - Concrete 0330 Ga in Place r+,,ftefet 12L z 03 34 13 Controlled Low Strength Material CLSM 12/20/2012 03 34 16 Concrete Base Material for Trench Repair 12/20/2012 038000 4 2QW-2912, Division 26 - Electrical CITY OF FORT WORTH Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised March 9, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 8 Division 31 - Earthwork 31 1000 Site Clearing 12/20/2012 31 23 16 Unclassified Excavation 01/28/2013 21�3 Beffew n1 !'1v'irzW20i-3- 31 24 00 Embankments 01/28/2013 31 25 00 Erosion and Sediment Control 12/20/2012 3- 8� ciabiens 440/204-2 Division 32 - Exterior Improvements 22 effaanef41't1 r't -2 3201 18 Temporary Asphalt Paving Repair 12/20/2012 32 01 29 Concrete Paving Repair 12/20/2012 32 11 231 Flexible Base Courses 12/20/2012 3�9C i : e T..,,,,ae Base G.,,,.-,.e 1�1�r�v�i�nii n 4 Y]vrnzi1201 ✓ 22PfFvit+g1 '1 !'1zz-rtarivi 32 13 13 Concrete Paving 12120/2012 32 13 20 Concrete Sidewalks Driveways and Barrier Free Rams 06/05/2018 32 1373 Concrete Paving Joint Sealants 12/20/2012 324446 32 16 13 Concrete Curb and Gutters and Valley Gutters 10/05/2016 324q-24Ad&effff-P&44iftg 1 1 rn�, n�3 3231 13 Chain Fences and Gates 12/20/2012 32-3449 32 32t 2 �� 06A)5 � n t Q vvro�rroza 3291 19 Topsoil Placement and Finishing of Parkways 12/20/2012 3292 13 H dro-Mulchin , Seeding, and Sodding 12/2012012 32 93 43 Trees and Shrubs 12/20/2012 Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 12/20/2012 33 01 31 Closed Circuit Television CCTV Inspection 03/03/2016 33 03 10 Bypass Pumping of Existing Sewer Systems 12/20/2012 3304 10 Joint Bonding and Electrical Isolation 12/20/2012 33 04 t2Magnesitifn4-12-20.2 33 04 30 Temporary Water Services 07/01/2011 33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013 33 04 50 Cleaning of Sewer Mains 12/20/2012 33 05 10 Utility Trench Excavation, Embedment, and Backfill 12/12/2016 23 er-1'71 Flz 3305 13 Frame, Cover and Grade Rings — Cast Iron 01/22/2016 CITY OF FORT WORTH Lake Arlington Lill Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised March 9, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 6 of 8 33 05 13.10 Rame, Cover- and Gr-Etde Rings Composite OIL12A24M 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 12/20/2012 33 05 t6 G-6- ,�. +,. cxr ker V,,,,l,- , 2 r 2 3305 14 Goftffete Gallafs1 '7 r7_r 40 04-2 3305 Augef12ra0r201-2 � 330524 Tunnel T ;., « ❑ at,- z 335 32�3Hand Tttnneling12I'1rc4040 -2 06 n -3 33 05 26 Utili Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 11 05 Bolts, Nuts, and Gaskets 12/20/2012 33 119 33 11 11 Ductile Iron Fittings 12/20/2012 33 11 12 Polyvinyl Chloride PVC Pressure Pie 11/16/2018 33 41 �4 , 2�a4 p- 33 12 10 Water Services 1-inch to 2-inch 02/14/2017 'l 2 Y 2 Mzz 41-2 32� yesa:efA gea, erl hate V. i..e i2Q0 9i �z 33 i2Rebbef 12!^Iz QOQ012 33 1225 Connection to Existing Water Mains 02/06/2013 33 i 2 Caffibin4ion Air VEdve AaffeFaNieq fipw 12ptable Watef Systems 47 r^In 2n 71Z 33 1240 Fire Hydrants 01/03/2014 3342-SA ,2r tz 33-I i9 0€A9QQI� 33N 1-2 ,, 2,-;z 3331 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 12/20/2012 3Polyethylene 12 -20/2012 33 34gSeweF064�3 33 2, •1.1 �rza 42QO 04 2 33Pipe 1 'l I'1�rzm 2012 33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013 33. 3 i 7-0 Y 2/ 1z 33 39 10 Cast -in -Place Concrete Manholes 1212012012 33 39 20 Precast Concrete Manholes 12120/2012 33 3930 Fiberglass Manholes 12/20/2012 33 39 4g , 2 0404-2 33 3960 Epoxy Liners for Sanitary Sewer Structures 12/20/2012 33-411-0 07f4z 1 2 lr1Z 33 einfereed 11,1 33 46 ,''f, M 334,6-0 &k#ed Stefm Dfaifts OVOV2011 2 '27 -44-G 'Yrene1' Dr-ains n'71/1 - , CITY OF FORT WORTH Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised March 9, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 7 of S 01 VIM V ME I EW;ortation I / 1 a ■ I i 1 • a a.r r.a •rME 1 1 i 1 • • a ■ 1 1 i 1 a �� �R•Sm1211.21 � t�ll�.1■' I i !MINOR- a a I I I i _■■ a a I I i t �tm■J ai S�J i i21.�_ ■ r a a � I..l_.J ., I I 1 A a Y ■.f■�■■�.RI��Y.I Y�IY I I 1 1 1 • _ � ��yYY.l�y yY� IControl1 CITY OF FORT WORTH Lake Arlington Lilt Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised March 9, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 8 of 8 Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-6.06.13 Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates OR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised March 9, 2020 DIVISION PROCUREMENT AN CONTRACTI NG REQUIREMENTS PAGE INTENTIONALLY LEFT BLANK City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, June 23, 2020 LOG NAME: 60LALS-BARCANDFNI REFERENCE NO.: M&C 20-0460 SUBJECT: Authorize Execution of Amendment No. 4 in the Amount of $392,668.00 to an Engineering Agreement with Freese and Nichols, Inc. for the Lake Arlington Lift Station and Force Main Project, Authorize Execution of a Contract with Bar Constructors, Inc. in the Amount of $10,077,693.00 for the Lake Arlington Force Main Project and Provide for Project Costs for a Project Total in the Amount of $20,371,235.00, Adopt a Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt, and Adopt Appropriation Ordinance (COUNCIL DISTRICT 5) RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of Amendment No. 4 to City Secretary Contract No. 50312, an Engineering Agreement with Freese and Nichols, Inc. in the amount of $392,668.00, for construction support services for the Lake Arlington Lift Station and Force Main project for a revised contract amount of $20,371,235.00 (City Project No. 100995); 2. Authorize execution of a contract with Bar Constructors, Inc., in the amount of $10,077,693.00, for the Lake Arlington Force Main project; 3. Adopt the attached Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds from Future Debt for Lake Arlington Lift Station and Force Main project; and 4. Adopt the attached Appropriation Ordinance adjusting appropriations in the Water & Sewer Commercial Paper (W&S Commercial Paper) Fund by decreasing appropriations in the UNSPEC project (City Project No. UNSPEC) in the amount of $11,064,526.00 and increasing appropriations in the Lake Arlington Lift Station and Force Main project by the same amount. DISCUSSION: On January 30, 2018 Mayor and Council Communication (M&C C-28566) the City Council authorized the execution of an engineering agreement with Freese and Nichols, Inc., in the amount of $3,099,361.00 for the preparation of plans and specifications for the Lake Arlington Lift Station and Force Main Project. The agreement was subsequently revised by Amendment No. 1 in the amount of $229,755.00 authorized March 19, 2019 (M&C C-29067), Amendment No. 2 in the amount of $366,044.00 authorized June 25, 2019 (M&C C-29178) and Amendment No. 3 in the amount of $211,344.00 authorized March 3, 2020 (M&C 20-0137). Amendment No. 4 will provide construction support phase services including inspection, project submittal reviews, change order review, record drawings, and lift station start up. Construction of the project was advertised for bid on April 9, 2020 and April 16, 2020 in the Fort Worth Star -Telegram. On May 14, 2020 the following bids were received: Bidder I Contract Time Bar Constructors, Inc. $10,077,693.00 487 Calendar Days Crescent Constructors, Inc. $10,573,000.00 �IFelix Construction Company j1 $10,764,021.00�1 1I Gracon Construction, Inc. $11,763,810.00 In addition to the contract cost, $392,611.00 is required for project management and inspections, and $201,554.00 is provided for project contingency. Construction is anticipated to commence in August 2020 and be completed by December 2021. This project will have no impact on the Water Department's operating budget when complete. This project is part of the Water Department's Sanitary Sewer Overflow Initiative Program. Funding for the Lake Arlington Lift Station and Force Main project is depicted in the table below. Fund Existing Appropriations Additional Appropriations Project Total W&S Capital Project 2018 - $9,306,709.00 $9,306,709.00 Fund 56014 VVS Capital Project 2020A - $11,064,526.00 $11,064,526.00 Fund 56019 Project Total $9,306,709.00 $11,064,526.00 $20,371,235.00 "Numbers rounded for presentation purposes. This project is anticipated to be included in a future revenue bond issue for the Water & 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 2.3 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 approved the Water Department's Fiscal Year 2020-2024 Five -Year Capital Improvement Plan on September 17, 2019. This City Council approved 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 Statements, 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 other 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. MWWBE OFFICE: Bar Constructors, Inc. is in compliance with the City's BIDE Ordinance by committing to nine percent MBE participation on this project. The City's MBE goal on this project is six percent. Additionally, Bar Constructors, Inc. is a certified MWWBE firm. MWBE OFFICE: Freese and Nichols, Inc. - A waiver of the goal for MBE/SBE subcontracting requirements was requested by the Department and approved by the OBD, in accordance with the MWBE or DBE ordinance, because the purchase of goods or services is from sources where subcontracting or supplier opportunities are negligible. The project is located in COUNCIL DISTRICT 5 and CITY OF KENNEDALE. FISCAL INFORMATION 1 CERTIFICATION: The Director of Finance certifies upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the Water & Sewer Commercial Paper (W&S Commercial Paper) Fund for the Lake Arlington Lift Station and Force Main (Lake Arlington, FM, LS and SS) project to support the approval of the above recommendation and execution of the amendment to the engineering agreement and construction contract. Prior to an expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. FUND IDENTIFIERS (FIDs): nd Department Accoun Project Program ctivity Budget Reference # moun ID ID __Year Chartfield 2) FROM Fund Department ccoun Project Program ctivity Budget Reference # mouni ID ID Year (Chartfield 2) CERTIFICATIONS: Submitted for City Manager's Office by: Dana Burghdoff (8018) Originating Department Head: Chris Harder (5020) Additional Information Contact: Pratima Poudyal (6149) ATTACHMENTS 1. 60LALS-BARCANDFN funds avail.doex (CFW Internal) 2. 6QLALS-BARCANDFNI Bar Compliance Memo.pdf (CFW Internal) 3. 60LALS-BARCANDFNI BAR SAM.pdf (CFW Internal) 4. 60LALS-BARCANDFNI FID Table (NN 05.26.20).xlsx (CFW Internal) 5. 60LALS-BARCANDFNI FNI SAM..pdf (CFW Internal) 6. 60LALS-BARCANDFNI FNI Waiver. df (CFW Internal) 7. 60LALS-BARCANDFNI Form 1295 - Bar.pdf (CFW lnternap 8. 60LALS-BARCANDFNI Form 1295 - FNI.pdt (CFW Internal) 9. 60LALS-BARCANDFNI Reimb Resolution (NN 06.05.20).docx (Public) 10. 60LALS-BARCANDFNI_56019_A020(R4).docx (Public) 11. M & C Map - 60LALS-BARCANDFNI.pdf (Public) c c • • • • • • • fD • -� n Vat • YD • t0 v-� s7 • rt • • • • • • • • • • Y1rl �D n n 0 0 i0. • • • • • • • i i � � � � • r�r � i • • • • • . • . . 111 ' ' • C 'r zDo rn eq • • • • • • • . YD - • � _ m LO Lq I 3 1 o 3 CL • • t • • r r o iEi�|¥l�yf \ w< � §^ / |■ / � IT w k| $ � m m | | � f ' ( ! ;t 0005 10 - 1 MAYOR AND COUNCIL COMMUNICATION (M&C) Page I of SECTION 00 0510 MAYOR AND COUNCIL COMMUNICATION (M&C) END OF SECTION CITY OF FORT WORTH Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised July 1, 2011 PAGE INTENTIONALLY LEFT BLANK 000515-1 ADDENDA Page 1 of 1 SECTION 00 05 15 ADDENDA END OF SECTION CITY OF FORT WORTH Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised July 1, 2011 PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH WATER DEPARTMENT FORT WORTH LAKE AI LIN TON LJFT STATION City Project No. 100995 ADDENDUM NO. 3 Unit 1-- Lttt Station Limit 2 — Water Addendum No 1 Issued; Apra! 30, 202a Addendum No 2 Issued. May 11, 2020 Addendum Nn 3 issued: May 12, 2020 91d Receipt Date: May 14, 2020 This Addendurrr forms part of the Specificatlans and Contract Documents and modifies the original pacifii�ations and Contract Documents. Bldders shall acknowledge receipt of this Addendum in the space provided below and acknowledge receipt on the outer envelope In your bid. Failure to acknowledge receipt of this addendum c.vuld subject the bidder to disqualification. The 3pecif1caUons and Contract Documents for City Project Flo, 100995 are hereby ravlsed by this Addendum No.. 3 as follows; 1. TECHNICAL PECIFtCATION : Sectfon_ing $6 00.01 "High -Performance Coatings" Reference page 1, Deletion; Delete Paragraph 1.1, .4 In Its entirety. Reference Page 2. MDdification; Replace Paragraph 1.2.A_2,a. In its entirety w]th the follovAng text: a. The work performed and water€ais fur0shed in accordance with this Itoni shall be paid for at the unit price bid per Lump Sum of the bid Item, "All Painting, ArldiHan. Add Paragraph 1.3.A..1, Tnemec Gcrnpany, I qc, Section 09 9$ i11 "Concrete Protective Coatings" Reference Ilage -1. Modiffeation: Replace Pararpraph I.2.A,-La. in Its antfrety with the following tax#; a. Measurement for "Cc ncreta Protective:Coatings" shall be par Luinp Sum_ Addendum No. 3 Pane I of 'I Modffication; Replace Paragraph 1.2. ..a. In Its entirety with the fallowing text; a. The work perforated and materials furnished In accordance with this Jtem shaft be paid for at the unit price hid par Lump S um of tha hid item, "Wet Well Interfor Concrete Coating System". SepMan 41105 6 5.2 3 "Swing Check Valves" Reference Page 1. Modlfcaticn: Replace Paragraph 1.1-$, In its entirely 13. Acceptable rnanufacturera and models: 1. De LJRI K APCO 2, Val-Ivlaffc Re.pIace_the Fallowing spegIfIcat lvh; Replace Section With Section 004243' 00 42 43' PROPOSAL FORM to be REPLACED In its entirety with attached revised PROPOSAL FORM_ This Addendum No. 3 farms part of the Specifications and Contract Dow ments for time above referen ed project and modifies the arfginal Project Manual & critrarA documents of saute. Acknowledge your receipt of Addendum No. 3 by carnpletfng the requested information at the following locations: (1) In the space provided In Section 00 41 00, Bid F*orrn, facie 3 C43. and () indicate in upper case letters on the outside of your sealed bid envelope Adfdandurn Na 3 Paqu 2 41 7 "RECEIVEn AND A ComWLEDGED A DDElvaim RR 7 Inol�d� easign a ro py : Ad de mdum No, ] h|Il se dW bides ve lope k!he ume Df bid eub� mma[. Fa %ra To acknowl@ dge m l/ of AddaTidmi N 3 below ccu2 g use the su bjectNdde rto be murdered' ONRESPONSIVE". resulting W &sqija Hla; [o�m Addendum No. 3 C h ri gop herHmder P. E. RECEIPT ACl;(N0VJLEDGE? nr, dor Water D am2 ! . BY,, 4 IQ o 2 T�im y Shololla, RE. Comp t. A L C"Vsh*(66 , 'A\Cr k gkaM UmdoG Wk+ D am n _ Gp � � -\ � .. .{ � VPA W;A ' $ ................. do � B � e— �� 14 DWI 212G20 FRS SE AND INC. TEXT REGISTERED ENONEERING FIRM F-2144 m Z I a1]W-@P0I■■ia0WE H6mium NQ. 3 Fla 9e«' UNIT PRICE BID $rzCTPON Ulf 4? is PROR4l:AL FOR V Unit I- Lift StMlan aril0 Nn7Ti101h rAL r+lk! ION 131dOrs Application frly:" IImmInhirmdice OrKmir's Prrgmonl EIId112L 11anF'Nr7 IaesulyJorl paa OMemart sem5onddn,' I.Mii ui Measure Rid lw djly L1nN t tira laid Value 1 91J99.00tF l F9" FIMPUluc for Apo w ilh Salad f3aakJ1lf 33 al rt 3 LF ,Will 33al. 46ofi 0' INp saswo 1'Ipn wd Fil9nga VOM PromdD 4u1 Llnmp 3311 10 3a 1Y 11 1 F 2110 } 5alt.Wfo Irk' DIP JrjnWffP�po and Fl¢Inp Wilk Prabs id 4(11 Lining 33 11 1EI 11 � Y35 332 i _4111l fe' FJhgrgha.et &*War Plpe Ymh Srtlaak eackml 33 31 13 lF. sell S 3312_30-11 17`CaoltJifJJ{Vt 82[12ZI FA $ 39MN04XrGala Vaba 311R$6 EA a 7 9999.O002 10" Gwirrg Check Vcdve Q PS 0&20 Eli .1 n M8.00) 79'4Srpkis Oafe 41D S5 60 EA t 9 a331. lbO'wi4hrAlrHelemaVadveAaeorklxg 333t76 5A 6 10 3331LIIat 61 01mmliarBawar M4 Mil 31 u Ib EA 3 11 -"MO,1111i 0 TOE�J3ass Mmrlhwlf` Tj 39 10 EA 2 12 3330;1 R12 5` drnp hAdh4d 33 90 10 EA 1 13 909n.00C q OcorCaMrah Syalnrn 64 3T 16 A 1 14 930,i-I to T e w1 zimly 33 06 10 l.r LN 91a I 1 16 13171,0101 al 71 v 16 017't.0102 As-Bua48Urvay al 71 ;�J LS Y7 3310_0101 Ald 1.1I1 Slalinn 3-m %Ult II miellrt41 bul rwL Ilrnllkd to Irea reroaual, &Wlae ronlral, and Jaodwa&q 31 10 QD .11 23 00 12 01 19 3 LS t 1 E1 0990-OWS Evr-swalion and Bark ill {M Slroleluroe) 3121 t0 LS 1 OrrY UP "I *M 11 kTApM k1VkIN■IK4h.7W71aMW.'ihi:hTkk'sM-FAIK&M F.q*IMIW luJJ111N Wm 41 4411'wm4F17.9141M,04 I JI_fm i5 I J_IN A LJfW L%.r—j'Wmk4.e VP11 AiWnkm No_ 3 pilp4of7 aun q hll}FMapoghr. J'w+a-e+ 16 r19B9.4DL1Ll t]i10ad Xllafh, 31029 VlF 400 20 1231.13113 Cdkah Link Frrlen 32.31 13 Cr 1440 RT 7213.0162 7" 116nWc d Cancrele Pavanenl 3M 17 T3 V 7851 22 321 KI3 401 G" Cnncrsls i5pveyfsy 32 Y13.2.13 SF 255 23 99E4,uDO? Relnlarcad Irteludilg hell Flu! Ilrmied in 1111 elailon c,omcmie waf wolf and equIpmerl} el11 4 b3 11 CKI 03 21.00 iS 1 24 0r0g,01100h4esonNS4xednM11At(3oF4oraluf 75 01399;f M MCA Fabrlsalluns W 11effs) [ as Sn do 113"1 15 04 23 p0 9936,0010 E;mMFal Eluddlnq, Inidudmg buL ncM Itnpteq to donm, pd m oo 20 w1r'dowb, muR4L muf draingQe Mulpmonl, paint fFibfues, and fire blwiniftn'7 a linguldhe L}iwglon e 00 91 Oft 04 22 00 1 L8 I 1 LS I 1 @938.0411 tM $felioh Mudd rilcal Valwar, ElaabDnhIQFreUa Flow �7 J,feler, Ou1ek rJxce!4q Hhrrahes, &6ppoft Apyurtbrismu9 and aA 74 tE 1 world � eiher uppuFMent word itnum not apeclf r 4 limed enwhera,cmM piniv an cporinad and Indicated In Nee plena 2$ OgUH,0012WalWall InlvnarConc.Fslet:vnlingSralsm 09908l LS 1 �9 090O,101a32 AN freiang 05 9106 L 6 1 CM 93 0D,01 30 19945.0011 Lift Sisuan lie*il kg aNd Vanlmisllon DWiclor4 2d LS i 31 9999.43014 Vehable FragxkamcV CLrlwn 28 2� 23 Eh 3 32 WIN-= 5 MwIk I0Q'kr", P4ntII FpIkrlla, TFanaf4m sft I PFovIda material touts onlw Tor llama 32q, 3,24. FrrO Va. G06to for u0oadhiQp mid handling on the Sabo-, labor, ruelaliukrnn, owerh gad, pmlal, and oche expenses ere suberdinry tD Ihs I31d IIBPn 32 5"181Fggnr. 371t MGM lam SEt 735 PchmCxuellty Maim- 26-2413 Ltt t 11b 999IF.W16b SrEL 7M JVeeh Ran Relays and j�pticel Semcors *' 26 24 13 LS 1 32n 8999_If.01 B'4 F emun lemr In%"A1N TIFermefl MuNictlny Sy'x+em " 25 34 17 LS I .33 09N-0017 Luatrumenletion, SCARA", Xnlenm Tawm 40 Eli 02 40 W 9b 4900 tS 1 Prmvido mahtr€ml eosin only farltoms 33a, 33br arid 33e_IIaK{s far FttlJaadliFg A11d 1Frkpirl g oie rh* 8110.1.1har, bwtaflaihtrl, nwrlluaFi, plaflI and 131hersApsnass am eabeldiary to Bld 11em 39-SCADA, 33s 19MA417i1 MMOMI1s Mldl DT732 "rFAUF IFFiafarrl Tnu€1Fpnnal " 40 Flo 1)2 LS 1 311G 99911,44T7b M09 Orhll SON Eihomai fladD `r 400001 1 & 1 °tar: IBMAG17a ModicDn U340 ME: Wllhoul 0 ilodkAM " -0♦7 �b 02 ♦.$ 1 €tr'({IF Fa1tT I=TIF 4T.iHrxkwcgMflIcTKTPJ IIr'IiC4 &Txm ry)nmurn Ff+lk„+p4PHt'FPr SNF--(IIa-IIIkLW4FI1W{Ir7_kN{FF�_9pIhIJ.4h1111JWneWI41FKS! .WVV i�deJltILL111 �rJ_ Page 5 of 20 Dfi 39.O-f �89g.00 i8 C9bltl fy+l6 r-abin trey, tatAe irmfh, c�6Ee a and acndulle. 20 05)6.02 rbtxlrfeal llnxe� pulfbsxlca, d b�nkr 4S i 21 r as 33 2dtM40 36 '390' .00I S 7SDkVA Gerwaartlr 21532 17 LS 1 ill 9059.00213 PcMw;Syebam SWdles, 9iariaM and Taalltl9 260125 LS 1 9M,0021 f4UpomUnpaus Elurk$P L �Gruuleding, Lj9hl!� 26 Os 26 37 Recepleeles, I,1011A ur0 ProlcagDn rk"balllj fackiding ell name tpuE 29 $6 00 apaclflmNV lidEd olaawhefe, nWrq*bt as aperlped and lm*Alad Itt 26 27 29 LS 1 1140 oldnx 20'41 13 SU43-TOTAL UNIT 1 '1he.quurdgyproVded Ia apim *data farlr6Jdingprlrpoeae, Carereclorshall hopa5,l rot the wenlrnl llnodeIs-M r§l pllm Inrslailladpar No ept%rJHcsDon. "RAlerenee IIAMd iperJr. r. ajipn it4cHuni fur*PhRs nn pralumd YAndork ied MCeprJlhdt ally null"". Conlrw OF LAhmllaln9 an All4rnativo Von+lar ilia pre d=1 1tIL111L qubm9r ilIr imasucry dlAurnenrnlMa tO tl 11INcTalrale a bui pautilllry wid furl Clfollgll{y In ho ry#bWad as an appmwed gquel. Unit 21 Water �Id� Ittirn Inrohnrllrt E6lddefsir�opaebl 8fdllol IleMN4 OPKAr'lllon SZVJrhhNa. LIM or WAMUM M t7umMy UpA i'rlra Epd Valua 1 1311.13261 33 11 12 Li 991E 2 5Si2;=i FA higdrant Asrr.mUy 33 12410 15A 1 3 3311,OOd11 DkUolion WaterFlgingsw)Reakglnt as i1 i1 TOM US # ;r312 0$17 { aflnec6on To EKJ6Ung dk".ice' VWW WIn Indutl" bat n�m4 JlOAA to hai oupp Ina meddle and Jlr' Babe valve 33 17 26 FAA 1 S. 3MMI9 113 Canexhw PaveHrl W Fttpolr 32 01 211 Erf DIS 6 351 309 1" VAIef Serwlpe AaAemhly 33 12 10 Rol 1 I MOS.0100 Trench Sziki 2 33 09 to LF WIG s 0171.0I01 OcnslmdJan Sk411riha 01 71 23 LS 1 9 0171_0102 M-bulllSurvey 017123 Ls' t ;3U9-TOTAL UNRT.2 MW OF FLarr 5Y91 M %T V11rAh'aCufl ri WOrnUN xnwWlL'nrkrH u "Muaa r+rm FJnwF 11rypn1�F an 410 i'ys 3 afj Q." PW.41lft EM411l J3#A94J,M41 Jr411.1i'll aq i311 Jbl14�q.�wrw„wl��a_,afr Atitser 1wri No. 3 Page 0 017 ti11-" 11 13MISOPnHA1. Pyg 141 AJtemato 131d A: Pumos hmlL ultls Er Or q jara: pLimping unAh hpnl film Milaulnu pumdl mPPWwclunrrn, Each Ilne AeM brow is For lumleWng, dealLlg, 411AHIkp nnu pr6uftg q'KY,uyieher eouvkoLechnlelanJerlhraepunlprtb11{JL11Olw1JhamOmJeVetgydMONI'-0duMIr,d4n%feLcasap4OW-V"mdotheyVl phkP4"*wwarershkI&MVOrnar11 rnGnufmckimr. The mlrnks 9n not need in mum a J inimian elllelenry K order In Le ftbulllLed hA IIoY MW meal llg0 odnbnlml UdficInncy wrkilmi In by rho tUnd[KIw4]r, {ptFldn pwrrp dala shoulli Alh your hid_ Refer La 44 42 Mind NvWr! Immi Wormedlue r�Lldd#rt praSiollN ehtgv dap No. ommer1 nce p SpmW6_udori Snevnn W. line of Aleawm n1a quaMlly (Mg PfiCe FI+Y+.+a1ue A-1 rw Pumps Poi UWro ioftier Elncliniq of—% 414 42 SG.N EA S A► 2 PCj!IU Pumps )vJth 4Wr.1 IR %Qlar Eflldancy oI _ Sfl -1.4 -12 S6_ig4 FA s Ara SuOur Pampa wdh Me Tu V"ar EWclerw4 LT! 4442-66.04 CA A 11ie C.4 vAh&. FAWe AlIMMEIR Bd 110ma A•1 IhniUllh" re 7.tl 9W1 rkh Plt AMhil!w8µ-[ik-r"Id el2!&84 su delydmina U� 66eL value W do rJ,y_ SUMMARY OF EllD3 rig CawrlgaL AMOMM wm be Ina Will 1 plua unlj 2 llluh Ihcr Ed Va1ua 43f AYInrEWive 8;d A Pump that 1he CHy deems Sa be the bd&r VA10ft. Provlda Lulala below, l; l 11EL9LE Jr :9 IlM 41hl to amre 4 ellhdr Total 1, ToW 2 or Tolal 3_ Toler 4 - Sub-Talal U11ft t + Sub�Tufsl Unit 2 + Aitornota Bid A,1 Wall 2 =Sail -Total tt1Flt t * Goo -Too Un11 2 * Alwamin FiId A Tut3r] 3 = Suh-ToW UniL 7 + SohJaW 4AIT .! r Allorrlll * 211d h. FIND f1 F RECTION LIST sr "T MHM; flu-aSAAIn coiiTuacrwir 11 -nunCn71Lgrriloaaffarni Min LhA-J ]PL]UL74 W-1 f u!dQ 11 nrysQg 4A 1 1„p11 1] 4]J14 i1 1 r-ep a 17 n? ] 1 I i ju 15vni..1 wu,b ,+ wr AddanOum No. 1 Pa>a 7' of T PACE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH WATER DEPARTMENT FORT WORTH LAKE ARLINGTON LIFT STATION City Project No. 100995 ADDENDUM NO.2 UnIt 1-- Lift Station Unit 2 — Water Addendum No i issued: Aprlt 30, 2020 Addendum No 2 issued: May 11, 2020 Bid Receipt Date: May 14, 2020 This Addendum forms part of the Specificaflons and Contract Documents and modifies the origInal Specifications and Contract Documents. Bidders shall acknowledge receipt of this Addendum In the space provIded below and acknowledge receipt can lire outer env.elope in your bird. Failure to acknowledge receipt of this addendum could subject tarp biddar to disqualification. The S peolfJcations and Contract Documenis for Oily Project No. 100,395 -are hereby revised by this Addendum No. 2 as folloWs; 1. TECHNICAL SPECIFICATIONS: Section 03 30 00 "Cast -in -Place Concrete" Deference Page 2. Addition. Add Paragraph 1.5.C.2. 2, The City -will provIde a qualified testing lab full #Erne during lids period. The GUY testing late will provide results to the Contractor and the City's Inspector upon completion of the testing, A formal report will be posted to the City's electronic document management and collaboration system site within 48 hours. Section 09 96 00.01 "HMgh-Performance Coatinasr" Deference Page 2. Deletion: Delete Paragraph 1.3.A,1. Tnemec Company, Inc. Section 09 96 01 "Concrete Protective Coatinns" Deference Page 1. Delelion: Delete paragraph 1. 03.A.3. Tnemec Company, Inc. Section 20 05 36.02 "Cable Buss Reference Page 1. Mod!fica[ion: Delete the title "concrete Forming" and replace with "Cable Bus Addspsdum No, 2 Page I of 12 Section 31 23 10 " SUuctural Excavation and Backlill" Reference Page 1. Addition: Add Paragraph 1.3.13; B, The City will provide, a qualified testing lab [rill Urne during Ills period, The City testing lab will previde results to the Contractor and the lly's Inspector upon compIE3tion of the tasting. A formal report will be pasted to the Oity's electronIG document management and collaboration systorn site wilhln 48 hours. Section 40 90 02 "SupervisorV Control and Data ACqu kitLnW' Deference Page 4. Modify, Modify paragraph 1.6G: 1 _ BL Technologies . Trac- N-Trol 3_ Prime Controls 4. WHECO - Walker Englneering 6. RLC Controls, Inc- 7- No others approved Section 44 31 16 "Activated Carbon_Adsorption Odor Control Eguipment" Reference Page 6. Modification: Modify paragraph 2.2; 2-2 Systern Suppliers A. Daniel Company B, EC G. EcoVerde I). or Approved Equal Replace the Following Specification: Replace Section 40 05 43 00 42 3" 4D 05 43 00 42 4T With Section ` PROPOSAL FORM to be REPLACED in ils entirety with attar -bed revised PROPOSAL FORM. Addendum No. 2 Pago 2 a 12 3, DRAWINGS. Sheet OT-5 Refereor,P_ Detail 2. Modification: Replace the note: "Heated fiberglass valve enclosure with locking Ild. Size la fit" with "Heated fiberglass valve enclosure with locking lid shalt be Flot Box Model No. H FO 110 19022 or approved equal, Provide a reduced pressure double check bar*fIow pravent:er sued to flt. Install the bac€cflow assembily in accordance with the local plumbing code." Reference Detall 2. AddiHGn Add the following detail note: `Heat trace shall bs provided by the manufacturer and powered by G FI in the hoI box and to install per manufacturer's Instructions." Sheet L-2 Reference Plan View 01 -- Lift 5to[ion Top Slab". Madlftcation: Delete -aPd Replace "Note by Syrnbol #8" pointing to the 4 " Dlsmaniling Jolni with "Note by Symbol #2 — 42" Dismantling Joint (Smith -Blair 975 Restrained Dismantling JoInt or Approved Equal)." Reference Construction Notes. Addition: Add the roilowing note: 1. Factory Testing. The manufacturer shall perfofrn all tests as required by VV A G151. Welded o4iUets shall be hydrostatically tested at a pressure or 250 psi for a perlad of 1 hour, No leakage small be allowed. Sheet L.-3 Reference Construction dotes. dltion: dd'the Following note: 1, Factory Testing: The manufacturer shall perform al tests as required by AWVVA C 151. Welded cutlets shall tea hydrostatically tested at a pressure of 250 psi For a period of 't hour, No leakage skull be allowed, addendum No. z Pap 3of1P Sheet LS-7 Reference Detail 1, Vent P[pe, Modification. Delete "felt" and replace with "SS" in all callouts on the vent pipe, Reference Detail Z, Vent Pipe, Modification: Delete "PVC" and replace with "SS" Mn aft caltouts .on the Vent pipe. Reference Detall.s 1 and 4, Addition: {add a 2" conduit in concrete encased duct bank from the discrete pall box on the norih edge of the wet wolf pad to the hot box encasing the hose bfbb between the wet well pad and the odor control equipment, stun a dedicated 20A circuit from panel LP1 circuit 10 to the hot box and connect circuit to the Infernal heater supplied by the hot box manufacturer. Circuit breaker must be GFCL Sheet E-8 Rofer-c,nce Detail 8. odifIcat lon, Duct bank condultr, were Incorrectly identifted as 3". Increase conduit size to 4" 1n accordance w]th the ono 11ne diagram on S heel E-17. Sheet P1-3 Modification: Charge the " 0-FPS-FIRP" label of the pipe between IN,' manhole on the 4" FRP and 78" I+RP to be "4•RS-I✓RP This Addondum No. 2 ferms part of the Spe-nifications and OonWact 0octirnan1t for the above referenced project and modifies the original Project Manual a Contract documents of same. Acknowledge your receipt of Add andum hlo_ 2 by corn pletin the requosted information at the fallowing locations: (1) In the space provided in Section 00 41 00, Bid Form. Page 3 of 3, and ( ) indicate in upper case letters an the outside of your sealed bid envelope Addendum No. 2 Page 4 or 12 IrWude a signed copy of Addend Lim Na, 2 1 n @he seaInd bid envelope of !ha tIma of bld SubmlRai, Failure to acl4nowledge recelpt ofAddendum Na, 2 below cpuld pause Iha subject bidder is ho cons{derod "NONRESPONSIVE", resu]ting In dlsqualikafion, Addendum No, 2 RECElP ,q tC#�dOWLEDGED' Chrl8lophertierdrir, P.E. DIreckor, Water Depart � Y Tony ho[ola, _E, Assistant Dlrectar, a[el' Deparl[nent FREE3E AND NiGHOLS. JNC, TEXAS REGISTERED EN13INEERING FIRM F-2144 END OF ADDENDUM NO. 2 Addwidorn No. 2 Page 6 o r 12 UNIT PRICE BID AftTION 00 42 as pFN SW FORM Unl! 1: Lift Starian 0„r,Y a�u rwwno�u rNO 1 xH Bidder's Application PmJnu k[nm kLanmwh-:- 6lddnev-INopmel FlIdIlAt 1IBM No. oes rq,L�n 5pEladlu man 3echori No Un4 01 M819mme EWtl Clf.a[ku Unil f'r� art l+a 1 9D99.UO01 78" RboMtaaa Sewer Pipe wish Safes 1 9ackfd 33.,31 13 tF 21i1 51:131-4r4r} 4r RIP Sower Rpe ans FIIllflgm WIMI PrMaura4M i1�lr,g 35 11 10 MillitF00 3mi.4405 30" CIP mower Pipe and Fildriga Wj1h Pmtecln 401 33 11 147 A IM31-4311 .33 31 13 LF 5E0 5 j�MOp11 42"+3nleVmwv 121JI EA ? IS 'J313-30M 7o-'oaiuvahre 331;!20 EA 2L 7 9999,U0M %" SwIN Chock Val m 40 05 6r3-23 FA 3 F� 4995t-mm 78" S wm Gals 40 (ICE 50 EA 3331.E 1 L66 Sawar AFk #teleMaa Volvo Amem* 13 31 70 EA 5 M 3339-1101 5' D1art1e[ar SvWof MahIMIa 33 39 113 EA- a �1 38ag-1 i i1 5' Tam Sam MTanhuler 33 39 W EA 2 1.2 403'3.1 102 B, Omp mmrftm 33 3�f 10 EA 1 13 0099-11004 Oche CDntm1 Etys mn 4d 31 16 EA 1 t4 3R5.ik,iz'9 F►�nal+ 3cxleiy 3t 23 33 L 910 15 01714101 Ccmglgudmn $lardng M 71 25 LE 1 $9 13171.010$,ta.•6uIll60(w! , ni*123 tS 1 if7 3i0:i}701 AIM Lill 81&ll6rf Sgo Work In suddng buL rro: !1miled 4a free WMotrel, emslne omlrol, and Landscaping 3S i0 00 ] I �5 00 )2;1 10 1- L� 1 1$ B�19R-13Q05 ExcuYalfF3n and 9aL:KIIG {A9 SLruesureg) 31 23 1 d LS 1 {x{r rSE fv4'i•Mv�lr 1{ ■ F�I1MD{!MlLRID.4l91r]N tlAM3�hlku,Uirr 04C4�W FFt1G J4rw�YIHr1lIIIk41V n" uL IN LE In WJ 1} LJ-0JI-U-U 01113r U*A 11 OU]i LL.hkLJ%W u WMAUL _AWF-C{r AdefoP dum Nei. 2 PaQO 6 OP 12 lip 1] d 1 UIa ilk IvcKm 1"pi : f 1 19 9999,OQ0Q Dr1Uad S hEvhm' 31 63 29 VLF di1D kG 323I D111�--hnln Link Fence 34� 31 12 LF 1440 21 3213niw 7-Ff mrorcedISi1mmu PI1vi"arrt 32 i313 Sy 785f 2 3,0401 T Conrrate tlrlwaway 19 ;1tl $r- $ 5 23 q%KcW sf Rcirif,uchei C'nrwfiii t (All �tn,rll MM) IrWIr1oq[ knit two (1'1 11 13U 03 21 01) L5 1 11m1164 lb IIfl atollon concleta w431 Aalf and egdlprneALslabs 03 Slo W 24 9Ag 46f4 li Wi5aary SLms Ln Wall mi b w4urrWr (22 w 1.5 1 M 9919.UGGD MiT of rebrlcstlgns {All hams) g550 0o LS 1 03 as 16 04 2:S4D 101139_001113 Berhicgl Silllding, Including but real 1lmHod Iu doors, 1311 1u 00 26 %Wndaws, marring. rDof drealage squl#pwpl, .pwL ll r:nisf+--s, aria flror Dly le4c 11 2 t.S I tml+nj�ulslrerr: r3lwlyltm 9 �-q 91 04 99E9.0131 T UR Slailon Mechaneral 4)Iduas, tladromagntilc Flog' 1a fl Wer, Gabs% Ace,sss Haigh@ Supppria, Apprarl@nancea and @N 7� 31 �� LS 1 otll'rappurtor`mm nvrx and Ilpma riQt apuafcilly I�U1d cseo-wtaara, carnpuft ns ppealllne una indscetpd.In 1ho plans Od 815 0 Ftt 9999,00121 at WaM lmInf.1dr Coallnq S Ww4 nrid M Palnikil� 00 St 40 LE 1 ,01196 00_ 29 90141131013 LH 31alinn Heopring=rf Vendllkatlnn Rlvlffj l2:L L9 1 ,+0 13699,U014 Varlahlo rfoquancy orrvu 20 212;4 'rA 3 2G24U 21 9120D_W 15 t wltrtlgasr"- Panelf3asfda, Franafarmera 2ti 74 15 1. $ 1 $ n 1:1 PfuvML- msfenal coats only for items 31a, 31 h, and 31 c, Costs laf tin l9ading Find f s ndlirr$ Dn Ille SFte. Irbor, fnelallatlall. OVE'llesdr Wnfl% anb otharalrpensas are suhqkillary fu 1J1ee NO bent Al awflchiear, it j I s GONAD 1 his 3EL 739 Power Ouellly Meier " 21i 2a1 13 1-$ r Jill EE1Joq.g019f} SEL i51 ASru4 Flj:?i ReliW!a,L +d rMlofir Sarrsom " 2S 24 1� LIS 1 3143 8 0f1.0 1fic Rumemaunt Ints.W8AW ihenneT r0uni1oring Swain " 26 24 #3 LS 1 32 QN9,01) Vf PnatfLiumnlra lonr St�4f A". Arnleruw Toww 4090 v 41} mfigf r k S 1 ProvWe materinil cops only for llama 32m, a2tL and 32e, Cwlat far unfaading and harugilrig on ffte $11% Mbar, inslarlutfarl, overhead. profit, xm %l vWwr rxponse r us subsIcHary to Hid kmm 32 9CAd7A, -,§28 $$9 .qi1 i fe magE u$ HMIV,r7n Ciuolaror klterfnaa 46 Im V LS' 1 32b R999.001 Tb MOS Gfbll 900 El[mmul Radio " .1i) 00 42 Ua H.9M.I ia1 to 14u.0mirt MAO PLC: wimour 10LI Modules *' die 91) Q L 5 I i'Iry rR rnm r RV&Tlr 4I A-MAlm I Itw91 ruryy$FI x{4y' Irr�, iifi?I gr1r.I�K1wv{• r'urm1rm.no I111 m-NA mta1, Ipu1'-om3111 11,II1-TmjWfmbiifk .Wn-rrrV Auldc.mll lfn Nil, 2 Pago%'T of 12 26 05 34-0 T 99U4.O11 19 Cable bus. cable tray, cable trenah. tables arrd varldmltn, �R IDS 36 2 LI LS i elechicsl baXa9, pWllbaxes, duce ballk6 -2 ♦73 3 75 15 4K 34 9999J3019 ?&MkVA 13mmmirw 2H :12 1.11 L$ i 1 36 T3 i'39,[K1 rA4wflt Ry►f11nl irudmg, Srv#up arw 1roo nrl 211 d 1 2fi LS +3119t1-tM21 Miscslleneour. Elaclpcal (Otaurdkyg, O, hln. :9 0$ 2a Recaptaalea, L39t mnlnQ Prolapllpn I�YAy MQ hmaludlrng aI l4Uo,n nul 2b 8D no 3s upedlcnuq ilpmf3 elsawr+anr. L.wapNb no Irpm*W and Indb,4�lnd liL 21� 21 21i 1h*a pramt6 26 41 13 SUO-TOTAL UNIT 1 ' Tr.e gusntlY proms m approwmuls rar s'!wmy pu poeee. Cr7Mfawor atipll be paid Ilx Iha m1LLw T1nlapr rmi o(pOn JJUtnrlEn;k)i (he, speclfi;oliw, "Relet*noe 11 ■tEd apmomahillan a eetln mp for delmrin or1 pr;"il uondury and ap"phYblo allnlnatlwma. Contrarlur aubr r111h5Q An allernative Y6nd4f arEd prod ucl mull iobinll 34 n eeea9sry documafamloll to dernonivmle campa dbiltly ■nd lnpcllalmiry to 6& avuluated ai yn approved aquhl. Unit 2: Water liefsd Jt�M lotaMhWlon Halgarit r'rapatrlt l[011R fi10. Deffunt 7dlrm 6peelPkmtttE SmLlkm -la U1111 M MadvJe altl W4nhHIY Llnll J'r�po 4111 Value b 13311 i fr PVC Watsr Pipe wmh $eOcr RI cO:Rlr 93 11 t2 LF MHO 7 M 12 OW Pro VpArflm Ammbty 23 12.40 EA 1 3 3511.O131}1 23 11 11 TON 'M25' 33t .i11 V Canrlentkm Its EmWil 1p 4"• $r W,%I a MHNa 1n4611ilk;U tlur rw[ Hmllad 4u IuA tappllg mddla and 9" ple vmtm -41 12 2S I -A l 0 32M-J416 Concrete Pavement Ropsar 32 41 w SY 0!h B 331?.200 V VVMW Sdro" AsasrWly 311 17 1D EA 1 7 33WOTOD Trnnch5aroly 31 Z333 LF G80 H 4171,0MI k:anmtruell6nSWkj% 01 71 Z3 LS i 13: W F1.0i02 AA-huiT[ SulYby 01 71 23 LS 1 SU13-TOTAL UNIT 2 M 04P Rip J m(A GI1r pF MM T WftA Ili x(ANlhi6SikrtOM4IKLQIWMwq l.IPK-hN1WIlrrunUl7nIa I%=MWW MMI nl CA"rfCu I r1-Iw it t1. IIp JJ JJ till11.11 alai a mFbrI-X41"9%L*kk, fttlh"-La" Adderidum No.2 Page a Of 12 IlII I I'ILS}r{r hl. ey-- A Alternate BEd A: Pumns Suhnul bids rof cumplew Gnnktwlq wuLS iroln Irld folwmrip pl,nlp mimmetpmrar4 EgcaL IUW ilL'41I bE!wm ;h for himigning. walln0, doll Je+mj] mw prhyo ling n=ernpfta UZIMCD idthfllriFkM fOr rJkdf7 pW.hpO Mila dMItHh f"I Iht: Oleopoall5fe r"rim4hrlulpl, [hlsipIM§E on npeVirgd. Wrllo in Leo UtIMU P560 WIr4 Ip 5xllar Ulrlri4nC:y rnr nnr^ mnn, dlRlnrer Tile nkm -; d4 nrA rleiPd la moor n FnInlmurn erririonfy In solar w ha sUhmlHod iml lhpy mu+rI mo nL Iho mmfrmun oftirmcV wminn 4n by Ihn +nnnuraclurflr, Ir`aluda'pun%p dale 13heak6 pjiuy YMIF W RALF In 41 42 54 CA Prajecl darn Itkarmi3kkm OIddflei PioPoaal BIdIIsI srP aerlharl 9raclhuLwn UnlLof Bid U��� ElldVnue Beim No B 5gcilan No, mes.1wa Dummy A-1 Flygi Purnpo WISh YVire InWelef Fnrricrenay of '.9G }d .12 66.04 �-:A A,2 " Purppa wllh WIPO Lo W131MC Oduhcy ill % A4 42 5G.04 EA 3 A 3 rSIIII- PulicpA sh'11111MIrB 10 Vyi1w.r Emalef icy c f °4 44 42 66 f14 E A 7 ehe bry-Wr mmkh*m Mlemdti IN Aftih A-1 IhmuphA,• phr ft Eiyh.I9lloii Fi o ieiotmili�pe ml milon 14 42 Ml i Io malnnrmethe henrr him1i PmCILy SUMMARY of BIDS The Canlract Amount wiil lie Hie Unll 1 pips UFC 2 plus LhP M Value or Pdh3makkre Laid A Puw lhak Lhe CitV-deem& io be the hest va1UL1. AFOWIda lola49 peraw C4ty reeervee lt>e f1 ht to aelecl. e.1lhaF Total l Tn 1 �. ar'rg113t3 Total 1 a Sate-Tolai Uim 1 + 3uG-Total Unll 2 + JAIIwlfrmle tl1d A-1 Talml 2 = Sub=Toleil Unil 7 } Sub-Toiar U nil 2 + Ailernale Bid A- >•nlal 3 a sub-TLsIf11 Uilrt 1 + Sukt-Talal Un4r 2 * Allarnatla Rid A41 [WD of s€:cnUti L'11T4Wrrlar+4 MIu QM&Uk9a CnOWMIX'116S OnhM of A M pnr UUPM I'onr Itl U41 11IO-I4*11r RD 1311 nII 11 Fr iKi 41'I r.MI 11 Cl Hu I�Wrr WhULN h JUR-C p ALdda ndum No. 2 Rage 1) 6F 12 SECTION 40 05 43 MISCELLANEOUS VALVES PART 1 - GENERAL 1.1 WORK INCLUDED 40 D5 43 - i MLSCELLANEOUS VALVES Page I of 3 A. Furnish labor. rnate-6a19, equipmtmt and incidentals nej,:esswy to install misuullrcnesous valvcs, ViiIve!s and acces8orits specified in this Section are to he installed only in the ahsence of product !;pcciIications iii odie:r Smetionx and must be approved by Ilie Enginuur. Review other Scctioas for sped is requircr000ts. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. mcasurement a- Mos►irc=i rm for "Miscellatxeocis VaI ves" shijII be pc Lump Suin. 2. Payment a. The work performed and the material� furnistied in accordance wit1 this. Hem shal l ho paid for at €he unit price bid per Lump Sum for the bld item, "hill 9ratian Mcx;hanical Valves, El tmijaagne:ti.c Flow Mulct-, Cietes, Access Hatel-um. Appurtenancus", Installed fbr: 1) Various inlet sizes 3. "1'hc prig hicl slactll irke[LiliC: a. Furnishing and installing the " iv ccllane-our, VaIvrs" with a ppunturiinc;es es dtc gc6NA in Pan 2 cmd as specified in the Drawings 1.3 SUBMITTALS A, Subminak Mxail bL: in aci:GrdaniJa with Section 01 33 00 "`Submittble" and Shall include:: . Shop Drawings. 2. Operation and Mainteia map MRnuaIs, 1.4 GUARANTEE AND WAIUtAl+lTY A. A+ anufacturor shall warrant the equipment and matari�Lk furnished under this Sention against defects in materials and workmam-ghip and aperatiowd iaiIur- for a perieicl r>'f I ycw fiviit 111e dote of Owner accepta nee. B. In the event of failum of any Pact or parts of tho (- uipinent during the first year of scrviee, prcivide±d that the equipment liar, b�on opermed and mairttalned in ne corcfanee w i I h good ptncti�:e, IN; Ma nu fimui-u r shall furnish and dal ivtr a replacement for the defective part ur parts at the Manufacturer's own expense- Miulufacturer is'a1sn respun-4ble for equipment rreight. PART 2 - PRODUCTS �2.1 STAINLESS STEEL BALL VALVE A. StaInlesz Steel RAII ValYes 411ulI be torctished its iadie rated in the Cuntract Drnivings. B. Valves shall be staittless steel, three-piece hotly, full purl, reinfarced "f FE Neal and seal, Ihreaded ands, rated I000-Psi 'P. Co to MSS 5 N I 11), C. Type: Non -lubricated and capnble orsealing in either direction. FREF.4FAND INICHGL.". TWA' L1kE: Ariir0aLnLfk Stailan ,rcicIFNI(`AL ('''C1 ,3TR1JC`r10N St'i�C IFIC�17� O N L7C1CUMIDU City Prufuwa Nbvr: IOGY95 Rrvhied March 24, 2112a Addendum No- 2 Pioglo 1I1 of 12 40 05 43 - ? MISCELLANEOUS VAL.Vi.S D. End Connections: 1. Threaded or goLder andic for sues 3-inch and smaller. 2. Clnss 150 tlnrlgM for sizes larger Man 3 inch. Flanges shall conform to ANSIMSIME B16.1 slalldards. E. Stem P-caking: Macsually aditi-d8bte while valve is Linder pressure. F, Shafts: Rigidly eaml.ucted to the Imll by it positive ocumu. The connelrt>imb shall bV designed to transmit torque eq nivalenI to mt lenst 75 per *ent of the rarsionR1 strength ul' l he shaft. G. Haudles: Sishiless wteel l0rh loch handle with vinyl gripp-and stainless steel [Litt clesigned to open All close the VidVE Under npernting conditions H. 'temperature LImiis: SLHtnble for operation between minus 20 and 50 degree.± Fahrenheit. i. alves sliall be: I. Apalhda) Vsllvesr 2. 141ebu ,Automik ionJnrnesbary, 3. NIBCO, Inc., or 4. Approved e+laal. 2.2 C'URPORATIO N STOPS A. Corporation stops shall lie hronzl~ with tapered 1)1ug and flat key oprrator. B, Unless oLhvrwise indicated, stops shall lmvc iron pipe Ihi-ead on in1�t and nutlet, orthe size indiabled. C. col-Ponalk)n MAP" skull be� 1. Mueflor H-10046 ar 2. Approved equal, 2.3 YARD HYDRANT A. Ward HycJt`aw shall bt: automaricaIly drainfing, biacidlow protected with standard guden hose thread outlt�t and Iev4�r luindle_ S, Yard Hydrants shall be; I. Woodford Model Y2, 2. J iiy R. Smith l±igurc .Numin r 590.9, 3. ZumZ1395,or 4. Appriwed equal. 2.4 GLOBE VALISES A. Globe halves, whure indicated shriI I be Ctane Figure 35 t or approved equiil with American Standard Class 125 flangc-s. B. Clabe ►gal vt�q for screwt7d piping strap b} - equal ro Crane No. I . FREESE AND NICHOLS,TN(' Li,* o ArlingtonLift Sim lon TF.0 liNJCA1. C.'f NS1 lX-TION tiJ'Fi{A rICATION wc,umP w r 0ty �mjmm Winihm Itesized .Nbrrh 24, 2G26 Addandum No. 2 Page 1 i of 12 400543.1 MIST ELLALNEOU VALVLS Peign 3 ul'3 2.5 DRAIN (,MU.D) VALVES A. Mud valves shall be stainless steel with resilient seals as describM Derain. Valves shall be the non -rising stom type and be s lieRvy duty desi,gtt. The body flange, yoke, guides and gate shall be cast stainless steel, type 316_ After machining-, all castings shall be passivated in accordance with S'rlvl A-380. Valve , Which Iacltide compkrnenls %vcldt�d From stal nlers steel tire not ami; pia ble. The stem Nh lI have a permanently boadud coating lu prevent galling with other stainless ixmponcnts. Tht coating :¢hall hc safe for pc*tLblc water = iind capable of tmduring n minimum of 15,000 opeu,clusf: cycles WLtILOUt gQ11ing or excessive wear. The mant€t�damr shiiII support r< cle testing with a report rram an independent tt;st laboratory. Valves shoal] be: hirrl!shed with handwheels, ». Drain valves shall ire by; .1. Trumbull lndwdriet, Inc. or . Appruvcd cgUaI. 2.6 DUCKBILL CFIECK VALVES A. Duck bill check valves :droll bf. Furni.8hod an all dmin lima errlptying iat{a all aructure.T basins and as (it hurwiso iridic:tt -d. D4e-k hit l check valvou shaII be of Ilse flow-or,L,-vatcci cheek type wish ;i slip -or} end cowipption, Inlet port areas shall Ise 1 DO porceot of'the mating pipe port size. The part area shall comour-dovm. to a dtickbiIl which shall allow passage Uf flaw itt one direction while preventing revtrse flow. Vale- yltatl open in the proper direction under 2 inc-h or rtlnre of pregqure, and shLdI wittztai3d up to 10 feet or back pressure. Valves -Beall hie designed io slip over the ape.-ci tied pipe otmd& diwnrtt:r. and shall be attached to Ilic pipe by mcans of clamps hr-nishc;d by the valve manuf curer. Valves shall be efone-piece neoprene rubber cQnstructian with a f`nbric reinforcement, witli.a protective LPDM exterior wrapping, for protection against ultraviolet radiation. Valves shall be Reel Valve Tide Ilex Check Valves or approved equal, I'ART 3 - EXEICUrrIGN 3.1 Ihl TAUATION A. Ceri fTmlly handle aad instal.l valves in a rmmner that prevemts dionage to riny part of the va fves_ Install uatveg iI1 accordance wjth the Ma'Yna ar:turer's irsstructlons. END OF UCTION FREESE AND NICt OLS, INC- Lm c Arlin&m.Ult 9Iwtion TEULN[C.AJ-C'ONST13L'UTF N SHCLF1CATJON DOCUMENT CiIW Nuj-fti Nuuibbr. I04995 kvviiM Mnrch 24, ZOZP Addendum No, 2 Pagin 12 of 12 CITY OF FORT WORTH WATER DEPARTMENT FORT WORTH LAZE ARLIN TON LIFT STATION City Project No. 100995 ADDENDUM NO. I Unit I — Lift Station Unit 2 — Water Addendum No 2 issued: April 30, 2020 Bid Receipt Date: May 14, 2020 This Addendum forms part of the 9pecificstions and Cantracl Documen is rind mod ifIes the original pecifi atfons and Contract Docurnents, Bidders shall acknowledge receipt of this Addendum in khe space provided below and acknowledge feceipt on the outer envelope in your bid. FailLire to acl nowl edge receipt cif Ihis addendum could subreet the bidder to disqualification, The Specifications and Contract Documents for City Projecl No. 100995 are hereby reprised by this Addendum No. I as follows, 1. TECHNICAL SPECIFICATIONS: Section 00 00 00 "Table of oi,t,,t$" Reference Pepe 3, Modfficatlon, Delete the folio Inn row; 33 3 33.14 1Trench Safety {F I} 03t 412020 Section 00 42 43 "Bid Proposal" Reference Page 1, Unit 1; Lift Station, Bld Item No. 14, Speciricatton Section No cell, Modification: Delete texl an replace with= "3 3 35 1 X Reference Page 3, Unit 2. Water, Bid Itani No, 5, 9 pecf#Icatlon Section Flo call, Medlfication: Dalets text and replace with: "33 05 10" Section 09 91 00 "Painting" Reference Page 3, Part 2, Paragraph 2.1-4. Modification, Delete text and replace with: '?F'G Paints" AdJepilum Nn, i Pale 1 or 28 Reference Page 3. Part 2, Paragraph 2A.5 Deletion: "5. PPG Architectural Flnishes, Joe." Section 09 96 04.01 "High -Performance oatins" Reference Page 2, Part 1, Paragraph 1.3-3, Modlfi lion. Delete text and replace with: "PPG PalntS" Appendix IBC-4.01 "Availability of Lands" Additlon; Recorded Oncor Encroachment on B iTWR Properties, LL (02200094230). Replace the Following peeifiication: Replace Section With Secilon -- Section 00 21 13 Section 00 21 13 2. DRAWINGS, Sheet C-4 Addition; Add the following rote "S" to "Construction Notes', 10. Ail tries inside limits of Permanent Bite and Temporary Workspace shall be removed. Protect trees outside these limits, Sheet C-9 Reference the to dlaut for Lhke "Propbsed 78" San Sewer (8y Others)": Madifi alion: Delete text and replace with. "Proposed 78' Baer SeWer ( - 6973) {By Others)" Sheet LS- Add! lion: Add the folio ing to mote by symbol A8 "(Smith -Blair 975 Restrained Dismantling Joint or Approved Equal)" Sheet L.S-3 Modification: Modify the following note by symbol "1 ' Delete text and reptar-o with '30" Dismantling Joint (Smith -Blair 975 Restrained Dismantling Joint or Approved Equal)" Sheet i-7 Addition: Add the follo irnq note symbol "6" to be next to each of the two network switches spawn In drawing. Add the following rote. to "Motes By Syrnbol"; 6. Network switches will be DIN rail mounted, 24VDC, unmanaged industrial Ethernet switches, Approved manuracturers are Phoenix Contact, Hlrschmarin, Cisco, and Siemens. Add"ium hag. t Pago 2 of 28 Add the Following Sheets: Add Sheet 05GENERALNai-E S $ G- GENERAL NOTES IV Replace the Following Sheets - Replace Shea With Sheet 1 INDEX GJINDEX 3GENERAL NOTES | Ga GENERAL NOTES I Ga GENERAL NOTES N G- GENERAL NOTES 11 SSA DUCT BANK 8A DUCT BANK ]O INN SAN SEWER STA 1 +0G TO ENO C-10 gN SAN SEER STA 1 +00 TO ENO UT4FENCE & GATE DETAILS DT4FENCE & GATE DETAILS TMS Adder um N 0. 1 forms pa rt of the S UMW lionsand Con |ar d Dom menb forme above referenced project and moditles the original Proed Manual & Con|er ddocuments of same. AcknowI`edga YOUF MCelpt of Added um No,] by wrnpleting be requested hblmmbn at the following ]Oca[0� n $ (1)h the pa ce prov dad in Sqc o� n 00 41 00, BU Form , Pag e J of $ and (2) in $ cate » upper case letters on mew m&de of you sea ed bid env @ O pe do ncl _ No.I m■d 28 "RECEIVED A&g ACKNOWLEDGED ADDENDUM NO. I" Iqu dG 2Sig ned GO Py ufAdder Mum NG 1b me sa aIf! dbid en Vel'ops% the |r| m of bl SUb+|Le. Fallwe to acknowjedge mcalpt of Addendum No. 1 below coLlid raus8 the subjectd to be cow u8md'N ONRFSPONSI ,m@G§nu9d%quawln don. Addendum &Q] Chri8bpher Hamer, P.E. REce|P ACKNOWLEDGE DmaOr Wm Depart en : AL�:00 @ �A � �aA �� %��� Tom and&s� E coal rye: Ass §mM gmaorW+ Depariment % �t � F OF 00 OUkA1 9 JF ~�1 u 5�.��F or 000 / §�I ' b. 1 0413W m F EESEAND§mHOL%]NG, TEXAS REGISTERED ENGINEERING FIRM F-2144 END OF ADDENDUM NO.I AddanpAqAns No. 1 Pm.■iDf 20 FA ECTION 111) 2t 13 INSTRUCTIONS TO BIDDERS 1. DefinM Terms 01121 13 IN.VRUCI'.IONS'Mt3l DE;M I., I .Termii us&d in These ENS"1'Ml.JMONSTO 13IDDERS, wW'&h'aee.d.u.;f ied in Svetiob DO 72 00 - GENERAL CON-PITLONS. 1.2, Certtrin additional terms used -in these INS7'RUCT1ONS TO BIDDEIts Have the meanings inilicated below wh ioh are applicable to both the gingclar aiid plural thereof 1.2.1. Bidder. Any pc i-icon, firm, partntrrihip, company. agmelation, or u vpoimtiOn acting clircctly thm.ugli a duly authorized representative, submitting p hid for ptTforming the �v.ork contrnpNmd tinder the: Contract Documents. I.2.2_ No=r sldent Diddur; Any puf�oii, Firm. part efshjp, compriny, associad011, or cnrporarIon tiding directly Throttgh ii duIy 4urhonzed mpremen to t i ve, submitting a hid for peifoming the work contempialed under the Con tram 1)orgtnerlts whose principal place of 1)usioess is not in tire: State of Texas. 1.2.3. Suceess1111 Bidder. The lo�usl m3purtrtible and ry pmslive; Bidder to whom City (oi� the 1)asis. of City',, miluation as here inaUr pravided) makes an sward, 2. Copies of 11idding Documents 2.1.Ncithe:r City nor Fin ginee r,shalI assume any rew pon -,i W I i ty for errors or inisiiiterpretations resulting Pram the Bidders usu of incomplete sets cif Bidding Ducriments. 22. City and Engineer in making copies of Bidding Documents avaiIablo du so only For khe purpose of obtaining Bids for Ilu: Work and do no aLitharizo or confer a Iic t;nzgc or gimut for ariy other tzse, 3. Preyualifteation or Bidders (Prime- Comtractorm and Sulbe ntrsirte�rs 3_ 1. All 1 13iddors and Their 5uhcontractong are rquired to ha prequal.Hkd For the work types r0gLliring pitg11uiifMkt i0n at then iirnu ufbidding. Bi& rvccived From Contractoi,.; %vho are neat prl-4tt-;1IiIEtA (ew�rE if inadvertently opened) shaII not be considered, PmqunIiticatlon requirement wark.types and t ovwuenwtion iu'o avaiLab le by ames�,ing all required ll leq Lhrough ihe.City'& website a_t: httit}s:llaaas.lfortv�aa thfc as. oar l'r riectRcsnurc sf 3.1.1. Pbv[iTg— -Requiir'. unis dociement lmmtkPd a[- 0 2-Con s tniction Doc Lirnenm/Cnntractor Pre gmIi#ication/TPW Paving Contraptol- Prequalifluarion Program 3.1.2. Rdadway acid Pedestrian Lighting — Requir&nuaU document le bred at: 02-Conctriection Docurnmt /Contractor Preq ialification/TP koadw ny and Pedestrian Lighting 13requaliftcation Progmim C'j,1,v, rFi7RT IV a1m-1 STANDARD COM7RUCCION SETC.15FICATION rXXUM4 NT a"IM041 M411r.13 4, 20211 t,akc �ieling[ai Lilt Skit lull City 15mjeol Number IULTIJ45 Addendum No. 7 00 21 13 INSTRtJGrtONS T4 BIDDERS Naga 2 n r I Q 3.13. Water and Sarriti�ry Sewer- Requireme€tts do-r-=ent located at; 02-Cc fii3Mv on I?00amen tslContitctar PmqurLlifim idri/Water and Sanitary Svw Contramr PrequaliPtcal.iun prbgram 32 _ Each E3j4der ULIIess currently prequaIi fw.a roust br pl`eporod to submit to City within seven (7) calendar days prior to Bid opening, the documentstian iderW Fkd in Smion 00 45 1 I . BIDDERS PREQUALIFICATIONS. 3.2. I. 'SUbrnitnion of andlctr gtiestiom related to pmq ualifica Llon should be; addressed to the City contact as provided iTi Paragraph 6.1, 3.3. The City reserves the right to requirt: any pre-rlulii"icd t�orrhr# nor who is the zipparont low bidder(s) for a project r.o submit such additimttal inforrnalkin as thte City, lri its �oIt &%rction may rcgttire, i ncluding but not Iirniled to manpn er and equipment rmc5rd€, information abnut key personnel to lay as,igned to thkw peojcet, dmd construction tscheduie, (o assist the.City in evaluuting and asNvasitig the ability of the apparent low bidder(s) to del fiver a quality procluet and 9ue ces5fully vriinpIcle projouF, For the: arnount hid within the stipulated time: frame. Based open the Ci.ty's a.5ses-in7ent of the subinItted .mfo n ation, a rc;e:ommundation regordhig the a-w'ard of a contra will be made to the City Council. Failure t+;t submit the; addifioziO information, if rec7ucated, may be grounds for rojecting the apparem low bidder as non -responsive. Affected contraclors will be notified. in writing of a recommendation €o the City Council. 3.4.1n addition to pregnnli.tication, add itiamI regUiremcnis F(Pr cluali € QZIi011 may be required within "rious, =tiom of the Contract Docurn ent!i, 3,3. Add idonaI analifigntioam required for ILtis. RrojecI include the FoIlowiR ProspeEtive hidder shall have Completed ad lerdst Iwo iU-MG1) or Inrgor 1iF1 stntionS in the past six years, 2. Provide: City Project Name (Lake Ariington L.i.lt Station), City Proica Nuinbc�r (1 100995), Project Manager (Pratitna Voudyal), bid open dnic (May 14, 2020), and scope of work for projects (Sc )ptl of Work For this hid w i I J Ix, con qtrut; t ion uF nn4 ivSCrf) l i ft mat inn (trench type wet wnl1) and yard pipin6)• currently planned fur submitting 1)id,, in thLt covt;r Ietwr to the City, 3. ReferehGES of Belated Work (at least two) a, PrpjaL;t Name and Lu ationa b. Typc of project c. WEm the c€sntractur a prince Lontractor rrr worked tis a 5tlhi;c�ntCkkc tC L; ni?tC finrt's role and scope of work purfunned d. Contractor's Contact Person and Ntlmber e, Nume of city evhere work was peribrmed nieng witli City hisqwtor' S itanle and telephone #. F, Andotutt of Canstructictt Cmrak t — Liit SWdon rind Water lttility work only (do not include nny other lype of wark-) . Stzt: of lift stations insiztIM. tar 0mis oFexpe:rtiso CITY OF FORT-WOR'fTE 93-ANDARD CONMUCT'ION SPEC If? ICATION INIC kIMFKT I rwh9od March 9, 24320 Line AzljnRLwn tlti %1u11rnn Chy Llmjecl NLonhrr I110tF95 Addendum No. ? pi�Q* 0 of 26 W 21 13 INSTRUC'TIOM TO SIDDEBS P,GBrt 1 43 r 10 h. Piro] oct du .Ition — start date for construction an lroinplefion data I. CUITMlt prnjCCL% under conk-, r Lctlon T1w requealed inat�rlal inlast Im sulainitted to the City prlur 14) Ilan date ()r I he opening of II lit bids, FLO Inter I I i u n NI Ay 6, 202U. '1<Ttrc C ilY ►vial pruwitic n IisI Of preduit] IIted con Ir:a.ctom for 911is 1)ri jeer pritaP. to iiie drate o r i h e opening or1lie hider no Inter than JV[sty 11, 2020. This list wi11 be posted. 8idy submittt! d by bidders who are IIUI on the prequaiiiied i'or11ractor Iistshall be re'ircIed as non -responsive. All aacldltiowd pre-quallIkAtion iitforinatiratt umst he e-inailed 10: City I ffori Worlh Water Department Prsatima Poudy;al, ?,E. pr�itima.poipdyriI ti)rtworrhtcx�is.W Fr€;ese a.nd Nicholas, lnc. 01ivia Korqs, P,F, olk@f1ease.c0rn 4. E xfL rn i rm Bern of Bfi1411og and C47nIracI IlorurneMs, 01her Rrlated Da a i i d S1Ie 4.1. BUfrarrr sUbmitling :i Diet, each $iddor sha;ill: 4,1. LExramine and crarefuily ktudy the Contract Documents and other rela1t d chin identil3td in I I ic Bidding Docture]W; (ina.IudIng "Uciinical c Wa 'refen-ed to i11 Paragraph 4.2. below). No information given by City or any repre!;enlative of the City other rh;an that coutainet] iri the Contract Dour meats oud official Cy prouauIgated addends tla.ereLo- slwI l be binding upon the City- 4. i. , Visit dw- si to tea heconae Familiar with and satisfy Bidder as to the general, local and site condItkirts thaI may ;iI-Tcct c4asr, progress. perfunntmce or furni:4hing of the Wark. 4.1.3.Coiv4der Weral, state and local Laws glad Regultatiims thAt naay ati=ect cost, prugTess, perfanrma=a: or Fitmi!.king ref the Wo5k- 4.1 A. Study a[1, (i) rcports of exptaratimg ead tests of sabsurJ<ace conditions at or 8ontiguoLis to the Site and all drawings cifphysinI conditioris relating to existing surfracc car subsurfeed 8tiuctures :at Ilse Site (ex ca~pI Undergrkrim d Racia iI ies) ilia I hwe been identifiers in the Contrrau Documents as curitnining reliable "techniOal dxt'a" and (li) repkirrs lane! drawl ngsk)f'Hazarcout; Environmental C QndiIinns, iFon , at the Site that have been iderrtif4W in the C;ontraict Pocuments as-uontaining reliable "techaicat data-" CITY OF FORT IVOU'li STANDARD CQN ST RUCrION SPECIFFCATTON DOCUMENT k1uYiwd 5diikh N, 2Ri li Luke Adinglen LIi1 S1+IIion C'ily T'a ry+,.:l Niimrwr Ii1 W5 Addendum No. I Pagi� 7 or28 (3921 13 iTr`URUCTIONS Tb BIDOEkS paGjw A or 10 4.1,5_Be advised that the C Qntrac:t Documerat� on file wilh the City shrill eo'n:s itut� kill of Thu irifor-rwition which the City will liirn�sh. All additional information and data which the City will supply niter prcinuilgatifm of Ifie rormal C'om act Uooutnents shall bu issued in the form of writtan addenda and -9hall bec€iinn part of the Contract Documents j w i ns ihn4gh such kldcnda ►uc:rr avluaiIIy wri4len irito Ihu original C'-ontrict Docuinenis. Ain information given by the (;try other Ihan thus con I ai ncd in the C:ontma Documenis raid official ly 1)rowkiIgowd rkctdr~nd,,i Ihereto, shall bra biriding Upon the (.lily. 4.1.6,Perform irkdependeni research, inviwilgatian9, t!-�ts, horings, and such whu inc,: ns as may b; nr++;e�ssary to gain a complete knowledge cif the rronditiohs which will be encountered during the constmction ofthe project. Ceti reguc t, City rrlrly provilie -each Bidder access to the site to conduct such examinations, inv stigationr, explomtioltg, tv-9N and mdies as each Bithkr duem.q niccussary ror Embtnissian of ks 13id_ Biddor must fill all holes and clean up and restare the site 10 its former conditions upon compieLion orsuch explomIions, iavr *tign-buris+ teas arid.studier, 4.1.7.L%--ermine the difJticktltics of the Work and al attending cireumstances afl"ecling -rhe oust of doing the Work, lime requirod for its complution, and obtain rill infk?rIniltlon required to make a proposal. Bidder sh8I1 rely excikaslvdly and solely upon 1.1ieir o rt astitnates, invc�'gation, research, tells, explorations. and ocher' data which are necessary flnr f;al I and complex information upon %vhich the proposal is to ix: bled. T.t is undemtaad I hat 1 he subrnissim, ur a proposal is prima-facic-evidenee that the bidder has made the investigation, exain i na Li o ns rand tests herein required. CJtriMs Fur aJdditionliI rropenscktioti drat to variatiuns between conditions actually encountered in constructinn and as IndIcaXud in tht: Con Documatats will not be ra I lowed. 4.1.8, Pruraptly nbtilj City of all C01111icts, errors, Mbigkrities or discrepancies in or bdwt—tm tho C oatlrad Doc; uu7 6n(8 �1Ml aiUCh oI het related duckrments. The Coutmctar shall not mite advantage of any grnss error or onussion in ilit (. Dntraet Inc, uirrenrs, and the City skull be perrnitted to rrmake such corrections or irate pretatioru; as may be deemed uecessary for fcalf'ilIment of thtc intent of Lite Contract Do"meats. 4J. Reference is made to Ser~tion 00 73 00 —Skapplemtnfary C'onclitiuns r0r idcnri Fc�tion of; 4_2. I _those reports of exptnratitrrtrt iind lc5tti of-suNtirfa= i:ondiifons Diu or ccmtiguoals to the site which have been utilized by City in prepora#ion of die Contract Docurnmta The Iogs of niI Borings. if any, on the Flans are fi)r gL{nurut in lbrrmjti0n oftly. Ndithur thb t its nor the Engineer guarantee tbat the data gbown is represerilj�tive of conditions which actually exist. 4.22,those draw ings of physical c ondiIIons in or rulsiting to oxisl ing surface and subsurface structures (except Underground hac:ilittes).which are, a ui- contiguous to the -,1w that have bcvri utilized by City in preparatinn of the C ontrar.l Docur=M,', CrrY':QF FORT WOR71i t;TANPAttbC.ON TRi.ICTMSE`EiG1FICATIONti MIM.ENT 4vix-d Memh 4).1120 Lake Mingem LIit 1414linn Ckv Ym}rcl NuunbiC 109+J5 Addendum No. 1 -0021 11 tNSTRUCI' ONS 1Y) BIDDERS Pupe,5 or if) UA copies ofsuch repurts and iita wi ngs will be inade availahle by City to any Bidder on request. Those rep4rrts And drawing-9 may not be part of the Cvtitra�t Documents, but the "technicii l dal u" ounLained titerein Lypun whiolr 13idcler i`i rnl.i[led To rely ss Provide'd in P11r4gr4ph 4.0 , c')f Ilt� Ocnerel Conditions hits I)een identiiivd and cstablislie d in Paragraph SC' 4,02 Dflllc Supplementary Conditions, BIddEr is resparraible liar Tiny interprc;taeion or concIusian drtrwn rrarn ally "wcIkriical draw" or any other data, intt'rprelad on5, opinions or information. 4.3. The ,Om ksk)n of a Biel w i I I constitute an incoritravertible rt�prk;s.pntatian by Bidder (i) that Bidder has complied with every ruquirement of thiN Paragrriph 4, (E) that without Oxceptiort [lie Bid is premiscd L poa performing irnd furnishing lhtr Work recltrired by Ilic Contract Dacurnents and appiying the specific means, mothods, techniques, sequences Or procedr Tres Uf Cali 91 ruc I i on (iFany) flirtt moy be slip wri ur ihdir it d 01't" tpreSslj/ MlLllred .0y rhL Contract DooutttenIs, (iii) rhni Bidder IiLei givi~n Ciry written Notice of all jcontiicts, errors, ainbiguities zind disci-cpanciuns in the Contra ct Docurnents and the .written r�soIkktions Ihf mof by 0 Ly ace ku.ccp19b1e to Biddcr, and wlien said C-on11iots, etC., have not been resulved throrigh the lrtterpretations-by City ii deschbod in Paragmph b., ,irld (ivy that the Con Ir'gcI Dix iimcrtls .1vu gellCMIIY qurl'iuient 10 ilid icaw pnd convey understanding of all terms and conditions far perforunIng and #urnishing the Work, 4A, The provisitrris of this Panigraph 4, inciilsivo, der not ripply Id As6dstds, PulychIorinated biplie nyiLi% (PCBs), Pei rolouin, Htfzard wq Waste or Radionetive Mattriol covered by Parag plah 4.06� nfthe Genei,aI C:DrkdiII()rts, uniess-r:peuilically identified in the Contract Documents. 5. Avallubfifty of Lands for Work, Etc. 5, i . The Iunds lIpon whiuh I e Work is to be ptrFr miler d. rights -of -way and coy Lwnietltrl for ncess thereto aria other lands designated For use by CQnumctor in per#orming the Work nru idetitUiocl in the Co Doe Limon ts. All add 1tionaI lands rind access Thereto required for rt!inporary conii true t ion facilities, comglruc:6on eclilipment or storege of materials and equiprnre to be inuorpuralud in the Work ore to he ahtaineal acid paid for by ConIractor. kns,=c;nts for poi'11401Wrtit StMOLIres or perniarteut chaiigcM, In existing facilities are ro be obtained and paid for by City unless odienvise provided in the Comma Docuittents, 5.2.0LlisLand ing right -of- ay. �tlsenicnls, unWOr pc;rtrliN ro be acquirtd by the Qty are listed in Paragma h SC 4,01 ofdie Sapplementary Conditians. In the event the necessary right- of-way, casernenls, and/or pormits ;jrc., next obt�iinud, the pity reE;orves the righI to c �ttea:l the awEird of r.nntract at any tinie before the Bidder begmr arty cj3nstr�iction worlr on the projeel_ 5.3, The-Bitidei' ghal.be prepared I Mazur once con strueiion w ilhotit all executed riot -of - way. cai,gttienIs, nndlor permiN. and Ai;iII tatbtnit a st:liedLtle to thcr City of how construrtion will proceed in the other areas of the prctju5ct that do not require pennits and/or c»scittents_ CITY OF -FOP T %VORTH N'TA t]ARD C ON'S'MJCtION wma chro2+ warrdw keviwd Maur, 9,1.020 LAke Add giro LlIt 51Utifm Cllu 11roirrl hlumbue Ik 5 Addondunk No, ] gaga 9 of 20 00-zi 1-1 M'o'TRUCT[ONS TO n 100 CRS 4'n&lc & or to 6. interpreta lam and Addenda 6. 1 . All questions ahoiot the mraning *r JniviiI txf the 31ddiiig DoutiInenIs are ru lie direCLed to City in writing on or before 2 p_na., the M mday prior to the Bid opening, Qilf!stionz. received after Eli is dny mkiy not be responded 1o. Interprctutivns or clarifications considered necessary by City isi responttie to SU h questions will he isusued by Addenda deli vered to a I I parties recorded by City a�i having mceivod thr, Ridding 17muments. Only gLies Lians ami+ vemd by formal written Addenda wiIJ hle bi n0ng. (oral grid other inwrprctsrions or ciari9icatiuns will be without legai effect, Addrc.as qumboas to: City of Ftrrr Worth 200 Texas Street Fort Worth, TX 76142 At tn: Prat ima Poudyal, RE City of port Worih Email: PrIIti:na,Fc�uriyul{%fortwnrtlktexas,g��v Morn:: 817, 392.6149 6,Z.Addenda may also be isz;uod to modify the Bidding DOCLU11enIS aw deenied zidviSub IU by City_ L3. Addenda or c,lariH ations may be po�tpd via the City's electronic docunitnt tn a Piaguni c n t and coINboration �;ystvm at ht .: ocs.b 360, gitodr9IC 1 -! 6 72 2b1d3 6_1, A prebid wont�reat; e may be he Id nt Ili Backe farad place indicated in the Advurtisam.enk or INVITA'l'ION -1'0 BIDDERS. Riipresentatives o#'City will be present to disr:Lkss the Pro-iixt. 13it1&rs orc etx;ot1mged ICE tkttcnd and piiriicipaw, in the coaii recce. City will Lmn.�mit to all prospective Bidders of record such -Addenda as C i q considers necessary in respnx q, c to qai st1ow atising al 1lie cnrtlrence. Oral statements may not be relied upon and will not be binding or legally eWeeti;ve, 7. Rid Security 7.1. Each Bid rnust he accompartted by 13id Bond made paiyabIc lio City in an arnount al` [ive (4) percent Of Bidd0tr i kn,17iifrnkm Bid prive sin furrn nttachucL Issued by a surety meeting the requirement, of Phrag raphg 5.01 Q'f the CienorQ l Conditibn 7.2.Tnie Bid Bond Qfal1 B[Oders wl I be remiaed until I he conditiorks of the Noti= of Awat-d have been satisFled, U the Successful Bidder #'ails to execute and deliver thP. win pietc Agreeme,nI within 10 day; uiRtr tht Notice of A w&d. City may eomider Bidder to be in default. rescind the Notice of Award, and t]ie F3id Ron of that Bid&r w I I I he fork: iked_ Bitch Forruittire shah l be City`s exclusive raniedy if Bidder det�ulis. The Bid Bonn ofall other l3iddem whom City beIieves to have, a reasorkable chatwe of receiving the nwarcl iII-b-o retained by City until litxat contma execution. C17Y OF FORT W0kTH TMKDAI113M J'tKQ(l — k N SPECtC IMION DUCIJMENT 1{{V urA MZU6 % n2o Lokc lkrr nginn Li it S.Milan City enajucl N=bcr lil)995 Addendum No. 1 Pap 7Uof28 R{I Z I i 3 1NNTRUCl-IONS TO 11113DFRti Vugr 1 44 s [l B. C rintraet Times 1 The number of calendar gays within which, or the cotes by which, M iItswrics are to lac acliievdd in nou&donce with the Oeni&-rai Recluirelments arid the Mork is to be completed and ready For Fimd Acceptance is sot forth in the Agreer[lent (W fiWuTponitcd thorcin by ruti:retic:c To the anached Did E'orirl_ 1% Liquidated DiLA11agIa PWVJ'SI4n5 for liqui Jatred damages i rv. sei t[Afh in L#Te Agrea.ment, i fl. SuhNHILLte and "Or-Egval" Items The Conte -no, if awn rded, will be on the N? ,is of matorlQk and bquipMenI descdbud in the Bin ding. Documen19 without coi i s i deo rion of linwsihle suMt1tute or."or-egtin I items, Wh erievor it is indicated or specified in the Bidding Documents Lhat ;i "substitute" or "nr- equal" item Qf materiel or equipment may bc� Furnished or usod by Comcartor i f acceptable to 0ty, appIication far such nocelnurice witl not be considered by City ant iI after the Fffez[M- Dute of tha Agreement, ThLu proc4 r,dtwc far sOan ission of any 's►Mch applir-Rion by C«ntructOr and consideration by 0ty i� set F'ortiti 1n Paragj-ap]1s 6.05A-, 6,058, aid b,05C, of'the Q;Om as Coaditions and is suppletnantm! in Seainn 01 25 00 ref~ the Getieral R&quirementsx_. 11. Subcontractar's, ^Supplierg-snd Others 1 I . I , In accerd lice with the C-1ty's BLIEdz[o5s Diversity Er116'r-Pose Oift7 hce No, 20020- II-201 1 (as amerideci),1he City hips glxais For the, paricipiiti(in OF Tx[snty bLISiW54 zjnd1gr small bw;inesc eiiteiprises in Cite contracts, A copy of`Elie Ordinance cn1l he obtained f'om I.he Office orthe.City Seor>atary. The BidderslialI Stubmit Lhe MElF anti S R E UtiIizatina Form. 5uhcmtractor/SLipp Iior Utllizaijon Form, Prime Gont1•autor Waiver Farm and/or GDOIJ l~aith EMan JFui:Ta with dac:umentatibn and/or Joint viiLu c: Fnrin as appropriaw, The: Forms including docunie ill liOil Inust hi; I-ccCived by the City no later than 2 -00 P.M, CST, on the seconcl bushiess day after the bid open ing.d�Ire. Thf; Bidder slicalI obtain areceipt from the City as evidence the documentation was received_ Failure to comply shall render the bid as noTl- mE: P urtsivc. 11.2. No ConitacWr shaI I bL' r:rltGirecl to a mp]Qy any Subcxm lnwtor, 8Upplier, p1ji porWn -or organization sgaingI twhnrn Contractor has reasonable ahjectinar 12. Did Form 12.1. -Mti - Did F nrrn is included with tilt! Bidding Duca ment�; additional copies may he obtained frurn the City. 122. All b]anls on [he Bid Fnrrn nanst be odrnpleted by }printing in jnk and the Bits Faun igned in iak. Erasures or aILc�'ations shaII ire in tiakA its ink by the pert xn signing rlie Bid Form, A Bid price chilli be indicated for c€1oh Bad stein, nitemUri vt~, a aid unit prier item listed therein, In Yhc cast; of optional ulwmfitivcs, The weir.&, "No Bid," ri No Chainge," or "Mot AppIicah1e" may be entered. t3iddOr shE111 state the prices, written in iuk in both VrUrds And nurnerak, fur which the ]3Jddi~r propdses it) du thrw work ci rnteriip[aref I or fbrnisIi rnlRterials rehired_ All pries}s shall he %vrirtew iegihly. In case of discrepancy between price in written wards and the price in written numerals, the price jts written words shall govern. MY OF FORT WOR71i STANDARD GY,xNMCTION SPEC b'iG'KMN DOCtJMF.NT ReYiscil MiErrli 4. ; 4124) Lnke AdMR10H T-j t liIatlork r:liy i'rujeri Nunttler IS (W9.1 Addendum No. 7 Page 11 of 20 t1i] Z t ! 3 rNYrRUCTIOCvS TO 13U)J]CRS Puge8ar10 12.3, [aids by -corporations shalt tie cNi owed iu Ibte cotpurute nsrne by the pmsident ore victe-presidunt car ether cotporndle oMeer nLcompanird by evidence o f autharity to sign. The corporate sisal ,hM I he :ifftxcd. The ;:o r4te address and slat; 0f.' in4:orporation sh.&1l be zlhown below Lhe signmure. 12.4. Bids by partnerships shaI I be exe0,t.ttt1 in the pwtnership nanic and signed by a patlner, whow title must appear under the signature accompanicd by evidet vim (if authority to sign. Tbl a o-11icial addr,esw of the pannem hip shall be s3hown below the signawre. 12A Bids by Limited liabi l ity uompanios shalI be uxeeuted In the nanne of the Finn by a trnember-and a�:compani0 by ovidemne of autNxrity to gig, The SLaIt� t.tr f0ll matWn of the frm and the oiflciEd address of the Cara sha1.1 be Aowri.. 12,6. Bids by individuals shall show the Bidder's rtartie aiO official address*. 12,7. Did.- by jnint venturn shall iae t executed by "h ,obit vznturo. 1n the inatiner indicated (in the 13id form. The offictai address of the jouit venture sill be 9how rs, 12X ALI names Mall be typed or printed in ink below the si,gTwure. 12,9. The Did gludI-co Mainan e(ArtowledgCment t)rveceipt. ofall Addenda, tho numbers of whieh shall be filled in uti the Sul Fvmr 12A, .Postal and i,,-mail addresses and ielephone- number for communications regarding the Bid shWI he shown, 12.1 1, Eviddrice of autho ity to conduct huMrTem GIs a Nortresidont Bidder in the state; of Texas shfil:l be pmvided.in�iccardance with Section Ito 43 37 — Vendor Compliance tip Stiit� I.sLu, Non Ise Ids rit Biddtr. 13. SQ1jutission of Bids Eids� ,h 11 be submitted on the prescribed Bid f orn7, provided'With tht Bidding Doctimcnis, fii the tiine anti place iAi"rc. d in the Aclvt.riisomenI or I N VITXrION TO BIDDERS, Addressed to Purchasing Ma.nagcr of -the City, aiid shal l be z mi:losed in rtn upatjutr . vva ;d envelope, marked with the City Prgicct dumber, Projcec1 Lisle, llie name and address vt' Bidder, and accornpailied by cho Bid sect.irity and other requlred documents. ll'the laid is sent Through the mail or uther delivery iysltsm. the simled envelope shall be enclost:ai in a sepEimfe. envelope %vith tba .noWioh'"BTD T�i `iW100 1-D" on [he Nci� twit. 14. Viodilication and Withdrawal of Didj 14.1. Sid- adiEtx:.�wd 41 the Purchasing Managcranil flied with the Purchutsing Offlue can of he svididrawn prior to the 6me set for hid npening. A rcgtiol for withdrawsI musL be made in writing by an appropriate docnuneat duly exccnled in the manner that a laid must be executed and del iverW to the place where B i & rite to btV stkbmilted at any time prior to the opening of E3ids. Ater till Bids not requested For withdrawal are opened and publicly read al(aucl. Lhe Bills ror whit li a withdrawal request last; been properly filed rimy, at the up6ura of the City, he returrr€�d turol erred, CTT'Y OF FORT 5YI R71T _`rTPP NDA RD CONIiTROC-I'KIN SPECtFiCATToN WCLlME T rkylwd Marc 111)141. tb Lobs ,'isiinj f%n L1 P StatL m City Pxujva Nazhbct IWl)l )S Addendum No. i Peg$ I Z of 20 Oil} 21 J 3 t2V9'TRUCRONS TO BUIDE RS 142 Biciders +nay modsfy their Bid by eIectronic ccomrriLniicat ion at any ti me prior to [lie tinn: seL for the c:lcrsing of Intl roeeipt. 15, Opening (if Bids Bids w111 be: upuncd and FC: ld A101id publicly r,I the place why rc Bids are to bc, submittocl, A n obytract of the v'.nounts -of the base Bids and mgior Edtemates (if nny) wiI I be made available to Bicid ns after Ihas opening r,f Bids. 16. Bids tip R-emnin Subject to Accepl ante rill Bi(is will retrain sllbject to accept m= fOr tho TiMe perind spccifieri ror Nonce. oFAward and execution and del lvery of a cDrnplete Agreement by SLiccessful 131dder. City naiiy, a Lily's Jo le (11scrv(ion, ra:lcne any Biel Lind nLiI Iify the Rid �=Urit. prior to that dale. 17. Evitlual-iait of Bids find Aivurd oI'Contract 17, l . City e�Scn'o the right to -reject nay or ail f3i&, inekid inS withrokit limitation [lie righIs to reject any or al I nonconforming, nonresponsive;, unbrtlariocd or conditional Diets a rid to rej eat thv Rid of any Bidder if City buIik-,vcs that it vvoi ld nol Inc in (lie hest interest rrf the Prajer-r to make an award to that Bidder, wheLbar because the Bid M nol ivsporisive car the Bidder is iingiialiIierl or cif cloubLhiI Finwicial 'Ib11ity or faiIS to rmn et any other pin, rrincm s.taridard or criteria established by City, City Aso reserves the right to waive ind:orma Iirle�; no involving price, connet 11me or charges in (he: Work %vith the Suc:c:�i3fuI Bidder. Discrepancit,s betftcn the mv It ip I 1catinil of units of Work and unit prices %vill be resolved in favor of the unit prices. D1i cnepancics bt:tWUCT) thc: indic}t11:6 anon] of any coIiiinn of figure; and thy: correct s Lan iher;-of will be resolved iii favor of the correct sum. Discrepancies between words. and figuroq wi1I be mscslved in Favor of the: wards. 17.1- I . arty ur aII bins }vilI lief rdje�t�d if City has femson it) beliovt: that collusion eyists fimolig Ilie Bidders, Bidder is ail interested pnq to ony Litigation .ttgainst City, C Iry or Bidder may have aE ulaitn.4gainst the other or be e:rig�tgcd 1n litigzi(ion, Diddcr IS i i i arrears on nny �xistiiig continet r)r has def'auIted on.a previous contract, Bidder has peciomied u prior contract in utc umsiilistactory rnarfner, or Bidder his unvoin 3IPNd work which in t he J udgmenI of the City Wi11 prevent or hinder the prompt c:ompIution of add itionu I work i F itviarded. 17-2, City may cansider the qua li#.icauons and experiefnce of ,4"ubcontnalctMi, Suppliena , cued other person: nnd organ iaaduns proposed For those poniolls oFIhc ;Work as is -which thf identity of Silbcantrartors. Suppliers, and other persons and organizations must be submitted as provided iri I he ['attract Doculni tnis or upon the regttcgt of the criry. City al so muy c�iwi Atr the operating.r-osts, maintenance requiremen.1s, performance data and guiinintoes toF rn:ljor i[r W rnq of nanrials and egaipment proposed for i neorporati an in thee Work when ,twh data. is required to be sLibinitted prier to nc-- !Vance of Award. 17-2-1, Mort! contract nwnrd. the recummiLaded coittraeta v for this pro "!eel will be regoil red to pro Ade rerorence4 for idniHair proaecfF� meeting the add it[on all requjrements IWed in pip eRgraeph 3.5. CI'rY rJr 1;4'* -W0K-TH LnJm Arllaiiam Lill Siwian STANDAILDC:Cfa*i$TitUMON SPECIFICATION DOCUKENT C.ily plojea tiiIiUber [n(1 05 ttevisivJ Aduri EL 9, 2029 Aifd�ndurn Nu. 1 Page 13 of 26 Nj:.I 15 Yugo 10 or 10 17.3. City may conduct skwh iravbstigatioa:Ls as City der -ins nece., nary to "gist in the eval nation ofany Bid alad to Mabli9h 1.he re;sponsihiIity, q ua IiTtcaitionas, and immcial. :ability ofBiddcrs, proposed Subcontmclors, Supplielq and t htn- lie nstnxc and organizutioll5 to per btin and Fumiiah the Work in a cwrdttnre with the Contract Ducuinents to City's satistkfiaa within dxe prescribed lime, 17.3.1. before contract award, The reectmmio eded contractor For thin projeci will be required to provide the expa;rierlce and quatilicaliurts ar key personnel to their assigned roles. 17.4. Contmutur shall perfhnn with his own organization. work o a value tint lass than 35% of the vaiuc ombwaood on the Cuntrnct, €Fniess-otherwise approved by the City. 17.5. If the Contract is to he awarded, it-wvilI lie aw,nrded tti Its est xe,rptansJbie and responstvr~ Bidder whose evaaIuation by City indicates that tho award wit l be in the best inr rests of the, City. L 7.. Pursuant to Texas Go vcmm cnt Cude Cho Ater 2252,001, the City will. no award coni'mci to ;1 Nonresident Bidder unless the Norpre:Wenl Bidet-r'a: laid i-, lowvor tha rl the lowest raid a,ubataiud by tL respungible Texas 13idder ley the saune.amount that a Texas resIdent bidder wait Id be. required to underbid a NoareS:iden? 13tdder to obtaiin u at mparuhItr eontract in the-Stnte is Which ilia nurareside;ni's principal pJace 0f husiness is located- 17,7. A rQntraCt is riot awvarda until fnraaaaI City. CrQUMiI authuriz8tion. I the Contract is to be awarded, City wi I I away d the Contract within 90 days after tie day or [lie Bid opening un1e; e ctericled in writing. No othuncr,t of City urathen will rowlitute ac cuptamea of ]did. Upaa the contractor award a NQ6 of Award will ba issued by HIE: City. 17.7.1,The con.tractnr is required to till out and sign the Ctriifierte of lntorested PnrlleN Farm 1295 and the Farm meant be submitted to the Prujeet Manager hefore the cuniraet wiL1 loe presented to the City Cuuncil. The Form cau be obtaeined it h s:llwvM,ethic;,.state.U.0 id21 alrora1W129511 295. od C 7.8. Fadlure or refusal to comply with the requirenlonts may result in rejwaion-af Bid. 18. 8igaing of Agreeme;nIr L$_1. When laity issves a 1w wice O'A'wurd io they Sutxmsl'ui Bidder, it -will be accermfranied by the recinired nILrnber of unsigned counterpaifs of the AS Within 14 (h)ys thomafter Com actor shoII s1p. and dr:liver the ragLd d number of countorpam of t1u, Agrurmewnt to City with the regLdmd Bonds, Cenificat oI' I rr�urance, rand all other roquircd docume:rttation. 1.8_2, .FsiItim In axenta a duly (iwarded contact may subject the Contractor to prnarlties. 18.3. City r;hall lheru after deliver One fully signed counterpart to Coritt'aclor. END OF SEC"T10N CrfY OF FORT WORTH ST,k FDAitD CON57RUCTfl)N'SPECIFIr-ATION DOCU"- T Ruvk.ad Kkmh % 2WU Licks Adig66km LA SULon r'ity Pro*-r Nuvibmr ir*9915 Addendum Het. f Paga14of28 rage i or o D220094230 412712020 8,57 AM POS 6 Fee: $39,00 Submftlef: CSC ERECORDING SOLUTIONS EleatrariioaIIyRecorded lay Tarraiit Coumy CI&kinO#tiolalP011CRecerdF, P .. �- Mary Louise Nlctro,%on PT # 019-2041) Dletrict; FW WR * 3428253 EFL # EASEMENT AND RIGHT OF WAY STATE OF TEXAS KNOW ALL MFN BY THESE PRESENTS, COUNTY OF TARRANT § That BNITWR Properties, LLD, a Texas limited liability company, hereinafter called "Grantor", whether one or niorre, for and fri cansideratfon of Ten Dollars ($10,00) and other valuable consideratdon to Grantor in hand paid by Oncor Flectric Delivery Company LLD, a Delaware limited Nab! ity cornpany, 16-16 Woodall lodgers Freeway, Dallas, Texas 75202-� 234, hereinafter referred to a. "Grail Lee", has granted, sold. and con Veyed and by ihesa p resents does grant, sell and convey rinto said Grantee, its -successors and assigns, an easernent and right -of- way for overhead and/or underground electric supply and com m u n loalions faci Ries, consisting of a variable number of wjres and cables, supportIng structures, surface mounted equipment, conduits and all necessary or desirable appurtenances over, urger, through, across and upon Grantors land described as Uiow ; SEE EXHI31T "A" (ATTACHED) Grantor recognizes that the general course of said lines, or the metes and bounds as described above, Is based on pro1im9nary surveys on$y, and Grantor hereby agrees that the easernent and right -of -racy and Its general dimansions herebx granted sha l apply to the actual location of sald lines when constructed. Together with the right of ingress and egress aforng and upan said easement acid right-of- way anti over and across Grantor's adjoinfng properties for the #purpose of and whir the right to construct, maintain, operate., repair, remove, replace, reconstruct, abandon iri place, and to change the size and capaclty of said facilities; the right to relocate said facilities in the same relative direction of said facilities; the right to relocate Bald facilities in the same relative poslflon to any adjacent road if and as such is widane.d in the future; the dght to Cease wire space for the pu rpose of permitting others to string or fay wire or cabia along sold lfacifikies; the right to prevent excavation within the easement area; the right to prevent construction of, within the easement area, any and all buildings, structures or otherobstructions which, in the sole judgmentorfOrantee, may endanger or interfere Wfth the efficiency, aafety, and{or con venisnt operation of said facilitieS and their appurtenances and the right to trfrn or remove trees or shrubbery WNII, but not limited to, said easement area, Including by use of hiar'bicldes or other similar chemicals approved by the U_ _ Environmental Protection Agency, to the extent in the sole judgment of Grantee, as may be necessary to prevent possible interference with the operatlan of safd facilities or to remove possible hazard thereto. Grantor shall not inake changes In grade, elava #Ian or contour of the land or impound water viithin the easement area as de cribed above without prior written consent of Grantee.. Addandunk No. 1 pat o rt 1� pf �8 I-ageZorb Grantor reserves the right to use the land Within the above described easement area for purposes not in cc Insistant w1th Grantee's use of such praperty, provided stictl use shaII not, in the sole judgment of Grantee, interfere with the oxero[se by Grantee of the rights hereby granted. TO HAVE AND TO HOLD tha above described easement and right-of-way unto the said Grantee, Its successors and assigns, until all of said e[ectr[c llnes and f�c[fities shall be abandoned, and In that event said easement and right-of-way shaII cease and a[! rights herein granted shall terrninate and revert to Grantor or Grantor's heirs, successors or assigns, and [ega[ repres e n tatIves, to warrant end forever dafend the above described ease ment-arrd rig ht-of-vvay unto Grantee, its successors and assigns, against every parson whornso ever la fLlBy claiming er to claim the same or any part thereof, EXECUTED this day of /,Iei� BMTWR Properties, LL , a Texas limited Ilability company I3y: Jeff Schuessler, Manager STATE OF TEA COUNTY OF (' t o` 2020. BEFORE P IE, the undersigned authorlity, cn this day personally appeared Jeff S&uessler, as the Manager of BMTWR Properties, LLO, a Texas IImfted IIabflfty cam par iy, known to ma to be the person whose name [s subsed bed to, the foregoing Instrument and acknowledged to ma that helthe executed the saute for the purposes and eonsiderMion therein expressed, In the capacity therein stated and helshe is authorized to do so. GIVEN UNDER MY HAND AND SEAL OF OFFICE th[s ==128MG140 No y�f�r"Ptihh "4e' A'&� Notary Publlc l and for tM Nato of Texas day of r),14wCnFw IF,❑1MRM10110D19TRIPUTICdeRASSWEN7LA6YFRTMLM18f2G% Addendum Na. 1 Pnge 16 of 28 rage jOTt3, E HIBIT A LEGAL DESCRIPTION W ONCOR ELECTRIC DELIVERY GO. EASEMENT Being a portion of Lot 5 in Block 3 of ESCO IrrduWrial Dark Addition to fhe City of Fart Worth in Tarrant County, Texas and recorded in Cabinet B, Slide 2656 or the Flat Records of Tarrant County, Texas (P.R,T,(,'_T.), and being more particuIarly described as follows; BEGINN(I at a 1/ " iron rod found for the southeast corner of said Lot 5 and 'For the southwest corner of Lot 6 in Block 3 of ES C O 1ndustria l Park as said Lot 6 appears upon the plat recorded in Cabinet B, Slide 3606 of the said Flat Records and in the north lino of Freemart Drive as it appears upon the plat recorded in Volume 388-214, Page 48 of the said Plat I aoords from which a 112" 1ron rod found for the northeast corner of said Lot 5 and the northwest corner of said Lot 6 bears N 006 7"09" W. THENCE S 89"3 '4 " W, along the soLith tine of said Lot 5 and the said north One of Freernan Drive, a distance of 10.00 Peet to a 518" iron rod set with plastic cap stamped "DEOTTE RPLS 467". THENCE N 0907"09" 1(, 10 feet from and parallel to the comi-non lima of saki tots 5 and 6, a distance of 266.70 feet to a b1R" iron rod set with plastic cap stamped "DEOTTE RPLS 4673" in the norih litre of said Lot 5 and the south Bile of Lot 2 R Flock 1 of Southeast Landfill as it appears upon the plat recorded in Cabinet A, SJ1de 12883 of the said Fiat Records. TH ENCE N W15'07" E, continuing along the said north line of Lot 5 and the said south line of Lot 2 R, a d istance of `! D.00 feet to a 11 " iron rod found for the northeast corner of said Lot 5 and the northwest corner of said Lot fir}. TFIEN C E. S 0W2TOG" E, along the cor ninon 11ne of sale! Lots 5 and 6, a distance of 266.76 feet to the POINT OF BEGINNING and containing 2,667 square feet or 0.061 acres more or less, PAGE I OF 4 Addendum No_ i page W of 28 t,age # orb NOTES: 1} AllbeaKn d coordinates are In us surveyf rfa hg a scale factor I.0 00 13 70 01 a nd referenced the Texas COOrctbme System, Nad-8 % The North Central Zone 4202. 2) Exhibit 8 of same date accompaniesth% legal descAplt , �/�a7■ . ._.�_. .JAMES EOeOTT■ :� 4673 1f� 0 U� N CIA James.Oz Regis - ssforial Land Surveyor No. 4673 dames DeO|te Engineering, Inc. TBPLS Firm No. 10101400 2201 Om|e| Lynn Parkway, SuCe119 Fort W0r\ Texas 76120 17)446 — 6877 PAGE 2OF4 Addendum .i m7 18 ma IL vatge o or a DORSY 'L � Q� ALA A _E II td Y If I_L ,��- PAGE 3 W 4 'AR Ci � 7 MATH_ W- ACe, RA � F { t any R Lt+ilT VICINITY NSA ld,T.S. Id if +1 SEARINGS ARE RhTERENCED TO TWO 112 INCH IKON RODS FOUND MARKED AS CONTROLLING MONUMENTS. ALL L2ISTANCE AND AREAS SHOWN ARE SURF`ArE LEGAL DESCRIPrrON OF SAVE DATE ACCOMPANIES ThfLS PLAT. 5 8" CAPPED IRON RODS STAWPEO °LDEOTTF RFLS 4673" MLL BE SET AT CORNERS OF THE OAICOR ELECTRIC DELIVERY CO. EASEMENT ! F_GFNn: PROPERTY BOUNDARY — €X. E4SEVVT — — — — — — -- DFLAOERY CO. EASEVEIVT � �4�- ' r- CAPPED WON R00 SEF CIRS IRON ROD FOUNV IRF UffD RE OROS rARRA rT COUNTY IWS D R. T.aT. PIA T RECORDS rARWir COUNTY TEh'AS PR.U.T. CKH49ri A 9r0MN0 A FORTWORTHar -rr our ar.- LOT 5, BLOCK 3 ESCO �llrVDUSMAL PAR SHELBY COUNTY SCHOOL LAND, BLOCK 56 City oat' dart Worth ��aR�,�Nr o RECORDED A ryas ZOO S INST. D2 f 619763-5 �0,4�T�}�• =sue f � JAMES"E. bZ�TrrE .............. •} '.0 4673 ;•;' t i le, mAlk z J,96 JOB No, 201704200 1 Cfi4WN BY: C'8C ]PAGE 3 OF 4 ",ES OeOTTE ENG;AraHING. INC. - 2207 DOME LMN PKWY., SWTE 119 r5PE "R I?n. No. d0t7 - TBLS firm Reg. No. 101014-00 81 Addendum No.1 n-. y8 aF •la rage b OF b r erg+ ClrY OFSOUTHEAS"NMU CAIH�?r a Lp 200 rEXAS S ., FORS PAGE 4 OF 4 fx5tk0;r raw aQ' LLgn"r WORM, TX 76 F 0,2 Ar SLfiAE 12$8,3 t2100561-1s v" r4601 pa 1d7 D-R TC. T — T 11.E IRF SHMAIS N1 FSG0 C.ltfi HOLDINGS LLC. 60B NORMANDY DR. COLL" L E TXr � 604 I I D R.TC. T. ' ONCORvieuvE LECTa41 IRY Co. ESCO INDU5MAL PARK EASEAdW i i CAB 0, S! D 3606 E3ib{?-WR PROPS PES, LAC (OVERLAPPING WTF1 L�VMIE FOR t)206j9$472 428 HEMPHIL L Sr A BLE- SLOPE OI MM4 P' R' r C. r FORT WoRrH, rx 76104 5'EMENT) M AWING CGWAQL D, .T.C.T 2,667 0.06F AC ` LOT 5, BLK 3 VAR ZE 4f Gx�ar rr c ESGO Wj9USTRA L PARK ADOITION SLOPE EASEME r N027'09+� 4 £ SF Vr {i2Q�l�$d4�7 �' 84` i31RiJ,E7Y ' CWTiT RArO LP '- D20284977 Tl VA1RMBLE ro' +r+7crFt as f i r— A CCSS 4S ENr '.'p.aa r,�s a sxn .IM 02OJ427713 VOL, 388-214, PG. 48 P. R. T c . P. P. r, C. T. 2n2b' OAE. LEGEM PROPERTY BOUNDARYlap 'qv EAMIENT VOL ,F38•-214a PO 49 10' GACOR ELECTRIC 0 60 3-20 DEUVEPY CO. EASE4dE i �..x --�„��;� j CAPPED 1ROAJ ROD SET CAS �!!� IRON RCD FOUND I RF GRAPHIC SCALE IN FUT DEW R ORCS TARRANr COMM TEMS U R T.C.T. PLAT RECORDS 1+ RRANr COUW Ti7AS P.R.T.C.T fi IT PARCEL Of' r r tyr -----. LOT 5, BLOCK 3FS O I DUS IAL PARK i JAMaS F_ oeOTTE j .........................41373 ity o Fort Worth raRRArv� o Nrr� ryas RW INST. D216197835 r Fi+5PM IN. nl&?2 vav RLsd s *F rM aw �oulrr l rows PRE ECP 4AKE ARLIN TON LIFT SrATI4N 1 &FY— PROJECT No. I00995 W ONCOR ELECTRIC DELIVERY CO. EASEMENT PARCEL Na. 3 L NO ACQU15MON AREA 2.667 SO f7 OR 0.061 K JCEI J08 No. 201701200 1 OW WAN &Y` CEC PACE 4 OF 4 1,1AMES DAME ENGWEERING, INC. • 2201 00771E LYNAF PKWY.. SU17F I19 FOIST WORM. M 75120 617-446-6977 DPP MAIM Reg. No. 9.917 • 7OLS Form Reg. NO. 101014--00 Addendum h!a- '1 0- Srk nF " 4�Q�w z�Fd� a � s _IAA � M1 ii¢ lit F- Ef Ctl�1�7xiL1ll.i�[.s:o3C:6 - �. y..r+�yn�gil*.4'��E���r+Fp}�f}Y ly�p}�g1F}1�g1��Itl�E1 �-�r•�rM ir�r u �c�c 'c �c i3 i�r �....lrY rr y4a�r�hY IF��F`+M aryi�rr� ZCi[L[ aS 3 �6 o rg P 3 wp+o- IWISE-1 AULLVtSIVI KIAL)KI-1-dY 2N V'1 Ll 9K dos SO gul ij f I a ray gyj lit x !i�? ; oil Hall Hill ilia wq ,19:111 Ila P i i U1 Alin all ush 0 MII 1 1 - Q 'put 00 MO1 N o- 11 Hill No bag 5 in via Aug; 8 L lag Rp! t is q I lip 'gh ig n 2 1 1 Mo H ORN 4; E i 'r 12 a I [ml N 11 1651 ill, 10`6,4 HIMR Q a al. n M j A 30 - WIN a A Igglis Q g y jOl HIPHE -11 2019 IN loll I Ila 1 1 HO -0 I F 110 0 1 a, IN yj A) 4 q M 0 11 1 31g) 11 il I ail july I! gall 111 lip H, H I Pat WIN PR 13 2lyp z 2 pis 1H i k a --- OHIO oil! 115 fill, M nu 10.11 1 yu I 1 W I NO - P I I ONG�g59, HFA Q INN n Obi A SP , ! 0, SO; all HIS- H11 !�N all w—STS rj i A ;I, Im ny, tot gf-J-1 nsU-7 1�� 1 11 1 In 11 11 111 In w 1 4 1 a U i 1 11-11 UE R H H4 fli i I I i 3d 3W F12-Ag a Or VI h 1 ig MEDIUM, 1- 1 1 w q Jim wn 01 3 0; '� I i P3 HO mury b11111U15 LIl'] frbil3hl["F]fY 93iV1 �G 3 3 1010■giHUE �� Elf Eli a I s { Ij gg o o a JL i ;� i §g�o� ip g got; �P nill poll W elf �o7�_ mt 9-1 11 f wry" 5- - 96 q�. =.c pG y� R 3 IM R r g#_ H- ill i_`� "] �f8i � p 8Y �]SC ?tj � W V;i oil F yya Pip!! 3 ■ , is 33� y_ HIM W '� � � 4�3� �� -r#rq #k t`]. i ;1� it 141ax gi� 3b �at j. 1011 Is 111. list OWN R�-���9�s�t.pI� Eat S�o ���I�.psy jjMg!Jill:4 �sa� 3 _�� s=� o`�3'r = auk' =�: fill � 191 j5'� qf' a1 F' day a P w f r3�3 q � - 4xx~ Sul 9YC` �.� sor � _p'p *Sc sr �n !u pfnw_rry � py d`,3 8R _a Rd� �3_9 ra Q p 91 6EQq�1. Aa is- 15 �r-3y job 4E Q Mgm 1 0, 1 i � ��S�Ld7I?E k E�9�F7F =� #x o 2 P os1010 - 4 J�VIE . 1H s9.�t9i�{4�Q�a Y. g d:f 0�d iflf'� �,flQr Milo, €t�UNN °..a C �: r8-� e Ln ymwfii .l-tiL L PU MANI VIV i?lw 1 3 Ah tile:ling! lid yj x R 4 Nil fall Mly! j M Ell i W ii Q � CI FJ mugs SUN led 8° o � it Own 11 i I I 11 i i � K yC � ao al; I -h 55p R M 1 Ely: p"I'l. 11; it 1 1 �j 11,91 A H 0 _ fi e :a =g Q� � spills" ago I MV oa C ilia He s"� givee g €3 - E 15 max.= - - _ pV t q �' ? FE- si r y_' �` 1- 1] E ' � P.31 �`7 r$i MRS E = � �5 ��{{{{ rQI � " a ; y � 5 a �' M y � i sO to a S.0 � a F G���qr�� as��ia g17�3�4F �� F err C 5 73 iC Him 0- :0F€� ��_ HITOn. ���3�,is .1 AM ; 51 sipat__ nail y lff= s 1 111 I t s M 111 yFG sE 01 Ells ay; m v v Piz lyp& TH,04 6!3 EmYr'9!= $� i�o: I -ar , H1111 q rt o r= MY �HjR' it Ey ,� 'y ,°off �gl �s=t- _ �€a his _ 0 1j. sir Pub,f02 E �F ha ' y3 iiiall ..'I�sg - 61U }pp4, ` Jrsp ! tl-E3' �A'~91i o'I 111H"i 7t FEE H ;mMUS =9 d� M-0 nufl � Lrmim6 N(H.0 1 A All I.`fAO)MY1AV'4i1Y'I . i not INN S P OF q fin ?•��y -- l=li i i 1 a -_ � �� V Y � r va, ..ter,. "=1 nn U Jill �.m El E �t �51 1 1 iu, P gill UO NVV43AH .iorrv.L 4h N63�- MV NH -e Q I1I 1 •� 3e ; _ EU i. Q kg?� �rl s/S�Yi�1 Y LYn h I�`I ilitil rA.. LL;. I ............ : I , . .......... ...... .. ci 7 " r 5 . ... ... ........... .... _ ] I�O I �'Jr�l1lF,5 iSYF Si.'i la� a� I a I I X41 I ' I r'� ' riYrl S+fi 111555'!1{ F.1 �I:SY1 IL -- ------ ------ . .. ... .. nr I•i' ri lLS•151 L'SiJ Lf 4 �I pry I I.S"J'IFI }I�iJ !k 3 rI�dl MI �ii �j it N rIri1:1,ai.r.. Wl M r6—I r }!'I�U� .IY'i 5aW 4 r jI W {{ I aMl1R'Jf N[1LLV1Sill'1 N[iLppjii�Y:�7d'."1 � r y�lra. a s� aU6 g A l 80'IIJ h4rn1� __ I � — IIr.YrfujJllriHWIJ✓lnlll• .l III'l�I.1 19E r� �j i n Qw -- s hi_u �nnitl `' YSaL'1Jl.L�trill .Jrx U1141 r�- Gv 00 11 13 INVITATION TO BIDDERS Page 1 of 3 SECTION 00 1113 INVITATION TO BIDDERS RECEIPT OF BIDS Due to the COVIDI9 Emergency declared by the City of Fort Worth and until the emergency declaration, as amended, is rescinded, sealed bids for the construction of Lake Arlington Lift Station, CPN 100995 ("Project") will be received by the City of Fort Worth Purchasing Office until 1:30 P.M. CST, Thursday, May 14th, 2020 as further described below: City of Fort Worth Purchasing Division 200 Texas Street Fort Worth, Texas 76102 Bids will be accepted by: 1. US Mail at the address above, 2. By courier, FedEx or hand delivery from 8:30-1:30 on Thursdays only at the South End Lobby of City Hall located at 200 Texas Street, Fort Worth, Texas 76102. A Purchasing Department staff person will be available to accept the bid and provide a time stamped receipt; or 3. If the bidder desires to submit the bid on a day or time other than the designated Thursday, the bidder must contact the Purchasing Department during normal working hours at 817-392-2462 to make an appointment to meet a Purchasing Department employee at the South End Lobby of City Hall located at 200 Texas Street, Fort Worth, Texas 76102, where the bid(s) will be received and time/date stamped as above. Bids will be opened publicly and read aloud at 2:00 PM CST in the City Council Chambers and broadcast through live stream and CFW public television which can be accessed at _http://fortworthtexas.gov/fwty/. The general public will not be allowed in the City Council Chambers. In addition, in Iieu of delivering completed MBE forms for the project to the Purchasing Office, bidders shall e-mail the completed MBE forms to the City Project Manager no later than 2.00 p.m. on the second City business day after the bid opening date, exclusive of the bid opening date. GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: The necessary labor, materials, equipment, supervision to construct The Lake Arlington Lift Station, including but not limited to 0 A trench -type wet well 0 3 submersible pumps with variable frequency drives, appurtenances, valves, piping, and protective coatings 0 Yard piping including 210 LF of 78" FRP gravity main, 250 LF of 42" DI force main, 240 LF of 30" DI discharge, and 560 LF of 24" FRP gravity main 0 630 LF 8" AWWA C900 DR-14 water line o Precast electrical building CITY OF FORT WORTH Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 100995 Temporarily Revised March 25, 2020 due to COVIDI9 Emergency 0011 13 INVITATION TO BIDDERS Page 2 of 3 • 480V electrical distribution equipment • 750 KVA Generator • SCADA, instrumentation, and control system. • Antenna tower and communications equipment • Cable trays, duct banks, 4000A cable bus in open trench • Facility grounding and lightning protection system • Heating and ventilation • Odor control system • 347 LF concrete access road • All else as shown in the Plans and Specifications for a fully functioning lift station. PREQUALIFICATION 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 http://www.fortworthtexas.goy/purchasing/ and clicking on the link below to the advertised project folders on the City's electronic document management and collaboration system site. The Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. Bid Documents Folder https:Hdocs.b360.autodesk.com/shares/eOfOlfcl-720c-4eb2-ab7a-ec816b658306 Addenda https://docs.b360.autodesk.com/shares/`ct4Oeb2a-Oda8-4da4 b209-3e26722bfd34 Copies of the Bidding and Contract Documents may be purchased from Freese and Nichols, Inc. 4055 International Plaza, Ste 200 Fort Worth, TX 76109 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 Bidding and Contract Documents with full size drawings. $150.00 Set of Bidding and Contract Documents with half size (if available) drawings: $75.00 PREDID CONFERENCE A prebid conference may be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time via a web conferencing application: DATE: April 27t', 2020 TIME: I O:OOAM CITY OF FORT WORTH Lake Arlington Lift Station STANDARD CONSTRUCTTON SPECIFICATION DOCUMENT CPN 100995 Temporarily Revised March 25, 2020 due to COVID 19 Emergency 00 11 13 INVITATION TO BIDDERS Page 3 of 3 If a prebid conference will be held online via a web conferencing application, invitations will be distributed directly to those who have submitted Expressions of Interest in the project to the City Project Manager and/or the Design Engineer. The presentation given at the prebid conference and any questions and answers provided at the prebid conference will be issued as an Addendum to the call for bids. CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject bids. AWARD City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Pratima Poudyal, PE, City of Fort Worth Email: Pratima.poudyal@fortworthtexas.gov Phone: 817.392.6149 AND/OR Attn: Olivia Kerss, PE, Freese and Nichols, Inc. Email: OLK@freese.com Phone: 817.735.7545 EXPRESSION OF INTEREST To ensure bidders are kept up to date of any new information pertinent to this project or the COVIDI9 emergency declaration, as amended, as it may relate to this project, bidders are requested to email Expressions of Interest in this procurement to the City Project Manager and the Design Engineer. The email should include the bidder's company name, contact person, that individuals email address and phone number. All Addenda will be distributed directly to those who have expressed an interest in the procurement and will also be posted in the City of Fort Worth's purchasing website at http://fortworthtexas.gov/purchasing/ PLAN HOLDERS To ensure you are kept up to date of any new information pertinent to this project such as when an addenda is issued, download the Plan Holder Registration form to your computer, complete and email it to the City Project Manager or the Design Engineer. The City Project Manager and Design Engineer are responsible to upload the Plans Holder Registration form to the Plan Holders folder in BIM360. Mail your completed Plan Holder Registration form to those listed in INQUIRIES above. ADVERTISEMENT DATES April 9th, 2020 April 16th, 2020 END OF SECTION CITY OF FORT WORTH Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 100995 Temporarily Revised March 25, 2020 due to COVID 19 Emergency PAGE INTENTIONALLY LEFT BLANK SECTION 00 21 13 1. Defined Terms 0021 13 INSTRUCTIONS TO BIDDERS Page 1 or 10 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. 1.2.2. 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 prequalifcation 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 available by accessing all required files through the City's website at: https://apes.fortworthtexas.gov/ProiectResources/ 3.1.1. Paving — Requirements document located at: 02-Construction Documents/Contractor Prequalification/TPW Paving Contractor Prequalification Program 3.1.2, Roadway and Pedestrian Lighting — Requirements document located at; 02-Construction Documents/Contractor Prequaliffcation/TPW Roadway and Pedestrian Lighting Prequalification Program CITY OF FORT wORTII Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 100995 Revised March 9, 2020 0021 13 INSTRUCTIONS TO BIDDERS Page 2 of 10 3.1.3. Water and Sanitary Sewer — Requirements document located at: 02-Construction Documents/Contractor Prequalification/Water and Sanitary Sewer Contractor Prequalification Program 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. _ A3.5. Additional qualifications required for this project include the following: Prospective bidder shall have completed at least two 10-MGD or larger lift stations in the past six years. 2. Provide City Project Name (Lake Arlington Lift Station), City Project Number (100995), Project Manager (Pratima Poudyal), bid open date (May 14, 2020), and scope of work for projects (Scope of Work for this bid will be construction of one 44-MGD lift station (trench type wet well) and yard piping), currently planned for submitting bids in the cover letter to the City. 3. References of Related Work (at least two) a. Project Name and Locations b. Type of project C. Was the contractor a prime contractor or worked as a subcontractor; note firm's role and scope of work performed d. Contractor's Contact Person and Number e. Name of city where work was performed along with City Inspector's name and telephone #. f. Amount of Construction Contract Lift Station and Water Utility work only (do not include any other type of work) g. Size of lift stations installed, or areas of expertise CITY OF FORT WORTH Lake Arlington Lilt Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 100995 Revised March 9, 2020 0021 13 INSTRUCTIONS TO BIDDERS Page 3 of 10 h. Project duration — start date for construction and completion date L Current projects under construction The requested material must be submitted to the City prior to the date of the opening of the bids, no later than May 6, 2020. The City will provide a list of prequalified contractors for this project prior to the date of the opening of the bids, no later than May 11, 2020. This list will be posted. Bids submitted by bidders who are not on the prequalified contractor list shall be rejected as non -responsive. All additional pre -qualification information must be e-mailed to: City of Fort Worth Water Department Pratima Poudyal, P.E. pratima.noudyal@fortworthtexas. gov Freese and Nichols, Inc. Olivia Kerss, P.E. olk@freese.co 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. 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." CITY OF FORT WORTH Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 100995 Revised March 9, 2020 0021 13 INSTRUCTIONS TO BIDDERS Page 4 of 10 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. 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. CITY OF FORT WORTH Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 100995 Revised March 9, 2020 0021 13 INSTRUCTIONS TO BIDDERS Page 5 of 10 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. 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way, casements, 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. CITY OF FORT WORTH Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 100995 Revised March 9, 2020 0021 13 INSTRUCTIONS TO BIDDERS Page 6 of 10 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 200 Texas Street Fort Worth, TX 76102 Attn: Pratima Poudyal, P.E.; City of Fort Worth Email: Pratima.Poudyal@fortworthtexas.gov fortworthtexas.gov Phone: 817.392.6149 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 the City's electronic document management and collaboration system at https: //docs.b360.autodesk. com/shares/cf4Oeb2a,-0 da8-4da4-b209-3 e26722bfd34 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 Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 100995 Revised March 9, 2020 00 21 13 INSTRUCTIONS TO BIDDERS Page 7 of 10 I A S. Contract Times The number of calendar 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- 12-2011 (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 day 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 case of discrepancy between price in written words and the price in written numerals, the price in written words shall govern. CITY OF FORT WORTH Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number t00995 Revised March 9, 2020 0021 13 INSTRUCTIONS TO BIDDERS Page 8 of 10 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 venture in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.9. 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 Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 100995 Revised March 9, 2020 0021 13 INSTRUCTIONS TO BIDDERS Page 9 of 10 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 will 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. 17.2.1. Before contract award, the recommended contractor for this project will be required to provide references for similar projects meeting the additional requirements listed in paragraph 3.5. CITY OF FORT WORTH Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 100995 Revised March 9, 2020 0021 13 INSTRUCTIONS TO BIDDERS Page 10 of 10 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. 17.3.1. Before contract award, the recommended contractor for this project will be required to provide the experience and qualifications of key personnel to their assigned roles. 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. 17.7.1. The contractor is required to fill out and sign 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 https://www.ethics.state.tx.us/data/forms/1295/1295.ydf 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement 18.1, 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. 18.2. Failure to execute a duly awarded contact may subject the Contractor to penalties. 18.3. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OF FORT WORTH Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 100995 Revised March 9, 2020 011 35 €3 - 1 coNIrLg.TOF aNiT[tFST ArFMAVIT 1'nry I of I SMiCri, N 00 35 13 CONFLICT 0 V INTRRR'S'T' AFFIDAV[T L€lch bidder, oFferur m, respondent (harehinfter refaiaed to ris" nu") I l3 City ofFort Worth procarorrlcul mny be regidred to complete n Cionflict oflnterest uestionnsire (the attached CIQ Form) miclh>I.r n Lvcal Gowunrrrtmnt �)t'�icer onflicls DiEclosure Statement (thu naached CIS Form) ptlrsuant to stets Iaw, Yoke Arc urged to wnst11t wiIh w onsal regardlllg the apfriicab iIiIy of tltle (brink I yowaompsi,y- `f'he i'eiererlcad forn�.s may fra doivniaaded from the 1411M provided belcow. itow/Ay wrrx#IIiU:;.state.tx,uslfonm ;A 'I()_pclf ht#�.: f iww.�v, etlll icrs. stria-#x_tlslfarl>Itisl�' IS.txJ #` 0 CIQ Form dons not apply 1 Q Foi' rl Is on file with City scTretau 0 CiQ Form is bai rig provided to 01a City Secretiuy CiQ Finn do -es not apply cisform N on Fife WWI City Secre mly 0 CIS form is Icing pro vidad to the C;iry Secrexary BLDDER: BAR Constructors, X-nc. Company PO Sox 10 Address By� 18idro krranibido, Jr. .'l��lwe I' it1f) Signrtttlr�; Lancaster TX 7514,6 Title: President CItylStaw/Zip (Pieasa W111t.) END OF SEU111 ON C I'rr CF raikT wog" Lahr Arli4pn Wn l' STANOARI? CONSTRUCTION SPECIFICATION L QOC. A±iWIN City Prajco Nwrlbmr I0U93 [tavised Augual 21. ZU19 PAGE INTENTIONALLY LEFT BLANK $I CTION 00 41 00 811) FORM 74; 'rho Purchasing Managef c1o. The Purchasing DIVlslan 1000 Throckmofian Street Clly taf Fart Worth, Texas 76102' FOR; OFIy Projacl Na.. 100905 UnllslSc Orms_ Lin Slatldri LHYSecl1ol1 Narne Here or Spaco 'k. NUSeCtIcn NAryie 1 levR or ;`space Un1USectlon Nand I-rere ar 0giat;e 1. Enter Into Agreoment Lake Arliagtan lift Staflon 60 41 0o e0 ra tf o Pago 1 ar;! The undersigned Biddof propoaas and agreas. If this 131d is. accepted, to anler Into an AgFeement with City In the form Included I:r; the BWding Docvrnenls to perform and furalzsh all WarK-sas speOrrred or indkmled In the Cualraut UouumenN For the Bld Price and wilhin the CaniFacl Tama Indlpated In lhls Bid and In. accordance VvIlh the other torpris ancf conditions of the Cantracl Doonients. 2. ♦3iDDER Acknowiedgernenfs and Certification 2.1. in sfrbmltling lhls 131d. Bidder accepts all of the terms €Ind condliluns of Ilse INVITATION TO BIDDERS and INSTRUC1TJORS TO BIDDERS, including wialiaut Jimitetlon those deallag wish Iha dlsposillon of Bid Bond, 2,2_ H[dder i3 aware pF all aas[s to pfovlde the required Insurance, will do so pending contract award, and WIN provide a valid Inrr naricg cedllfnale rneeting all requlremenN Within 14 diiy5 of notlff a fon of award. 2.3'. Hidder cerlilius that this Bid is ganuina and nol mEide in the Jnterest of or on behaft of any undindased indWIdual or 6rrtlty and Is net submitted Iri conformity with any collusJve agreameni or rules of any group, �tsjji GdAjjan, organlzallon, or Corporation, 2,4, Bidder hes not directly or Indl reutly 1 nduce-d or solicited airy ather13Idde►to submit a false or sham Bid. 2,6_ Rkider has not saildted or Induced any Individual or enlily la rafrmin from blddang. ,6, Bidder has not engaged in corrupt, freudufent, 0011LISNe. or cowicive pr+actlooa in competlrag Iof the Contract For the Frurpasos of IhJS Paragraph. a. "corrupt praellca" means Iho offering. giving, fecE�lving, or 90110Ing of any thing of value Ukely to influence the acticn of public official in the bidding process. b. `fraudulent practloe" means an inlenllonsi mfareprenentattori of Facts made (a) to Influence the bidding process to 1h$ detriment OFG3ty (b) to establish Bid prices al arlIftlal rlon-:c mpelff ve Ievuls, or (c) to deprive City of the benglils of free and open compefillon. :c. "coltualve pracilco" msaris a scheme or arrangaxrrent between Iwo or mute Bldd8m.-wlth or without The knowNcIgo of City, a purpose of which fs to eglabllsh Bid prices el effiflclEll, non-campetttive levels- rrTYOFFORTwon(" StAWIA3Rd CONURUCTIOK SPE,C19MATIOJ,00CUMENTS Form He mind 2015001 Copy or 012a1 00_00 0 130042 43JG 43 3300 49 1200 M6 13_ald Piapcasl Vkdboak YWP' oaq 1 ou SID fORM d. "cooruive prscdce" means harming or Ihfeatenlag to harm, directly of Ind Ireolly, persons 01- their pro party to irrlluerroe lheir porticipallon In the bldding pruuusa or affacl the execution el the 3. Prequaliflr-alion Thu Siddar acknr,wledWes Ural the following M. IR lypee rmusl bfl p4rfarrn0d only try praqualired contractors and subccniraclora; .a, Un Station tr. Liat work lypr-- lkeri; ur space C. List V#j6t type IIOro or: spade d. List walk lyfj�.- hwe or spuce 4. T1mo of CompletTon 4.1, The fans will be substantlally comptale within 45T days after The data when the the Conlract Time commences to run as pmvlded In Pars graph 2.03 of the Garaeral Canctiflvns, 4.2, The Work will be eomplate fnr Final Acceptance walhla 487 days after the dale when the the Contract Time commences to run as provided In Paragraph 2.03 of the General Candltlons. 4,3. Blddiar acoapis the prcvWuns of The Agreement as In liquidated darnages in the event of fallute to compWe the Work Jandlcr achievement a miieslones} MEW the limas s clfled In the Agreement. 5. Attached to this 131d The Fallowing documenla are attached to and made a parr of Ihia Bid: a. This 8Id Fam'r, Sectlon 00.41 00 b. Required f31d Bond, Sur.111un dd 43 13 Isauad by a surety rmeeting lha requirements of Paragraph 5.01 of the General Conditions. C. Proposal Form. Secllolt 00 42 43 d. Vandor Otimprianco to Slate Law Non lResldenl Bidder, Section DU 43 37 e, MWBE Forms (optional at lime of bid) f. Praaqualificalion Statement, Section 00 45 12 g. ConQigt of Intereat-Aff svit,'Secilon 00 35 13 'if necessary, CIQ of CIS farms are to be provided directly to City 8ercrotary h. Any addltlanal deaumerlis that may be regrrlrad I y Sectlon 12 of the Irislruuilons Ju Bldders 6, TDtal 81d Amount 6.1. 81dder will cotriploto I h a Work In accordance wlM IN! Con tract DcrMments for tha following hick amount. In the space provided below. please enter the in[;] hid arnnunl for IN& project, Only this Noure will he read prebllcly G11'Y W FORT MRI'a STANt3 yRD CONSTRUCTM SPECIRCATON DOCUMENTG Fmm Raelaad20150a21 Cam to nGg1 00 00 4s to -ea 42 4! _-Was 31430 45 1)_oa a5 TkWo prop"41 V4Gxk POP-W-P Goa 1 flo 010 FORM Pago 3 a1 S by the: City at the bid 4penIng. B.P. It is unndai9lcldd and agreedby the €udder in tig`nlrig #h4 E; pfopDsal that tale tatal b€d' amount entered buW Is subject to viarlficWiun andler rwdificatlen by rnulflplyinp iha unit bid pros for ea6 pay Item by the respeoilve esilmaWd quAnll#les shown in lhtls proposal and Then totaling a€t of the extended amounm_ T. SW Submittal This Bid Is submIlted .on MY 1.4, 2Ck24 R�sp�rcifu y S�It�rnitllmd, t3y_ (signature} La.idr.o -Axrambide, Jr. (Nrated Name) Title: Frea.ident COrT?Pf+r1y: BAR Cons uckoxa, znc, Address- gO 1=+4Dx 10 LaneaateI!r TX 75146 Slale of IncOrporation. Tex ar3 Email. ba rmba.rconstruut,urs . conk Phone: 97?-227-3287 %Q OF SECTION by The entity reamed below. Remg pt la ack av4edgvd of tine fratlawie� Adder�d�: Ini#I II Addendum No- 1= A4denclum No. 7' Addendum No_ 3= Addendum No.; Corporate Seal. CITY OF FORT RRTH STANDARD CONSTRUOTIObi 6PEQ19C.&NON bL>tCL$tr=.NTS Norm RevLood 70150821 Gopy ar 00 4-1 01 _A44Zt 1Z Oq'42 4a,_40 43 47_0045 12_op sS 12 _01l r Prol}cwrl WorAbaal� VFR PAGE INTENTIONALLY LEFT BLANK SECTION 00 47 43 PFK]PO°.AL FORM UNIT PRICE BID Blddcr's Application Unit 1: LIR Station Nrl�ar,1 It mn fnhmi. loldm s Nropinw & Ali hamN4, L7rxcrll� + Smc*.arlloll Rr?tlUwkft; urol or jimtwre 010 quanilly tMIL piLtm Bid VAIA 1 9@99,0001 7t4"F1LxoYQlossSrtH Y�ipowlUlSoldc19�1tIsR11 775113 LF 2t0 a j 1 31- 505 0' CNP Sawar PIpie and RlR s YWh Pti 400t l 401 �g LF 260 DQ "2-'� Ycrg"ll 000 � 1. 11 11 x 333ng a 40L Ur UP Swnr PJpu and FI1Iingr Wlh ProWda ¢01 33 LF 235Limi 11 11� 4 3331.4311 24" Flhergrafo Sawnr PJpo will! Sikd 9 alAFAl 33 11 13 LF 1GO + .f v c� 17L 11j.d.a 5 3314301t 421GaimVBlva ]31220 EA 2 pl'L11U • i-7Z,11no, 6 3317,30oe iir( Bt;Vam 331220 F-A 3 �;arJ Lr+� O�4• 7 9M,00a2 WZIwln9 ChsAveWs 400S 9Ji.23 EA 3 e 99139,11003 78' $ILlfgs i4 le 400560 EA 1 4 1531 8i013 $ewer Nue uslemas VelwD Abbsmbly '51 70 EA 6 10 ang.1101 5' P191LLeLer Z e4 r M4nhal& 73 S0 1t] EA 3 L ' 013 t 1 t 353%1111'6' 1el t Hsyo Manhole: .3q 10 EA 2 '�I�O# I 3350,1102 F Orap MnnWa 35 39.14 EA 1 � I L"A •L+ 13 999�9,000A00orcaaLTro sv*m 44il 16 EA 1 +i�r �—f�dlo[1i' 14 33D6.0104 TfelKPL $alely 33 05 10 LF 910 15 0171,91a1 Can6Uuglgn:3lmkLLg 017123 Ls 1 1509 im 600 970 Sti 0171.0102 AA,gulll Surety 0171 23 LS I 1600 1E�)o 17 3310.0101 Al Lin StalApn NW Wank Inoludlrlq huL nat JimlLed to free 31 TO (10 312500 Ls 1 r renlayAj, eroplan coofml. and Iandecgping 37 to 119 ,3202 11 19 9"9.0005'EwcayMnand UcieWlll(Al &rucluros) 3113lu I.5 c41Y+irI141.1WlINIu ■iAWlj ,ILdi L.iWTrLLVl D.A.9111TIriVATILLk rkn.SrhffiNMi I gnu W-T—LiKEWDL Lsin ..r" rl LILI iLLyr Ik -ly u r I m LI P ya a I! JU lL 19 H.HA {,ii d W4Lr--6.%'FF Addendum No. 3 Page 4 of 7 nS itn TIn7 rWMNM. Nolftyi 19 F0-111,deiAetE SrFaiia' 31 i93 29 VLF 404 [•J 1 O r) l�'l�kfJ `]+ y 4 Cr i`� 20 3231:01 $3 rhgdFt kIgk F:en" 32 31 13 LF 1�40 1 2% 32f310102 7"ReinriwL- iC.dnerCla Pa1r>smanl 421313 sY 7851 'i J jM 22 1213_oaos W' CoFwx ele Pdwaway 32 $3 2V SF 2M }3 94P9, oaorL4b'� #it" Gancrnla kru All Sut�ea} IrtcluduTO but mat Ilmlled So lift wdp 100 0a 3 a 1 0o 0 L $ 1 aiabr�mu an ale wel end aqulpmonl 4laba_ 3 30 an V 99P9.ao'ulFilaaorgScToon'JAIIlit i3onurator 1342zaJ LS 1 25 9M,L30Q5 MOLA FaBl WLa D ra (M E,oms) 4b. 50 00 LS 1 f 01(7oQ ' f L3 7cr,}') r 43 49 16 0123 po ZE1 ""RAC 10 EloelriczJ Bxilldlnq, IndudlnQ baL nut Wrwer! Ip dam, windows, rao inq, funs drelnaqu i3gW imenl, pmt finiatlee, end tiro ca to oo Div4 to 7 LS 1 Oxlingrmeheu iliyiplan $ ou at W VyiOun 1 9999_p011 1, IN ,ii.rllon MaGh■nlcal V0 ma, EraclrumUnerrc Fraw 77 AioloF, T2aies, Aocees iisichas, Suppartm- AppLtovnm caa enrf by alhnf gppLrrinnant work and dams not spoclllcellyULlad alselY#em. 33 31 70 LS 1 Do a 4j q { ()D comPlele ye operYlmf P" Indkioted In Obo Fdans 2$ 999-9.9012 VUeI V&D;Marlor DonM[o 0091L 1p Syalem 09 im di L$ 1 +1 % 006" rt 6si '. 2B m9l)-oun At041rTling t>9210d 03 9& 00-01 /zoo` 3i} 9a9$,poia LIN Stnaan hleallaW •rrd VOM11m60h dI'daean 23 I_5 1 {r � /21�40 ur' 01 W210.00 14 VNdMNa f irtquonky Rrhm 2E} 20 29 EAr W 9WW0015 ZW6 garor", PmndbaordN. Trwxw1vc mra E3 2d 13 2a 24 1E9 L$ PFOVtda malarlai i;aafs Wily for Menu 129, 31 #, and 42a, Go4ki for udlemdlilg 4 hrl h andllag on rho S Ile, isbor, InsialW5on, oVerhomd, presK and with o r ullponm-ea ars ■ubsIdiary to the Ekd iruFn �2 flMichippr, 32a 1JV99.00lea SE7L 73G PcjAW CKF* y h4msTaf " �G 24 " LS 1 ow, t rt, 32b 9'199:0910b S1 L 751 Arah Ruch f cW4 and Oplluid Sonsare " M 24 tS LS t t? 9 1 120 1 989 -00%Eo RosomouF'L Iniol59AWThermal M,3rWll[erp 8yalmn " 215 24 i3 LS i MlooD } d f, 31 9999QQ1'Jrrllkumenliillon,SCADA",AnlmnrmTavW 0 90 QR 41795i5E; IS 1 e��1�* 49 01 Provide material ciaL■ mkkX for Itms 33r, nk Arid 33u. Gorlrw for OdPgsUlrly and hmFrd7ing on the Slur, rabOf, Inmta7l�ilon,nyefhe�d, p+r[#II4 mnd arho-r expeatee aro xiiholdlmry to BId Itum j 3 $CA DA_ 17a w IWILIDG17aJ&gollirHMIOT712OpmhortnisrfaimTurchpenot`" 441bp2' L3 1 i0l002 + f 7 ,r, 1 33b VRDU.0017b MOB OrIuA WU Elhorno7 fiw&o'* 40 90 U2. Lg i �+ r KY=20, �+00 6ML>' quc 9999-0417c MedlWul hf 40 PLG wiffiow 10 Modates " 40 D4 02 L. [ S �+�v V 9, Ju.1 �• CTrrLw n bu wpmniT IlThrirAwlp7 hwLighTl{Ill:rxm mn' vipi. we!cKpmmffl x7�iin;J.JX �#prl� . d1w9or+4ou_■i+4 N_w UJs 4u tt v4pN#i 13AWL1_11dP.jmulN+,'.N..t tL'YF Addendum No. 3 Page 5 of 7 to hih to ilsrahl. Re os xe.a1 34 9S50.0a I6 Gibdo bui, cab;o tray, eabla Uw&Gh, cables aacd eanduile, ltwmp. d1drI bunks �Q 05 s9,Q2 219 LS vicctrlclil 1NHrbnxns, 20flq 33 � 26 uS 43 3S Of199_U014 7WkVA(>narator 753213 LS Se, 99)9.O N Power !�ynum Sludlaa. Slarlup and 749e7inq 2A 01 26 L3 1 r $ DK 43999.0021 hlliadlonrrou6 EluabicW �Gev ndlnp, Ughl%, 26 057.9 �1.7 H&o9pl$ties. LIgl11riWkg FmLmellan Sy#lernj ru:b.rpng 4llama rwi 25 6a on LS 1 l 0004 +( ems kh)) spa;.iflcally Ilflod acleaw hWD, c-Dmpiebr an opecarad ar d Indlcored in 26 21 2B f 1 1110 plans 1 2d+41 13 IWEP-TOTAL PurrI 1111a quFWWV ptaAuod.le nppro+inrelq tug bidding purj omh_ E4mrsclor Rhem W p'aId Tu Ow vofm?A Ungar foot of prlo kwaWd pw Lhu WecUfeeelon_ " AgfRrinC0 110n1 isCtlOml 6F 41FAIll' er1 prafirt ad Yr111dws arrd ahceplabk allammOvor. Cumirmaor iclbTMHU g arr bilarmAw verld mr AfPH pradkml mue L uuhrriN ail riecime ry ddourpoelalEon 0 damurisinnir a:om(rYllef ly arld Nmquopallcy to be 9VOILM1011 ab 6n apPrgv1;J 4fqu4lL UnR 2: Water pful"I UanY lufuulsnllnn BlM&P Pfnpuaud #ildtil Win fY1r_ Baseripuau Bprellkal6gn Saetlnn P!a_ Unit n! Mmauta oil qualsllly Und FRrlca I UW Va1oa 1 x311,U?91 ll" PVC YValtr Ffp4 w�qn 3alaol BaICfff�� 1 11R GF e&o 00 59 OKgo S30 '2 3.112-DOW F1ro Hydrmlrl A3scmbly 33 1140 UA 1 00 L190 3 3111 A110I ChMI 19 1run Wolor r-PlimpL w) Rcabalnl .55 11 11 T4N U_W3 7R [1W d33 3112.0117 Cun"rAlon to Ex11rIIne -0"-121 Wpthr Adpil n IncJudtrrp ltai nol ftKlO lu Iml W)p1rlg wdWe end e' gale valve 1 25 l fi k � pp 6 3201.OGIG Cumrrole Pgva mcnl Rtpalr 5.201 79 SY 95 r a1J �4 6 �112LZD03 11 Walor Swwlm Msdmbly 331710 rEA Y 7 3305,121439 Tacnoh Smwv 33 05 10 LF 680 a 0171_0101 Ccamn1CGor &*Wn9 01 71 2a L5 1 560 OU 13 0171.0102. Mt GUN" 0171 Z3 L$ 1 SU&TOTA9. UMT 2 r} I aiY oe la utvr?1ara1 r<rsaNkSNrrG 4Y5TilYR'fl4lnl x1�"MFf/411uN eX51+i� ¢ura 4uuuX4.kdPo4�lfi1 Y1+r6 1004 a t IO uu Ll t1JM r# a q4 a1 rt'ou 11 11J JO 14+1*e4f Y4dbw6LL4L?T Addf}ndum No. a Pogo 0 0 7 Iw It 24 vl�r I�Iuxtefxt Al lerrrate Bid A, PFtrnaa gInIMII Illsls iar taimMirkim pwrM WrOm i LWM Wrtr indaxirrp pump m■IalrbnWMrs. E qGh WE Irorn hehiw is for flRrllshing, lnn#n% daWfinp enit plmWinp a comptlt acivico IndirNclmu fur e11m■ pumin atrrd mlrllyre [ram the reepetllwa rnerlldatlurnr, mnlplaie at spmdfi t 4 Min In U60 4uiWmiNod wlru tP "eir vlGclaW4 for oadl nlinuletturef. Tlut purryr. do ner bead Iu FnvO a r*kwnr alhcienry h onbPF la tM eulmrAl.ell but dray murt 1ueu1 EIe Onllnuul eSltJmq W ML6A In by ULb. nranwratrlhimr. 4nclumll pkOW rIA1 thea11t VAIN your hid. Rehr hm 14 47 56M Pml*rt nHn III&YMI M Prnpml wairl IWIn No,$qc&n Elil mVWun Spaclncititl) N*. IJNt ei Masse' Bid tluenOly Umn Iiri i bbd Uifu■ A, I I' lyel Pumps MM V** f0 VAW F Ill*noy Ofy- u DA 44 4F 36-06 EA A ��� fp 7 i+ (eye), i7 a, f A-2 1 X913 RRnin-ah Wire is MLer Eificlenry ai —1(1. % dd 42 Wool FA :L 5931 WZ A--3 SrJuw Pumps wldl VIA* Ism pVaiel Elfmvmnuy of 44 42 50M fA 3 F TllaCjVVOMV^wIY %I"dohIY Qd110449A+t Ir4uAlk" pw ft EvalYIlgmFi YWh114al OWdcilrrirWn qn 42 M04 In &LzInfmllln IFeUee1 4elur a IheCft. SUMMARY OF RIDS 7hn L' onlrecl Ampunl will be Rve ll K 1 pjus UJnp 2 plrim pw OW VrllueF a Altomairve Wd A Pump 1hal INC City dMaMs to bo lhn bssi valun. Provide iaiels balm. Ciiy reaerves 63 rl hk to zmW eiMer Tole) 1 Tolal 2 or Total 9, Tolml 1 a 3 nh•ToW Llnit i r 9 uh. fnllel uM4 2 * Alramale eW A•1 [ f 70) 0" i fl Tc4d 2 Sr1.h.Totef Untf i + gub-Tfftsk Unit 2 F Atterm uto UFd A- J � t,9 f J W ! Telal 3 dub-totak Unil 1 + 13 ua.Tatel lfnfl 2 . o0jerjuts IRW A. { ILMD QF SECTFIDI! crrV oF1, wr wSmTrt f+U71M>urGF>ly4TR1iL rmm wIIWkW1 Irr ri*%namp Txuu lhrl+l-0inlJ�ll+ .. . U-M ON l i4+u rr r!Wrl rrw PTF_er 1111,uv 111 11,61INinu1 YAA4 -i v}T Asddendurri No. 3 Page 7 of 7 SECTION 00 4313 BID BOND KNOW AU BY THESE PRESENTS, 00 43 13 ela%c Page 1 or 1 That we. [EIkJ&# NameI 11AA Golurxuctol'x, hen hereinafter called the Prlrlolpai, aiwJ (Surety Narne) I-lik0ford Put lifxurifnce QUIII l2+tr1}' a corporatlon or firm duly authotl;�ed to trarisaat surely bus Iness in the State of Texas, hereinafter called the Surety, are held and lirmly bound urMto the City of Fart Woiill, hereinaRr-r r�aIled the Obligee, In the sum of rlivr Racitn# ofQmaleW# AmcitmI Ilid :and N01100 Dollars {S $')G ❑N3AB _00), the payment of which SUM W111 be welt and truly made and the said Principal and the sold Soa5ty, dlnd ourselves, our heirs, executors, adminJstralora, and 2�3slgna, jointly and severally, firm by these preserf - WHEREAS, the Prinoipel has a0mitted a proposal to perform work for the following project or the Obligee. idontif[ad as Lake Aflfngtorf Lift Staflon NOW. THEREFORE, It the abligeo award the Contract W the foregoing project to tale Prilridpal, and the Princlpai shall salary all requiremerfls and oonditlonia required for the axecuflon of the Contract and s}plI enter into the Contract In writing With the Obllgee in aocofdarme y0th tho ternis or such proposal, then this hwd shall be null arLd vold. If the Prinaipal fails Lo execute stich Contract in accardaflce wlth the-terrns or slash prdposal or falls to satisfy all rNtAiraments and canditlons required for the exoculion of the Contract In accordance VvlIh tha proposal or fair to satisfy III regUlramenls arid corlcittaons required far the execution of the Contrast In acocrdance with MI- proposal, this. bored shall becamB the property of the Obligee, wi raul recourse, of the Principal andlor Surety, not to exceed the penalty hereof, and sbalj he used to compenszlte Obligee for the dlfterence beWweerl Prindpal's Total BJd Amount and the next seleclo Sldder's Total BJd Amount. BY' 13y_ SIGNED Ihis [drh day of MAY 2020, BA[{ h1c. "Attach Power otAttorney (Suloty) for Attorney -in -Fact END OF SECTION ampTessed Surety Seal Only 01TYof MAT-WUM SFANUAAROUCINUr UGTIONSPEGIF"TIQN OOQQMf KTf9 Form Revved 2I11105V Cory 8f 00 41 U0 40 43 131310 42 43013 43 U d0 45 1200 25 13,BId Propaael WmrhWap _VIfFP PAGE INTENTIONALLY LEFT BLANK Qp 4 3'17 VFWAM COMPLIANCE TO 5TATF LAW Pmgo 1 or 1 SE"ON 00 43 37 VENDOR COMPLIAN E TO STATE LAW NON RES1bENT f31DO E4 Texas Government Corse Chapter 2252 was adopW for the award of colllracts to purrireaidenj bidders. This law providas that. In order to ha awarded a oanlraal as low bidder, ponresider1C bidders �uut-of-star carktractors whose GQrporato offiaas or prilucfpal plane of business are oulside lKe GU-ito of Texas) bid proj&ds for construction, improvements, suppllas or aerviicos iri Texan. al an amQaarlt lower than the IowdsI Texas resident bidder by the same amount that a Texas resident bidder would be ri§qulred to urEdorbld a naarazddent biddef, in order to obtain a comparable con t,raet In the State w1lich the nonresident's princl pal place of business is located. The apW apdMo blanks In Section A must be Fllted out by all rionrouldent bidders In order for ymr bid to meal apv6fIiWions, The failure of nomuWdent bidders to do so will automak;Ay dtsqualffy that bidder. ReWant bidders must check the box Irr section B. A. Nonresl.dent bidders in the State of , our prinulpal plr'ace of buslpess, ere required to tm percent tower than resident brtd'ers by State Law. A copy of Via Nonresident bf tiers in the Stale of ;, our pHncipul place o[ Lousiness. are nol required to undarbld resident bidders_ A, The prindpal playa of tausinEpsa of our company or our parent cdmpany or mnjodly owner is In the State of Texas, 0 BIDDER: By: Isidm Arrarnblde, Jr. F Addf ass Hera Address Hera ur Space (Slgnaiure) Title- TIIIo Here President BAR Congtructors, Inc, PO 46x 10 M31e' May t4.2020 Lancastor, TX 75146. rM ov SUMON CITY OF FORT WariTH STANDARD Con VRUCTION SPECIMATI❑N D OGUMENTB Fo m Rarlxed 20119521 Copy of OQ 41 1; LLOQ 43 1 �-00 42 4, -00 Al 3iWQD 45 f2-0 35 1 �-HW PMPOO 114Vo!kb00k-WFP PACE INTENTIONALLY .EFT BLANK 0045 11 -1 BIDDERS PREQUALIFICATIONS Page 1 of 3 SECTION 00 45 11 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 prequalification process will establish a bid Iimit 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 31st 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 information 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 Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised July 1, 2011 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. 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 Bid 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 Lake Arlington Li11 Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised July 1, 2011 0045 tI -3 BIDDERS PREQUALIFICATIONS Page 3 of 3 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 Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised July 1, 2011 PAGE INTENTIONALLY LEFT BLANK 00.0 1 Z • I PTlZ—QUALM AVONs'rA'EwT,TPT PnP 1 of 1 SECTION 00 45 12 PREQUr1LIFTCA-MON STATEMENT G;acI1 I3iMcl for a CIly procuir-nncnt is re quitud to camp We: the i i i fu rinat ion lie [ow by identifyiltg the pregl 19Iifled Cali Iraclors midkir sakconiraclnrs whom they in wad to utilize for II1r major work types) Listed. L4+Ls aa' aa`lk TypeConIractorlSubconiva ctor Compaily Name Preyualification Ex plration.Dute Pavin Lighting ThC uildersiglied iLCICby ce1•lifias Thai the coiltraclors and/or subconIraatois described in the table abxove are eulz-enIly prequtiIIfied for the work types [is Led. BIDDER: BAR Conslructars, Inc, CoinpFiny PO Box 10 Addra sa Lancaster, TX 75146 cily/suttc/ ip By: Jsidro Arramblde, Jr. .5igraatiu�• l'il1c: ProWdent picafm Prittl) ]Date: 05-14-2jG20 END OF.SECTION crrr or VoWr WWII I 1_uko AFHagian Lirt stuion L57ANDARD CRINSTRtt;TkON SPECIFICATION.00CUMEMI City Pmjccj kunilwr I094S Rev1god July 1, NI a PACE INTENTIONALLY LEFT BLAND FORTWORTH SECTION 00 45 13 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Name under which you wish to qualify Post Office Box 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: CITY OF FORT WORTH TEXAS 200 TEXAS STREET FORT WORTH, TEXAS 76102-6311 AND MARK THE ENVELOPE: "BIDDER PREQUALIFICATION APPLICATION" Lake Arlington Lift Station City Project Number 100995 0045 13 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 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) ❑ Has fewer than 100 employees and/or Has less than $6,000,000.00 in annual gross receipts OR ❑ 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 Boring - 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 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 Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised March 9. 2020 0045 13 BIDDER PREQUALIFICATION APPLICATION Pagc 3 of 8 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 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 Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised March 9, 2020 0045 13 BIDDER PRFQUALIFICATION APPLICATION Page 4 of 8 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT I NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business had: 4 How many years of experience in (a) As a General Contractor: construction work has your organization (b) As a Sub -Contractor: *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? If so, state the name of the individual, other organization and reason. THas 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPE3CIFICATION DOCUMENTS Reviscd March 9, 2020 Lake Arlington Lift Station City Project Number 100995 0045 13 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 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. NAME OF FIRM OR COMPANY I DETAILED ADDRESS 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 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. CITY OF FORT WORTH Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised March 9, 2020 0045 13 BIDDER PREQUALIFICATION APPLICATION Page G of 8 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 File No. Officers or Managers (with titles, if any) 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 PORT WORTH Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised March 9, 2020 14. Equipment 0045 13 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 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 Similar types of equipment may be 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 Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised March 9, 2020 0045 13 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF 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 Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised March 9, 2020 On4$26- I CONTRACTOR COMPLIANCE-WrIA WORKER'S MMr•I N,9ATION LAW I,Rgc I of I SECTION 00 45 26 CC}NTRACTOR COMFLIANC E W1-fT1 WORKER'S COMPENSATION LAW p1lowint I Texas 1,41bor C odc Section 406.096(tl). [1S unorlded, Con cc,'ti lion thiit it pmyider, workor's v infix., nviLion in mm7 noe covcragii for a i i or ils cmploye+-& amplayed on City Yrajt~t±l No..100995 Cantractor further ocrtifieN that, puny uant to Tex1#s Labor Code, Secdoil 406,096{b}, as -amended, it will provide to City itrr subcontractor's certiFica1cs ofcomp Iiance w ith warker's compcnsattoii coverage. CONTRACTOR: BAR Cron BY —hiidm Arramblde. Jr. Cora,liall (Pichsa Print) PO 14ex 10 Sig"ature. — Address Lancaster, TX 75146 City/ tatolzip THE STATE OF TEXAS COUNTY OF=:ARAAN '- Dallas § Vitle: Presldenk (Pleana Print) BEFORE ME, the undersigned rnithority, on I h 4i dsy pemonally iippenrt I Isidro Aframbide, Jr. _, known to me to be th o person wluose name is subscv!bed to the foregoillg iastrument, and acknowledged to me thr[t he/she cxm-u tcd the same AS lhe act tirid deed of PresidenE fCr ttie purposes and cansldumtian thdr6i11 EXPITARed and in Elie ua acity Iherein smted, GIVEN CINDER MY HAND AND SEAL OF' OFFICE lhis 141h dn� of May U2Ct. N Prulli Notary PLLI)lip: jn ;find tier the Starke nrTexas IaIM PubU State of Texas 'aF My Comm i Exp. (V27/2021 Notafylo#1 23OW&B END (?FSLCT1ON 01'Y OF FOPIT WORTH LRIm Arringion LlA Simian Sj-ANDA]ta alNS1'RI,Fr-710 F.SPIE=[€'-A7'IQN DOCU MI E+tTS City B crA Number I OD"S aaVkM6kdJudy I.2011 PAGE INTENTIONALLY LEFT BLANK f513 jf5 .W - I hrj�{}{irjty Aµs�n L-ntrr�v�ti� tilxresric6tion; Yoh. I art SECTION 00 45 40 ITNIPORARY REVNION 41612020 (CVlf?-19 Minority Businc: s Enterprise Specifications APPUCATION OF POLICY 11' the total dollar valtic of the contract is greater than S5il,000, tFkcn a MBE SLLbcc�ntracting gual is applicable, i'0 L CC STATE PffENT_ It is the policy of thi= City of F6A North Les t;nSUrO rho full and equitabte pAtticipation by Minority HIL'iness Filtmi-i9ek ( i�C) in the procurement of all gaods mid services, All mquirxrnanu and regulations stated in the City's current 9w5ine5s 1)ivcrsity } nIcrprist~ { rdintinee ripply to Ibis hid. MBE PRO.] ECT COALS Tice City-, M BE goal oil this project is 6°lam € f the total bid value of the zonInicI (Rase bid a1pphes o) park.7 alai 01/101111110? sull iuq). Dote; If burn MBE AMLSBE subcontracting goals are established for this prgfect, ilmin an Offeror n]USt 3ttbtnit both a MBE U tilixation F urrn and u S B E Utilixitl,ion Form to ire deemed reiptionsIve. 0 KPLI ANCF 10 BID SPECIFICATTONS On City uontraets 150,0W ter nxore where a 93E wbcoamcOng goal.is applied, Offerors are requited to t;arriply with the intent of Lhe City's Business Diveisi.ty Enterprise Ordinznce by one -of the f'oIIawing: 1. Teel or exceed the above Stated MBE goal through MBE subiontrac#lug participation, or 2. rdeel or exceed the above stated MBE gual tbruugh MUE .taint Venlure pttrlicipation, ur 3. Good Faith EMort dueumeMalion, itr; 4. Prime Walvur documentation. SUBIMFITAL 0F REQUI RED DQC: UMENTATI0N Tic- applicablc ducurnelits mus* be mcciv►;d by the assigned City of D'art Worth Vpjcet tVfrinager or Departrrtent Dmignt;e, within ft following thew allocated. in order for the endre bad to be considemd respr)rlsivc to the Specifcatia.r1s, Thct Offeror shall EMAIL the MBE donumenttaien to the iassigned City of FOrL WorLh Proje{;t Manager or Deparimeni Dusignce. A. foxed copy ;Vitt trot Ise acceu#ed. 1. Subcontractor Crtilizalion Farm, if' ieccivs:-d no later than 2AW p,rn,. can the second City hLlsirWSs goal is met or exceekd: clay after the hid opening &t% exclusivt± cjt the hid opening _ date: 2. Good Faith Effort and Suhctontractur VdUzn[ion Furni, if p1111iCiP11tiu11 is Ices thait stated goal.. J. C*Qd faith Effort and SubeonIrat:tur U4i112ation F+jrm, If nLi MBE participatiutti; rcueived fro fly ter than 2-00 p_ni_, .on the riecond City busiincs5 day alter Ilic bid opening Ante, exclt live of Ilic bid opening received ria later than 2 S 1%m.. on the second City h113incss day mfler the bid -opening date,-cxclnsive -uC (lie bid opening dale. 4. Prirne Contractor Waiver Form, rcci;ivad no ]aIcr than 2:00 p.in., on the second City btlsihc*s i f you will pertorrn aII day ai14:r Ihi~ Biel opening Aare, oxclw4ve cif dIr bid apen_ing can Iractinit%suwIier. work; date; CITY (IV FORT WflRTfI LckaAdinp)on LIitStutirm STANDARD( ''0*1 TRUCTFONSPECMCATION DOC.UMENfS C'uyYru)rttNUunberILRI 5 II4` Rid June % ,1115 {u] 45 4i] - a Mrlfrmvily Baminuss Ejk10 rLw Neinvdam Page of ! 5_ Joint Venture rgor a, it go is mci rem�civdd no Juter 11,Lnn 2'00' P.jn., 011 the ged.and Oily bwina or cxece&A day after tlic hid upuning, Marc, CKCIUAVC of [Ile bid opening Ma(e, FAILU ItETO co Pr,Y ITIi Tk1F C:1rn, S BUSI NESS I)I VERS1TV E, NTERPRISE ORDI N ANC I WILL RESULT IN THE HTD BEING CONSi ERED NON-USONSWE TO SPEC WICATIONS. FAILURE TO SU RM1T •1 UL RE, QU1RED MB L DOCUMENTATION WI LL RESULT IN' TuE Hw BEING CONSIDERED N ON-RLSPON S IV K. A SECOND FATLURF. WILLRESULT IN THE OFFER0I1 BE]NG DISQUALIFIED FOR A PERI013 OF ONE VEAR. THREE FA11.URES IN A FIVE Vl?AR PERIOD WILL RESULT IN A DISQUALIFICA [TON PTR10D 01~ TIMEIC YEAR& Any QucgEioni, Maw Cuntuet the HDE Of ct! a ( (H17)392-2 74. END OF SECTION CITY OF FORT WORTH Y-.ukc Adiug nn Llfl Swkyn STAI MARDCONSTRUCTION SPECnMA'PIONt7CMIMENTS -Ilyf'olf4elPlk411766[jp{]g+,a5 C�owised June "J.1"U15 . 0052d3-1 Agreement Page I of 1 SECTION 00 52 43 2 AGREEMENT 3 4 THIS AGREEM)CNT, authorized on 06/23/20 is made by and between the City of Forth Worth, 5 a Texas home rule municipality, acting by and through its duly authorized City Manager, G ("City"), and Bar Constructors, Inc., authorized to do business in Texas, acting by and through 7 its duly authorized representative, ("Contractor"). 8 City and Contractor, in Consideration of the mutual covenants hereinafter set Forth, agree as 9 follows: 10 Article 1. WORK 11 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 12 Project identified herein. 13 Article 2. PROJECT 14 The project for which the Worlc under the Contract Documents may be the whole or only a part is 15 generally described as follows: 16 Lake Arlington Lift Station 17 Cif Project No. 100995 18 Article 3. CONTRACT PRICE 19 City agrees to pay Contractor for performance of the Work in accordance with the Contract 20 Documents an amount, in current funds, of Ten Million, Seventy -Seven Thousand, Six 21 Hundred Ninety -Three and no/cents Dollars ($10,077,693.00). 22 Article 4. CONTRACT TIME 23 4.1 Final Acceptance. 24 The Work will be complete for Final Acceptance within 487 days after the date when the 25 Contract Thne commences to run, as provided in Paragraph 2,03 of the General Conditions, 26 plus any extension thereof allowed in accordance with Article 12 of the General 27 Conditions. 28 4.2 Liquidated Damages 29 Contractor recognizes that thne is of the essence for completion of Milestones, if any, and 30 to achieve Final Acceptance of the Work and City will suffer financial loss if the Work is 31 not completed within the tilne(s) specified In Paragraph 4.1 above, The Contractor also 32 recognizes the delays, expense and difficulties involved in proving in a legal proceeding, 33 the actual loss suffered by the City if the Work is not completed on time. Accordingly, 34 instead of requiring any such proof, Contractor agrees that as liquidated damages for 35 delay (but not as a penalty), Contractor shall pay City One Thousand, Four Hundred 36 Sixty -hour and no/eents Dollars ($1,464.00) for each day that expires after the time 37 specified in Paragraph 4.1 -for Final Acceptance until the City issues the Final Letter of 38 Acceptance. CITY Or CORT WORTH STANDARD CONSTRUCTION SPCCIPICATION DOCUMENTS Revised IL 15.11 Lake Arlington Lift Stallion City Project No. 100995 005243-2 Agreement Page 2 of5 39 Article 5. CONTRACT DOCUMENTS 40 5.1 CONTENTS: 41 A. The Contract Documents which comprise the entire agreement between City and 42 Contractor concerning the Work consist of the following: 43 1. This Agreement. 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 76 77 78 79 80 81 82 83 84 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Conll)liailce to State Law Non -Resident Bidder 3) Prequalification Statement 4) State and Federal documents (pr•ojecf.speefjrc) 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 andlor SBE Utilization Form 3. General Conditions. 4, Supplementary Conditions, S. 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 DOelllnents. 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. e. Change Orders. d. Letter of Final Acceptance, Article 6. INDEMNIFtICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officer's, 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 indemrdficatiou rnvision is s ecificall infended too erstte and be effective even if it is alleged or proven that all or some of the dania es bein sought were caused in whole or in art by any let,Omission or ne li ence 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. CITY OF FORT WORTH STANDARD CONSTRUC'I'10N SPECIFICA'riON DOCUMENTS Revised 11.15,17 Lake Arlington Lift station City Project No. 100995 005243-3 Agreement Page 3 or5 85 6.2 Contractor covenants and agrees to indemnify and hold harltlless, at Its olvn expense, 86 37 88 89 90 the city, its officer's, servants and employees, from and against any and all loss, damage of destruction of Property of the city, arising oil[ of, or alleged to arise out o#, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees ol• invitees under this contract. This indemnification provision is specifically intended to operate and be effective eyeIl if it is alleged or 91 proven that all or some of the damages being sought lYere caused in whole or ill part, 92 by ally act, omission or negligence of the city. 93 94 Article 7. MISCELLANEOUS 95 7.1 Ternts. 96 Terms used in this Agreement which are defined in Article I of the General Conditions will 97 have the meanings indicated in the General Conditions, 98 7.2 Assignment of Contract. 99 This Agreement, including all of the Contract Documents may not be assigned by the 100 Contractor without the advanced express written consent of the City. 101 7.3 Successors and Assigns. 102 City and Contractor each binds Itself, its partners, successors, assigns and legal 103 representatives to the other party hereto, in respect to all covenants, agreements and 104 Obligations Contained in the Contract Documents. 105 7A Severability. 106 Any provision or part of the Contract Documents held to be unconstitutional, void or 107 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 108 remaining provisions shall continue to be valid and binding upon CITY and 109 CONTRACTOR. 110 7.5 Governing Law and Venue. ] t 1 This Agreement, including all of the Contract Documents is performable in the State of 112 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 113 Northern District of Texas, fort Worth Division, 114 7.6 Authority to Sigh. 115 Contractor shall attach evidence of authority to sign Agreement if signed by someone other 116 than the duty authorized signatory of the Contractor. 117 118 7.7 Prohibition On Contracts With Companies Boycotting Israel. 119 Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government 120 Code, the City is prohibited from entering into a contract with a company for goods or 121 services unless the contract contains a written verification from the company that it: (1) 122 does not boycott Israel; and (2) will not boycott Israel during the term of the contract. CITY OP F0IU' W0RTFI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 11.15.17 Lake Arlingtun Lill Station City Project No. 100995 005243-d Agreement Page 4 of 5 123 The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms 124 in Section 808.001 of the Texas Government Code. I311 signing this contract, Contractor 125 certifies that Contructor's signature provides written verification to the City that 126 Contractor. (I) noes not &nycoff Israel; and (2) will nat boycott Israel drrrirag the ter•rrr of 127 the contrail. 128 129 7.8 Immigration Nationality Act. 130 Contractor shall verify the identity anti employment eligibility of its employees who 131 perform work under this Agreement, including completing the Employment Eligibility 132 Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of 133 all 1-9 forms and supporting eligibility documentation for each employee who performs 134 work under this Agreement. Contractor shall adhere to all Federal and State laws as well as 135 establish appropriate procedures and controls so that no services will be performed by any 136 Contractor employee who is not legally eligible to perform such services. 137 CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS 138 FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUR TO VIOLATIONS OF 139 THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, 140 SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to 141 Contractor, shall have the right to immediately terminate this Agreement for violations of 142 this provision by Contractor. 143 144 T9 No Third -Party Beneficiaries, 1445 This Agreement gives no rights or benefiils to anyone other than the City and the Contractor• 146 and there are no third -party beneficiaries. 147 148 7.10 No Cause of Action Against Engineer. 149 Contractor, its subcontractors and equipu7ent and materials suppliers on the PROJECT or their 150 sureties, shall maintain no direct action against [lie Engineer, its officers, employees, and 151 subcontractors, for any claim arising out Of, in connection with, Or resulting from the 152 engineering services performed. Only the City will be the beneficiary of any undertaking by 153 the Engineer. The presence or duties of the Engineer's personnel at a construction site, 154 whether as on -site representatives or otherwise, do not make the Engineer or its personnel 155 in any way responsible for those duties that belong to the City andlor the City's COnStrUetlGu 156 contractors or other entities, and do not relieve the construction contractors or any other 157 entity of their obligations, duties, and responsibilities, including, but not limited to, all 158 construction methods, means, techniques, sequences, and procedures necessary for 159 coordinating and completing all portions of the construction work in accordance with the 160 Contract Documents and any health or safety precautions required by such construction 161 work. The Engineer and its personnel have no authority to exercise any control over ally 162 construction contractor or other entity or their employees in connection with their worl< or 163 any health or safety precautions, 164 165 SIGNATURE PAGE TO FOLLOW 166 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised t 1.15.17 Lake Arlington Lift Station City Project Na. 100995 167 168 169 170 171 172 173 174 175 176 177 178 0052,13.5 Agmement Page 5 of 5 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective as of the clate subscribed by the City's designated Assistant City Manager ("Effective Date"). Cantractor: bay Cons�ru 15 t /}(f Vic, �I V By: ( ignature) Isidro Arrambide, Jr. (Printed Name) Title: President Address: P0Box 10 City/State/Zip: Lancaster, TX 75146 Date City of Port Worth Dana Surdh OI F By: Dana OuighdO Oul 29,202012:07 CDT) Dana Burghdoff Assistant City 1\4anager Date JM, 2020 �j _ `Attest: �f'�e(�l City Sep (Seal) M&C 20-0460 Dace: 06/23/20 Form 1295 No. C Contract Compliance Manager:�x;„ By signing, I acknowledge that I am the nelson responsible for the monitoring and administration of this contract, including ensuring all performance and reporting red tli rements. Prati a oud I, RE. Project Manager Approved as to Form and Legality: > t1E�crr__ _ _. OBlack iJul 28, 202015:4? — � " Douglas W. Black Senior Assistant City Attorney APPROVAL RECOMNIENDED: /.iirrclrt>�iJ� H�r7e� pvisrovheF Eder lJul �&,mID IU:-00 [�71 Chris Harder, T.E. Water Department Director crrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 1 1.15.17 0061 13--1 PERFORMANCE BOND Page I of 2 SECTION 00 61 13 PERFORMANCE BOND ewO -it-4 (�o-5Cs1r- e3q(c THE STATE OF TEXAS KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT That we, "Principal" her rs 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 ursuant to th laws of Texas, known as "City" herein, in the penal l'ri lll00 sum of, X "t.I.nc (�ed ;n, Ll ollars ($1p, _ � , ( ), lawfuuYmoney 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 �Cday of , s_ _t Ar , 20cJ 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 Lake Arlington Lift Station, City Project Number 100995. 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. 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. CITY OF FORT WORTH Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised July 1, 2011 PAGE INTENTIONALLY LEFT BLANK 006113-2 PERFORMANCE BOND Page 2 of 2 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 20,:&, PRINCIPAL: ATTEST- � F (Principal) Secretary �k A-1kV11d0k ;Jf1 6644_� - Witness as to Principal BY: Name and Title RETY- it t L_1 mm riLi B Signature Name and Title "' I.-J Address: 1 �`1e[�(�L'{ Ile Witness as to Surety bon n to 1)n Telephone Number: htiE�{4l !"4liifili! *Note: If signed by an officer of the Surety Company, there must be on file a certified tr s t,' from the by-laws showing that this person has authority to sign such obli&ti&. Jf r_fd Surety's physical address is different from its mailing address, both must ]*'provided. s The date of the bond shall not be prior to the date the Contract is awarded rev - CITY OP FORT WORTH Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised July 1, 2011 PAGE INTENTIONALLY LEFT BLANK 0061 14 - 1 PAYMFNT BOND Page I of 2 SECTION 00 61 14 PAYMENT BOND�� # qtvSC5 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § "Principal" herein, and � (' a corporate surety (sureties), duly authorized to do business in the State ofqexas, 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, M 11Ion t- e in the penal sum of Do lars ($ �-� lawful money of the dnited 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: i WHEREAS, Principal has entered into a certain written Contract with City, awarded the day of 20 ;�,_ , 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 Lake Arlington Lift Station, City Project Number 100995. 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. 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 Take Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised July 1, 2011 PAGE INTENTIONALLY LEFT BLANK 0061 14-2 PAYMENT BOND Page 2 of 2 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the day of , 20c2D . ATTEST: (Principal) Secretary At A Arrnmbiae- � a " &' �"P," Witness as to Principal N A wur tf ATTEST: PRINCIPAL: BY: Signature Name and Title Address: OCIS BY: �j�� ture 7 (Surety) SecretaryA,,,,0 to Name and Title -- Address: Witness as to Surety Drnyj�e r"1 AL r� z" • G r Con) �ar� Note: If signed by an officer of the Surety, there must be on file a certified extract frprn,"t e`�ti bylaws showing that this person has authority to sign such obligation. If Surety,s-`pkX0&1 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 Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised July 1, 2011 PAGE INTENTIONALLY LEFT BLANK 006119-1 MAINTENANCE BOND Page 1 of 3 SECTION 00 6119 MAINTENANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we I known as "Principal" herein and t-t (' a corporate surety (sureties, if more than one) duly authorized to do business in the State of Te s, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation Great d pur ant to the 1 s of the State of TVats known as "City" herein, `CE 111,% IXiop► 1t�n -'!eVe oe in the sum of_ 4.L' ($ �(]��� , }, lawful money of the United States, to be paid in Fort Worth, �.a 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. WHFIREAS, the Principal has entered into a certain written contract with the City awarded the day of = iI .t I ' , 20which Contract is hereby It 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 Lake Arlington Lift Station, City Project Number 100995; 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 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. CITY OF FORT WORTH Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised July 1, 2011 0061 14-2 MAINTENANCE BOND Page 2 of 3 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 tiled 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 Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 City Project Number 100995 0061 19-3 MAINTENANCE BOND Page 3 of 3 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this Vr instrument by duly authorized agents and officers on this the a day of 20a, ATTEST: 11 (Princ al) Secretary k A AVr6ev1r't�j1(Le- cMdlt� TZL/t/r Witness as to Principal N V LA i ATTES� (S e y) Secr y Fed en- Witness as to Surety l)-fnflive� PRINCIPAL: BY: Signature Name and Title 1' tea i• f ■ .� [L_ // ' i �� lcj�\ Signature - '� o- , Name and Title Address: -aAkfl'1 r Telephone Number: *Note: If signed by an officer of the Surety Company, there must be on file a certified qt aet11 rrr,r.r�� from the by-laws showing that this person has authority to sign such obligation:,,I Surety's physical address is different from its mailing address, both must bc' pr`ovl e ° ` a The date of the bond shall not be prior to the date the Contract is awarded: .f - J a CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Lake Arlington Lift station City Project Number 100995 PAGE INTENTIONALLY LEFT BLANK IMPORTANT NOTICE To obtain information or make a complaint: You may contact your agent. You may call Hartford Insurance Group at the toll free telephone number for information or to make a complaint at: 1-800-392-7805 You may also write to The Hartford: The Hartford Hartford Financial Products 2 Park Avenue, 6t" Floor New York, New York 10018 1-212-277-0400 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-262-3439 You may write the Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 Fax Number (512) 490-1007 Web: http:l/www.tdi.state.tx.us E-mail: Cons umerProtection@tdi.state.tx.us PREMIUM OR CLAIMS DISPUTES: Should you have a dispute concerning your premium or about: a claim you should contact the argent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for your information only and does not become a part or condition of the attached document. AVISO IMPORTANTE Para obtener informacion o para someter una queja. Puede comunicarse con su agente. Usted puede Ilamar al numero de telefono gratis de The Hartford Insurance Group para informacion o para someter una queja al 1-800-392-7805 Usted tambien puede escribir a The Hartford. The Hartford Hartford Financial Products 2 Park Avenue, 6t" Floor New York, New York 10016 1-212-277-0400 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir of Departamento de Seguros de Texas P.O. Box 149104 Austin, TX 78714-9104 Fax Number (512) 490-1007 Web: http:fiwww.tdi.state.tx.us E-mail: Con sumerProtection@tdi.state.tx.us DISPUTAS SOBRE PRIMAS O RECL,AMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con su agente primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TO[). UNA ESTE AVISO A SU IPOLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. F-4275-1, rrX4275-1 HR 42 H006 00 0807 Direct Inquiries/Ciafms to: THE HARTFORD PBOND, T-12 One Hartford Plaza 0Wr`___.'R OF ATTORNEY Hartford, Connecticut 06155 Bond.Claims@_thehartford.com call., 888-286-3488 or fax: 860.767-6035 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: MARSH & MCLENNAN AGENCY LLC Aciencv Code: 46-461496 Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut 0 Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida nerving tneir nome once in Harrrora, t;onnecticui, hereinafter coliectively rererrea to as the "companies-1 ao nereoy maKe, const up to the amount of Unlimited Edward R. Bowles, Dawn Davis, Walter J. DeLaRosa, DONNIE DOAN, TOM P. ELLIS, JOHN FULKERSON, Kristni Meek, Kae Perdue, Christen Tyner of DALLAS, Texas their true and lawful Attorn ey(s)-in -Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the 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, and as authorized by a Resolution of the Board of Directors of the Companies on May 6, 2015 the Companies have caused these presents to be signed by its Senior Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. 7Yrdq� ti py.►firms ryrr f ��iq� � � t - v :t+Gefrlfaflf�r a �,��r/' w Cli a •+- u� ftA'evOdh 4 '�}:,P _�c� k�� rR 'e k*� ��� ;te1e15 •rivai+' �'_. /14� }i+ l John Gray, Assistant Secretary STATE OF CONNECTICUT s& Hartford COUNTY OF HARTFO RD M. Ross Fisher, Senior Vice President On this 5th day of January, 2018, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Senior Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. i, the urld2r ignt c , A6 copy of the Power of A 4rney exa u Signed .0 sealed attheZ 4' C POA "18 rs'r �k � f •-�p�pau *. Kathleen T. Maynard Notary Public CERTIFICATE My Commission Expires July 31, 2021 President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct aid Companies, which is still in full force effective as of July 7, 2020 i W to a `' ,,:•y to 1 i� 1 A I L-') • t t4lt��k . rrratrtf�tt -�tGare:Auti�� a !,4/d F' ' y�y�� ¢` �u�t"faw''•�`a _� �+'�ir�rSriV+�` m �.• F ;oj � Pi'ti; • �e_:n $ fy ` arrtil .y"z. �v Kevin Heckman, Assistant Vice President AGENCY CUSTOMER ID: BARCONINI LOC #: ®® ADDITIONAL IONAL REMARKS SCHEDULE Page 2 Of 2 AGENCY NAMEDINSURED MHBT, a Marsh & McLennan Agency, LLC company BAR Constructors Inc PO Box 10 POLICY NUMBER Lancaster TX 75146-0010 CARRIER ADDITIONAL REMARKS NAIC CODE EFFECTIVE DATE: THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE IJ Equipment Coverage: Equipment Floater Deductibles: $5,000, except 5% of crane value subject to a $15,000 minimum. $975,000 Leased/Rented Equipment limit applies Per Item Valuation: Legal Liability up to Replacement Cost applies to Leased/Rented Equipment. RF: Lake Arlington Lift Station, Project #100995 ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 0061 25 - 1 CERTIFICATE OF INSURANCE Page 1 of I SECTION 00 6125 CERTIFICATE OF INSURANCE I Biel )XI) any RON V IlleI CITY OF FORT WORTH Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised July 1, 2011 PAGE INTENTIONALLY LEFT BLANK STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Manh9,2020 PAGE INTENTIONALLY LEFT BLANK STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Article t Definitions and Terminology............................................................................ 1.01 Defined Terms................................................................................................. 1.02 Terminology.................................................................................................... Page .................... I ....................1 .................... 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 I 't' l A tan of Schedules k nlla ccep ce.......................................................................... 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.................................................................10 3.05 Reuse of Documents...................................................................................................................10 3.06 Electronic Data............................................................................................................................11 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 .............................................. 4.04 Underground Facilities...............................................................................................................13 4.05 Reference Points................................................................................................................ .....14 4.06 Hazardous Environmental Condition at Site..............................................................................14 Article 5 — Bonds and Insurance........................................................... 5.01 Licensed Sureties and Insurers ......................................... 5,02 Performance, Payment, and Maintenance Bonds ............. 5.03 Certificates of Insurance ................................................... 5.04 Contractor's Insurance...................................................... 5.05 Acceptance of Bonds and Insurance; Option to Replace. Article 6 — Contractor's Responsibilities ....................................... 6.01 Supervision and Superintendence .............................. ......................................................16 ......................................................16 ......................................................16 ......................................................16 ............I.........................................18 ......................................................19 .....................................................19 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 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 6.1.9 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 Article7 - Other Work at the Site...................................................................................................................35 7.01 Related Work at Site................................................................................................................... 35 7.02 Coordination................................................................................................................................36 Article8 - 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..........................................................................................................39 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work ..................... 38 CITY OF FORT WORT[ f STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mamh9,2020 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 Claims 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.............................................................................................................49 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 .......................... 15,02 City May Terminate for Cause................................................................................................... 58 15.03 City May Terminate For Convenience....................................................................................... 60 Article 16 -Dispute Resolution..............................................................................................................61 16.01 Methods and Procedures............................................................................................................. 61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mauh9,2020 Article17 Miscellaneous.............................................................................................................................. 62 17.01 Giving Notice.............................................................................................................................. 62 17.02 Computation of Times................................................................................................................ 62 17.03 Cumulative Remedies................................................................................................................. 62 17.04 Survival of Obligations............................................................................................................... 63 17.05 Headings......................................................................................................................................63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mareh9,2020 007200-1 GENERAL CONDITIONS Page 1 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 fisted 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. -*pfication for -Payment—The-forrn acceptable- to -City-�vhiehis-�c-used-by C-ontmetor 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. 5. 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. Calendar Day - A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTFI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: M=10, 2020 007200- I GENERAL CONDITIONS Page 2 of 63 12. 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. 13. 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. 14. City Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 15. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 16. City Manager — The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 17. 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. 18. 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. 14. 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. 20. 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). 21. 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. 22. Contractor —The individual or entity with whom City has entered into the Agreement. 23. Cost of the Work —See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Man:h 9, 2020 007200-1 GENERAL CONDITIONS Page 3 of 63 24. 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. 25. Day or day A day, unless otherwise defined, shall mean a Calendar Day. 26. 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. 27. 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. 28. 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. 29. 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. 30. 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. 31. 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. 32. 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. 33. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 34. 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. 35. 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. 36. 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: March 9, 2020 007200- 1 GENERAL CONDITIONS Page 4 of 63 37. 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. 3 8. General Requirements —Sections of Division 1 of the Contract Documents. 39. 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. 40. 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. 41. 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. 42. Liens Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 43. 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. 44. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 45. 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. 46. 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. 47. PCBs —Polychlorinated biphenyls. 48. 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. 49. Plans — See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mawh9,2020 007200-I GENERAL CONDITIONS Page 5 of 63 50. 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. 51. Project The Work to be performed under the Contract Documents. 52. Project Manager —The authorized representative of the City who will be assigned to the Site. 53. 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. 54. 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. 55. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 56. 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. 57. 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. 58. 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. 59. 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. 60. 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. 61. 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 DOCUMENTS Revision: March9,2020 00 72 00 - 1 GENERAL CONDITIONS Page 6 of 63 62. 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. 63. Successful Bidder —The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 64. 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. 65. Supplementary Conditions —That part of the Contract Documents which amends or supplements these General Conditions. 66. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 67. 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. 68 Unit Price Work —See Paragraph 11.03 of these General Conditions for definition. 69. 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. 70. 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. 71. 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 1.02.13 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 WORTC I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Maxh %2020 007200-1 GENERAL CONDITIONS Page 7 of 63 1. 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 labor, 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 Time; 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 no earlier than 14 days after the Effective Date of the Agreement, unless agreed to by both parties in writing. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: &L=h9,2020 00n00-t 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 WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Maruh 9, 2020 00 72 00 - I 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 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: Contractors 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. Contractors 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: March 9, 2020 007200- I 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 STANDARD CONSTRUCTION SPECIFICATION DOCT-TMENTS Revision: March9,2020 007200-1 GENERAL CONDITIONS Page I l of 63 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 on-line electronic document management and collaboration system 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. 1. 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 legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Maoh9, 2020 Of) 7200-I GENERAL CONDITIONS Page 12 of 63 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 Revision; M=h 9, 2020 007200-1 GENERAL CONDITIONS Page 13 of 63 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 WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mareh9,2020 007200-1 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: March9,2020 00 72 00 - 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 (Ili) 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: lblaich9, 2020 00 72 00 - 1 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 (other evidence of insurance requested by City or any other additional insured) in at least the minimum amount as specified in the Supplementary Conditions 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 WORTI [ STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 17 of 63 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. FaiIure 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's 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. 8. 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March9,2020 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 party 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, limitations, 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: March9,2020 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: March 9, 2020 007200-I 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 007200-1 GENERAL CONDITIONS Page 21 o€63 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 01 32 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: Marrh9,2020 007200-I 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 SPECIFICATION DOCUMENTS Revision: March 9, 2020 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 ofsubstituted 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 6.05.13. 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 FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: M=h9,2020 007200-I GENERAL CONDITIONS Page 24 of 63 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 DOCUMENTS Revision: Match 9, 2020 007200-1 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 31st 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 WORT[ 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Man;h9,2020 007200-I GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2259.023, 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 DOCUMENTS Revision: Maceh9, 2020 007200-1 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: March9,2020 007200- l 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. hq://www.window.state.tx.us/taxinfo/taxfonus/93-forms.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. 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 DOCUMENTS Revision: M=h9,2020 00 72 00 - t 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 SPECIFICATION DOCUMENTS Revision: March9,2020 007200-I 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: Maceh9,2020 00 72 00 - 1 GENERAL CONDITIONS Page 31 of 63 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 6.18.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 limited purposes required by Paragraph 6.1 S.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mara h9,2020 007200-I GENERAL CONDITIONS Page 32 of 63 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 DOCUMENTS Revision: M=h9,2020 007200-1 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. TIIIS 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: March 9, 2020 007200-I 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, BYANY 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 6.1 S.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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: M=h9,2020 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 V1, 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 WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mauh9,2020 007200-1 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: 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 making 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision; March9,2020 007200-1 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 identified in the Supplementary Conditions. 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: March 9, 2020 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: ivlan;h9,2020 007200- I 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 CIaims 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 SPECIFICATION DOCUMENTS Revision; Maruh9,2020 00 72 0D - 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 SPECIFICATION DOCUMENTS Revision: Maimh9, 2020 007200-1 GENERAL. CONDITIONS Page 41 of 63 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 11— 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 11.013, 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: March 9,2020 00 72 00 - 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: March 9, 2020 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 Excluded.• 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. I 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 11.013, 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: March9,2020 007200-I 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. 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; Manh9,2020 00 72 00 - 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. 5. 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: March 9, 2020 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 12.013.2, on the basis of the Cost of Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.Q. 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 11.0l.A.1, 11.0l.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 11.0l.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 12.01.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION! DOCUMENTS Revision: Mann 9, 2020 00 72 00 - l GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A.1 and 11.01.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 I L01.A.6, and 11.01.B; 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: Mash 9, 2020 00 72 00 - I 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 WORTI I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Maa;10,2020 007200-1 GENERAL CONDITIONS Page 49 of 63 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. 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: Match 9, 2020 007200- 1 GENERAL CONDITIONS Page 50 of 63 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: l . repair such defective land or areas; or 2. correct such defective Work; or 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 WORTI4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mamh9,2020 007200-1 GENERAL CONDITIONS Page 51 of63 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 SPECIFICATION DOCUMENTS Revision: March 9, 2020 on7200- I 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: 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. S. 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: Maroh9,2020 007200-1 GENERAL CONDITIONS Page 53 of63 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 CONSTRUCTION SPECIFICATION DOCUMENTS Revision: M=h9,2020 007200- l 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 DOCUMENTS Revision: Mamh9,2020 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: Mareh9,2020 00 72 00 - 1 GENERAL CONDITIONS Page 56 of 63 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. 14.09 Final Completion Delayed and Partial Retain age 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: March9,2020 00 72 00 - 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: Man;h9,2020 007200-I 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: 1. 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 #20020-12-2011established 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 8. 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. l . 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 OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 00 72 00 -- I 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. 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 15.02.11, 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 affect 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: Man:h9,2020 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: Ma mh9, 2020 007200-1 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.D 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: Mash 9, 2020 007200-I 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: Man;h 9, 2020 007200-1 GENERAL CONDITIONS Page 63 of 63 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: Mafch9,2020 PAGE INTENTIONALLY LEFT BLANK 00 73 00 - 1 SUPPLEMENTARY CONDITIONS Page 1 of 7 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions 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-1.01. "Defined Terms" Add Definition: Substantial Completion — The date at which the Work (or a specified part thereoD has progressed to the point where, in the opinion of the City, the Work (or a specified part thereof) is sufficiently complete, in accordance with the Agreement and all Contract Documents, so that the Work (or a specified part thereof) can be utilized for the purposes for which it is intended. The terms "substantially coLuplete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof. Modify Definition: 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 Substantial Completion and Final Acceptance SC-1.02C.I.c The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it has been damaged prior to City's written acceptance unless responsibility for the protection of the Work has been assumed by City at Substantial Completion. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS— WATER FACILITY PROJECTS City Project Number 100995 Revised March 9, 2020 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 7 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 March 24, 2020 Outstanding Right -Of -Way, and/or Easements to Be Acquired EASEMENT OWNER DESCRIPTION TARGET DATE OF POSSESSION Variable Width Access Encroachment Barnett Gathering easement at lilt station site 4/30/2020 Variable Width Slope Encroachment Barnett Gathering easement at lift station site 4/30/2020 Water Line Encroachment Barnett Gathering easement at lift station site 4/30/2020 Oncor Encroachment (Distribution) Barnett Gathering easement at lift station site 4/30/2020 Oncor Easement (Distribution) BMTWR 4/30/2020 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, G°Availability of Lands" 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 March 24, 2020 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 arc reports of explorations and tests of subsurface conditions at the site of the Work: A Geotechnical Report for Lake Arlington Lift Station, dated April 11, 2019, prepared by Freese and Nichols, Inc. a consultant of the City, providing additional information on the foundation design recommendations for the project's structures. 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" CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS— WATER FACILITY PROJECTS City Project Number 100995 Revised March 9, 2020 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of7 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) Sub -Consultant: Gresham Smith (4) 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" 5.04B. Commercial General Liability, under Paragraph GC-5.04B. 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 under 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 CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS— WATER FACILITY PROJECTS City Project Number 100995 Revised March 9, 2020 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 7 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: (2) Each Occurrence: Required for this Contract $Confirm Limits with Railroad $Confirm Limits with Railroad X Not required for this Contract With respect to the above outlined insurance requirements, the following shall govern: 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. CITY OF FORT WORTH STANDARD CONSTRUCTION Lakc Arlington Lift Station SPECIFICATION DOCUMENTS— WATER FACILITY PROJECTS City Project Number 100995 Revised March 9, 2020 00 73 00 - 5 SUPPLEMENTARY CONDITIONS Page 5 of 7 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 4 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: A copy of the table is also available by accessing the City's website at: https://apps.fortworthtexas.gov/ProjectResources/ You can access the file by following the directory path: 02-Construction Documents/Specifications/Div00 — 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: 1. Street use permit. 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: 1. Building permit SC-6.09C. "Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired, if any as of March 24, 2020: Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION City of Fort Worth Building Permit SC-6.20C.3 4/30/2020 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: the issuance of a certificate of Substantial Completion or Final Acceptance by City or any payment related thereto by City; SC-7.02., "Coordination" CITY OF PORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS— WATER FACILITY PROJECTS City Project Number 100995 Revised March 9, 2020 0073 00 - 6 SUPPLEMENTARY CONDITIONS Page 6 of 7 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 Contractor (TBD) Lake Arlington Force Main — Part I City of Fort Worth SC-8.01, "Communications to Contractor" None. SC-9.01., "City's Project Manager" The City's Project Manager for this Contract is Pratima Poudyal, P.E., or his/her successor pursuant to written notification from the Director of Water Department. SC-13.03C., "Tests and Inspections" None. SC-14.10, "Substantial Completion" Add the following Section as follows: 14.10 Substantial Com 1p etion A. When Contractor considers the entire Work sufficiently complete, in accordance with the Contract Documents and this Agreement, such that the City may implement or use the Work for its intended purpose, Contractor shall notify the City in writing that the entire Work is substantially complete and request that the City issue a letter of Substantial Completion. Contractor shall at the same time submit to_th_e_City an initial draft punch list to be completed or corrected before final acceptance. B. Promptly after Contractor's notification, City and Contractor shall make an inspection of the Work to determine the status of completion. If City does not consider the Work substantially complete, City will notify Contractor in writing giving the reasons therefore. C. If City considers the Work substantially complete, ,City will deliver to Contractor a letter of Substantial Completion which shall fix the date of Substantial. Completion. There shall be attached to the Letter of Substantial Completion a list of items to be completed or corrected before Final Acceptance. D. At the time of receipt of the letter of Substantial Completion, City and Contractor will confer regarding Cit 's use or occupancy of the Work following Substantial Completion. All surety and insurance shall remain in effect until Final Payment, E. After Substantial Completion, the Contractor shall Promptly begin work on the punch list of items to be completed or corrected prior to Final Acceptance. In appropriate cases, Contractor may submit monthly Applications for Payment for completed punch list items following -the progress payment procedures set forth herein. SC-16.01C.1, "Methods and Procedures" None. CITY OF PORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS— WATER FACILITY PROJECTS City Project Number 100995 Revised March 9. 2020 007300-7 SUPPLEMENTARY CONDITIONS Page 7 of 7 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.0 L, "City's Project Representative" wording changed to City's Project Manager. 8/1512017 F. Goderya Added SC-1.01., and 14.10., "Substantial Completion" 3/9/2020 D.V. Magana SC-6.07, Updated the link such that files can be accessed via the City's website. CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS— WATER FACILITY PROJECTS City Project Number 100995 Revised March 9, 2020 PAGE INTENTIONALLY LEFT BLANK DIVISION 1 GENERAL REQUIREMENTS PAGE INTENTIONALLY LEFT BLANK SECTION 01 11 00 SUMMARY OF WORK PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 01 1100-1 SUMMARY OF WORK Page I 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 1. Modified 1.2.A.1 2. Added 1.2.A.2 3, Modified 1 A.B.1 4. Added 1.4.13.2 5. Added 1.4.0 & 1.41 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. Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total lump_sum rp Ice. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 1. 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 l . Unit Price Bid - 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. 2. Lump Sum Price Apy and all Workspecifically governed by docurnenta requirements for the project, such as conditions imposed by the Drawings or Contract Documents are included in the total lump sum price bid. CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Numberl00995 Revised December 20, 2012 011100-2 SUMMARY OF WORK Page 2 of 3 C. Examination of the Site 1. Visit the site to compare drawings andspecifications with any work in place, and. observe all site conditions, including other work, if any, is being_ performed. Failure to visit the site shall not relieve the Contractor from the necessity of furnishing materials or performing work required to complete work in accordance with the Contract Documents. D. Use of Premises 1. 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. 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. 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) AlI Work shall be in accordance with railroad requirements set forth in Division D as well as the railroad permit. E. Work within Easements I. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised December 20, 2012 011100-3 SUMMARY OF WORK Page 3 of 3 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. 6. 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. F. Partial Owner Occupancy 1. The City reserves the right to take possession and use any completed or partially completed portion of the Work regardless of the time of completion of the Work, providing it does not interfere with the Contractor's work. Such possession or use of the Work shall not be construed as final acceptance of the project or and portion thereof. 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 WORTH STANDARD CONSTRUCTION Lake Arlington Lifl Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number100995 Revised December 20, 2012 PAGE INTENTIONALLY LEFT BLANK SECTION 0125 00 SUBSTITUTION PROCEDURES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 01 25 00 - 1 SUBSTITUTION PROCEDURES Page I of 5 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. Modified 1.2A.1 2. Added 1.2A.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. Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum rp ice. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS -- WATER FACILITY PROJECTS City Project Number 100995 Revised July 1, 2011 0) 2500-2 SUBSTITUTION PROCEDURES Page 2 of 5 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, 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. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City CITY OF FORTWORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised July 1, 2011 012500-3 SUBSTITUTION PROCEDURES Page 3 of 5 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. 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] 111 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 WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised July 1, 2011 012500-4 SUBSTITUTION PROCEDURES Page 4 of 5 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised July 1, 2011 012500-5 SUBSTITUTION PROCEDURES Page 5 of 5 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: 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 Recommended Recommended as noted Firm Address Date Telephone For Use by City: Approved City Not recommended Received late By Date Remarks Date Rejected CITY OF FORT WORTH STANDARD CONS`rRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised July 1, 2011 PAGE INTENTIONALLY LEFT BLANK SECTION 01 31 19 PRECONSTRUCTION MEETING PARTI- GENERAL flfimind a/:1111:Y4 A. Section Includes: 01 31 19 - 1 PRECONSTRUCTION MEETING Page I 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. Modified 1.2A.1 2. Added 1.2A.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. Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum rp Ice. 1.3 REFERENCES (NOT USED) 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 1. 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 CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — wATFR FACILITY PROJECTS City Project Number 100995 Revised August 17, 2012 01 31 19 - 2 PRECONSTRUCTION MEETING Page 2 of 3 c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request 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. 5. 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 cc. Record Drawings ff. Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lill Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised August 17, 2012 0131 I9 - 3 PRECONSTRUCTION MEETING Page 3 of 3 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] 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 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised August 17, 2012 PAGE INTENTIONALLY LEFT BLANK SECTION 01 31 20 PROJECT MEETINGS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 013120-1 PROJECT MEETINGS Page 1 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. Modified 1.2A.1 2. Added 1.2A.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 I — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum Price-. 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 CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised July 1, 2011 013120-2 PROJECT MEETINGS Page 2 of 3 a. Location of meeting to be determined by the City. Attendees a. Contractor b. Project Representative c. 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 3. 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 c. 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 f. 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 CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised July 1, 2011 013120-3 PROJECT MEETINGS Page 3 of 3 n. Review Record Documents o. Review monthly pay request p. Review status of Requests for Information 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 SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.9 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 STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised July 1, 2011 PAGE INTENTIONALLY LEFT BLANK SECTION 0132 13 SCHEDULE OF VALUES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 01 32 13-1 SCHEDULE OF VALUES Page 1 of 2 1. General requirements for the preparation, submittal, updating, status reporting and management of the Schedule of Values 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 A. Measurement and Payment 1. Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule of Values 1. General a. Prepare a schedule of values in conjunction with the preparation of the progress schedule. 1) Coordinate preparation of schedule of values and progress schedule. b. Correlate line items with other administrative schedules and the forms required for the work, including the progress schedule, payment request form, listing of subcontractors, schedule of allowances, schedule of alternatives, listing of products and principal suppliers and fabricators, and the schedule of submittals. c. Provide breakdown of the Contract Sum in accordance with measurement and payment sections and with sufficient detail to facilitate continued evaluation of payment requests and progress reports. 1) Breakdown principal subcontract amounts into several line items in accordance with section measurement and payment. d. Round off to the nearest whole dollar, but with the total equal the Contract Sum. 1.5 SUBMITTALS A. Schedule of Values 1. Submit Schedule of Values in native file format and pdf format. 2. Submit Schedule of Values monthly no later than the last day of the month. CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number100995 August 2017 01 32 13-2 SCHEDULE OF VALUES Page 2 of 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 QUALITY ASSURANCE A. The person preparing and revising the construction 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. 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 STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number100995 August 2017 01 32 16 - 1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 5 CONSTRUCTION PROGRESS SCHEDULE PART1- 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. Modified 1.2A.1 2. Added 1.2A.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. Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the_total _lump sum rp lce. 1.3 REFERENCES A. Definitions 1. Schedule Tiers a. Tier 1 - No schedule submittal required by contract. Small, brief duration projects b. Tier 2 - No schedule submittal required by contract, but will require some milestone dates. Small, brief duration projects c. Tier 3 - Schedule submittal required by contract as described in the Specification and herein. Majority of City projects, including all bond program projects d. Tier 4 - Schedule submittal required by contract as described in the Specification and herein. Large and/or complex projects with long durations 1) Examples: large water pump station project and associated pipeline with interconnection to another governmental entity e. Tier 5 - Schedule submittal required by contract as described in the Specification and herein. Large and/or very complex projects with long durations, high public visibility 1) Examples might include a water or wastewater treatment plant CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised July 1, 2011 0132 16 - 2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 2. Baseline Schedule - Initial schedule submitted before work begins that will serve as the baseline for measuring progress and departures from the schedule. 3. Progress Schedule - Monthly submittal of a progress schedule documenting progress on the project and any changes anticipated. 4. 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. c. Designate an authorized representative (Project Scheduler) responsible for developing and updating the schedule and preparing reports. B. Progress Schedule I. 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 CITY OF FORTWOR"1'H STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised July 1, 2011 01 32 16 - 3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 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: 1) 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. 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. 2. 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 may be 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. CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised July 1, 2011 01 32 l6 - 4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 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 Where work is to be performed udder 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 froze 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. 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. 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 1. 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. CITY OF FORT WORTH STANDARD CONs`CRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised duly 1, 2011 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 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. 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. 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 STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised July 1, 2011 PAGE INTENTIONALLY LEFT BLANK 01 32 33 - 1 PRECONSTRUCTION VIDEO Page I 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. Modified 1.2A.1 2. Added 1.2A.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. Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum rp Ice. 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 SUBMITTALSIINFORMATIONAL 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 STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised July 1, 2011 0I 32 33 - 2 PRECONSTRUCTION VIDEO Page 2 of 2 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 STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised July 1, 2011 01 32 35 - 1 AERIAL/PHOTOGRAPHIC DOCUMENTATION Page 1 of 2 SECTION 0132 35 AERIAL/PHOTOGRAPHIC DOCUMENTATION PART 1- GENERAL 1.1 SUMMARY A. Section Includes 1. Administrative and procedural requirements for: a. Aerial Photographs b. Project Photographs 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 A. Measurement and Payment 1. Lump Sum Price -Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Project Aerials Photographs 1. Take aerial photographs of the project site prior to construction, monthly during the construction of the project, and after completion of the project. 2. Aerial Photographs Provided by: a. Aerial Photography, Incorporated, or approved equal 1) Contact: Michael Chase Eaton a) Phone:954-568-0484 b) Email: michael@api4.com 3. Aerial Photographs a. Taken with a quality digital camera (300 ppi or greater) b. Provide three (3) photos for each trip, each at a different angle 4. Aerial Photograph Copies a. Format 1) Provide digital copies of all photographs. 2) Provide prints of photographs as follows: a) One glossy color 8.5" x 11" prints for each photograph taken. b) Mark each print to indicate: (1) Project name, (2) Date, (3) Location, 3) Photographs shall be clear and sharp with proper exposure. 5. Preconstruction Aerials CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 August 2017 01 32 35 - 2 AERIAL/PHOTOGRAPHIC DOCUMENTATION Page 2 of 2 a. Provide no less than three (3) aerial photographs of the site prior to construction 6. Progress Aerials a. Starting one month after the date of the preconstruction aerial photographs and continuing as long as the work is in progress, provide: 1) Progress Photos: a) Three (3) monthly aerial photographs taken to accurately record the work that has progressed during that period. b. Prints and Digital photographs are to be submitted with the monthly Partial Pay Request. 1) Provide prints in plastic binder. B. Project Photographs 1. Take photographs of the project site/alignment prior to construction, monthly during the construction of the project, and after completion of the project. 2. Photographs shall be taken with a quality digital camera with date back capability, with lenses ranging from wide angle to 135mm. 3. Photographs shall be taken at locations designated by the Engineer. 4. Provide digital copies of all photographs. 5. Preconstruction Photos a. Provide no less than forty-eight (48) photographs of the site and alignment prior to construction. Progress Photos a. Starting one month after the date of the preconstruction photographs, and continuing as long as the work is in progress, provide twenty-four (24) monthly photographs taken to accurately record the work that has progressed during that period. b. Digital photographs are to be submitted with the monthly Partial Pay Request. 1.5 -1.12 [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 STANDARD CONSTRUCTION Lake Arlington Lift station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 August 2017 SECTION 0133 00 SUBMITTALS PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 01 3300- 1 SUBMITTALS Page I of 8 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. Modified 1.2.A.1 2. Added 1.2.A.2 3. Added 1.4.B 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. Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum price. 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. 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 c) Fabrication CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised December 20, 2012 013300-2 SUBMITTALS Page 2 of 8 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 Lo Schedule 1. Prior to submitting the first submittal for the ro'ectprovide a submittal In/schedule to include a. Anticipated Submittals h. Proposed Submittal Numbering c. Anticipated Submittal Dates. C. Submittal Numbering 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 00-09-B 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 drawing D. Contractor Certification 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." E. Submittal Format 1. Fold shop drawings larger than 8 1/2 inches x 11 inches to 8 %2 inches x 1 Iinches. CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised December 20, 2012 01 33 00 - 3 SUBMITTALS Page 3 of 8 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 c. Product Data /Shop Drawings/Samples /Calculations F. 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 S. 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 G. 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 g. Coordination drawings It. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. DetaiIs 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. H. 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. CITY OF FORT WORTR STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Reviscd December 20, 2012 01 33 00 - 4 SUBMITTALS Page 4 of 8 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 11) Product operating and maintenance instructions and recommended spare -parts listing and printed product warranties 12) As applicable to the Work I. 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 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. K. 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 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 CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS -- WATER FACILITY PROJECTS City Project Number 100995 Revised December 20, 2012 0I 33 00 - 5 SUBMITTALS Page 5 of 9 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 Iieu 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 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. L. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised December 20, 2012 013300-6 SUBMITTALS Page 6 of 8 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. 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 may be 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 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. CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS —WATER FACILITY PROJECTS City Project Number 100995 Revised December 20, 2012 013300-7 SUBMITTALS Page 7 of 8 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. e. 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 Ieast 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. M. 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. N. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. O. Request for Information (RFI) 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] CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised December 20, 2012 013300-8 SUBMITTALS Page 8 of 8 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 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF PORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised December 20, 2012 SECTION 0135 13 SPECIAL PROJECT PROCEDURES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 0135 13- 1 SPECIAL PROJECT PROCEDURES Page 1 of 9 1. 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. Modified 1.2.A.I.b.1 2. Added 1.2.A.1.b.2 3. Modified 1.2.A.2.b.1 4. Added 1.2.A.2.b.2 5. Modified 1.2.A.3.a 6. Added 1.2.A.3.b 7. Modified 1.4.H.1 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 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) Unit Price -.The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for Railroad Coordination. 2) Lump Sum Price - The work performed and materials famished in accordance with this Item will be included in the total lump sum price. CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised December 20, 2012 013513-2 SPECIAL PROJECT PROCEDURES Page 2of8 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. 2. Railroad Flagmen a. Measurement 1) Measurement for this Item will be per working day. b. Payment 1) Unit Price - The work performed and materials fuuuished in accordance with this Item will be paid for at the lump sum price bid for Railroad Coordination. 2) Lump Sum Price - The work performed and materials furnished in accordance with this Item will be included in the total lump sum price. c. The price bid shall include: 1) Coordination for scheduling flagmen 2) Flagmen 3) Other requirements associated with Railroad 3. All other items a. Unit Price - The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for Railroad Coordination. b. Lump Sum Price - The work performed and materials furnished in accordance with this Item will be included in the total lump sum price. 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 CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised December 20, 2012 0135 13 -3 SPECIAL PROJECT PROCEDURES Page 3 of S B. 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. 3. 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 asset forth by OSHA and the safety requirements of the owner of the high voltage lines 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. General 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 1 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 1 hour. 2) However, the Contractor may begin work prior to 10:00 a.m. if, CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised December 20, 2012 013513-4 SPECIAL PROJECT PROCEDURES Page 4 of S a) Use of motorized equipment is Iess than I 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 13 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 Iine 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 at the site or 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. 1) 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 e) 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 CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised December 20, 2012 01 35 13-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 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. 1. 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: a. The notification or flyer shall be posted 24 hours prior to the temporary interruption. b. Prepare flyer on the contractor's letterhead and include the following information: 1) 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) 1. 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 c. Insurance certificates f. 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. C[TY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised December 20, 2012 01 35 13 -6 SPECIAL PROJECT PROCEDURES Page 6 of 8 2. Obtain any supplemental information needed to comply with the railroad's requirements. 3. Railroad Flagmen a. Submit receipts to City for verification of working days that railroad flagmen were present on Site. L. Dust Control I. 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. EmpIoyee Parking 1. Provide parking for employees at locations approved by the City. 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 USEDI PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.4.13- 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 TCEQ Air Permit CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lilt Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised December 20, 2012 013513-7 SPECIAL PROJECT PROCEDURES EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: Page 7 of S THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF PORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENTS AT <TELEPHONE NO> Mr. <CITY INSPECTORS AT < TELEPHONE NO> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised December 20, 2012 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 EXHIBIT B FO T WORT DOil 7C NO. X= �" : NOTICE OF ` 19HPO ARY `CATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPi"+iue"iTr Nuc IN t j (T'ELE WONE NUMBEW) OR 131A (CITY INSPECTOR) AT (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, CONTRACTOR CITY OF FORT WOFZ'I'H STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised December 20, 2012 SECTION 0140 01 IBC SPECIAL INSPECTIONS PART1- GENERAL 1.1 OVERVIEW 01 40 01 - 1 IBC SPECIAL INSPECTIONS Page 1 of 10 A. The purpose of this Section is to provide the Owner and the Contractor with an understanding of what constitutes special inspections as defined by the International Building Code (IBC), Chapter 17, "Special Inspections and Tests," and the Contractor's requirements per IBC and role in enabling the Owner to perform the inspections, and provide the Owner with a Statement of Special Inspection specific to this Project's Special Inspection requirements. B. IBC Special Inspections are not a substitute for other testing required elsewhere in the Contract Documents. C. IBC Special Inspections may not be performed by the Contractor, unless the Contractor and Owner are the same entity. 1.2 CONTRACTOR RESPONSIBILITIES A. Enable the OPT to conduct the required IBC Special Inspections as outlined below in "Special Inspection Activities by the Owner." 1. Set up pre -construction meeting and coordinate with OPT, prior to beginning construction, regarding the specific inspection needs and requirements that will be performed as part of these Special Inspections. 2. Provide complete access to the Site and make Contract Documents available at the Site. a. Provide and pay for all means necessary to enable inspection access at each location requiring inspection. This includes ladders, scaffolding, trench boxes/shielding, fall protection, adequate lighting, adequate ventilation, and designated area(s) for storing inspector equipment and test Samples. All required access must be in accordance with OSHA. b. Protect Special Inspection test specimens of products and construction materials at the Site in accordance with recognized test procedures. c. Provide sample ;materials needed to perform tests. 3. Notify the Construction Manager a minimum of 2 working days in advance of when construction activities requiring testing will be performed or when construction activities will limit and/or prevent inspector(s) from observing construction Work already performed. a. Provide adequate notice before proceeding with Work that would interfere with sampling, testing, or other required verification. b. Notify the Construction Manager prior to the time that sampling or testing is required. Lead time is to be adequate to allow arrangements to be made for testing. c. Do not proceed with any Work until tests indicate that the Work is acceptable. d. Notify the Construction Manager when schedules change as soon as a delay is expected. 4. Provide adequate quantities of representative product to be tested to the laboratory at the designated location. B. Submit the following documentation as Product Data in accordance with Section 0133 00 "Submittals": FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 100995 Revised March 24, 2020 01 40 01 -2 IBC SPECIAL INSPECTIONS Page 2 of 10 I. A schedule that establishes the approximate major and/or critical inspection. Milestones. Provide a revised schedule for alterations to the schedule. Contractor's test and inspection register described in Paragraph 3.1 at Substantial Completion. C. Special Inspection activities are for the purpose of monitoring the results of the Contractor's Work to see that it is in compliance with the requirements of the Contract Documents. D. Special Inspection testing requirements mentioned in this Section do not release the Contractor from providing Contractor required testing specified elsewhere in the Contract Documents. 1. Provide all testing documentation required by the Contract Documents. 2. Pay for testing performed to verify Work performed to cure Defective Work complies with the Contract Documents. E. Special Inspection activities or non-performance of Special Inspection activities do not: 1. Relieve the Contractor of its responsibility to perform Work and furnish materials and products and constructed Work conforming to the requirements of the Contract Documents. 2. Relieve the Contractor of its responsibility for providing adequate quality control measures. 3. Relieve the Contractor of its responsibility for damage to or loss of the material, product, or Work before Owner's acceptance. 4. Constitute or imply Owner's acceptance. 5. Affect the continuing rights of the Owner after Owner's acceptance of the completed Work. F. All materials and products are subject to Owner's verification testing. Material or products which have been tested or observed by Owner at a supply source or staging area may be re - observed or re -tested by Owner at any time and rejected if they do not comply with the Contract Documents. 1.3 SPECIAL INSPECTION ACTIVITIES BY THE OWNER A. OPT will provide registered design professionals for special inspection to meet the requirements of 2018 IBC Chapter 17, Structural Tests and Special Inspections, adopted by the Texas. The registered design professional in responsible charge (RDPIRC) will coordinate and provide IBC special inspections during construction on the types of work listed below. Additionally, the OPT will employee one or more approved agencies to perform inspections and tests during construction on the types of work listed in the Statement of Special Inspection. B. The OPT will perform the following: 1. Permit: As required by the Building Official for permit issuance, submit the Statement of Special Inspection shown in Attachment A. 2. Preconstruction: Submit names and qualifications of each individual inspector scheduled to perform these inspections to the Building Official prior to the start of construction. Minimum requirements for inspectors must be as indicated in the Statement of Special Inspection. 3. Inspections: The RDPIRC will forward a copy of all inspection and test reports to the Building Official. Discrepancies must be brought to the immediate attention of the Contractor and Construction Manager. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECIINICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 100995 Revised March 24, 2020 01 4001 -3 IBC SPECIAL INSPECTIONS Page 3 of 10 PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.1 TEST AND INSPECTION REGISTER A. Contractor Test and Inspection Register: Include the following: 1. Date Owner was notified of impending construction Work that requires testing and/or that would interfere with subsequent inspections. 2. Name of person notified and the means of notification. 3. Date construction Work in question was completed. 4. Identification of testing agency or special inspector conducting test or inspection. B. Maintain an up-to-date copy of the Contractor Test and Inspection Register at the Site and with Record Documents. Post changes and revisions as they occur. Provide access to the Contractor Test and Inspection Register for RDPIRC, OPT, and AHJ reference during normal working hours. 3.2 REPAIR AND PROTECTION A. General: 1. On completion of inspections and tests, repair damaged construction and restore substrates and finishes. 2. Provide materials and comply with installation requirements specified in other Specification Sections or matching existing substrates and finishes. Restore patched areas and extend restoration in adjoining areas with durable seams that are invisible as possible. B. Protect construction exposed by or for special inspection activities. END OF SECTION FREEST; AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Plumber 100995 Revised March 24, 2020 01 4001 - 4 IBC SPECIAL INSPECTIONS Page 4 of 10 ATTACHMENT A STRUCTURAL STATEMENT OF SPECIAL INSPECTIONS This Statement of Special Inspections has been prepared in accordance with International Building Code [20121 120151 [20181 Chapter 17 by the Structural Engineer of Record for the following Project: Project Name. Location: Owner: Structural Engineer of Record: Design Professional in Responsible Charge: Special Inspector for Special Inspector for Special Inspector for Abbreviations Inspectors AWS-CWI: An American Welding Society/American Institute of Steel Construction certified welding inspector. AWS/AISC-SSI: An American Welding Society certified structural steel inspector. ACE An American Concrete Institute certified technician, certified in the applicable construction type. EIT: An Engineer-Tn-Training, a graduate engineer who has passed the Fundamentals of Engineering exam, and is under the direct supervision of a PE. NICET: A National Institute for Certification in Engineering Technologies certified technician, certified in the applicable construction type. PE: A licensed professional engineer and/or a structural engineer (SE) competent in the area of construction being inspected. Specifications ACI 318: American Concrete Institute Building Code Requirements for Structural Concrete. AISC 360: American Institute of Steel Construction, Specification for Structural Steel Buildings. ASTM: ASTM International (American Society for Testing and Materials). AWS: American Welding Society RCSC: RCSC Specification for Structural Joints Using ASTM A325 or ASTM A490 Bolts. Common Words C: Continuous observation of specified construction activity. P: Periodic observation of specified construction activity. CFSF: Cold formed steel framing. CD: Contract Documents and/or Shop Drawings (if item is performance specified). FREESE AND NWHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOC13MENT City Project Number 100995 Revised March 24, 2020 01 4001 - 5 IBC SPECIAL INSPECTIONS Page 5 of 10 Special Inspector Qualifications Special Inspectors minimum qualifications are listed below for each area of competency. Minimum Applicable IBC Section Inspector 1temnrks Inspection of a fabrication facility is not 1704.2.5 & 1705.10 Fabricated required if the fabricator is exempt per IBC. Items N/A Exemption typically requires a manufacturer be certified by an independent organization (e.g. AISC, IAS, SJI, or NPCA). ACT or 1705.3 Concrete Construction ET, PE, or NICET, All welds must be inspected by an AWS-CWI. AWS-CW1 Professional engineer performing inspection 1705.3 Post -Installed Concrete PE must have knowledge of post -installed anchor Anchors installation requirements and experience in the design andspecifying post -installed anchors. ACT or 1705.4 Masonry Construction ET, PE, or E T All welds must be inspected by an AWS-CWI. AWS-CWI 1705.6 Soils ACI, NICET, PE, or EIT 1705.8 Cast -in -Place Deep NICET, PE, or Foundations EIT FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 100995 Revised March 24, 2020 014001-6 IBC SPECIAL INSPECTIONS Page 6 of 10 Concrete Construction The inspection requirements for this type of construction include cast -in -place concrete and precast concrete. Verification and Frequency Inspection Remarks C P Formwork _ X Verify formwork for shape, location and dimensions of the concrete member being formed are in conformance with CD. Reinforcing Steel _ X Verify size of bars and/or stressing strands, ASTM standard, Material and Type and grade are in conformance with CD. Verify quantity and spacing of bars and/or stressing strands, Reinforcing Steel _ X concrete clear cover on all sides. Verify lap splice type, Position location, and size. Verify no welding of reinforcing except where specifically noted. Cast -In -Place Anchors _ X Verify size, type, position, and embedment prior to concrete placement. Verify position after concrete placement. Cast -In -Place Anchors X _ Verify placement and consolidation of concrete around anchors. Mix Design _ X Verify batch plant tickets' mix number matches approved mix design for each mix design and application. At the same time fresh concrete is sampled to fabricate specimens for strength tests, perform slump and air content Fresh Concrete Samples X - tests, and determine the temperature of the concrete. Sample per ASTM C31, C143, C231 (or C173), C1064. Refer to Section 03 33 00 "Cast -In -Place Concrete" At the time of concrete or shotcrete placement, verify that Placement Technique X - proper application techniques are being implemented per the CD and ACI 301. Curing Technique _ X Verify that approved means of curing and extreme weather protection are implemented in accordance with the CD. Shore Removal - X Verify in -situ concrete strength prior to stressing. Refer to CD requirements. If fabricator is audited by an independent agency for each of the items above, then no manufacturer plant verification is Fabrication of Precast X required for precast members. if fabricator is not exempt, Members then review fabrication operations and quality control procedures, and for each product in accordance with the ins ection items noted above. Verify conformance with the CD including welded Erection of Precast connections, grouting, and bolting. Where welded Members _ X connections are specified, verify personnel, equipment, materials, and welds per AWS D1.1. Provide 100% visual ins ection of all welds. FREESE AND NCCHOLS, fKC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 100995 Revised March 24, 2020 01 40 01 - 7 IBC SPECIAL INSPECTIONS Page 7of10 Post -Installed Concrete Anchors The inspection requirements for this type of construction include adhesive and expansion type anchors installed in hardened concrete and masonry construction. For each construction personnel, anchor type, diameter, and embedment the inspection of initial anchors placed must be continuous based on the requirements below. With the exception of anchors that are upwardly inclined, continuously load in tension, after initial anchor placement inspections have been performed, then inspector may perform quality assurance on a periodic basis. Any change in personnel or anchor type must require an initial continuous inspection as indicated here. Verineallon 2ncl Inspection Frequency Remarlu C TF Verify all personnel are qualified to install anchors. - X Installation of adhesive anchors horizontally or upwardly inclined must be performed by personnel certified by an accept le program. Verify Contractor has manufacturer's printed installation - X instructions (MPII) on -site and available for reference by construction personnel. If manufacturer does not have a representative on -site, then Inspection Tasks Prior to Anchor Hole Drilling - X special inspector must review MPII with Contractor personnel prior to beginning construction. Verify edge distance limitations indicated in CD's and - X existing reinforcing locations compared to proposed anchor hole locations. Verify drill bit diameter matches MPII for anchor diameter - X indicated in CD's. Special inspector does not need to be resent during actual drilling of holes. Verify every hole diameter is in accordance with MPII and - X verify embedment is in accordance with CD's and hole depth is in accordance with MPII (hole depth may need to exceed embedment depth, refer to MPII). X Verify cleaning operations are in accordance with CD's and MPII. Inspection Tasks After - X Verify anchor type, material, diameter, and length. Drilling Prior to Anchor Placement Where adhesive anchors are specified: verify adhesive type - X is per CD's, adhesive expiration date, and adhesive dis ensing equipment is per MPII. Verify that for horizontal and upwardly inclined adhesive - X anchors have all MPII required installation items (e.g. piston -plug) Inspection Tasks During Anchor Placement - X Verify that all anchors are installed in accordance with MPII. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 100995 Revised March 24, 2020 014001 -8 IBC SPECIAL INSPECTIONS Page 8 of 10 Masonry Construction Level B Quality Assurance The inspection requirements for this type of construction include load bearing and reinforced concrete masonry construction. verification and Frequency °°4 arks (; p Inspecdon Grout and Mortar Mixes _ X Verify grout and mortar mixes on -site match the CD and approved submittals. CMU Units - X Verify CMU units on -site match the CD and approved submittals. Mortar Joints _ X Verify application of mortar at head and bed joints, joint joint dimensions, and tooled surface are asspecified in the CD. Verify the correct use of rebar positioners and the position of Reinforcement - X reinforcing bars matches what is specified in the CD. Verify the correct ASTM, grade, andspacing are being used. Joint Reinforcement _ X Verify joint reinforcement is of the type and size specified and is installed in accordance with the CD. Member Sizes _ X Verify size and location of structural elements per ACI 530.1 Article 3.3F and CD. Verify anchor size, grade, type, location, and spacing. Verify Anchors - X grouted cells are provided where required for cast -in -place and post -installed anchors. Verify lap lengths being used. If laps are welded, then provide Reinforcement Lap Splices - X continuous observation, and verify personnel, equipment, materials, and welds per AWS DIA, Provide 100% visual ins ection of all welds. Verify grout space is clean, protrusions of mortar into cell cavity Prior to Grouting - X are less than 112 in., minimum grout space dimensions are provided, and reinforcing and connectors are correctly located as specified in CD. Grouting X - Verify compliance with code and construction documents. Verify correct slump per ASTM C143 for each lift, but not less Grout Slump - X than one test per 2 cu. yd. and grout is consolidated per ACI 530.1 article 3.5E. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TFCI INICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 100995 Revised March 24, 2020 01400I -9 IBC SPECIAL INSPECTIONS Page 9 of 10 Soils The inspection requirements for this type of construction include structural fill and compacted fill, and slabs -on -grade. veriCemjou and fire ueuc iemulr$- C P Ingpectioll Verify that materials below shallow foundations are Subgrade for Shallow _ X adequate to achieve the design bearing capacity, excavations Footings are extended to the proper depth, and have reached the proper material. Perform classification and testing of compacted fill Backfill Materials - X materials. Test per ASTM D422, D 1140, and. D698 as required to verify fill materials are in accordance with the CD. Subgrade Preparation _ X Verify the use of proper subgrade preparation per the CD, including but not limited to proof rolling and scarifying. Verify proper fill materials, densities, and lift thicknesses Compaction X - during placement and compaction of fill is in accordance with the CD. Test density of each lift per ASTM D698. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECTIN[CAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 100995 Revised March 24, 2020 01 40 01 - 10 IBC SPECIAL INSPECTIONS Page 10 of 10 Cast -in -Place Deen Foundation Elements The inspection requirements for this type of construction include drilled shafts. erifiralion and Frequency Remarks C P Inspection Observe drilling operations and maintain complete and accurate records for each element. Including ground surface Drilling X - elevation at time of drilling, depth of each strata penetrated, final depth, description of bearing strata and depth of bearing strata penetration below casings if applicable. Accuracy X _ Verify placement locations and plumbness, confirm element diameters , and lengths are per the CD. Concrete X _ Verify all concrete elements in accordance with the Concrete Construction table above. END OF ATTACHMENT A FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 100995 Revised March 24, 2020 01a523-1 TESTING AND INSPECTION SERVICES Page 1 of 3 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. Modified 1.2.A.1 2. Added 1.2.A.1.a.1) 3. Added 1.2.A.2 4. Added 1.4.A.2 5. Added 1.4.A.3 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 ilfr :Ci1�If►f�7\'/uI;H►109M1Z091110:]*1 A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. In accordance with Article 13 of the General Conditions. Contractor is responsible for performing, coordinating, and payment of all inspections, tests, re -tests, or approvals. 1) _Contractor is to provide verification or acceptance testing as required by the Contract Documents to demonstrate that the completed Work complies with the requirements of the Contract Documents except for those test that the OPT has determined are to be conducted independent of the Contractor and identified as OPT testing in the Owner's Quality Management Plan. b. In accordance with Article 13 of the General Conditions, City is responsible for performing and payment for first set additional independent testing chosen by the City to be performed. 1) If the first independent test performed by the City fails, the Contractor is responsible for payment of subsequent 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. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum price. a. in accordance with Article 13 of the General_ Conditions, Contractor is responsible for performing, coordinating and payment of all inspections, tests, re -tests, or approvals. CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS --- WATER FACILITY PROJECTS City Project Number 100995 Revised Mare 9, 2020 01 45 23 -2 TESTING AND INSPECTION SERVICES Page 2 of 3 b. In accordance with Article 13 of the General Conditions, City is„responsible for performing and payment for first set independent testing chosen by the City to be performed. 1) If the first independent test performed by the City fails, the_Contractor is responsible for payment of subsequent 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. Provide testing laboratories that comply with the American Council of Independent Laboratories(ACIL) "Recommended Requirements for Independent Laboratory Qualifications." 3. Perform testing per recognized test procedures as listed in the various Sections of the Specifications, standards of the State Department of Transportation, ASTM International (American Society for Testing and Materials), or other testing associations. Perform tests in accordance with published procedures for testing issued by these organizations. 4. 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. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City's document management system, or another external FTP site approved by the City. 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) I 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 6. 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 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised March 9, 2020 014523-3 TESTING AND INSPECTION SERVICES 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] I �1►1Z� 3Tf��x�Jf Il Ci7►1 Revision Log DATE NAME SUMMARY OF CHANGE 3/9/2020 D.V. Magana Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City's document management system. CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Litt Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Prajcel Number 100995 Revised March 9, 2020 PAGE INTENTIONALLY LEFT BLAND 01 50 00 - 1 TEMPORARY FACILITIES AND CONTROLS Page I of a SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. 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. Modified 1.2.A.1 2. Added 1.2.A.2 3. Added I A.C.7 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. Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total Iump sum rp Lce. 1.3 REFERENCES [NOT USED] 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 CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised July 1, 2011 015000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 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 1) Contact City 1 week before water for construction is desired d. Contractor Payment for Construction Water 1) 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. CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS —WATER FACILITY PROJECTS City Project Number 100995 Revised July 1, 2011 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. 7. A field office is required for this project. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control 1. Contractor is responsible for maintaining dust control through the duration of the pro j ect. 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 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] 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 STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised July 1, 2011 01 50 00 - 4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 3.5 [REPAIR] / [RESTORATION] 3.6 RE -INSTALLATION 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 39 ADJUSTING [NOT USED] 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 CPFY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington LEI Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised July 1, 2011 015526-1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 SECTION 0155 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 Port 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 1 General Requirements 3. Section 34 71 13 — Traffic Control 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. Rk=9of0104R rej9.1 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. I) 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 Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 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 1. 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 1. 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. InstaIl 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 SUBMITTALS/INFORMATIONAL 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 WORTH Lake Arlington Lilt Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised July 1, 2011 015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number t00995 Revised July 1, 2011 PAGE INTENTIONALLY LEFT BLANK 0157 13- 1 STORM WATER POLLUTION PREVENTION Page 1 of 3 SECTION 01 5713 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. Modified 1.2.A.l.a 2. Added 1.2.A.l.b 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 1. Construction Activities resulting in less than 1 acre of disturbance a. Unit Price - Work associated With this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. b. Lump Sum Price -Work associated with this Item is included in the total lump sum price. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 31 25 00. I&M 9 3! 0I.01111 DIC141V A. Abbreviations and Acronyms 1. 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 CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised July 1, 2011 015713-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. B. Construction Activities resulting in: I . Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 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 3125 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 CITY OF FORT WORTFI STANDARD CONSTRUCTION Lake Arlington Litt Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised July 1, 2011 01 57 13 - 3 STORM WATER POLLUTION PREVENTION Page 3 of 3 a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review 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 SUBMITTALSIINFORMATIONAL 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 STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised July I, 2011 PAGE INTENTIONALLY LEFT BLANK SECTION 0158 13 TEMPORARY PROJECT SIGNAGE PART1- GENERAL 1.1 SUMMARY 01 59 13- 1 TEMPORARY PROJECT SIGNAGF. Page 1 of 3 A. Section Includes: 1. Temporary Project Signage Requirements B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.1 2. Added 1.2.A.2 3. Modified 2.2.A.1 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. Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum price. 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] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised July 1, 2011 01 58 13 - 2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER-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 for Water Department projects. B. Materials 1. Sign a. Constructed of 3/4-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 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] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED 3.12 PROTECTION [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised July 1, 2011 01 58 13 - 3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 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 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised July 1, 2011 PAGE INTENTIONALLY LEFT BLANK �Y3C�Y_Uh [Ij CIIIIIL' PRODUCT REQUIREMENTS PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 01 60 00 - 1 PRODUCT REQUIREMENTS Page I 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 available through the City's website at: 1. hops://apps.fortworthtexas. og v/ProjectResources, and following the directory path; 02 - 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. 1. 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 01 33 00 for submittal requirements of Product Data included on City's Standard Product List. 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] CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised March 9, 2020 016000-2 PRODUCT REQUIREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USEDI 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 10/12/12 D. Johnson Modified Location of City's Standard Product List 3/9/2020 D.V. Magana Removed reference to Buzzsaw and noted that the city approved products list is accessible through the city's website. CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised March 9, 2020 01 66 00 - 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 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 1. Modified 1.2.A.1 2, Added 1.2.A.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. Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum price. 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 1. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised July 1, 2011 01 66 00 - 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. 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. S. 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 WOWrH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised July 1, 2011 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 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 [oR] 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 STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised July 1, 2011 01 66 00 - 4 PRODUCT STORAGE, AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS -- WATER FACILITY PROJECTS City Project Number 100995 Revised July 1, 2011 017000-1 MOBILIZATION AND REMOBILIZATION Page 1 of 4 SECTION 0170 00 MOBILIZATION AND REMOBILIZATION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 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. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OF FORT WORTH Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised November 22, 2016 01 7000-2 MOBILIZATION AND R.FMOBILIZATION Page 2 of 4 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. 1.1 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 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 l.l.A.2.a.2) CITY OF FORT WORTH Lake Artington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised November 22, 2016 017000-3 MOBILIZATION AND REMOBILMATION Page 3 of4 d. No payments will be made for standby, idle time, or lost profits associated this Item. 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. 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.I.A.4.a) 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] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised November 22, 2016 01 70 00 - 4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 1.9 QUALITY ASSURANCE [NOT USED] 110 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 Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised November 22, 2016 017123-1 CONSTRUCTION STAKING AND SURVEY Page I of SECTION 017123 CONSTRUCTION STAKING AND SURVEY 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. Modified 1.2.A.1.a.1 2. Modified 1.2.A.1.b.1-2 3. Modified 1.2.A.2.b.1 4. Added 1.2.A.2.b.2 S. Added 1.6.A 6. Modified 1.9.A.2 7. Added 1.9.B.2.b-d 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_ is considered subsidiary to the various Items bid shall be by lump st�rn. b. Payment 1) Unit Price -The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for EonstruEtien 2) Lump Sum Price - Work associated with this Item is included in the total lump sum price. Payment for "Construction Staking" shall be made ii� included in the lump 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 1) This Item is considered subsidiary to the various Items bid. CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised February 14, 2018 01 71 23 - 2 CONSTRUCTION STACKING AND SURVEY Page 2 of 8 b. Payment 1) Unit Price - 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. 2) Lump Sum Price - Work associated with this Item is included in the total lump sum price. 3. As -Built Survey a. Measurement 1) Measurement for this item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "As -Built Survey". 2) Payment for "Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum 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 plates. 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 23.16.01 Attachment A Survey Staking Standards 2. City of Port 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 STANDARD CONSTRUCTION Lake Arlington Lilt Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised .February 14, 2018 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 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. Certificates 1. Provide certificate certifying that elevations and locations of improvements are in conformance or non-conformance with requirements of the Contract Documents. a. Certificate must be sealed by a registered professional land surveyor in the State of Toxae_ B. 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= Cont."iot Cit,'s Pr feet Representative at least o week i advance notifyin the Gity ofwhenConstruction Staking : , edHlea 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. CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS -- WATER FACILITY PROJECTS City Project Number 100995 Revised February 14, 2018 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 b. 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. 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. b. Coordinate with the City prior to field investigation to determine which horizontal and vertical control data will be required for construction survey. c. It is the Contractor's responsibility to coordinate Construction Survey such that construction activities are not delayed or negatively impacted d. Contractor_ shall restore_ orreplace__any_control data due to damage caused during construction operations. 3. 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 notes used 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. CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number I00995 Revised February 14, 2018 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 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 after 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: (I) Minimum every 250 linear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (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) Storinwater —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.) 0 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 CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised February 14, 2018 01 71 23 -6 CONSTRUCTION STAKING AND SURVEY Page 6 of S 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] 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 Iocation 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. 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. Digital survey files in the following formats shall be acceptable: a. AutoCAD (.dwg) b. ESRI 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 PART 3 - EXECUTION 3.1 INSTALLERS A. Tolerances: 1. 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 0.1 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 .0.1ft tolerance. CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lilt Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised February t4, 2018 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of S 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. 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 Iogged 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. 1. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lin Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised February 14, 2018 017123-8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] 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 31d party contracted surveyor are not intended to relieve the contractor of his/her responsibility for accuracy. 39 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 Revision Log DATE NAME SUMMARY OF CHANGE 8/3I/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 ItOR7WORTH STANDARD CONSTRUCTION Lake Arlington Litt Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised February 14, 2018 FORT WORTH. Section 017123.01 - Attachment A Survey Staking Standards February 2017 S:\Survey Staking Standards\Survey Staking Standards - February 2017.docx Page 1 of 22 These procedures are intended to provide a standard method for construction staking services associated with the City of Fort Worth projects. These are not to be considered all inclusive, but only as a general guideline. For projects on MOT right-of-way or through joint MOT participation, adherence to the MOT Survey manual shall be followed and if a discrepancy arises, the MOT manual shall prevail. (f-,tt : o.nlinemanuals.txdot.gov/txdotmanuals/ess/ess.pdf) If you have a unique circumstance, please consult with the project manager, inspector, or survey department at 817-392-7925. Fable of Contents I. City of Fort Worth Contact Information It. Construction Colors III. Standard Staking Supplies IV. Survey Equipment, Control, and datum Standards V. Water Staking VI. Sanitary Sewer Staking VII. Storm Staking VIII. Curb and Gutter Staking IX. Cut Sheets X. As -built Survey S:\Survey Staking Standards\Survey Staking Standards - February 2017.docx Page 2 of 22 I. Survey Department Contact information Physical and mailing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Worth, Texas 76116 Office: (817) 392-7925 Survey Superintendent, direct line: (817) 392-8971 II. Construction Colors The following colors shall be used for staking or identifying features in the field. This includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags if necessary. Utility Color PROPOSED EXCAVATION WHITE ALL ELECTRIC AND CONDUITS POTABLE WATER GAS OR OIL YFLI-CAV TELEPHONE/FIBER OPTIC ORANGE SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS, AND ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS PINK SANITARY SEWER G,R FEN IRRIGATION AND RECLAIMED WATER PURPLE" Ill. Standard Staking Supplies Item Minimum size Lath/Stake 36" tall Wooden Hub (2"x2" min. square preferred) 6" tall Pin Flags (2.5" x 3.5" preferred) 21" long Guard Stakes Not required PK or Mag nails 1" long Iron Rods (1/2" or greater diameter) 18" long Survey Marking Paint Water -based Flagging 1" wide Marking Whiskers (feathers) 6" long Tacks (for marking hubs) 3/4" long S:\Survey Staking Standards\Survey Staking Standards - February 2017.docx Page 3 of 22 IV, Survey Equipment Control and Datum Standards A. City Benchmarks All city benchmarks can be found here: http://fortworthtexas.gov/itsolutions/GIS/ Look for 'Zoning Maps'. Under 'Layers', expand 'Basemap Layers', and check on 'Benchmarks'. B. Conventional or Robotic Total Station Equipment I. A minimum of a 10 arc -second instrument is required. II. A copy of the latest calibration report may be requested by the City at any time. It is recommended that an instrument be calibrated by certified technician at least 1 occurrence every 6 months. C. Network/V.R.S. and static GPS Equipment I. It is critical that the surveyor verify the correct horizontal and vertical datum prior commencing work. A site calibration may be required and shall consist of at least 4 control points spaced evenly apart and in varying quadrants. Additional field checks of the horizontal and vertical accuracies shall be completed and the City may ask for a copy of the calibration report at any time. Network GPS such as the Western Data Systems or SmartNet systems may be used for staking of property/R.O.W, forced -main water lines, and rough -grade only. No GPS staking for concrete, sanitary sewer, storm drain, final grade, or anything that needs vertical grading with a tolerance of 0.25' or less is allowed. D. Control Points Set I. All control points set shall be accompanied by a lath with the appropriate Northing, Easting, and Elevation (if applicable) of the point set. Control points can be set rebar, `X' in concrete, or any other appropriate item with a stable base and of a semi -permanent nature. A rebar cap is optional, but preferred if the cap is marked 'control point' or similar wording. il. Datasheets are required for all control points set. Datasheet should include: A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone 4202, NAVD 88 Elevations B. Grid or ground distance. — If ground, provide scale factor used and base point coordinate, Example: C.S.F.=0.999125, Base point=North: 0, East=O C. Geoid model used, Example: GEOID12A S:\Survey Staking Standards�Survey Staking Standards - February 2017.docx Page 4 of 22 E. Preferred Grid Datum Although many plan sets can be in surface coordinates, the City's preferred grid datum is listed below. Careful consideration must be taken to verify what datum each project is in prior to beginning work. It is essential the surveyor be familiar with coordinate transformations and how a grid/surface/assumed coordinate system affect a project. Proiected Coordinate System: NAD_1983_StatePlane_Texas—North_Central_F]PS_4202_Feet Projection: Lambert_ Conformal —Conic False_Easting: 1968500.00000000 False —Northing: 6561666.66666667 Central Meridian:-98.50000000 Standard—Parallel-1: 32.13333333 Standard Parallel 2: 33.96666667 Latitude_Of Origin: 31.66666667 Linear Unit: Foot US Geographic Coordinate System: GCS_North_American_1983 Datum: D North American 1983 Prime Meridian: Greenwich Angular Unit: Degree Note: Regardless of what datum each particular project is in, deliverables to the City must be converted/translated into this preferred grid datum. 1 copy of the deliverable should be in the project datum (whatever it may be) and 1 copy should be in the NAD83, TX North Central 4202 zone. See Preferred File Naming Convention below F. Preferred Deliverable Format txt csv dwg .job G. Preferred Data Format P, N, E,Z,D, N Point Number, Northing, Easting, Elevation, Description, Notes (if applicable) H. Preferred File Naming Convention This is the preferred format: City Project Number_Description_Datum.csv Example for a proiect that has surface coordinates which must be translated: File 1: C1234 As -built of Water on Main Street Grid NAD83 TXSP 4202.csv File 2: C1234_As-built of Water on Main Street —Project Specific Datum.csv S:\Survey Staking Standards\Survey Staking Standards - February 2017.docx Page 5 of 22 W Y� CL CL w w m 101 GP #1 Example Control Stakes 75 w m O 0 nY Q Cr7 r� w w m EL. = 100.00' try LU z c� 0 0 C,) N=5000.00 E=5000.00 S:\Survey Staking Standards\Survey Staking Standards - February 2017.docx Page 6 of 22 C:y W � W 0 �7 -Z I � F = m w LL- Lj w m� w Er ❑C p V. Water Staking Standards A. Centerline Staking —Straight Line Tangents I. Offset lath/stakes every 200' on even stations II. Painted blue lath/stake only, no hub is required III. Grade is to top of pipe (T/P) for 12" diameter pipes or smaller IV. Grade to flow line (F/L) for 16" and larger diameter pipes V. Grade should be 3.50' below the proposed top of curb line for 10" and smaller diameter pipes Vl. Grade should be 4.00' below the proposed top of curb line for 12" and larger diameter pipes VII. Cut Sheets are required on all staking and a copy can be received from the survey superintendent Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking - Curves 1. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Same grading guidelines as above III. Staking of radius points of greater than 100' may be omitted C. Water Meter Boxes I. 7.0' perpendicular offset is preferred to the center of the box II. Center of the meter should be 3.0' behind the proposed face of curb III. Meter should be staked a minimum of 4.5' away from the edge of a driveway IV. Grade is to top of box and should be +0.06' higher than the proposed top of curb unless shown otherwise on the plans D. Fire Hydrants I. Center of Hydrant should be 3.0' behind proposed face of curb II. Survey offset stake should be 7.0' from the center and perpendicular to the curb line or water main Ill. Grade of hydrants should be +0.30 higher than the adjacent top of curb E. Water Valves & Vaults 1. Offsets should be perpendicular to the proposed water main II. RIM grades should only be provided if on plans S:\Survey Staking Standards\Survey Staking Standards - February 2017.docx Page 7 of 22 � (31 O Q / / O/ f w ry Example WaterStakes � Z \ 2 � (A \ } z §� /LwIcq \ »ƒm \ §bR0 or7§ S9w+,ƒ3, � 2 � O / \ ° _ EL- m,0 / \ I e 3 \ \ e_jLLI ^ \ G � \ �0 \ m k \ =j ]m I � / / E \j CDR \ m/ /\ A / j z \ § \\ a b G* 7( §A 7 \� // £ k �M2La _«] m� § �f)& _ _ 2 Mu' C 2]) . z S:\Survey Staking Stand aeAsuge Staking Standards - February 2olzwocx Page 8Jz2 VI. Sanitary Sewer Staling A. Centerline Staking — Straight Line Tangents I. Inverts shall be field verified and compared against the plans before staking 11. Painted green lath/stake WITH hub and tack or marker dot, no flagging required Ill. 1 offset stake between manholes if manholes are 400' or less apart IV. Offset stakes should be located at even distances and perpendicular to the centerline V. Grades will be per plan and the date of the plans used should be noted V1. If multiple lines are at one manhole, each line shall have a cut/fill and direction noted VII. Stakes at every grade break V111. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker S. Centerline Staking — Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Sanitary Sewer Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor 11. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans S:\Survey Staking Standards\Survey Staking Standards - February 2017.docx Page 9 of 22 Example Sanitary+ ewer Stales W 0 < 7' 10 S CL SS 9TA=3+71 �wm c-aea 5LM, - � Fr Uj Ox d (:3j d err SS = STA 3+7P C-A W� wK Ei HBO r= o'z ry-1, xp LL- N � O x i ;a W m Sao z fix" _ d� lry'mx x ��K U$ G-) _ � � 1 _a W H ~ � � S9 0 ILLI W W j �Q Z C5 O Lj Oa- w 4- pziE O N Eq W 0. CL E� 4 W W � 7 r h O �W U. W+ Z:3 o0 afl LLB41 ' h 0 <U 12 0 S SS s STA�U+60 �.x C-6 yr C-6'i C-4� k1J Oyz ¢ cow '� ac io I , L� Fn V1 �{9 ZN W7 at W } F�� EL z m=l =a m ee ca S:\Survey Staking Standards\Survey Staking Standards - February 2017.docx Page 10 of 22 V11. Storm Sewer & Inlet Staking A. Centerline Staking — Straight Line Tangents I. 1 offset stake every 200' on even stations H. Grades are to flowline of pipe unless otherwise shown on plans III. Stakes at every grade break IV. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking — Curves 1. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Storm Drain Inlets I. Staking distances should be measured from end of wing 11. Standard 10' Inlet = 16.00' total length III. Recessed 10' Inlet = 20.00' total length IV. Standard double 10' inlet = 26.67' total length V. Recessed double 10' inlet = 30.67' total length D. Storm Drain Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans S:\Survey Staking Standards\Survey Staking Standards - February 2017.docx Page 11 of 22 HACK (90E FACII C R.ELW.) POINT # < I HIS aF-VATION m Example Storm Inlet Stakes FRONT (SIDE FACING ) n m m 0 m m 1 z NO FLAGGING REQUIRED IN LIEU OF PINK PAINTED LATH :F-i61ii { LIE FAONC RAW.) IDENTIFIES WHICH END OF THE WINO POINT M I148 BEING STAKED l�J INLET STATION NUB EL VXAUN le (IF NOTE© ON PLANS) IDENTIFIES GRADE TO TOP OF CURB IDENTIFIES GRADE TO FLOWrUNE FRONT (SIDE FACING Q r*I IDENTIFIES xroCH END OF THE WNG BEING STAKED DISTANCES FOR INLETS STANDARD 10' 0 16' RECESSED 10' 0 20' STANDARD DDUBLE 14` 0 26.6Y _ HUB WITH TACK RECE55E{} DDUBLE 14_ —3D=67 — — — — — — — — — — i I I BACK LT7 INLET H e I CI A a rvr rr N IM I _ . I nIVIlt T3F CURS FLOY.LINE FACE OF INLET FACE OF INLET EDGE OF PAVEMENT EDGE OF PAVEMENT S:\Survey Staking Standards\Survey Staking Standards - February 2017.docx Page 12 of 22 �EUOE :'fi' T+A4EMENTT �. 1lIII. Curb and Gutter Staking A. Centerline Staking —Straight Line Tangents V. 1 offset stake every 50' on even stations VI. Grades are to top of curb unless otherwise shown on plans VII. Stakes at every grade break Vllf. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking — Curves Ill. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval IV. Staking of radius points of greater than 100' may be omitted Example Curb & Gutter Stakes FRONT (SIDE FACING -Tt) a� 0 FRONT e FRONT (SIDE FACING CL) FRONT influnFlEs cND {SIDE FACING t PURIT QF T CENF rn o n C 3 PT BACK � {" Icrwn�� a�sl-r ism Q I BACK CF CURB OR F/C (SIDE FACIN G R.4.'N.) { F� FFCE OF CURB SIC PONT' 3I B fC c� III I III I Ill I TOF T{c TD ES GRADE IS OF QUF0 o III I NO CRlCE (IN HUE EI.EVRTI0W + RADIUS POINTS a 0 rl �' WO FL",01W.' REQUIRED I IN LIEU CW PINK PANTC0 LM,JH TOP OF CURE BACK OF CURB FACE OF CURB 0 _L_—` FL.O I N F EOGF OF PAVEMENT ICIENTIFIES START Rey pE FA IN PUHT CF OURVANRE � to S;\Survey Staking Standards\Survey Staking Standards - February 2017.docx Page 13 of 22 Example Curb & Gutter er ake5 a lgt!L ection e 0 \ � � \ n L k§ e /§§# °� § \ in } \k\ _ 1© r f »§ »\ 22 z `` - 2 y '-Ld 7 \�3DMNm».a�\ _ E= m mvv. / � 4�> § e a 4 move dal _VICI e»nq !3 2 Ca. $ y e �a @ Ld 2w 4zw §§ \kiFxx _ -El `s Ack � / > §� j§ ;q� }� 2y ul S:\Survey Staking kandaQ65ugA Staking Standards - February 2o17 aoa g 14 of 22 IBC. Cut Sheets A. Date of field work B. Staking Method (GPS, total station) C. Project Name D. City Project Number (Example: C01234) E. Location (Address, cross streets, GPS coordinate) F. Survey company name G. Crew chief name H. A blank template can be obtained from the survey superintendent (see item I above) Date: Staking Method: ❑ GPS LOCATION: CONSULTANT/CONTRACTOR SURVEY CREW INITIALS Standard CitV Cut Sheet ❑ TOTAL STATION City Project Number: Project Name: ❑ OTHER ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. PT # STATION OFFSET DESCRIPTION PROP. STAKED -CUT + FILL -LTI+RT GRADE ELEV. S:\Survey Staking Standards\Survey Staking Standards - February 2017.docx Page 15 of 22 X. As -built Surveb A. Definition and Purpose The purpose of an as -built survey is to verify the asset was installed in the proper location and grade. Furthermore, the information gathered will be used to supplement the City's GIS data and must be in the proper format when submitted. See section IV. As -built survey should include the following (additional items may be requested): Manholes Top of pipe elevations every 250 feet Horizontal and vertical points of inflection, curvature, etc. (All Fittings) Cathodic protection test stations Sampling stations Meter boxes/vaults (All sizes) Fire lines Fire hydrants Gate valves (rim and top of nut) Plugs, stub -outs, dead-end lines Air Release valves (Manhole rim and vent pipe) Blow off valves (Manhole rim and valve lid) Pressure plane valves Cleaning wyes Clean outs Casing pipe (each end) Inverts of pipes Turbo Meters S:\Survey Staking Stand ards\Survey Staking Standards - February 2017.docx Page 16 of 22 B. Example Deliverable A hand written red line by the field surveyor is acceptable in most cases. This should be a copy of the plans with the point number noted by each asset. If the asset is missing, then the surveyor should write "NOT FOUND" to notify the City. S:\Survey Staking Stand ards\Survey Staking Standards - February 2017.docx Page 17 of 22 sr,A0,W-00 " AVK MCLAYMY W STA 067M — WWL 6ftM DR) 5r,t0,4fjw _ IM MWO M AEYWE f $IL W EXGT �EpN PROP !E'KREf1 afrE wave a REDrR IN: crWuecr r0 ExLsr. B'IPATfR fx 1PTEe F �xAt �i sLeEYE ozua- Irr�t }!E'dSUfk'd2rm D (fh hL2'6.Q'E V�,LVE !-!E'f�5'VFJ77:lZEkO WS90951W H�69f/Of1r5F'LR A=ACfrt SM b — e' ILL - E• d92 EiS9LaiS!!)9? £•P29G3IT5D0 H X $AMC1:F19 FEE herWE f Fire lA VF 0hyAUw LEM ��d,,'� •' LA534l03D0289F BLK 6 � , ,{rpyl kid JP[FYlfMh nrd no.� rr,caam rm ru• ouss�as AF.k'W£ EXIST. 12WAFER / E � ELiV. T.3�4E `y dyv� y TB'I 1 0 S7'A 0,00W — /Z A FFIM L WrAtb !- IrAfd WUD SLEEVE 57 LF OF LLrWddVZ? PIPE ow;/ 67 TO rnsr.MWAMA ArfWLS5 9 F 22Cfi3'0 RJ6 LDT r cf. k3 Illy, rar+Qa, w x,FwrNda 'x'GUT 1 w9,er� fim� ELEY. T23J0 72= re++ern t TaM PROPOSED I -R<xziwe rr suvrr� SAANWARY St ExLsr. SAFE V/LYE �*,k SEE SHEET L0F A ¢rs M= eur�a,afmcIIrn \ \ ccarranr uc aeti+ror�r reA STA&Sari —1QW MSTAu. \ r1�,�Vtrrr.�ro �1��svERr:�+rD Fi% S:\Survey Staking Standards\Survey Staking Standards - February 2O17.docx Page 18 of 22 o as s I a AI 'a Null; 1- nx ��a Y -'N17 SS VOW OS•O V1S 3NO 1401t/W - 7. ' .15 _ ji c ,c ..... „ - 4� i l L he NLVX S:\Survey Staking Standards\Survey Staking Standards - February 2017.docx Page 19 of 22 BLK 29 wm cww w W.Fo Uwb 3 IQ zte aa�m ua afar�rtrrrt W 4'SAYfr" 57EWEA 3 ; Z SFJWD, W/ CLEMW .ru�arry "' wLt� T �j CLAY TON RD. W. x*� I S � 1 cao zwuH vae a wrren LINE A - L-3654 ` 33U. —,B•--a. O / 1 4— l FaWWE EMT, a STAPRA - S55 UNE A - EW..5rA6,ML--!%- v�+�+�•A�� r EM7, 5TAA7RL3T54 +� ,y F r ` ,�` f7k7.'LYE FXlST-SSiIH r CWSrffXT 5 LF OIL d SS LINE OOAt5T.4'A'ASSYH INMDE r GMGLYkLAR Q YH fMS&V ' i J W/ CYMSM AWECTM i I CONNECT PROP.eSS fNWJ QpYNET PROP. a, SS lNELM TO PNLW.SUM N-6946&56M &z2$l56Swl CITY MAP NO, 2M&-380, 20183 74 N, ,5, "i', W 2,00 !moo S:\Survey Staking Standards\Survey Staking Standards - February 2017,docx Page 20 of 22 Obviously the .csv or .txt file cannot be signed/sealed by a surveyor in the format requested. This is just an example and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. POINT NO. NORTHING FASTING ELEV. 1 6946257.189 2296079.165 2 6946260.893 2296062.141 3 6946307.399 2296038.306 4 6946220.582 2296011.025 5 6946195.23 2296015.116 6 6946190,528 2296022.721 7 6946136.012 2295992.115 8 6946002.267 2295919.133 9 6946003,056 2295933.418 10 6945984,677 2295880.52 11 6945986.473 2295869,892 12 6945895.077 2295860.962 13 6545896.591 2295862.188 14 6945934.286 2295841.925 15 6945936.727 2295830.441 16 6945835-673 2295799.707 17 6945817.488 2295827.011 18 6945759.776 2295758.643 19 6945768.563 2295778.424 20 6945743.318 2295788.392 21 6945723,219 2295754.394 22 6945682.21 2295744.22 23 6945621,902 2295669.471 24 6945643,407 2295736.03 25 6945571.059 2295655.195 26 6945539.498 2295667.803 27 6945519.834 2295619.49 28 6945417.879 2295580.27 29 6945456.557 2295643.145 30 6945387.356 2295597.101 31 6945370.698 2295606.793 32 6945383.53 2295610.559 33 6945321.228 2295551.105 34 6945319.365 2295539,728 35 6945242.289 2295570.715 36 6945233,624 2295544,626 37 6945206.483 2295529.305 38 6945142.015 2295557.666 39 6945113,445 2295520.335 40 6945049.02 2295527.345 41 6945041.024 2295552,675 42 6945038.878 2295552.147 43 6945006.397 2295518,135 44 6944944.782 2295520.635 45 6944943.432 2295556.479 46 6944860.416 2295534.397 DESCRIPTION 726.09 SSMH RIM 725.668 GV RIM 726.85 GV RIM cod-t>/t - ft "T� ; 723.358 SSMH RIM 722.123 GV RIM J fJ 722.325 rH 43 719.448 WM RIM 713.331 WM RIM "TX 713.652 CO RIM 2-0,JF- 711.662 SSMH RIM 710,046 WM RIM 707.72 WM RIM 708,205 WM RIM ��pp VL-�1� L 709.467 WM RIM 710.084CORIM CGGVbjZ. 707,774 SSMH RIM 1 r-) 708.392 SSMH RIM 711.218SSMH RIM ✓� �C[y 710.086 GV RIM .A 710.631 GV RIM 712.849 GV RIM 716,686 WM RIM 723.76 WM RIM 719,737 CO RIM,- 727.514 SSMH RIM 729.123 WM RIM "" D 732.689 WM RIM C f;_- flos "-s 740.521 WM RIM 736.451 CO RIM 740.756 GV RIM 740.976 6V RIM 740.408 FH 746.34 WM RIM 746.777 CO RIM 748.454 WM RIM 749.59 SSfUIH RIM 751.058 WM RIM {-•sp' 750.853 WM RIM 751.871 WM RIM 752.257 SSMH RIM Of7 751.79 WM RIM 751.88 WM RIMS 752,615 WM RIM 752.801 WM RIM 752.156 WM RIM 752.986 SSMH RIM S:\Survey Staking Standards\Survey Staking Standards - February 2017.docx Page 21 of 22 C. Other preferred as -built deliverable Some vendors have indicated that it is easier to deliver this information in a different format. Below is an example spreadsheet that is also acceptable and can be obtained by request from the survey superintendent. on � ry ______ _____ _.._------- _.__------- ___ _ ___ _ _ % gx ga b 4 ' --'--' ...... ------ ------ ------ --'--' ------ '-'- '--' ----- ----- ----- ---- ------ ---- gg .1 ir tn m s S:\Survey Staking Standards\Survey Staking Standards - February 2017.docx Page 22 of 22 SECTION 0174 23 CLEANING PART1- GENERAL 1.1 SUMMARY 01 74 23 - l CLEANING Page I of 4 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. Modified 1.2.A.1 2. Added 1.2.A.2 3. Modified 3.10.D.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 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum rp lce. 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 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 STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised July 1, 2011 01 74 23 - 2 CLEANING Page 2 of 4 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 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. CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised July 1, 2011 01 74 23 - 3 CLEANING Page 3 of 4 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. 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. S. 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. RepIace all burned out lamps. 7. Broom clean process area floors. S. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised July 1, 2011 01 74 23 - 4 CLEANING Page 4 of 4 2. Sweep flatwork, paving, and 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. 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 -3.14 [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised July 1, 2011 SECTION 01 75 00 STARTING AND ADJUSTING PART1- GENERAL 1.1 SUMMARY 01 75 00 - I STARTING AND ADJUSTING Page I of 3 A. Provide step-by-step procedures for starting provided systems, including equipment, pumps, and processes. B. Provide pre -startup inspections by equipment manufacturers. C. 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. D. Provide for initial maintenance and operation. E. Include costs for starting and adjusting provided by manufacturer's representative in the Cost of Work for the equipment package. F. Owner will provide chemicals, if any, required for continued operations. 1.2 STANDARDS A. Comply with the specified standards associated with the testing or startup of equipment. 1.3 DOCUMENTATION A.Provide the following documents in accordance with Section 0133 00 "Submittals": 1. A Plan of Action for testing, checking, and starting equipment as Product Data per Section 0133 00 "Submittals." 2. Equipment Installation Reports on the form provided by the Construction Manager certifying that the equipment and related appurtenances have been thoroughly examined and approved for startup and operation. 3. Operation and maintenance manuals per Section 0178 23 "Operation and Maintenance Data." Preliminary operation and maintenance data must be approved before installation, testing, and initial operation of equipment or providing training required by Section 01 79 00 "Training of Operation and Maintenance Personnel." 1.4 SPECIAL JOB CONDITIONS A. Do not start or test any equipment until the complete unit has been installed and thoroughly checked. B. Provide the services of a qualified representative of the manufacturer to attend the tests and startup procedures as required by this Section. C. Do not start or test any equipment until the preliminary operation and maintenance manual per Section 01 78 23 "Operation and Maintenance Data" has been approved. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 100995 Revised March 24, 2020 01 75 00 - 2 STARTING AND ADJUSTING Page 2 of 3 PART 2- PRODUCTS 2.1 TESTING INSTRUMENTATION A. Provide new instrumentation and testing devices needed to conduct tests for maintenance and operation as recommended in the operation and maintenance manuals. This equipment is to become the property of the Owner and transferred in good working order as a spare part at Substantial Completion. This equipment is to be calibrated and ready for use during the startup procedure and for training provided in accordance with Section 01 79 00 "Training of Operation and Maintenance Personnel." PART 3 - EXECUTION 3.1 SERVICES OF MANUFACTURER'S REPRESENTATIVES A. Provide the services of experienced and technically competent representatives of the manufacturer for inspections, tests, supervision of installation, training, and assistance with placing equipment in operation. B. Perform installation, adjustment, and testing of the equipment under the direct supervision of the manufacturer's representative where specified. Certify that the equipment and related appurtenances have been thoroughly examined and approved for startup and operation in the Equipment Installation Reports. C. Provide on -site services as necessary for proper and trouble free operation of the equipment. 3.2 INSPECTION AND STARTUP A. Inspect equipment prior to placing any equipment or system into operation. Make adjustments as necessary for proper operation. Do not start or test any apparatus until the complete unit has been installed and thoroughly checked. 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. 7. Ensure that the proper procedure is employed in startup of systems. 3.3 STARTING REQUIREMENTS A. Refer to the individual Specification Sections for specific startup procedures or other requirements. 3.4 INITIAL OPERATION A. Start, test, and place equipment and systems into operation for 30 days to allow the OPT to observe the operation and overall performance of the equipment and to determine that controls filnction as intended. B. Operate equipment which is used on a limited or part-time basis in the presence of the OPT for a period long enough to demonstrate that controls function as specified. C. Perform acceptance test as specified in individual Specification Sections. Demonstrate that equipment and systems meet the specified performance criteria. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 100995 Revised March 24, 2020 01 7500-3 STARTING AND ADJUSTING Page 3 of 3 D. Equipment and systems may be considered as substantially complete at the end of this initial operation period if the equipment is placed in continuous beneficial use by the Owner, unless specifically stated otherwise in the individual equipment Specifications. 3.5 INITIAL MAINTENANCE A. Maintain equipment in accordance with the operation and maintenance manuals until Project is substantially complete and provisions have been made by the Owner for accepting responsibility for equipment operation in accordance with the General Conditions. B. Service equipment in accordance with the operation and maintenance manuals immediately before releasing the equipment to the Owner. END OF SECTION FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 100995 Revised March 24, 2020 PAGE INTENTIONALLY LEFT BLANK 01 77 19- 1 CLOSEOUT REQUIREMENTS Page 1 of 3 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. Modified 1.2.A.1 2. Added 1.2.A.2 3. Modified 1.5.A. 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. Unit Price - Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Lump Sutra Price - Work associated with this Item is included in the total lump sum rp ice. 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, including but not limited to: 1. Set of approved final submittals 2. Final Operation & Maintenance manuals 3. As -built drawings & documentation 4. Spare parts/special tools per specifications CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 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 0178 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 74 23. 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 STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised July I, 2011 017719-3 CLOSEOUT REQUIREMENTS 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 1. 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 1 RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USEDI 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 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised July 1, 2011 PAGE INTENTIONALLY LEFT BLANK 01 78 23 - 1 OPERATION AND MAINTENANCE DATA Page 1 of 5 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. Modified 1.2.A.1 2. Added 1.2.A.2 3. Modified 1.6.A.4 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. Unit Price - Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum rp Ice. 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 01 33 00 . All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPEC[F[CATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised December 20, 2012 01 78 23 - 2 OPERATION AND MAINTENANCE DATA Page 2 of 5 a. Size: 8 '/2 inches x 11 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 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. rif 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 CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER. FACILITY PROJECTS City Project Number 100995 Revised December 20, 2012 01 78 23 -3 OPERATION AND MAINTENANCE DATA Page 3 of 5 b. Coordinate drawings with information in Project Record Documents to assure 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. 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 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 CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised December 20, 2012 01 78 23 - 4 OPERATION AND MAINTENANCE DATA Page 4 of 5 e. Manufacturer's printed operating and maintenance instructions f. 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 i. Charts of valve tag numbers, with location and funetion 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 3. 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 £ 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 [NOT 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 STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACMITY PROJECTS City Project Number 100995 Revised December 20, 2012 01 78 23 - 5 OPERATION AND MAINTENANCE DATA 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 8/31/2012 D. Johnson 1.5.A. I — title of section removed CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised December 20, 2012 PAGE INTENTIONALLY LEFT BLANK SECTION 0178 39 PROJECT RECORD DOCUMENTS PART1- 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. Modified 1.2.A.1 2. Added 1.2.A.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. Unit Price - Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum rdoe 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 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. Accuracy of Records CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised July 1, 2011 01 78 39 - 2 PROJECT RECORD DOCUMENTS Page 2 of 5 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. 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. IA1 FIELD [SITE] CONDITIONS [NOT USED] 1.1.2 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 WORTH STANDARD CONSTRUCTION Lake Arlington Lilt Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised July 1, 2011 01 78 39 - 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 Iine 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. 5. 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. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised July 1, 2011 01 78 39 - 4 PROJECT RECORD DOCUMENTS Page 4 of 5 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 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] 3.7 FIELD [OR] 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 USED] END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Pmject Number 100995 Revised July 1, 2011 01 7839 - 5 PROJECT RECORD DOCUMENTS Page 5 of 5 Revision Log DATE NAME ,SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION Lake Arlington Lift Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number 100995 Revised July 1, 2011 PAGE INTENTIONALLY LEFT BLANK 01 79 00 - 1 TRAINING OF OPERATION AND MAINTENANCE PERSONNEL Page 1 of4 SECTION 0179 00 TRAINING OF OPERATION AND MAINTENANCE PERSONNEL PART1- GENERAL 1.1 SUMMARY A. Provide services of Supplier's operation and maintenance training specialists to instruct Owner's personnel in recommended operation and maintenance procedures for equipment furnished. Details for training may be established in the specifications for that equipment. B. Provide a combination of classroom and hands on training. C. Training may be conducted at Contractor's or Supplier's facilities provided Contractor pays for travel, lodging, and per diem costs of the Owner. D. Record training sessions on video and submit to the Owner on DVD disk in MPEG-4 format for Owner's later use in instructing Owner's personnel. Include this recording as part of the final operation and maintenance manual. Provide legal releases or pay additional fees required to allow training by the manufacturer to be recorded. E. Include the cost for training and startup in the Cost of the Work for each equipment package. 1.2 DOCUMENTATION A. Provide documentation in accordance with Section 01 33 00 "Submittals" and include: Equipment Installation Reports in accordance with Section 0175 00 "Starting and Adjusting" on forms provided by the Construction Manager; 2. A lesson plan for training; 3. Credentials of Supplier's proposed operation and maintenance instructors demonstrating compliance with requirements; and 4. Operation and maintenance manuals per Section 0178 23 "Operation and Maintenance Data." Preliminary operation and maintenance data must be approved before installation, testing, and initial operation of equipment or providing training required by the Section. 1.3 SCHEDULING OF TRAINING A. Coordinate training services with startup and initial operation of equipment on days and times Owner is available. B. Training may be required outside of normal business hours to accommodate schedules of operation and maintenance personnel. C. Provide training of Owner's personnel after acceptable preliminary operation and maintenance manuals have been approved. D. Coordinate training with equipment startup and testing and availability of Owner's personnel. Provide a proposed training schedule for review and acceptance by OPT showing all training required in the Contract Documents. Demonstrate compliance with specified training FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 100995 Revised March 24, 2020 01 79 00 - 2 TRAINING OF OPERATION AND MAINTENANCE, PERSONNEL Page 2 of 4 requirements relative to number of hours of training, number of training sessions, and scheduling. F. Submit initial training schedule at least 60 days before scheduled start of first training session. Submit final training schedule, incorporating revisions in accordance with OPT's comments, no later than 30 days prior to starting the first training session. G. Owner reserves the right to modify personnel availability for training in accordance with process or emergency needs. H. Schedule for training is to be approved by Owner. 1. Schedule training and startup operations for no more than one piece of equipment or system at a time. 2. Owner may require re -scheduling of training if operations personnel are not available for training on a scheduled date. 3. Provide a minimum of 2 weeks' notice if training must be rescheduled. 4. Training is to be limited to 24 hours per week. 5. Time required for training is to be included in the development of the Project schedule. L Schedule and coordinate training for equipment 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. 1. All training sessions shall be held twice. 1.4 SERVICES OF SUPPLIER'S REPRESENTATIVE A. Supplier's instructors must be factory -trained by the equipment manufacturer. B. Instructors must have knowledge of the theory of operation and practical experience with the equipment or system. C. Instructors must be proficient and experienced in conducting training of the type required and must have successfully conducted similar training courses. D. Qualifications of instructors are subject to acceptance by OPT. Provide services of replacement instructor with acceptable qualifications if OPT does not accept qualifications of proposed instructor. Include each instructor's resume and specific details of instructor's operating, maintenance, and training experience relative to the specific equipment for which instructor will provide training to demonstrate their qualifications. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.1 OPERATOR TRAINING A. Provide classroom and hands-on training of the care and operation of the equipment to the Owner's personnel. FRE ESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 100995 Revised March 24, 2020 017900-3 TRAINING OF OPERATION AND MAINTENANCE PERSONNEL Page 3 of 4 B. 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. C. Provide a training plan that indicates the schedule and sequence of the training programs. The training plan is to include for each course: Number of hours for the course; 2. Agenda and narrative description, including the defined objectives for each lesson; 3. Draft copy of training handbooks; 4. A descriptive listing of suggested reference publications; Audio-visual equipment required for training; and 6. Type and number of tools or test equipment required for each training session. D. Provide and use training aids to complement the instruction and enhance learning. Provide training handbooks for use in both the classroom and the hands-on phases of training for each course. 2. Instructional materials must include references to the operation and maintenance manuals and identify and explain the use of the manual. 3. Provide a copy of all audio/visual training materials used in the presentations to the Owner. E. Operations training is to include: Orientation to provide an overview of system/subsystem configuration and operation; 2. Terminology, nomenclature, and display symbols; Operations theory; 4. Equipment appearance, functions, concepts, and operation; 5. Operating modes, practices, and procedures under normal, diminished, and emergency conditions; 6. Startup and shutdown procedures; 7. Safety precautions; 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; and 9. Content and use of operation and maintenance manuals and related reference materials. Provide training for performing on -site routine, preventive, and remedial maintenance of the equipment or system. Maintenance training is to include: Orientation to provide an overview of system/subsystem concept, configuration, and operation; 2. Operations theory and interfaces; FREESE AND NICHOLS, INC. Lake Arlington Litt Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 100995 Revised March 24, 2020 01 79 00 -4 TRAINING OF OPERATION AND MAINTENANCE PERSONNEL Page 4 of4 3. Instructions necessary to ensure a basic theoretical and practical understanding of equipment appearance, layout, and functions; 4. Safety precautions; 5. Use of standard and special tools and test equipment; 6. Adjustment, calibration, and use of related test equipment; 7. Detailed preventive maintenance activities; 8. Troubleshooting, diagnostics, and testing; 9. Equipment assembly and disassembly; 10. Repair and parts replacement; 11. Parts ordering practices and storage; 12. Failure and recovery procedures; 13. Cabling and/or interface connectors; 14. Content and use of operation and maintenance manuals and related reference materials; 15. Procedures for warranty repairs; 16. Lubrication; and 17. Procedures, practices, documentation, and materials required to commence system maintenance. G. Provide training for the equipment listed in the table below. The table indicates the minimum acceptable training time. Provide additional hours of training if required to meet the training objectives described in this Section. pecificatinn Sect -inn Equipmentl ystem Demriptlom Min. Hours- 23 74 09 Roof Top Air Conditioners 4 26 24 13 Switchboards 4 26 29 23 Variable Frequency Drives 4 2632 13 Engine Generators 4 40 05 65.23 Swing Check Valves 4 4431 16 Activated Carbon Adsorption Odor Control Equipment 4 44 42 56.04 Submersible Pumps and Motors 4 END OF SECTION FREE, SE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 100995 Revised March 24, 2020 DIVISION CONCRETE PAGE INTENTIONALLY LEFT BLANK SECTION 03 11 00 CONCRETE FORMING PART1- GENERAL 1.1 WORK INCLUDED 03 1100- 1 CONCRETE FORMING Page 1 of 4 A. Furnish material and labor to form, tie, brace and support wet concrete, reinforcing steel and embedded items until the concrete has developed sufficient strength to remove forms. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement: This Item is considered subsidiary to 03 30 00 completed in place. B. Payment: The work performed and materials furnished in accordance with this Item are subsidiary to the unit price bid per 03 30 00 complete in place, and no other compensation will be allowed. 1.3 QUALITY ASSURANCE A. Design Criteria: Forms shall be designed for the pressure exerted by a liquid weighing 150 pounds per cubic foot. The rate of placing the concrete, the temperature of the concrete, and all other pertinent factors shall be taken into consideration when determining the depth of the equivalent liquid. An additional design live load of 50 pounds per square foot shall be used on horizontal surfaces. B. Alignment Control: True alignment of walls and other vertical surfaces having straight lines or rectangular shapes shall be controlled and checked by the following procedures: a. Forming shall be arranged with provisions for adjusting the horizontal alignment of a form, after the form has been filled with concrete to grade, using wedges, turn buckles, or other adjustment methods. Establish a transit line or other reference so that adjustments can be made to an established line while the concrete in the top of the form is still plastic. b. Adjusting facilities shall be at intervals which permit adjustments to a straight line. Concrete shall not be placed until adequate adjusting facilities are in place. c. Tolerances: Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACT 117. 1.4 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Submittals" and shall include: 1. Record Data. a. Manufacturers' literature for specified products. 1.5 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. American Concrete Institute (ACI) Specifications: a. ACI 117 Specifications for Tolerances for Concrete Construction and Materials b. ACT 301 Specifications for Structural Concrete c. ACT 318 Building Code Requirements for Structural Concrete 2. 2. American Institute of Steel Construction (RISC) Publication: FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 03 11 00 - 2 CONCRETE FORMING Page 2 of 4 a. AISC Manual of Steel Construction. 3. 3. American Iron and Steel Institute (AISI) Publication: a. AISI Cold Formed Steel Design Manual. 4. 4. American Plywood Association (APA) Standards: a. APA Design/Construction Guide: Concrete Forming. 1.6 DELIVERY AND STORAGE A. Lumber for forms shall be stacked neatly on platforms raised above ground. 1.7 JOB CONDITIONS A. The Contractor shall notify the Engineer upon completion of various portions of the work required for placing concrete so that compliance with the plans and specifications may be monitored. The Engineer will authorize the Contractor to proceed with the placement after this has been completed and corrections, if required, have been made. B. In hot weather, both sides of the face forms may be required to be treated with oil to prevent warping and to secure tight joints. PART 2 - PRODUCTS 2.1 MATERIALS A. Lumber: Properly seasoned and of good quality; free from loose or unsound knots, knot holes, twists, shakes, decay, splits, and other imperfections which would affect its strength or impair the finished surface of the concrete. B. Form Oil: Light, clear oil; shall not discolor or injuriously affect the concrete surface, subsequent coatings, or delay or impair curing operations. 2.2 FABRICATIONS A. Lumber: Lumber for facing or sheathing shall be surfaced on at least one side and two edges, and sized to uniform thickness. Lumber of nominal I -inch thickness or plywood of 3/4-inch thickness shall be permitted for general use on structures, if backed by a sufficient number of studs and wales. B. Special Form Lumber: Molding for chamfer strips or other uses shall be made of redwood, cypress, or pine materials of a grade that will not split when nailed, and which can be maintained to a true line without warping. The form shall be mill cut and dressed on all faces. Fillet forms at sharp corners, both inside and outside and at edges, with triangular chamfer strips at all non- contiguous edges exposed to view. Thoroughly oil chamfer strips before installation on forms. C. Forms: 1. Forms shall be built mortar tight and of material sufficient in strength to prevent bulging between supports. 2. Reused forms or form lumber shall be maintained clean and in good condition as to accuracy, shape, strength, rigidity, tightness, and smoothness of surface. 3. All forms shall be so constructed as to permit removal without damage to the concrete. Exercise special care in framing forms for copings, offsets, railing and ornamental work, so that there will be no damage to the concrete when the forms are removed. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 03 11 00 - 3 CONCRETE FORMING Page 3 of 4 D. Metal Forms: 1. The specifications for "Forms" regarding design, mortar tightness, filleted corners, beveled projections, bracing, alignment, removal, re use, oiling, and wetting shall apply equally to metal forms. 2. The metal used for forms shall be of such thickness that the forms will remain true to shape. Bolt and rivet heads on the facing sides shall be countersunk. Clamps, pins, or other connecting devices shall be designed to hold the forms rigidly together and to allow removal without injury to the concrete. 3. Metal forms which do not present a smooth surface or line up properly shall not be used. Exercise special care to keep metal free from rust, grease, or other foreign material that discolors the concrete. E. Form Ties: 1. Metal form ties shall be used to hold forms in place and to provide easy metal removal. The use of wire for ties shall not be permitted. 2. Leave no metal or other material within 1-1/2 inches of the surface, when removing form tie assemblies which are used inside the forms to hold the forms in correct alignment. The assembly shall provide cane-sbaped depressions in the concrete surface at least I inch in diameter and 1-1/2 inches deep to allow filling and patching. Such devices, when removed, shall leave a smooth depression in the concrete surface without undue injury to the surface from chipping or spalling. 3. Burning off rods, bolts, or ties shall not be permitted. 4. Metal ties shall be held in place by devices attached to wales. Each device shall be capable of developing the strength of the tie. 5. Metal and wooden spreaders which are separate from the forms shall be wired to top of form and shall be entirely removed as the concrete is placed. 6. In the construction of basement or water bearing walls, the portion of a single rod tie that is to remain in the concrete shall be provided with a tightly fitted washer at midpoint to control seepage. Multi -rod ties do not require washers. The use of form ties which are tapered on encased in paper or other material to allow the removal of complete tie, and which leave a hole through the concrete structure, shall not be permitted. F. Falsework: 1. Falsework shall be designed and constructed so that no excessive settlement or deformation occurs. Falsework shall provide necessary rigidity. 2. Timber used in falsework centering shall be sound, in good condition and free from defects which impair its strength. 3. Steel members shall be of adequate strength and shape for the intended purpose. 4. Timber piling used in falsework may be of any wood species which satisfactorily withstands driving and which adequately supports the superimposed load. 5. When sills or timber grillages are used to support falsework columns, unless founded on solid rock, shale or other hard materials, place them in excavated pits. Backfill to prevent the softening of the supporting material from form drip or from rains that may occur during the construction process. Sills or grillages shall be of ample size to support the superimposed load without settlement. 6. Falsework not founded on a satisfactory spread footing shall be supported on piling, which shall be driven to a bearing capacity to support the superimposed load without settlement. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 03 11 00 - 4 CONCRETE FORMING Page 4 of 4 PART 3 - EXECUTION 3.1 PREPARATION A. Before placing concrete, insure that embedded items are correctly, firmly and securely fastened into place. Embedded items shall be thoroughly clean and free of oil and other foreign material. Anchor bolts shall be set to the correct location, alignment and elevation by the use of suitable anchor bolt templates. 3.2 INSTALLATION A. Pre -Placement: I. During the elapsed time between building the forms and placing the concrete, maintain the forms to eliminate warping and shrinking. 2. Treat the facing of forms with suitable form oil before concrete is placed. Apply oil before the reinforcement is placed. Wet form surfaces which will come in contact with the concrete immediately before the concrete is placed. 3. At the time of placing concrete, the forms shall be clean and entirely free from all chips, dirt, sawdust, and other extraneous matter at the time. Forms for slab, beam and girder construction shall not have tic wire cuttings, nails or any other matter which would mar the appearance of the finished construction, Clean forms and keep them free of foreign matter during concrete placement. B. Placement: 1. 1. Set and maintain forms to the lines designated, until the concrete is sufficiently hardened to permit form removal. If, at any stage of the work, the forms show signs of bulging or sagging, immediately remove that portion of the concrete causing this condition. If necessary, reset the forms and securely brace against further movement. 2. 2. Provide adequate cleanout openings where access to the bottom of the forms is not otherwise readily attainable. 3. 3. Carefully and accurately place and support reinforcement in concrete structures. C. Removal: Remove forms so that the underlying concrete surface is not marred or damaged in any way. Forms shall not be removed until the concrete has attained sufficient strength to safely carry the dead load, but in no case less than the number of curing days set forth in the following table: Forms for concrete of minor structural load carrying importance 1 day Forms for walls, columns, sides of drilled shafts, massive structural components and other 1 day members not resisting a bending moment during curing Forms and falsework under slabs, beams and girders where deflections due to dead load 7 days moment may exist forspans < or = 10 feet Forms and falsework under slabs, beams and girders where deflections due to dead load 14 days moment may exist forspans > 10 feet and < or = 20 feet END OF SECTION FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 0321 00- 1 REINFORCING STEEL Page 1 of 4 SECTION 03 21 00 REINFORCING STEEL PART1- GENERAL 1.1 WORK INCLUDED A. Furnish labor and reinforcing materials required to cut, bend, tie, splice, place and support the reinforcement in the material grades, sizes, quantities and locations specified. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement: This Item is considered subsidiary to 03 30 00 completed in place. B. Payment: The work performed and materials furnished in accordance with this Item are subsidiary to the unit price bid per 03 30 00 complete in place, and no other compensation will be allowed. 1.3 QUALITY ASSURANCE A. Tolerances: 1. Reinforcement shall be placed where specified, with the following maximum tolerances, plus or minus: a. Concrete Cover: 1/4 inch. b. Rebar Spacing: 1/4 inch in 12 inches. 1.4 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 "Submittals" and shall include: 1. Shop Drawings: a. Reinforcing bar layout drawing with bar lists clearly marked and referenced to the Drawings. 2. Record Data: a. Manufacturers' literature for specified products. 3. Certified Test Reports: a. Certification of steel quality, size, grade and manufacturer's origin. 1.5 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. AS'. 2. Am M International (ASTM) Standards: ASTM Standard Specification for Carbon -Steel Wire and Welded Wire A1064 Reinforcement, Plain and Deformed, for Concrete ASTM A615 Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement erlcan Concrete Institute (AUl) Publications: ACI 301 Specification for Structural Concrete ACI SP- ACI Detailing Manual 66 ACI 318 Building Code Requirements for Structural Concrete FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 032100-2 ale Ia]tie V[11LIifoaIJ Page 2 of 4 3. Concrete Reinforcing Steel Institute CRSI Publications: CRSI Manual of Standard Practice 1.6 DELIVERY AND STORAGE A. Store steel reinforcement above the surface of the ground upon platform skids or other supports. Protect from mechanical and chemical injury and surface deterioration caused by exposure to conditions producing rust. When placed in the Work, steel reinforcement shall be free from dirt, scale, dust, paint, oil and other foreign material. Tag and store steel reinforcement for ease of correlation with Shop Drawings. 1.7 JOB CONDITIONS A. Proposed deviations from reinforcing indicated on the Drawings or Specifications shall be approved in writing by the Engineer prior to fabrication. B. Lap lengths shall be of the length shown on the Drawings or noted in lap and embedment table, and shall be in compliance with ACI 318. C. Specified cover for reinforcing shall be maintained throughout construction. Bars shall be cut to lengths necessary to allow for proper clearances. Cover of concrete shall be measured from face of forms to outside face of reinforcement. D. Stirrups shall be hooked. PART2- PRODUCTS 2.1 MATERIALS A. Steel Reinforcing Bars: Billet -Steel bars for concrete reinforcement conforming to ASTM A615; Grade 60, with minimum yield strength of 60,000 psi. Steel reinforcing bars shall be produced in the United States of America. B. Welded Wire Reinforcement: Cold -drawn steel wire conforming to ASTM A1064; flat sheets fabricated in accordance with ASTM A1064. C. Supports (Chairs): Bar supports shall be of the proper type for the intended use. 1. At interior surfaces of wet well walls and exterior, exposed portions of structures: Bar supports shall be uniform high density polyethylene (plastic) or fiberglass reinforced plastic (fRP) conforming to CRSI Class 1, Maximum Protection. 2. At exterior wet well wall surfaces, exposed and unexposed: Bar supports shall be at least CRSI Class 2 protection. 3. Unless otherwise noted, at unexposed sections of structures: Bar supports may be CRSI Class 3 protection. D. Spacers: Precast mortar blocks with a 28-day compressive strength that is greater than the specified concrete strength in which the blocks are being placed. E. Mechanical Bar Splices: The mechanical devices shall develop at least 125 percent of the specified yield of the spliced bars. FREESE. AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 03 21 00 - 3 REINFORCING STEEL Page 3 of 4 2.2 FABRICATIONS A. Bending: Reinforcement shall be bent cold by machine to shapes indicated on the Drawings; true to shapes indicated; irregularities in bending shall be cause for rejection. Unless otherwise noted, all hook and bend details and tolerances shall conform to the requirements of ACI SP-66 and ACI 318. PART 3 - EXECUTION 31 INSTALLATION A. General: Place the reinforcement carefully and accurately in the concrete structures. Rigidly tie and support the reinforcement. Welding of any type of reinforcement shall not be permitted. B. Splices: 1. Splicing of bars, except where indicated on the Drawings, shall not be permitted unless approved by the Engineer prior to fabrication. Splices shall be kept to a minimum. Splices shall preferably occur at points of minimum stress. Lap splices which are permitted shall have a lap in accordance with ACI 318. Rigidly clamp or wire the bars at all splices, in accordance with ACI. Overlap sheets of wire fabric sufficiently to maintain a uniform strength and securely fasten. 2. Welding of reinforcing steel splices shall not be permitted. 3. Make mechanical splices where shown on the Drawings or approved equal, installed in accordance with the manufacturer's instructions and recommendations C. Placement: i . Place steel reinforcement, as indicated on the Drawings with the specified tolerances. Hold securely in place during the placing of the concrete. The minimum clear distance between bars shall be per ACI 318 unless noted otherwise. Always pass vertical stirrups around the main tension members and securely attach thereto. Wire reinforcing together at a sufficient number of intersections to produce a sound, sturdy mat or cage of reinforcement that will maintain the reinforcement in correct positions when the concrete is placed. 2. Hold the reinforcing steel in concrete slabs firmly in place with wire supports or "chairs." Sizing and spacing of the chairs shall be sufficient to properly support the steel, and sbalI be in accordance with CRSI Publications "Manual of Standard Practice in." 1 Space the reinforcing steel in concrete walls the proper distance from the face of the forms, as indicated on the Drawings: a. For wall surfaces exposed to view, use chairs. b. For wall surfaces not exposed to view, use chairs or precast mortar blocks. 4. Where reinforcing conflicts with location of anchor bolts, inserts, etc., submit prompt notifications so that revisions can be made before concrete is placed. No cutting of reinforcing shall be permitted without the prior approval of the Engineer. 5. Welded wire shall be fabricated flat sheets, in longest practical lengths. Lap joints one mesh. Do not locate end laps over beams of continuous structures or midway between supporting beams. Offset end laps of adjacent widths to prevent continuous lap. Fasten ends and sides of welded wire fabric at 48 inches O.C. with tie wire. 6. Reinforcing shall extend through construction joints. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 032100-4 REINFORCING STEEL Page 4 of 4 3.2 FIELD QUALITY CONTROL A. Concrete shall not be placed until the Engineer has observed the final placing of the reinforcing steel, and has given permission to place concrete. END OF SECTION FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: ] 00995 Revised March 24, 2020 SECTION 03 30 00 CAST -IN -PLACE CONCRETE PARTI- GENERAL 1.1 SUMMARY 03 30 00 - 1 CAST -IN -PLACE CONCRETE Page 1 of 31 A. Furnish labor, materials, mixing and transporting equipment and incidentals necessary to proportion, mix, transport, place, consolidate, finish, and cure concrete in the structure. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement: Measurement for this Item will be by lump sum. B. Payment: The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for 03 30 00. C. Price: the price shall include: 1. Mobilization as required for installation. 2. Furnishing and installing 03 30 00 as specified here and on the Drawings. 3. Subsidiary items. 4. Clean up. 1.3 DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with one or more of the following: blended hydraulic cement, fly ash and other pozzolans, slag cement, silica fume, and metakaolin; subject to compliance with requirements. B. Mass Concrete: Any concrete placement with a minimum dimension greater than 3 feet shall be considered mass concrete, or any varying thickness section with an average thickness of more than 3 feet. 1.4 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 "Submittals" and shall include: Shop Drawings for: a. Mix design: For each mix to be used on the project, submit: 1) Concrete mix proportions and characteristics. 2) Records or test data used to establish the required average compressive strength in accordance with specified requirements and ACI 301. b. Submit a schedule to the Owner's representative which shows the sequence of concrete placements. c. Submit a thermal control plan for each mass concrete placement per ACI 301. 1) Thermal control plan shall be signed and sealed by a Professional Engineer licensed in state where the Project is located. 2) Thermal control plan should identify target temperatures or tolerances that will provide a buffer against exceeding specified maximum temperatures. Trial placements, mock-ups, thermal models and the thermal control plan will be evaluated using the target temperatures identified in the thermal control plan. 3) Perform trial placement and/or computer simulation of thermal control plan as verification of intended procedures and equipment. Trial placement shall be similar in nature to intended use and is independent of final production work. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number. 100995 Revised March 24, 2020 033000-2 CAST -IN -PLACE CONCRETE Page 2 of 31 4) Approval of the thermal control plan should be considered conditional based on the ability to control temperatures in the structure. Failure to consistently control temperature within predicted limits shall be reason for subsequent rejection of the thermal control plan. Failure to meet specified limits for elements of the final structure will trigger remedial requirements, which may include removal and replacement. 2. Certified Test Reports for: a. Materials used in the trial mix design. b. Water: Verification that all potable mix water and curing water sources do not exceed the non -potable water limits listed in ASTM C 16 02 Table 2. c. Aggregate, conforming to ASTM C33, including the test reports for soundness and abrasion resistance. d. Aggregate: 1) Verification that aggregate is not "potentially reactive" per ASTM C1260. 2) Or a cement chemical analysis indicating that the total alkali content is acceptable per Concrete Materials. c. 7-day and 28-day compressive strength tests results. 1) When more than 15, 28-day compressive tests results are available from the current Project for a given class of concrete, include the 15-test running average compressive strength versus the required average compressive strength (based on the previous 15 tests) in graphical form. f. Daily mass concrete thermal monitoring records. g. If the sum total of chlorides in mix water and aggregates exceeds 80 percent of the specified limit for hardened concrete, then prior to use of concrete, test mix design to verify acceptable chloride ion concentrations in accordance with ASTM C1218. 3. Record Data for: a. Manufacturer's literature on specified materials. b. Documentation of supplier's National Ready Mixed Concrete Association certification. 1.5 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed concrete work similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. B. Manufacturer Qualifications: 1. A firm experienced in manufacturing ready -mixed concrete products complying with ASTM C94 requirements for production facilities and equipment. 2. Manufacturer must be certified according to the National Ready Mixed Concrete Association's Certification of Ready Mixed Concrete Production Facilities. C. Testing Agency Qualifications: 1. An independent testing agency, acceptable to authorities having jurisdiction and the Engineer, qualified according to ASTM C 1077 and ASTM E329 to conduct the testing indicated. 2 2. The City will provide a qualified testing lab full time during this period. The City testing lab will provide results to the Contractor and the City's Inspector upon completion of the testing. A formal report will be posted to the City's electronic document management and collaboration system site within 48 hours. FREESE AND NICHOLS, INC. Lake Arlington Lilt Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 033000-3 CAST -IN -PLACE CONCRETE Page 3 of 31 D. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant, each aggregate from one source, and each admixture from the same manufacturer. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver cement in bulk or bags which are plainly marked with the brand and manufacturer's name. Immediately upon receipt, store cement in a dry, weather -tight, and properly ventilated structure which excludes moisture. Storage facilities shall permit easy access for inspection and identification. Cement not stored in accordance with the requirements shall not be used. B. Sufficient cement shall be in storage to complete placement of concrete started. In order that cement may not become unduly aged after delivery, maintain records of delivery dates. Use cement which has been stored at the Site for 60 days or more before using cement of lesser age. No cement shall be used which is lumped, caked, stored more than 90 days, or whose temperature exceeds 170 F. 1.7 STANDARDS A. Mixing, sampling, placing, curing and testing of concrete, and the materials used shall be in compliance with the latest revisions of the following standards, unless otherwise noted in the Contract Documents. The Contractor shall maintain one copy of each of the applicable standards at the construction field office. 1. ASTM International (ASTM) Standards: A,SIA[ Standards ASTM C31 Standard Practice for of Making and Curing Concrete Test Specimens in the Field ASTM C33 Standard Specification for Concrete Aggregates ASTM C39 Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens ASTM C42 Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete ASTM C78 Standard Test Method for Flexural Strength of Concrete (Using Simple Beam with Third -Point Loading) Standard Test Method for Effect of Organic Impurities in Fine ASTM C87 Aggregate on Strength of Mortar ASTM C94 Standard Specification of Ready Mixed Concrete ASTM C109 Standard Test Method for Compressive Strength of Hydraulic Cement Mortars ASTM C 125 Standard Terminology Relating to Concrete and Concrete Aggregates Standard Test Method for Density (Unit Weight), Yield, and Air ASTM C138 Content Gravimetric of Concrete ASTM C 143 Standard Test Method for Slump of Hydraulic Cement Concrete ASTM C150 Standard Specification for Portland Cement Standard Test Method for Water Loss [from a Mortar Specimen] ASTM C156 Through Liquid Membrane -Forming Curing Compounds for Concrete ASTM C 171 Standard Specification for Sheet Materials for Curing Concrete FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECIINICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 033000-4 CAST -IN -PLACE CONCRETE Page 4 of 31 ASTM Sta ndrirrls ASTM C 172 Standard Practice for Sampling Freshly Mixed Concrete ASTM C173 Standard Test Method for Air Content of Freshly Mixed Concrete by the Volumetric Method ASTM C 191 Standard Test Method for Time of Setting of Hydraulic Cement by Vicat Needle ASTM C192 Standard Practice for Making and Curing Concrete Test Specimens in the Laborato ASTM C231 Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method ASTM C260 Standard Specification for Air -Entraining Admixtures for Concrete ASTM C309 Standard Specification for Liquid Membrane Forming Compounds for Curing Concrete ASTM C494 Standard Specification for Chemical Admixtures for Concrete Standard Test Methods for Compressive Strength of Chemical ASTM C579 Resistant Mortars, Grouts, Monolithic Surfacings, and Polymer Concretes Standard Test Method for Flexural Strength and Modulus of ASTM C580 Elasticity of Chemical Resistant Mortars, Grouts, Monolithic Surfacin s and Polymer Concretes ASTM C595 Standard Specification for Blended Hydraulic Cements ASTM C618 Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete ASTM C806 Standard Test Method for Restrained Expansion of Expansive Cement Mortar ASTM C827 Standard Test Method for Change in Height at Early Stages of Cylindrical S ecimcns of Cementitious Mixtures ASTM C845 Standard Specification for Expansive Hydraulic Cement ASTM C878 Standard Test Method for Restrained Expansion of Shrinkage Compensating Concrete ASTM C881 Standard Specification for Epoxy Resin Base Bonding Systems for Concrete ASTM C1116 Standard Specification for Fiber -Reinforced Concrete ASTM C1218 Standard Test Method for Water -Soluble Chloride in Mortar and Concrete ASTM C1240 Standard Specification for Silica Fume used in Cementitious Mixtures ASTM C1260 Standard Test Method for Potential Alkali Reactivity of Aggregates Mortar -Bar Method ASTM C1602 Standard Specification for Mixing Water Used in the Production of Hydraulic Cement Concrete ASTM D570 Standard Test Method for Water Absorption of Plastics ASTM D638 Standard Test Method for Tensile Properties of Plastics ASTM D746 Standard Test Method for Brittleness Temperature of Plastics and Elastomers by Impact FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 03 30 00 - 5 CAST -IN -PLACE CONCRETE Page 5 of 31 ASTM Sfitudsirds ASTM D994 Standard Specification for Preformed Expansion Joint Filler for Concrete Bituminous Type) Standard Specification for Preformed Sponge Rubber Cork and ASTM D1752 Recycled PVC Expansion Joint Fillers for Concrete Paving and Structural Construction ASTM D2240 Standard Test Method for Rubber Property Durometer Hardness ASTM D6690- Standard Specification for Joint and Crack Sealant, Hot Applied, 07 for Concrete and Asphalt Pavements ASTM E96 Standard Test Methods for Water Vapor Transmission of Materials 2. American Concrete Institute (ACI) Standards: AC[ Standards ACI 211.1 Standard Practice for Selecting Proportions for Normal, Heavy -weight, and Mass Concrete ACI 301 Specification for Structural Concrete ACI 304 Guide for Measuring, Mixing, Transporting & Placing Concrete ACI 305.1 Specification for Hot Weather Concreting ACI 306.1 Standard Specification for Cold Weather Concreting ACI 308.1 Specification for Curing Concrete ACI 350 Code Requirements for Environmental Engineering Concrete Structures 3. Federal Specification: a. TT S 00227E - Type II, Class A or B, Expansion Joint Sealant. 4. Concrete Plant Manufacturers Bureau (CPMB) Standards: a. Concrete Plant Standards. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: I. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, products specified. 2. Products. Subject to compliance with requirements, provide one of the products specified. 3. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. 4. Manufacturers: Subject to compliance with requirements, provide products by one of the manufacturers specified. 2.2 CONCRETE MATERIALS A. Cementitious Material; General: If the fine and/or coarse aggregates test "Potentially Reactive", in accordance with ASTM C1260, then a low alkali cementitious material shall be used. A low alkali cementitious material shall be such that, the Sodium Oxide Equivalent (N,zOeu) shall not exceed 0.6 percent of the total cementitious material content. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 033000-6 CAST -IN -PLACE CONCRETE Page 6of31 B. Cement; Type: 1. Type II or I/II Portland cement, conforming to ASTM C150; used for all concrete, unless noted otherwise. C. Supplementary Cementitious Materials (SCM): 1. Fly Ash/Pozzolans: Conforming to ASTM C618, Class F fly ash; used in all classes of concrete. If Class F fly ash is not available, then provide an alternate SCM or a straight cement mix design. 2. Slag Cement: Conforming to ASTM C989, Grade 100 or 120. D. Coarse Aggregate: 1. Crushed stone or gravel conforming to ASTM C33, in the gradation size specified. a. Aggregate shall have a coefficient of thermal expansion (CoTE) of 4.5 microstrain per degree Fahrenheit. E. Fine Aggregate: 1. Washed and screened natural sands or sands manufactured by crushing stones; conforming to ASTM C33. The gradation in ASTM C33 for air entrained concrete is: 2. Fine aggregate shall have not more than 45 percent retained between any two consecutive sieves. Its fineness modulus, as defined in ASTM C125, shall be not less than 2.3 nor more than 3.1. F. Water: Potable and complying with ASTM C1602 and ASTM C1602 Table 2. 2.3 ADMIXTURES A. Measure and dose admixtures in accordance with manufacturer's recommendations B. Air Entraining Admixture: Conforming to ASTM C260. C. Water Reducing Admixtures: Conforming to ASTM C494; Types A or D. D. Set Retarding Admixtures: Conforming to ASTM C494; Types B and D. E. Water Reducing Admixtures, High Range (HRWR): High Range Water Reducer shall comply with ASTM C494, Type F or G. HRWR shall be added to the concrete mix at the concrete batch plant. HRWR may not be added at placement site except to redose a batch and only after approval of the HRWR manufacturer. The high range water reducing admixture shall be able to maintain the plasticity range without significant loss of slump or rise in concrete temperature for 2 hours. Other admixtures may only be used with the HRWR if approved by the HRWR manufacturer. A representative of the HRWR manufacturer shall be present during any large placement, placement of slabs, or during times of unusual circumstance which may require changes to the product formulation. 1. Manufacturers: a. BASF Corporation. b. GCP Applied Technologies. c. Sika Corporation. 2.4 WATERSTOPS A. Flexible PVC Waterstops: CE CRD-C 572, for embedding in concrete to prevent passage of fluids through joints. Factory fabricate corners, intersections, and directional changes. Unless indicated otherwise, provide the following configurations. 1. Construction Joints: a. Profile: Ribbed without center bulb. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECIINICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 033000-7 CAST -IN -PLACE CONCRETE Page 7 of 31 b. Width: 6 inches. c. Minimum thickness: 3/8 inch. 2. Manufacturers, including but not limited to: a. Sika Greenstreak. b. W.R. Meadows, Inc. c. DCA Construction Products: Durajoint® Waterstop. 0XINKT/:MZ17:7 9 N I/M 9 7 51 :7.I A. Plastic Vapor Retarder: ASTM E1745, Class A. Include manufacturer's recommended adhesive or pressure -sensitive tape. 1. Available Products: a. Fortifiber Corporation; Moistop Ultra A. b. Raven Industries Inc.; Vapor Block 15. c. Reef Industries, Inc.; Griffolyn Type-105. d. Stego Wrap (15-mil) Vapor Barrier; STEGO INDUSTRIES LLC. 2.6 BELOW SLAB WATERPROOFING A. WR Meadows MEL-ROL. 1. Additional products as recommended by manufacturer for required a waterproofed system. This includes but is not limited to termination bars, primers, repairs and patches, splices, and prefabricated corner pieces as recommended by the manufacturer. B. Approved equal. 2.7 CURING MATERIALS A. Sheet Curing Material: Conforming to ASTM C171. 1. Waterproof paper. 2. Polyethylene film. 3. White burlap - polyethylene film. B. Membrane Curing Compounds: Membrane curing compound conforming to ASTM C309; having a color to indicate coverage when applied; non -staining; applied according to the manufacturer's recommendations. No curing compound shall be used on walls which are to receive a plaster mix finish. When tested according to ASTM C156, the curing compound shall provide a film which has retained, within the specimen, the following percentages of moisture present when the curing compound was applied: 1. At least 97 percent at the end 24 hours. 2. At least 95 percent at the end of 3 days. 3. At least 91 percent at the end of 7 days. C. Concrete Curing and Sealing Compound: 1. Where a sealer is necessary, use a concrete curing and sealing compound. Application of this product shall be in accordance with the manufacturer's recommendations. 2. MasterKure CC 1315 WB by BASF Corporation, or approved equal. D. Finishing Aid: Spraying material designed to form a monomolecular film on fresh concrete that reduces the rate of evaporation of surface moisture prior to finishing; conforming to MasterKure ER 50 by BASF Corporation, or approved equal. This material is not a curing compound, Concrete must be cured as specified. FREESE AND NICHOLS, INC. Lake Arlington Lilt Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 033000-8 CAST -IN -PLACE CONCRETE Page 8 of 31 2.8 RELATED MATERIALS A. Joint Materials: 1. Joint filler: ASTM D1752, Type I, in the thickness specified. 2. Joint sealer: ASTM C920, Type S, Grade NS, Class 35, Use T, NT, I, M, G, A, O. a. Sikaflex — la, by Sika Corporation b. Approved equal. B. Bonding Agents: Install according to the manufacturer's recommendations and written instructions. 1. Bonding agent: Sika Armatec 110 EpoCem by Sika Corporation or approved equal. C. Non -Shrink Grout: 1. General: Non. -shrink grout for grouting of pump, motor, and equipment baseplates or bedplates, column baseplates, other miscellaneous baseplates, piping block outs and other uses of grout. Grout shall meet the following requirements, as verified by independent laboratory tests: a. No shrinkage from the time of placement, or expansion after set, under ASTM C827. b. An initial set time of not less than 45 minutes under ASTM C191. 2. Non -Shrink Non Metallic Grout: Pre mixed, non -staining, non -shrink grout; minimum 28- day compressive strength of 5000 psi. a. Do not use for vibrating equipment. b. Products: 1) MasterFlow 100 by BASF Corporation. 2) Five Star Grout by Five Star Products, Inc. 3) SikaGrout 212 by Sika Corporation. 3. Non -Shrink Epoxy Structural Grouts: Furnished in two components from the factory and mixed on the Site; conforming to ASTM C579, ASTM C580, and ASTM C827; chemical resistant, water resistant and a minimum 7-day compressive strength of 12,000 psi. a. Use for vibrating equipment. b. Products: 1) Sikadur 42, Grout -Pak by Sika Corporation. 2) Five Star HP Epoxy Grout by Five Star Products, Inc. 3) MasterFlow 648 by BASF Corporation. D. Normal Shrinkage Grout: 1 part Portland cement, Type II, to 3 parts of clean, first quality sand; proportioning on a volumetric basis; used for non-structural applications for grouting areas as shown on the Drawings which do not require non -shrink grout. E. Foundation Waterproofing: Foundation coating shall be used only on the exterior of concrete walls not exposed to view where indicated on the Drawings. 1. Master5eal 581 (Thoroseal) as manufactured by BASF Corporation. 2. Approved Equal. F. Zinc Rich Primer: Aluminum surfaces which contact or are embedded in concrete shall be coated with zinc rich primer. Primer shall be Tneme-Zinc or MasterProduct P 8100AP by BASF Corporation. 2.9 REPAIR MATERIALS A. Structural Concrete Repair Material: Low -shrink, non -slump, non-metallic, quick setting patching mortar; as approved by the manufacturer for each application and applied accordance with the manufacturer's recommendations. FREESE AND NICHOLS, INC. Lake Arlington Lilt Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 03 3000-9 CAST -IN -PLACE CONCRETE Page 9 of 31 Products: a. Five Star Structural Concrete by Five Star Products, Inc. b. Sikatop 123 by Sika Corporation. c. Sikatop 122 by Sika Corporation. d. Approved equal. 2.10 CONCRETE MIXTURES A. Design Criteria: 1. Provide a mix design for each concrete application indicated. This may necessitate multiple mix designs for each class of concrete depending on HRWR, entrained air, and other requirements. 2. All Concrete shall be normal weight concrete composed of Portland cement, fine aggregate, coarse aggregate, admixtures, and water, as specified. 3. ACI 211.1 shall be the basis for selecting the proportions for concrete made with aggregates of normal and high density and of workability suitable for usual cast in place structures. 4. The workability of any mix shall be as required for the specific placing conditions and the method of placement. The concrete shall have the ability to be worked readily into corners and around reinforcing steel without the segregation of materials or the collection of free water on the surface. Compliance with specified slump limitations shall not necessarily designate a satisfactory mix. 5. In no case shall the amount of coarse material produce harshness in placing or honeycombing in the structure, when forms are removed. 6. The maximum amount of coarse aggregate (dry loose volume) per cubic foot of finished concrete shall not exceed 0.82 cubic feet. 7. In calculating water -cement ratio: The water content shall include the amount of water batched or to be added later, plus the free water in the aggregate, and minus the water content at SSD conditions. 8. No allowance shall be made for the evaporation of water after batching. If additional water is required to obtain the desired slump, a compensating amount of cement shall also be added. In no case shall the maximum water cement ratio exceed the specified maximum or that of the approved mix design. 9. Air Entrainment: Provide the percent air entrainment in each concrete mix design as recommended by ACI 318 and ACI 350 for "Moderate Exposure" (Class F1), unless otherwise specified/restricted: a. Do not provide air -entrainment in drilled shafts unless placed underwater. b. Do not provide air -entrainment and entrapped air shall not exceed 3 percent for the following applications: 1) Interior slabs. 2) Slabs on composite metal decks. 10. When job conditions dictate, water -reducing and set -controlling admixtures may be used. Only specified admixtures shall be used. Admixtures shall be batched at the batch plant. 11. High Range Water Reducer (HRWR): Provide HRWR in mix designs as indicated for specified applications. Slump of concrete with the addition of HRWR may be increased to 8 inches (+/- 1 inch). a. Drilled shafts, footings, walls, columns, and beams. b. Interior of building curbs which are not cast monolithically with slabs. c. Precast concrete. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 03 30 00 - 10 CAST -IN -PLACE CONCRETE Page 10 of 31 d. Do not provide HRWR in slabs and pavement (a water reducer is permitted provided performance requirements are met). 12. If fly ash is to be used in place of cement, no more than 25 percent of the cement may be replaced, except as noted below. a. Mass concrete placements: Required amount of fly ash shll be determined. Maximum 40 percent replacement. 13. Concrete shall be capable of developing two-thirds of the required 28-day compressive strength in 7 days, except as noted below. a. Mass concrete: Required strength gains can be delayed for mass concrete placements provided the structure is not loaded. 28 day required strengths may be delayed as follows: 1) Mass concrete lift station low walls: 28-day delay; 56-day strength. 14. Maximum water-soluble chloride ion content in concrete, by percent weight of concrete, shall not exceed ACI 318 and ACI 350 limits for Exposure Class Cl. B. Concrete Classifications: 14Zin. EA -Da} 13ay1iVe 14ias. Site Mmi. Wsier: Min. Sn€ks of C'ernenfifioux Slump+1- Cement Per Class �wmprc Al�gregut! IIluterlu�a 1 (incheg) CubicRatin Yard Strengtls (psi) (in€heg) A 4500 0.45 3 (8*) 5.75 Size N5 467 1.5 B 3000 Size No. 467 0.47 3 5.75 C 3000 1.0 0.45 7* 5.75 Size 57 0.75 D 5000 0.47 4 6.00 Size No. 67 1.5 E 1500 0.70 4 4.00 Size No. 467 F 4000 0.375 0.47 3 6.50 Size No. 8 * Slump shown is with HRWR ** Provide one additional sack of cement per cubic yard if concrete must be deposited in standing water. C. Concrete Usaize: Class 1is:re Class A Use Footings and slabs, and other unless noted otherwise Class B Use Pavement, gutters, and sidewalks Class C Use Drilled shafts Class D Use Precast concrete and precast panels Class E Use Cradling, Blocking, mud slab, lean concrete backfill Class F Use Stair Pans and Landings, interior building curbs. D. Required Average Compressive Strength: 1. All concrete is required to have an average compressive strength greater than the specified strength. The required average compressive strength shall be established according to the requirements of ACI 301. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 03 30 00 - 11 CAST -IN -PLACE CONCRETE Page 11 of 31 2. Standard Deviation: If the production facility has records of field tests performed within the past 12 months and spanning a period of not less than 60 calendar days for a class of concrete within 1000 psi of that specified for the Work, calculate a standard deviation and establish the required average strength fcr' in accordance with ACI 301. If field test records are not available, select the required average strength from ACI 301. E. Documentation of Required Average Compressive Strength: I. Documentation indicating the proposed concrete proportions will produce an average compressive strength equal to or greater than the required average compressive strength, shall consist of field strength records or trial mixture. 2. Field Strength Records: Document field strength records according to ACI 301 and including the following: a. Field test data shall not be older than 1 year. b. If field test data are available and represent a single group of at least 10 consecutive strength tests for one mixture, using the same materials, under the same conditions, and encompassing a period of not less than 60 days, verify that the average of the field test results equals or exceeds fcr'. Submit for acceptance the mixture proportions along with the field test data. c. If the field test data represent two groups of compressive strength tests for two mixtures, plot the average strength of each group versus the water-cementitious materials ratio of the corresponding mixture proportions and interpolate between them to establish the required mixture proportions for fcr'. 3. Trial Mixtures: a. Establish trial mixture proportions according to ACI 301 and including the following. 1) Make at least three trial mixtures complying with performance and design requirements. Each trial mixture shall have a different cementitious material content. Select water-cementitious materials ratios that will produce a range of compressive strengths encompassing the required average compressive strength fcr'. 2) Submit a plot of a curve showing the relationship between water-cementitious materials ratio and compressive strength. 3) Establish mixture proportions so that the maximum water-cementitious materials ratio is not exceeded when the slump is at the maximum specified. b. Laboratory Samples shall be taken in accordance with the trial mix designs for laboratory testing purposes. c. The fresh concrete shall be tested for Slump (ASTM C143) and Air Content (ASTM C173 and ASTM C231). Strength test specimens shall be made, cured, and tested for 7- day and 28-day strength in accordance with ASTM C 192, ASTM C39, and ASTM C78. d. Suitable facilities shall be provided for readily obtaining representative Samples of aggregate from each of the weigh batchers for test purposes and for obtaining representative Samples of concrete for uniformity tests. The necessary platforms, tools, and equipment for obtaining Samples shall be furnished. Aggregates shall be tested in accordance with ASTM C1260. e. The cement contents specified are minimum values. If additional quantities are required to obtain the specified strengths, supply the cement at no additional cost to the Owner. f. A trial mix shall be designed by an independent testing laboratory, retained and paid by the Contractor and approved by the Owner. The testing laboratory shall submit verification that the materials and proportions of the trial concrete mix design meet the requirements of the Specifications. g. From these trial mix tests, the ratios between 7-day and 28-day strengths shall be established. The 7-day strength which corresponds to the required 28-day strength shall be determined. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 03 30 00 - 12 CAST -IN -PLACE CONCRETE Page 12 of 31 h. The final results of the trial mix design shall be submitted to the Engineer at least 10 days prior to the scheduled beginning of concrete placement and shall be approved by the Engineer prior to the placement of any concrete. 4. Revisions to concrete mixtures: a. When less than 15 compressive strength tests results for a given class of concrete are available from the current Project: 1) If any of the following criteria are met, take immediate steps to increase average compressive strength of the concrete. a) A 7-day compressive strength test result multiplied by 1.5 falls below the required 28-day compressive strength. b) A 28-day compressive strength test result is deemed not satisfactory. b. When at least 15 compressive strength test results for a given class of concrete become available from the current Project: 1) Calculate the actual average compressive strength, standard deviation and required average compressive strength using the previous 15 consecutive strength tests. Submit results in graphical form with each 28-day test result for that class of concrete. 2) If any of the following criteria are met, take immediate steps to increase average compressive strength of the concrete. a) A 7-day compressive strength test result multiplied by the average job -to -date ratio of 7-day to 28-day compressive strength falls below the required 28-day compressive strength. b) A 28-day compressive strength test result is deemed not satisfactory. c) The average compressive strength falls below the required average compressive strength. c. When revisions to the mix design are required, notify the Engineer in writing of the corrective actions taken. 2.11 OFF -SITE BATCH PLANT A. Batch plants shall be an established concrete hatching facility meeting the requirements of the Concrete Plant Standards of the Concrete Plant Manufacturers Bureau. 2.12 CONCRETE MIXING A. Mixers may be stationary, truck, or paving mixers of approved design. They shall be capable of combining the materials into a uniform mixture and of discharging without mixture segregation. Stationary and paving mixers shall be provided with an acceptable device to lock the discharge mechanism until the required mixing time has elapsed. The mixers or mixing plant shall include a device for automatically counting the total number of batches of concrete mixed. The mixers shall be operated at the drum or mixing blade speed designated by the manufacturer on the name plate. B. The mixing time for stationary mixers shall be based upon the mixer's ability to produce uniform concrete throughout the batch and from batch to batch. For guidance purposes, the manufacturer's recommendations, or 1 minute for 1 cubic yard plus 1/4 minute for each additional cubic yard may be used. Final mixing time shall be based on mixer performance. Mixers shall not be charged in excess of the capacity specified by the manufacturer. C. When a stationary mixer is used for partial mixing of the concrete (shrink mixed), the stationary mixing time may be reduced to the minimum necessary to intermingle the ingredients (about 30 seconds). FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 03 30 00 - 13 CAST -IN -PLACE CONCRETE Page 13 of 31 D. When a truck mixer is used, either for complete mixing (transit -mixed) or to finish the partial mixing in a stationary mixer and in the absence of uniformity test data, each batch of concrete shall be mixed not less than 70 nor more than 100 revolutions of the drum, at the rate of rotation designated by the manufacturer of the equipment as mixing speed. If the batch is at least 1/2 cubic yard less than the rated capacity, in the absence of uniformity test data, the number of revolutions at mixing speed may be reduced to no less than 50, Additional mixing shall be performed at the speed designated by the manufacturer of the equipment as agitating speed. When necessary for proper control of the concrete, mixing of transit -mixed concrete shall not be permitted until the truck mixer is at the Site of the concrete placement. Truck mixers shall be equipped with accurate revolution counters. E. Paving mixers may be either single compartment drum or multiple compartment drum type. A sled or box of suitable size shall be attached to the mixer under the bucket to catch any concrete spillage that may occur when the mixer is discharging concrete into the bucket. Multiple compartment drum paving mixers shall be properly synchronized. The mixing time shall be determined by time required to transfer the concrete between compartments of the drum. F. Vehicles used in transporting materials from the batching plant to the paving mixers shall have bodies or compartments of adequate capacity to carry the materials and to deliver each batch, separated and intact, to the mixer. Cement shall be transported from the hatching plant to the mixers in separate compartments which are equipped with windproof and rain proof covers. PART 3 - EXECUTION 3.1 PREPARATION A. Notify the Owner's representative upon completion of various portions of the work required for placing concrete, so that inspection may be made as early as possible. Keep the Owner's representative informed of the anticipated concrete placing schedules. B. All items, including lines and grades, forms, waterstops, reinforcing, inserts, piping, electrical, plumbing and the Contractor's concreting materials and equipment shall be in compliance with the Contract Documents before proceeding. C. Do not place any concrete until formwork and the placing reinforcement in that unit is complete. Place no concrete before the completion of all adjacent operations which might prove detrimental to the concrete. D. Brilliantly light the Site so that all operations are plainly visible when concrete mixing, placing, and finishing, continues after daylight. Whenever possible, concrete finishing shall be completed in daylight hours. E. When placing concrete, the forms shall be clean and entirely free from all chips, dirt, sawdust and other extraneous matter. Forms for slab, beam and girder construction shall not have tie wire cuttings, nails, or any other matter which would mar the appearance of the finished construction. Clean forms and keep them free of any foreign matter during concrete placing. F. The concrete shall be mixed in quantities required for immediate use. Any concrete which is not in place within the time limits specified shall not be used. Concrete shall not be re -tempered. G. Concrete shall not be placed if impending weather conditions would impair the quality of the finished Work. H. Unless otherwise provided, the following requirements shall govern the time sequence on which construction operations shall be carried. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 03 30 00 - 14 CAST -IN -PLACE CONCRETE Page 14 of 31 1. Forms for walls or columns shall not be erected on concrete footings until the concrete in the footing has cured for at least 2 curing days. Concrete may be placed in a wall or column as soon as the forms and reinforcing steel placements are approved. 2. Steel beams or forms and falsework for superstructures shall not be erected on concrete substructures until the substructure concrete has cured for at least 4 curing days. Falsework required for superstructures shall not be erected until the substructure has cured for 4 curing days, and shall not be removed until the superstructure has cured. 3.2 EMBEDDED ITEMS A. Where aluminum anchors, aluminum shapes, or aluminum electrical conduits are embedded in concrete, paint aluminum contact surfaces with zinc rich primer. Allow the paint to thoroughly dry before placing the aluminum in contact with the concrete. 3.3 VAPOR RETARDERS A. Place, protect, and repair vapor -retarder sheets according to ASTM E1643 and manufacturer's written instructions. B. Granular fill below the vapor retarder shall be smoothed and free of protrusions that might damage or rupture the polyethylene film. Completely cover porous fill with film. Lap film not less than six inches at all joints, with the top placed in the direction of concrete spreading. Use pressure -sensitive tape at all laps of vapor barrier. Lap reinforcement directly over film before placing concrete, taking precautions to prevent film punctures. Carefully cut film around pipes and wiring outlets, and then apply pressure sensitive tape around these protrusions to insure maximum barrier effectiveness. 3.4 BELOW SLAB WATERPROOFING A. Install as recommended by the manufacturer for a complete, waterproof system between bottom of slab and the mud slab. 3.5 JOINTS A. Expansion Joints and Devices: 1. Workmanship: Exercise careful workmanship in joint construction to separate the concrete sections by an open joint or by the joint materials, and make the joints true to the outline indicated. 2. Expansion Joints: Construct expansion joints and devices to provide expansion and contraction. Construct joints which are to be left open or filled with poured joint material with forms which are adaptable for loosening or early removal. In order to avoid jamming by the expansion action of the concrete and the consequent likelihood of injuring adjacent concrete, remove or loosen these forms as soon as possible after the concrete has initially set. Make provisions for loosening the forms to permit free concrete expansion without requiring full removal. 3. Armored Joints: Carefully construct armored joints to avoid defective anchorage of the steel and porous or honeycombed concrete adjacent to same. Anchor pre -molded materials to the concrete on one side of the joint with approved adhesive. Anchor so that the material does not fall out of the joint. B. Construction Joints: Construction joints are formed by placing plastic concrete in direct contact with concrete which has attained its initial set. When concrete is specified as monolithic, the term shall be interpreted as the manner and sequence of concrete placement so that construction joints do not occur. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 03 30 00 - 15 CAST -IN -PLACE CONCRETE Page 15 of 31 2. Additional horizontal and vertical construction joints, when submitted and approved by the Engineer, may have an impact on reinforcing details. Revise reinforcing details to reflect additional joints. 3. Unless otherwise provided, construction joints shall be square and normal to the forms. Provide bulkheads in the forms for all joints except horizontal joints. 4. At the proper time, clean horizontal construction joints for receiving the succeeding lift using air water cutting. The surface shall be exposed sound, clean aggregate. The air pressure supply to the jet shall be approximately 100 lb. per square inch, and the water pressure sufficient to bring the water into effective influence of the air pressure. After cutting, wash the surface until there is no trace of cloudiness in the wash water. 5. In areas where air water cutting cannot be satisfactorily accomplished, or in areas where it is undesirable to disturb the surface of the concrete before it has hardened, prepare the surface for receiving the next lift by wet sand blasting to immediately remove all laitance and unsound concrete prior to placing of the next lift. Thoroughly wash the surface of the concrete after sand blasting to remove all loose material. 6. Provide construction joints with concrete keyways, reinforcing steel dowels, and waterstops. The method of forming keys in keyed joints shall permit the easy removal of forms without chipping, breaking, or damaging the concrete. C. Existing Hardened Concrete: Where new concrete or grout is to be placed in contact with existing; hardened concrete, texture the existing surface by chipping or other means so that an irregular surface having a height variance of not less than 1/4 inch is created. The existing concrete shall then be coated with a bonding agent and new concrete or grout placed. 3.6 WATERSTOPS A. PVC Waterstops: Install in construction joints as indicated to form a continuous diaphragm. Install in longest lengths practicable. Support and protect exposed watcrstops during progress of Work. 1. At formed surfaces, a split form shall be used. The split form shall have a tight fit which prevents misalignment and concrete leakage. 2. The embedded flange of the waterstop must be secured prior to concrete placement. The flange shall be secured at 12 inches on -center by factory installed hog rings or grommets at the outermost rib. Never place nails or screws through the body of the waterstop. 3. All fittings and changes in direction shall be factory fabricated. Only straight butt splices shall be made in the field. Field splices shall be according to the manufacturer's written instructions and as follows: a. Cut adjoining ends square to form matching edges. b. Uniformly melt the ends at 380 F using a thermostatically controlled, Teflon coated splicing iron. c. When a 1/8-inch diameter melt bead develops on each waterstop end, remove the splicing iron and firmly press the two ends together in proper alignment. Hold until the material has fused and cooled. Allow the splice to cool naturally; do not quench. 3.7 CONCRETE PLACEMENT A. Mass Concrete: FREESE AND NICHOLS, INC. Lake Arlington Lill Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 033000-16 CAST -IN -PLACE CONCRETE Page 16 of 31 1. Temperature and temperature difference within concrete shall be monitored and controlled from the time the concrete is placed until time internal temperature has cooled from its maximum so the difference between average daily ambient and internal temperatures at the time of protection removal is less than specified temperature difference limit between the center and surface concrete. a. The maximum temperature in concrete after placement shall not exceed 158 degrees F. Concrete that does not meet this requirement is subject to removal and replacement at Owner's discretion. b. The maximum temperature difference between the center and surface of placement shall not exceed 35 degrees F. c. Flat panels shall be wall or slab placements where the minimum dimension is no more than 1/10 the maximum dimension. For adjacent placements of flat panels, placement need not be delayed more than 3 days before placement of next panel if the following criteria are met: 1) The common side of the next placement is the minimum dimension of the panel. 2) if the preparation for the adjacent placement requires exposing the placement, a surface temperature sensor located on that side must be provided and monitored. This sensor cannot serve as the surface temperature sensor for the first placement after the second placement has been made. 3) Comply with temperature limits previously specified. 2. Temperatures shall be monitored using temperature sensors within the concrete. a. Provide two sensors (one primary and one spare) at the center and two sensors (one primary and one spare) at the edge of the mass concrete placement and an additional sensor for monitoring ambient on -site temperature. b. Coordinate sensor location with thermal control plan and the Owner's Representative. 3. Provide all means necessary to control concrete temperature to meet specified limits. B. Cold Weather: 1. if air temperature has fallen to or is expected to fall below 40 F during a period of 3 days after concrete placement, then cold weather concreting shall be performed in accordance with ACI 306.1. 2. In cases where the temperature drops below 40 F after the concreting operations have been started, sufficient canvas and framework or other type of housing shall be furnished to enclose and protect the structure, in accordance with the requirements of ACI 306R. Sufficient heating apparatus to provide heat shall be supplied, and heating source and protection from combustion gas shall be in accordance with ACI 306.1. The concrete shall be protected when placed under all weather conditions. Should concrete placed under such conditions prove unsatisfactory, remove and replace the concrete at no cost to the Owner. 3. When the air temperature is above 30 F: a. The minimum concrete temperature at the time of mixing shall be 60 F unless other requirements of ACI 306.1 are met, which may allow for a lower mix temperature. b. The minimum concrete temperature at the time of placement and during the protection period shall be 55 F unless other requirements of ACI 306.1 are met, which may allow for a lower temperature. 4. The means used to heat a concrete mix shall be in accordance with ACI 306.1. 5. Salts, chemicals, or other foreign materials shall not be mixed with the concrete to preventing freezing. Calcium chloride is not permitted. C. Hot Weather: FREESE AND NICHOLS, INC. Lake Arlington Lilt Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 033000-17 CAST-M-PLACE CONCRETE Page 17 of 31 1. Hot weather is defined as any combination of high air temperature, low relative humidity, and wind velocity that impairs the quality of the concrete. Hot weather concreting shall be in accordance with ACI 305.1. Concrete shall be placed in the forms without the addition of any more water than that required by the design (slump). No excess water shall be added on the concrete surface for finishing. Control of initial set of the concrete and extending the time for finishing operations may be accomplished with the use of approved water reducing and set retarding admixture, as specified. 2. Maximum time intervals between the addition of mixing water and/or cement to the batch, and the placing of concrete in the forms shall not exceed the following (excluding HRWR admixture use): Maximum time From CancIele'£e��peraturi Wmer Batch to Plaeemeul Non -Agitated Concrete Up to 80 F 30 Minutes Over 80 F 15 Minutes Agitated Concrete Up to 75 F 90 Minutes 75 F to 89 F 60 Minutes a. The use of an approved set -retarding admixture will permit the extension of the above time maximums by 30 minutes, for agitated concrete only. b. The use of an approved high range water reducing (HRWR) or hydration -controlling admixture will allow placement time extensions as determined by the manufacturer. 3. The maximum temperature of fresh concrete at time of discharge shall not exceed 95 F. The temperatures of the mixing water shall be reduced by the use of chilled water or ice. 4. The maximum temperature of fresh concrete with high range water reducing admixture shall not exceed 100 F at time of discharge. 5. Under extreme heat, wind, or humidity conditions, concreting operations may be suspended if the quality of the concrete being placed is not acceptable. D. Handling and Transporting: 1. Delivery tickets shall be required for each batch and shall be in accordance with ASTM C94. Each delivery ticket must show plainly the amount of water, in gallons that can be added to the mixer truck at the Site without exceeding the maximum water cement ratio approved for that mix design. Amount of water added must be in proportion to contents of truck. 2. Arrange and use chutes, troughs, or pipes as aids in placing concrete so that the ingredients of the concrete are not segregated. They shall be steel or steel lined. When steep slopes are necessary, equip the chutes with baffles or make in short lengths that reverse the direction of movement. Extend open troughs and chutes, if necessary, inside the forms or through holes left in the forms. Terminate the ends of these chutes in vertical downspouts. 3. Keep chutes, troughs, and pipes clean and free from coatings of hardened concrete by thoroughly flushing with water before and after placement. Discharge water used for flushing away from the concrete in place. 4. Concrete pumping is permitted and shall comply with ACI 304.2R. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Nwnber: 100995 Revised March 24, 2020 03 30 00 - 18 CAST-M-PLACE CONCRETE Page 18 of 31 5. Carting or wheeling concrete batches on completed concrete floor slab shall not be permitted until the slab has aged at least 4 curing days. Unless pneumatic tired carts are used, wheel the carts on timber planking so that the loads and impact are distributed over the slab. Curing operations shall not be interrupted for the purpose of wheeling concrete over finished slabs. E. Depositing: 1. The method and manner of placing shall prevent segregation or separation of the aggregate or the displacement of the reinforcement. Use drop chutes of rubber or metal when necessary. Prevent the spattering of forms or reinforcement bars if the spattered concrete dries or hardens before it is incorporated into the mass. 2. Fill each part of the forms by directly depositing concrete as near its final position as possible. Work the coarse aggregate back from the face and force the concrete under and around the reinforcement bars without displacing them. Depositing large quantities at one point in the forms, then running or working it along the forms shall not be permitted. 3. After the concrete has taken initial set, the forms shall not be jarred. No force or load shall be placed upon projecting reinforcement. 4. Deposit the concrete through vertical drop chutes of rubber or metal of satisfactory size when operations involve placing concrete from above, such as directly into an excavated area, or through the completed forms, particularly in walls, piers, columns, and similar structures. Drop chutes shall be made in sections or provided in several lengths so that the outlet may be adjusted to proper heights during placing. 5. Except for drilled shafts, concrete shall not be dropped free more than 10 feet when HRWR admixture is used or 5 feet without HRWR. Place in continuous horizontal layers with a depth of from I to 3 feet, depending upon the wall thickness. Each layer shall be soft when a new layer is placed upon it. No more than 1 hour shall elapse between the placing of successive concrete layers in any portion of the structures included in continuous placement. b. Place required sections in one continuous operation to avoid additional construction joints. 7. If excessive bleeding causes water to form on the surface of the concrete in tall forms, make the mix dryer to reduce the bleeding. In tall walls, place the concrete to a point about 1 foot below the top of the wall and allow to settle for 1 to 2 hours. Resume and complete concreting before set occurs. 8. For slopes greater than two percent, start concrete placement at low end and proceed upslope. F. Consolidating: 1. Compact each layer of concrete and flush the mortar to the surface of the forms by continuous -working mechanical vibrators. Vibrators which operate by attachment to forms shall not be used. Apply the vibrator to the concrete immediately after deposit. Move vibrator throughout the layer of the newly placed concrete, several inches into the plastic layer below. Thoroughly work the concrete around the reinforcement, embedded fixtures and into the corners and angles of the forms until it is well -compacted. 2. Mechanical vibrators shall not be operated so that they penetrate or disturb previously placed layers which are partially set or hardened. They shall not be used to aid the flow of concrete laterally. The vibration shall be of sufficient duration to completely compact and embed reinforcement and fixtures, but not to an extent causing segregation. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 99111tlravi CAST-M-PLACE CONCRETE Page 19 of 31 Keep vibrators constantly moving in the concrete and apply vertically at points uniformly spaced, not farther apart than the radius over which the vibrator is visibly effective. The vibrator shall not be held in one location longer than required to produce a liquified appearance on the surface. 4. When submerged in concrete, internal vibrators shall maintain a frequency of not less than 6000 impulses per minute for spuds with diameters greater than 5 inches and 10,000 impulses for smaller spuds. The vibration intensity (amplitude) shall be sufficient to produce satisfactory consolidation. 5. Provide one vibrator (powered pneumatically or electrically) for each 10 cubic yards of concrete per hour being placed. Provide at least one vibrator, which may be of the gasoline powered type, as a standby for each two vibrators in service. To produce satisfactory consolidation, and based upon the observed performance, the Owner's representative may require the use of a Iarger sized and powered vibrator. 6. Check vibrators intended for regular service or standby service before beginning concreting operations. G. Placement in Water: 1. Deposit concrete in water only when dry conditions cannot be obtained. The forms, cofferdams, or caissons shall be sufficiently tight to prevent any water flowing through the space where concrete is to be deposited. Pumping of water shall not be permitted while the concrete is being placed, nor until it has set for at least 36 hours. 2. Carefully place the concrete compact mass using a tremie, closed bottom dumping bucket, or another approved method which does not permit the concrete to fall through the water without protection. The concrete shall not be disturbed after being deposited. Regulate depositing to maintain horizontal surfaces. 3. When a tremie is used, it shall consist of a tube constructed in sections having water -tight connections. The means of supporting the tremic shall permit the movement of the discharge end over the entire top surface of the work, and shall allow the tremie to be rapidly lowered to retard the flow. The number of times it is necessary to shift the location of the tremie shall be held to a minimum for any continuous placement of concrete. During the placing of concrete, keep the tremie tube full to the bottom of the hopper. When a batch is dumped into the hopper, slightly raise the tremie, but not out of the concrete at the bottom, until the batch discharges to the level of the bottom of the hopper. Stop the flow by lowering the tremie. Continue placing operations until the work is completed. 4. When concrete is placed by means of the bottom dump bucket, the bucket shall have a capacity of not less than 1/2 cubic yard. Lower the bucket gradually and carefully until it rests upon the concrete already placed. Raise it very slowly during the discharge travel to maintain still water at the point of discharge and to avoid agitating the mixture. 5. Use a sump or other approved method to channel displaced fluid and concrete away from the shaft excavation. Recover slurry and dispose of it as approved. Do not discharge displaced fluids into or in close proximity to streams or other bodies of water. H. Placement in Slabs: 1. Allow concrete in columns, walls and deep beams or girders to stand for at least 1 hour to permit full settlement from consolidation, before concrete is placed for slabs they are to support. Haunches are considered as part of the slab and shall be placed integrally with them. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 03 30 00 - 20 CAST -IN -PLACE CONCRETE Page 20 of 31 2. When monolithic slabs are placed in strips, the widths of the strips, unless otherwise specified or indicated, shall insure that concrete in any one strip is not allowed to lie in place for more than 1 hour before the adjacent strips are placed. 3. Immediately before placing concrete, thoroughly dampen the earthen cushion to receive concrete to prevent moisture absorption from the concrete. 4. As soon as concrete placing is complete for a slab section of sufficient width to permit finishing operations, level the concrete, strike off, tamp and screed. The screed shall be of a design adaptable to the use intended, shall have provision for vertical adjustment and shall be sufficiently rigid to hold true to shape during use. 5. The initial strike off shall leave the concrete surface at an elevation slightly above grade so that, when consolidation and finishing operations are completed, the surface of the slab is at grade elevation. 6. Continue tamping and screeding operations until the concrete is properly consolidated and free of surface voids. Bring the surface to a smooth, true alignment using longitudinal screeding, floating, belting, and/or other methods. 7. When used, templates shall be of a design which permits early removal so satisfactory finishing at and adjacent to the template is achieved. 8. While the concrete is still plastic, straightedge the surface using a standard 10-foot metal straightedge. Lap each straightedge pass one-half of the preceding pass. Remove high spots and fill depressions with fresh concrete and re -float. Continue to check with a straightedge during the final finishing operation, until the surface is true to grade and free of depressions, high spots, voids, or rough spots. 9. Check the final surface with a straightedge. Ordinates measured from the face of the straightedge to the surface of the slab shall not exceed 1/16 inch per foot from the nearest point of contact. The maximum ordinate shall be 1/8 inch per 10 feet. 10. Unless noted otherwise, where floor drains or hub drains are shown in slabs of buildings, vaults, or treatment basin units and sloping the slab is not indicated, slope slab to drain on a grade of 1/16 inch per foot with a maximum total slope of 1-1/4 inches. The thickness of slab at floor or hub drain shall be the thickness of slab, as indicated on the Drawings. 1. Placement in Foundations: Place concrete in deep foundations so that segregation of the aggregates or displacement of the reinforcement is avoided. Provide suitable chutes or vertical pipes. When footings can be placed in dry foundation pits without the use of cofferdams or caissons, forms may be omitted and the entire excavation filled with concrete to the elevation of the top of footing. The placing of concrete bases above seal courses is permitted after the forms are free from water and the seal course cleaned. Execute necessary pumping or bailing during concreting from a suitable sump located outside the forms. 3.8 FINISHING FORMED SURFACES A. Forms for walls, columns, and sides of beams and girders shall be removed as specified in Section 03 11 00 "Concrete Forming." Patch, repair, finish, and clean concrete after form removal. Finish concrete within 7 days of form removal. Cure concrete as finishing progresses. B. Air voids, for all types of finishes, are defects and shall be removed by rubbing or patching. C. Finish Schedule: FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 033000-21 CAST -IN -PLACE CONCRETE Page 21 of 31 Type of finish Loeatiuel Surfaces which are not visible from the inside or No Finish outside of the completed structure or more than 12" below finish grade (i.e. back of retaining walls below embankment, etc. Smooth Finish Surfaces exposed to view and areas below to a point 12" below grade D. No Finish: After forms are removed, repair or patch -tie holes and defects. Otherwise, no additional finish is required. E. Smooth Finish: Unless otherwise shown on the schedule above, provide smooth form finish for concrete surfaces to be exposed to view. Surfaces to receive a rubbed finish shall have a smooth form finish. The form facing material shall produce a smooth, hard, uniform texture on the concrete. The arrangement of the facing material shall be orderly and symmetrical with a minimum number of seams. Patch tie holes and defects and remove fins flush with the adjacent surface. 3.9 FINISHING FLOORS AND SLABS A. General: Comply with recommendations in ACI 302.1R for screeding, restraightening, and finishing operations for concrete surfaces. Do not wet concrete surfaces. B. Finish slabs, platforms, and steps monolithically and apply as indicated on the Drawings and the followina schedule of finishes: Type of Finish 1,0calion Float Finish Exterior tops of slabs not receiving a broom finish Trowel Finish Interior slab surfaces exposed to view. Broom Finish Exterior concrete platforms, steps, and ramps. 1. Float Finish: Finish surfaces using a float to a true, even plane with no coarse aggregate visible. In the initial floating, while the concrete is plastic, use sufficient pressure on the float to bring excess moisture to the surface for removal. Apply a final "light float" finish to the surface as the concrete hardens. The surface shall have a uniform granular texture and shall meet the straightness requirements. 2. Trowel Finish: a. After applying float finish, apply first trowel finish and consolidate concrete by hand or power -driven trowel. Continue troweling passes and re -straighten until surface is free of trowel marks and uniform in texture and appearance. Grind smooth any surface defects that would telegraph through applied coatings or floor coverings. b. Finish and measure surface so gap at any point between concrete surface and an unleveled freestanding 10-foot long straightedge, resting on two high spots and placed anywhere on the surface, does not exceed the following: 1) 3/16 inch. 3. Broom Finish: Immediately after float finishing, slightly roughen trafficked surface by brooming with fiber -bristle broom perpendicular to main traffic route. Coordinate required final finish with Architect before application. C. Give sidewalks a brush finish, unless noted otherwise. Score sidewalks at a spacing equal to the width of the walk and edge on each side using a tool with a radius of approximately 1/4 inch. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 03 30 00 - 22 CAST -IN -PLACE CONCRETE Page 22 of 31 D. Finishing in Hot, Dry Weather: During periods of high temperature and/or low humidity, take extreme care in finishing the slabs to eliminate initial shrinkage cracks. Following the initial set of concrete, but while the concrete is still "green" continue to finish as required to remove shrinkage cracks which may occur. In hot, dry weather, keep a cement finisher on the job following normal finishing operations for a sufficient length of time to insure the removal of initial shrinkage cracks. 3.10 MISCELLANEOUS CONCRETE ITEMS A. Normal Shrinkage Grouting: 1. Prior to grout application, thoroughly clean the surface of all foreign matter and wet down. Thoroughly clean the foundation and the forms set in place and securely anchor, with holes or cracks in forms caulked with rags, cotton waste or dry sand mixture to prevent the loss of grout. The necessary materials and tools shall be on hand before starting grouting operations. Concrete shall be damp when the grout is poured, but shall not have excess water to dilute the grout. 2. After wetting and just prior to grouting, sprinkle the surface lightly with cement to improve the bond between the grout and the surface. 3. After mixing, quickly and continuously place the grout to avoid overworking, segregation and breaking down of the initial set. Mix and place the grout according to the manufacturer's recommendations. Cure grout using wet curing method for concrete. Grout shall receive a steel trowel finish. B. Non -Shrink Grout: 1. Obtain field technical assistance from the Grout manufacturer, as required, to insure that grout mixing and installation comply with the manufacturer's recommendations and procedures. 2. Saturate the foundation for non -shrink grouts 24 hours before installation and clear of excess water. Free baseplates or bedplates of oil, grease, laitance and other foreign substances. 3. Place grout according to the manufacturer's directions so that spaces and cavities below the top of the baseplates and bedplates are completely filled. Provide forms where structural components of the baseplates or bedplates do not confine the grout. Where necessary and acceptable under the manufacturer's procedures, a round head pencil vibrator, 3/4-inch maximum diameter may be used to consolidate the grout. 4. Steel trowel finish the non -shrink grout where the edge of the grout is exposed to view and after the grout has reached its initial set. Cut off the exposed edges of the grout at a 45- degree angle to the baseplate, bedplate, member, or piece of equipment. 5. Wet curing should occur for at least 3 days, unless specified by manufacturer, with wet rags, wet burlap or polyethylene sheets. Keep cloths constantly wet for the curing cycle. 6. Clean and dry the foundation, baseplate or other surface of epoxy grouts prior to installation. Dry curing is acceptable for epoxy grouts. 7. Use epoxy non -shrink grout under all machinery, pumps, equipment, and where chemicals are present that would abate cementitious non -shrink grouts. 8. Mix, install, cure, and finish epoxy grouts according to the manufacturer's recommendations. Install grout in recommended lifts to prevent excess heat. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL. CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 033000-23 CAST -IN -PLACE CONCRETE Page 23 of 31 3.11 CONCRETE PROTECTION AND CURING A. General: Give careful attention to proper concrete curing. The curing methods shall be wet curing, sheet materials conforming to ASTM C171, or membrane curing compound conforming to ASTM C309. Membrane curing is not permitted on surfaces to be rubbed or on surfaces to which additional concrete, plaster mix mortar, or terrazzo is to be applied. Unless the curing method is specified otherwise, select the appropriate curing method. B. Length of Curing Period: 1. A "curing day" shall be any day on which the atmospheric temperature taken in the shade, or the air temperature adjacent to the concrete, remains above 50 F for at least 18 hours. 2. Cure concrete for a period of 7 consecutive days. In cold weather, when curing may be retarded, extend this period to 7 "curing days", up to a limit of 14 consecutive days. C. Wet Curing: Immediately following the finishing operations, cover concrete slabs, including roof slabs, with wet cotton mats or with a temporary covering of canvas or burlap. Keep thoroughly wet for a period of 4 curing days after the concrete is placed. The covering shall be held in direct contact with the concrete. A temporary covering shall be required when the size of slab, size of mats, or other factors dictate that the mats cannot be placed immediately after the finishing operations without marring the finishing of the slab. 2. Water used for curing shall be free from injurious amounts of oil, acid, alkali, salt, or other deleterious substances. 3. Canvas or burlap covering material shall weigh not less than 12 ounces per square yard. Place the sections with a lap at the edges of at least 8 inches. Saturate cover material with water previous to placing. Keep saturated as long as it remains in place. Use care in the placing of the cover material to prevent marring the concrete surface. 4. When temporary coverings are used, keep them in place only until the slab has sufficiently hardened so that a cotton mat covering can be substituted without marring or disturbing the slab finish. Thoroughly saturate cotton mats before placing and keep the mats on the slab in a saturated condition for a period of at least 4 curing days. D. Sheet Curing: Sheet materials shall conform to ASTM C171. They shall be in contact with the entire concrete surface and applied according to the manufacturer's recommendations. Patch all holes. Where pedestrian traffic is unavoidable, provide suitable walkways to protect the sheet material. E. Membrane Curing: 1. Membrane curing shall not be used on surfaces which receive paint, floor hardener, or plaster mix finish or other finish which would be hindered by the use of the curing compound. 2. Cover the surface of the concrete with a continuous, uniform, water -impermeable coating, conforming to ASTM C309 "Liquid Membrane Forming Compounds for Curing Concrete" and apply according to ACI 308.1. 3. Immediately after the removal of the side and end forms, apply a coating to the sides and ends of all concrete. Apply the solution under pressure with a spray nozzle so that the entire exposed surface is completely covered with a uniform film. The rate of application shall insure complete coverage, but the area covered shall not exceed 150 square feet per gallon of curing compound. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project NUmber: 100995 Revised March 24, 2020 033000-24 CAST -IN -PLACE CONCRETE Page 24 of 31 4. The coating shall be sufficiently transparent and free of permanent color to not result in a pronounced color change from that of the natural concrete at the conclusion of the curing period. The coating shall, however, contain a dye of color strength to render the film distinctively visible on the concrete for a period of at least 4 hours after application. 5. After application and under normal conditions, the curing compound shall be dry to touch within 1 hour and shall dry thoroughly and completely within 4 hours. When thoroughly dry, it shall provide a continuous flexible membrane free from cracks or pinholes and shall not disintegrate, check, peel, or crack during the required curing period. 6. If the seal is broken during the curing period, immediately repair it with additional sealing solution. 3.12 CONCRETE SURFACE REPAIRS A. After the tie rods are broken back or removed, thoroughly clean the holes to remove grease and loose particles. Patch holes with structural concrete repair material. After the holes are completely filled, strike off flush excess mortar and finish the surface to render the filled hole inconspicuous. B. If the surface of the concrete is bulged, uneven, or shows honeycombing or form marks, which in the Engineer's opinion cannot be repaired satisfactorily, remove and replace the entire section. C. Patch honeycomb and minor defects in all concrete surfaces with structural concrete repair material. Cut back each defective area with a pneumatic chipping tool as deep as the defect extends, but in no case less than 1/2 inch. Prepare the existing concrete according to the recommendations of patching material manufacturer's. Apply repair material according to the manufacturer's recommendations. Finish the surface of the patches to match finish on surrounding concrete. 3.13 FIELD QUALITY CONTROL A. Testing: 1. General: a. Tests shall be required throughout the Work to monitor the quality of concrete. Samples shall be taken in accordance with ASTM C172. b. The Engineer may waive these requirements on concrete placements of ten cubic yards or less. However, evidence shall be furnished showing a design mix which meets the Specifications. c. Unless noted otherwise, testing of the materials, ready mix, transit mix, or central plant concrete will be by an independent testing agency. The independent testing agency will be approved by the Owner and paid by the Contractor. A summary of all tests performed will be available. No concrete shall be placed without a representative present at either the plant or at the Site. d. Unless the Owner's laboratory is on the Site, provide housing for the curing and storage of test specimens and equipment. 2. Slump Test: Slump tests, in accordance with ASTM C143, shall be used to indicate the workability and consistency of the concrete mix from batch to batch. Generally, a slump test shall be made at the start of operations each day, at regular intervals throughout a working day, and at any time when the appearance of the concrete suggests a change in uniformity. 3. Air Content Test: Tests for the concrete's air content shall be made in accordance with ASTM C231 or ASTM C173, at the point of delivery of concrete, prior to placing in forms. The test shall be made frequently to monitor a proper air content uniform from batch to batch. FREESE AND NICHOLS, INC. Lake Arlington Litt Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 03 30 00 - 25 CAST-W-PLACE CONCRETE Page 25 of 31 4. Temperature Test: Test for the concrete's temperature in accordance with ASTM C1064 and as follows: the temperature of the concrete to be placed shall be taken with a thermometer immediately before placement, with the point of measurement being in the chute or bucket. Temperature test shall be performed for each truck. Record temperatures on batch ticket. 5. Compression Test: a. Compression test specimens shall be 6-by-12-inch concrete cylinders made and cured in accordance with ASTM C31. If the maximum aggregate size is no larger than 1 inch, 4- by-8-inch concrete cylinders are acceptable. No fewer than two 6-by-12-inch or three 4- by-8-inch specimens shall be made for each test Sample. Samples shall be taken at a minimum of every 50 cubic yards of concrete for each class placed. At least one set of test specimens per day shall be made for each class of concrete used that day. Specimens shall be cured under laboratory conditions specified in ASTM C31. Additional concrete cylinders may be required for curing on the job under actual job curing conditions. These Samples could be required when: 1) There is a -possibility of the air temperature surrounding the concrete falling below 40 F, or rising above 90 F. 2) The curing procedure may need to be improved and/or lengthened. 3) It is necessary to determine when the structure may be put into service. b. Compression strength tests shall be made on the laboratory -cured and job -cured concrete cylinders at 7 and 28 days, in accordance with ASTM C39. The value of each test result shall be the average compressive strength of all of the cylinders in the test Sample. All cylinders within a test Sample shall be taken at the same time from the same batch of concrete. For the 28-day cylinders, the strength level shall be satisfactory if the averages of all sets of three consecutive strength test results exceed the required design compressive strength, and no individual strength test result falls below the required compressive strength by more than 500 psi. 6. High Early Strength Concrete Test: When Type "III" High Early Strength Portland cement is used instead of Type "I" Portland cement, the minimum allowable 28-day strength for Type "I" Portland cement concrete shall be at 7 days. The ages at time of test for Type "III" shall be 3 days and 7 days, instead of 7 days and 28 days, respectively, for Type "U' a. Failure to Meet Requirements: 1) Should the 7-day strengths shown by the test specimens fall below the required values, additional curing shall be performed on those portions of the structures represented by the test specimens at the Contractor's expense. Test cores shall be obtained and tested in accordance with ASTM Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete, Designation C 42. If additional curing does not give the strength required, the Owner reserves the right to require strengthening, replacement of those substandard portions of the structure, or additional testing, at the Contractor's expense. 2) Upon receipt of the Contractor's written request, substandard concrete work may be reexamined in place by nondestructive testing methods or core Samples, in accordance with ACI 301. The services of an independent testing Iaboratory shall be retained and all expenses paid without compensation from the Owner. Laboratory results shall be evaluated by the Engineer, who shall make the final decision on acceptability of the concrete in question.. Core Sample holes shall be repaired. 7. Water Leakage Tests for All Water -Holding Structures: FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 03 30 00 - 26 CAST -IN -PLACE CONCRETE Page 26 of 31 a. All water -holding structures shall be subjected to leakage tests after the concrete has been cured and obtained its design strength, and before backfill, brick facing, or other work which will cover the concrete surfaces of the walls is begun. Water leakage tests shall be conducted by the CONTRACTOR as follows: 1) All water -holding structures shall be filled with water to the maximum liquid level shown on the Drawings prior to leak testing at a rate less than 4 ft/hr. After these structures have been kept full for 3-days, it will be assumed for the purpose of the test that the absorption of moisture by the concrete in the basin is complete. All valves and gates to the structure shall then be closed and the change in water surface measured over a 48-hour period. The vertical distance to the water surface shall be measured to within 1/16-inch from a fixed point on the containment structure above the water surface. Measurements shall be recorded at 24-hour intervals. 2) During the test period, all exposed portions of the structure shall be examined for dampness or leaks and all visible leaks or damp spots shall be marked; such leaks or damp spots shall be later patched or corrected in a manner acceptable to the ENGINEER prior to additional leakage testing. If the drop in water surface in the 48- hour period exceeds 0.05% of the normal volume of liquid contained in the water - holding structure, after accounting for evaporation, precipitation and temperature in open basins, or if damp spots or any seepage is present on the walls or other areas exposed to view where moisture can be picked up on a dry hand, the leakage shall be considered excessive and the leakage test will be considered to have failed. A floating, restrained, partially filled, calibrated, open container for evaporation and precipitation measurement should be positioned in open containment structures, and the water level in the container recorded. Determination of evaporation by a shallow pan -type measuring device is discouraged as the heating of the bottom of a shallow pan can cause accelerated evaporation of water when compared with that taking place from a deep containment structure. a) Wet areas on top of wall footings shall not be considered cause of a qualitative failure of the leakage test unless the water can be observed to be flowing. 3) If the leakage is excessive, and if damp spots and observed seepage is present on exposed surfaces, the water -holding structure shall be drained, all leaks and damp spots previously marked shall be patched, and the necessary repairs made, and the basin shall be retested. The CONTRACTOR's method of repair shall be subject to the requirements of these specifications and submitted for review and approval by the ENGINEER. 4) The water -holding structure shall then be refilled and again tested for leakage and this testing and repair process shall be repeated as many times as necessary until the leakage test passes. This process shall be continued until the drop in water surface in specified test period with the basin full is less than the quantity specified above and all damp spots and seepage disappears when the structures are full of water. All repairs of faulty workmanship and materials, and additional tests, shall be made by the CONTRACTOR in an acceptable manner, at no additional cost to the OWNER. Both the correction for excessive leakage and the removal of the damp or wet spots on exposed surfaces shall be required to pass the leakage test. 5) The purpose of this test is to determine the integrity of the finished concrete and to show that the exposed wall surfaces are visually acceptable. Therefore, all other equipment, e.g., stop gates, sluice gates, etc. or temporary bulkheads, should be made watertight prior to the test. 6) As an alternative to having watertight bulkheads, gates or valves, the CONTRACTOR shall accurately measure the leakage through gates, valves, and bulkheads with methods acceptable to the ENGINEER. FREESE AND NICHOLS, INC. Take Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 03 30 00 - 27 CAST -IN -PLACE CONCRETE Page 27 of 31 7) An assumed leakage through gates and valves based on the manufacturer's recommendations is not acceptable. B. The Owner may withhold payment for any section of concrete which does not meet the requirements of the Specifications. Withheld payment shall be based upon the unit prices established for concrete and reinforcing steel. Payment shall be withheld until the unacceptable concrete has been refinished, removed and replaced or otherwise brought into conformance with the Specifications. C. PVC Waterstops: Waterstops shall be observed by the Owner's representative prior to concrete placement. Unacceptable splicing defects include: 1. Misalignment of center bulb, ribs, and end bulbs greater than 1/16 inch. 2. Bond failure at joint deeper than 1/16 inch. 3. Misalignment which reduces waterstop cross-section more than 15 percent. 4. Bubble or visible porosity in the weld. 5. Visible signs of splice separation when a cooled splice is bent by band at a sharp angle. 6. Charred or burnt material. END OF SECTION FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 Concrete Mix Desien Project Name: 03 30 00 - 28 CAST -IN -PLACE CONCRETE Page 28 of 31 FNI Project Number: Project Location: Owner: General Contractor: Mix Number / Class: A. Mix Design: Cement - Ib/yd3 Fly Ash = Ib/yd3 Other Cementitious Material: = Ib/yd3 Fine Aggregate = Ib/yd3 Course Aggregate = Ib/yd3 Water = Ib/yd3 Water Reducing Admixture = oz/yd3 High Range Water Reducer = oz/yd3 Air Entraining Admixture = oz/yd3 Other Admixture: = oz/yd3 Slump - inches Gross Weight = Ib/yd3 Air Content = percent Water/Cement Ratio = B. Materials: Source ASTM hype Rem,irks Cement Fly Ash Other Cementitious Material: Fine Aggregate Coarse Aggregate Water Water Reducer High Range Water Reducer Air Entraining FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 C. 033000-29 CAST -IN -PLACE CONCRETE Page 29 of 31 Source ASTN1 Type Remarks Other Admixture: Determination of Average Strength Required (fcr'): 1. Test Records Available: A. Summary of Test Records (Provide Supporting Documentation): Test Croup No. Np. of Consecutive Tests Specified Strength (psi) Standard j Deviation (Psi) Average Standard Deviation: B. Standard Deviation Modification Factor (ACI 30 1, Table 4.2.3.3.a): C. Standard Deviation Used: D. Average Compressive Strength Required: 2. Test Records Not Available: A. Average Compressive Strength Required (ACI 30 1, Table 4.2.3.3.b, if required): D. Documentation of Required Average Compressive Strength (Check One): 1. Field Strength: a. Field Strength Test Records (ACI 30 1, Table 42.3.3.a): . *Complete Attachment A. 2. Trial Mixtures: a. Trial Mixtures (ACI 301, Table 4.2.3.3.b, if required): . *Complete Attachment B. I, certify that the above information is correct and all gradations, cement certifications, and test results are located at our place of business for review by the Engineer. Name: Title: Company: Address: Date: FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 03 30 00 - 30 CAST -IN -PLACE CONCRETE Page 30 of 31 Attachment A Documentation of Required Average Strength — Field Strength Records (ACI 301, 4.2.3.4.a) A. Summary of Test Records (Provide Sunnortine Documentation): Test Ru4:ord No. No. of Tests In Record Duration of Record {days} W3"-r- Cementltious Materials Ratio Averago Strength (psi) B. Interpolation used? 1. Provide an interpolation calculation or plot of strength versus proportions. C. Submit the following data for each mix: 1. Brand, type, and amount of cement. 2. Brand, type, and amount of each admixture, 3. Source of each material used. 4. Amount of water. 5. Proportions of each aggregate material per cubic yard. 6. Gross weight per cubic yard. 7. Measured slump. 8. Measured air content. 9. Results of consecutive strength tests. FREESE AND NICIIOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 033000-31 CAST -IN -PLACE CONCRETE Page 31 of 31 Attachment B Documentation of Required Average Strength — Trial Mixtures (ACI 301, 4.2.3.4.b) A. Summary of Test Record(s): Trial MN No. 7-Day Tests g-l}oy T sls Waiar cementit3ous MaterlaiS Slump (iryl Content (jl4.TLCfltTcent) Temperature �F) Na. of Test cyll"Jers strength (Psl) No. of Test Cyfladers Strength Ipsi)Rink]� B. Maximum water-ccmentitious materials ratio 1. Provide an interpolation calculation or plot of strength versus water-cementitious materials ratio. C. Submit the following data for each mix: 1. Brand, type, and amount of cement. 2. Brand, type, and amount of each admixture. 3. Amount of water used in trial mixes. 4. Proportions of each aggregate material per cubic yard. 5. Gross weight per cubic yard. 6. Measured slump. 7. Measured air content. 8. Compressive strength developed at 7 days and 28 days, from not Iess than three test cylinders cast for each 7-day and 28-day test. END OF ATTACHMENTS FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Dumber: 100995 Revised March 24, 2020 PAGE INTENTIONALLY LEFT BLANK 034016-1 PRECAST CONCRETE BUILDINGS Pagc 1 of 3 SECTION 03 40 16 PRECAST CONCRETE BUILDINGS PART1- GENERAL 1.1 WORK INCLUDED A.Furnish labor, materials, equipment and incidentals necessary to install precast concrete buildings. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement: Measurement for this Item will be by lump sum. B. Payment: The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for 03 40 16. C. Price: the price shall include: 1. Mobilization as required for installation. 2. Furnishing and installing 03 40 16 as specified here and on the Drawings. 3. Subsidiary items. 4. Clean up. 1.3 QUALITY ASSURANCE A.Design Criteria: Each building shall be designed and constructed in accordance with the following design parameters: 1. Roof Live Load. 20 psf. 2. Wind Load: 120 mph Ultimate Wind Speed, Exposure C, Risk Category III. B.Manufacturer's Representative: Provide the services of a manufacturer's representative in accordance with Section 0175 00 "Starting and Adjusting." C. Experience Requirements: The precast concrete building manufacturer shall have at least 5 years of successful experience in the design, manufacture, and erection of buildings of the type and size specified. The manufacturer shall be a producer member of National Precast Concrete Association and/or Architectural Precast Association. The manufacturer shall be EAST -SET Industries, Speed Fab -Crete, or an approved equal. 1.4 RELATED SECTIONS A.04 23 00 Glass Unit Masonry. B.06 10 00 Rough Carpentry. C.07 52 16 Styrene-Butadiene-Styrene (SBS) Modified Bituminous Membrane Roofing. D.07 62 00 Sheet Metal Flashing and Trim. E. 08 16 13 Fiberglass Reinforced Polyester (FRP) Doors and Aluminum Frames. F. 08 71 00 Door Hardware. G.10 73 16.13 Aluminum Canopy Structures 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Submittals" and shall include: FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 0340 16 - 2 PRECAST CONCRETE BUILDINGS Page 2 of 3 1. Shop Drawings and engineering calculations signed and sealed by a professional engineer licensed in the state where the Project is located. 2. Operation and Maintenance Manuals. 3. Equipment Installation Report. 1.6 STANDARDS A.Precast concrete buildings shall be designed and constructed in accordance with local, state and national codes that have jurisdiction or authority over the Work. If the standards and codes conflict with each other, the most stringent shall apply. B.The applicable provisions of the following standards shall apply as if written here in their entiretv: ACI 318-14 Building Code Requirements for Reinforced Concrete ASCE 7-10 Minimum Design Loads for Buildings and Other Structures Concrete Reinforcing Steel Institute Manual of Standard Practice International Code Council 2015 International Building Code C.The electrical cable tray loads shall be coordinated with the electrical design requirements and calculated. In addition to code specified loads, the building shall be designed for a minimum electrical cable tray (including cables) collateral load of 30 psf, but not less than that calculated. 1.7 DELIVERY AND STORAGE A.Building components shall be delivered to the Site along with all accessories and fasteners. Provide a means for unloading and handling at the job Site. If components are stored prior to erection, place on wood runners raised above ground level. Protect from damage. PART 2 - PRODUCTS 2.1 MATERIALS A.Fasteners: 1/2-inch diameter stainless steel bolts. B.Caulking: Sikaflex -la, limestone, as manufactured by Sika Corporation, or approved equal. C.Reinforeing Steel: ASTM A615, Grade 60, deformed. 2.2 MIXES A.Concrete: Steel reinforced, polypropylene fiber reinforced, 5000 psi minimum 28-day compressive strength, air entrained in accordance with ACI 318-14, Exposure Class F1. 2.3 FABRICATIONS A.The building shall be precast concrete with scheduled dimensions and 6-inch roof overhang on all sides. Exterior walls shall have exposed aggregate finish. Interior walls shall have a smooth steel form finish. The roof shall have a smooth trowel finish. B.Panels shall be securely fastened together with 1/4-inch thick stainless steel brackets. Anchoring and mounting hardware shall be stainless steel. Joints between panels shall be caulked on the exterior surface of the joints. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 034016-3 PRECAST CONCRETE BUILDINGS Page 3 of 3 C.The manufacturer shall furnish and install a wall -mounted exhaust fan of scheduled capacity, with insect screen, and have an adequately sized intake louver opposite from the fan. D.Fiberglass Reinforced Polyester (FRP) Doors and Aluminum Frames shall be post -installed. Provide cast -in blocking for door frame anchoring. PART 3 - EXECUTION 3.1 PREPARATION A. Shave all protruding polypropylene fibers flush with walls prior to painting. Paint interior walls in accordance with Section 09 9100 "Painting." Check schedule for appropriate system. B. Coordinate all preparation required for roofing, doors and frames, mechanical and electrical equipment, their appurtenances, and related work. 3.2 INSTALLATION A.Install the building in strict accordance with the manufacturer's recommendations and as shown on the Plans. 3.3 FIELD QUALITY CONTROL A.Upon installation, the building shall be level to within 0.01 foot in each direction, and plumb to within 1/4 inch. 3.4 SCHEDULES A.Buildina shall be furnished in accordance with the followina schedule: Qafside Dwor Na. Exhasiat Iran Etectric Unit Rididing theme I1irm-nsions & Dimensions Capacity (cFm) licaler 1, % II Commelits Electrical Re: Drawings Re: Drawings Re: Drawings Re: Drawings BuiIdin END OF SECTION FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 PAGE INTENTIONALLY LEFT BLANK DIVISION 4 MASONRY PAGE INTENTIONALLY LEFT BANK 04 22 00 CONCRETE UNIT MASONRY PART1- GENERAL 1.1 RELATED DOCUMENTS 04 22 00 - 1 CONCRETE UNIT MASONRY Page 1 of 9 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement: Measurement for this Item will be by lump sum. B. Payment: The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for 04 22 00. C. Price: the price shall include. 1. Mobilization as required for installation. 2. Furnishing and installing 04 22 00 as specified here and on the Drawings. 3. Clean up. 1.3 SUMMARY A. Section Includes: 1. Concrete masonry units. 2. Decorative concrete masonry units. 3. Mortar and grout. 4. Steel reinforcing bars. 5. Masonry joint reinforcement. 6. Miscellaneous masonry accessories. 1.4 DEFINITIONS A. CMU(s): Concrete masonry unit(s). B. Reinforced Masonry: Masonry containing reinforcing steel in grouted cells. 1.5 ACTION SUBMITTALS A. Product Data: For each type of product. B. Shop Drawings: For the following: 1. Masonry Units: Show sizes, profiles, coursing, and locations of special shapes. 2. Reinforcing Steel: Detail bending, lap lengths, and placement of unit masonry reinforcing bars. Comply with SP-66. C. Samples for Initial Selection: 1. Decorative, split face CMUs, in the form of small-scale units. 2. Colored mortar. D. Samples for Verification: For each type and color of the following: 1. Decorative, split face CMUs. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 CONCRETE UNIT MASONRY Page 2 of 9 2. Pigmented mortar. Make Samples using same sand and mortar ingredients to be used on Project. 1.6 INFORMATIONAL SUBMITTALS A. Qualification Data: For testing agency. B. Material Certificates: For each type and size of the following: I. Masonry units. a. Include material test reports substantiating compliance with requirements. 2. Cementitious materials. Include name of manufacturer, brand name, and type. 3. Mortar admixtures. 4. Preblended, dry mortar mixes. Include description of type and proportions of ingredients. 5. Preblended, dry grout mixes. Include description of type and proportions of ingredients. 6. Reinforcing bars. 7. Joint reinforcement. 8. Masonry accessories. C. Cold -Weather and Hot -Weather Procedures: Detailed description of methods, materials, and equipment to be used to comply with requirements. 1.7 QUALITY ASSURANCE A. Mockup: Build a mockup to verify selections made under Sample submittals, to demonstrate aesthetic effects, and to set quality standards for materials and execution. 1. Build mockup of typical wall area. Coordinate with Owner's representative for preferred mockup location 2. Build mockup for generator screen wall 3. Protect accepted mockups from the elements with weather -resistant membrane. 4. Approval of mockups is for color, texture, and blending of masonry units; relationship of mortar and sealant colors to masonry unit colors; tooling of joints; and aesthetic qualities of workmanship. a. Additionally, the use of rebar positioners, rebar placement, and joint reinforcing shall be evaluated. 5. Subject to compliance with requirements, approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. 1.8 DELIVERY, STORAGE, AND HANDLING A. Store masonry units on elevated platforms in a dry location. If units are not stored in an enclosed location, cover tops and sides of stacks with waterproof sheeting, securely tied. if units become wet, do not install until they are dry. B. Deliver prepackaged, dry mortar and grout mixes in moisture -resistant containers and store elevated platforms in a dry location or in covered weatherproof areas. C. Store masonry accessories, including metal items, to prevent corrosion and accumulation of dirt and oil. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number; 100995 Revised Marcie 24, 2020 042200-3 CONCRETE UNIT MASONRY Page 3 of 9 1.9 FIELD CONDITIONS A. Protection of Masonry: During construction, cover tops of walls, projections, and sills with waterproof sheeting at end of each day's work. Cover partially completed masonry when construction is not in progress. B. Do not apply uniform floor or roof loads for at least 12 hours and concentrated loads for at least 3 days after building masonry walls or columns. C. Stain Prevention: Prevent grout, mortar, and soil from staining the face of masonry to be left exposed or painted. Immediately remove grout, mortar, and soil that come in contact with such masonry. 1. Protect base of walls from rain -splashed mud and from mortar splatter by spreading coverings on ground and over wall surface. 2. Protect sills, ledges, and projections from mortar droppings. 3. Protect surfaces of window and door frames, as well as similar products with painted and integral finishes, from mortar droppings. 4. Turn scaffold boards near the wall on edge at the end of each day to prevent rain from splashing mortar and dirt onto completed masonry. D. Cold -Weather Requirements: Do not use frozen materials or materials mixed or coated with ice or frost. Do not build on frozen substrates. Remove and replace unit masonry damaged by frost or by freezing conditions. Comply with cold -weather construction requirements contained in TMS 602/ACI 530.1/ASCE 6. 1. Cold -Weather Cleaning: Use liquid cleaning methods only when air temperature is 40 deg F and higher and will remain so until masonry has dried, but not less than 7 days after completing cleaning. E. Hot -Weather Requirements: Comply with hot -weather construction requirements contained in TMS 602/ACI 530.1/ASCE 6. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Source Limitations for Masonry Units: Obtain exposed masonry units of a uniform texture and color, or a uniform blend within the ranges accepted for these characteristics, from single source from single manufacturer for each product required. B. Source Limitations for Mortar Materials: Obtain mortar ingredients of a uniform quality, including color for exposed masonry, from single manufacturer for each cementitious component and from single source or producer for each aggregate. 2.2 UNIT MASONRY, GENERAL A. Masonry Standard: Comply with TMS 602/ACT 530.1/ASCE 6 except as modified by requirements in the Contract Documents. 2.3 CONCRETE MASONRY UNITS A. Shapes: Provide shapes indicated and as follows, with exposed surfaces matching exposed faces of adjacent units unless otherwise indicated. 1. Provide special shapes for lintels, corners, jambs, sashes, movement joints, headers, bonding, and other special conditions. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 042200-4 CONCRETE UNIT MASONRY Page 4 of 9 2. Provide bullnose units for outside corners unless otherwise indicated. B. Decorative CMUs: ASTM C90. 1. Unit Compressive Strength: Provide units with minimum average net -area compressive strength of 2000 psi. 2. Density Classification. Normal weight. 3. Size (Width): Manufactured to dimensions specified in "CMUs" Paragraph. 4. Pattern and Texture: a. Standard pattern, split -face finish. Match Architect's samples. 5. Integral Color: As selected by Architect from manufacturer's full range. 2.4 MASONRY LINTELS A. General: Provide built -in -place masonry lintels made from bond beam CMUs matching adjacent CMUs in color, texture, and density classification, with reinforcing bars placed as indicated and filled with coarse grout. Cure precast lintels before handling and installing. Temporarily support built -in -place lintels until cured. 2..5 MORTAR AND GROUT MATERIALS A. Portland Cement: ASTM C 150/C 150M, Type I or II, except Type III may be used for cold - weather construction. Provide natural color or white cement as required to produce mortar color indicated. 1. Alkali content shall not be more than 0.1 percent when tested according to ASTM Cl 14. B. Hydrated Lime: ASTM C207, Type S. C. Portland Cement -Lime Mix: Packaged blend of portland cement and hydrated lime containing no other ingredients. 1. Formulate blend as required to produce color as selected from manufacturer's standard colors. 2. Pigments shall not exceed 5 percent of portland cement by weight. D. Aggregate for Mortar: ASTM C 144. E. Aggregate for Grout: ASTM C404. F. Cold -Weather Admixture: Nonchloride, noncorrosive, accelerating admixture complying with ASTM C494/C494M, Type C, and recommended by manufacturer for use in masonry mortar of composition indicated. G. Water: Potable, 2.6 REINFORCEMENT A. Uncoated Steel Reinforcing Bars: ASTM A615, Grade 60. B. Masonry -Joint Reinforcement, General: Ladder type complying with ASTM A951. 1. Walls: Hot -dip galvanized carbon steel. 2. Wire Size for Side and Cross Rods: 0.148-inch 3. Spacing of Cross Rods: Not more than 16 inches o.c. 4. Provide in lengths of not less than 10 feet, with prefabricated corner and tee units. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 042200-5 CONCRETE UNIT MASONRY Page 5 of 9 2.7 MISCELLANEOUS MASONRY ACCESSORIES A. Rebar Positioners: Wire units designed to fit into mortar bed joints spanning masonry unit cells and hold reinforcing bars in center of cells. Units are formed from 0.148-inch steel wire, hot -dip galvanized after fabrication. Provide units designed for number of bars indicated. Products: Subject to compliance with requirements, provide the following: a. Wire -Bond; Core Lock Rebar Positioner. b. Approved equal. B. Preformed Control -Joint Gaskets: Made from styrene-butadiene-rubber compound, complying with ASTM D2000, Designation M2AA-805 and designed to fit standard sash block and to maintain lateral stability in masonry wall; size and configuration as indicated 2.8 MORTAR AND GROUT MIXES A. General: Do not use admixtures, including pigments, air -entraining agents, accelerators, retarders, water-repellent agents, antifreeze compounds, or other admixtures unless otherwise indicated. 1. Do not use calcium chloride in mortar or grout. 2. Use portland cement -lime mortar unless otherwise indicated. 3. Add cold -weather admixture (if used) at same rate for all mortar that will be exposed to view, regardless of weather conditions, to ensure that mortar color is consistent. B. Prcblended, Prepackaged Dry Mortar and Grout Mixes: Furnish dry mortar and grout ingredients in form of a preblended, prepackaged mix. C. Mortar for Unit Masonry: As indicated on the Drawings. D. Pigmented Mortar: Use colored cement product as required to match approved sample. 1. Pigments shall not exceed 5 percent of portland cement by weight. 2. Mix to match Architect's sample. 3. Application: Use pigmented mortar for exposed mortar joints with the following units: a. Decorative CMUs. E. Grout for Unit Masonry: Comply with ASTM C476. 1. Use grout of type indicated or, if not otherwise indicated, of type (fine or coarse) that will comply with TMS 602/ACI 530.1/ASCE 6 for dimensions of grout spaces and pour height. 2. Proportion grout in accordance with ASTM C476, Table 1. Provide grout with a slump of 8 to I 1 inches as measured according to ASTM C143/C143M. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. 1. For the record, prepare written report, endorsed by Installer, listing conditions detrimental to performance of the Work. 2. Verify that foundations are within tolerances specified. 3. Verify that reinforcing dowels are properly placed. FREESE AND NICHOLS, INC. Lake Arlington LiR Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 042200-6 CONCRETE UNIT MASONRY Page 6 of 9 4. Verify that substrates are free of substances that would impair mortar bond. B. Before installation, examine rough -in and built-in construction for piping systems to verify actual locations of piping. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION, GENERAL A. Build chases and recesses to accommodate items specified in this and other Sections. B. Leave openings for equipment to be installed before completing masonry. After installing equipment, complete masonry to match construction immediately adjacent to opening. C. Use full-size units without cutting if possible. If cutting is required to provide a continuous pattern or to fit adjoining construction, cut units with motor -driven saws, provide clean, sharp, unchipped edges. Allow units to dry before laying unless wetting of units is specified. Install cut units with cut surfaces and, where possible, cut edges concealed. 3.3 TOLERANCES A. Dimensions and Locations of Elements: 1. For dimensions in cross section or elevation, do not vary by more than plus 1/2 inch (12 mm) or minus 1/4 inch (6 mm). 2. For location of elements in plan, do not vary from that indicated by more than plus or minus 1/2 inch (12 mm). 3. For location of elements in elevation, do not vary from that indicated by more than plus or minus 1/4 inch (6 mm) in a story height or 1/2 inch (12 mm) total. B. Lines and Levels: 1. For bed joints and top surfaces of bearing walls, do not vary from level by more than 1/4 inch in 10 feet (6 mm in 3 m), or 1/2-inch (12-mm) maximum. 2. For conspicuous horizontal lines, such as lintels, sills, parapets, and reveals, do not vary from level by more than 1/8 inch in 10 feet (3 mm in 3 m), 1/4 inch in 20 feet (6 mm in 6 m), or 1/2-inch (12-mm) maximum. 3. For vertical lines and surfaces do not vary from plumb by more than 1/4 inch in 10 feet (6 mm in 3 m), 3/8 inch in 20 feet (9 mm in 6 in), or 1/2-inch (12-mm) maximum. 4. For conspicuous vertical lines, such as external corners, door jambs, reveals, and expansion and control joints, do not vary from plumb by more than 1/8 inch in 10 feet (3 mm in 3 m), 1/4 inch in 20 feet (6 mm in 6 m), or 1/2-inch (12-mm) maximum. 5. For Iines and surfaces, do not vary from straight by more than 1/4 inch in 10 feet (6 mm in 3 m), 3/8 inch in 20 feet (9 mm in 6 m), or 1/2-inch (12-mm) maximum. 6. For vertical alignment of exposed head joints, do not vary from plumb by more than 1/4 inch in 10 feet (6 mm in 3 m), or 1/2-inch (12-mm) maximum. 7. For faces of adjacent exposed masonry units, do not vary from flush alignment by more than 1/16 inch (1.5 mm). C. Joints: 1. For bed joints, do not vary from thickness indicated by more than plus or minus 1/8 inch (3 mm), with a maximum thickness limited to 1/2 inch (12 mm). 2. For exposed bed joints, do not vary from bed -joint thickness of adjacent courses by more than 1/8 inch (3 mm). FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 042200-7 CONCRETE UNIT MASONRY Page 7 of 9 3. For head and collar joints, do not vary from thickness indicated by more than plus 3/8 inch (9 mm) or minus 1/4 inch (6 mm). 4. For exposed head joints, do not vary from thickness indicated by more than plus or minus 1/8 inch (3 mm). 3.4 LAYING MASONRY WALLS A. Lay out walls in advance for accurate spacing of surface bond patterns with uniform joint thicknesses and for accurate location of openings, movement -type joints, returns, and offsets. Avoid using less -than -half-size units, particularly at corners, jambs, and, where possible, at other locations. B. Bond Pattern for Exposed Masonry: Unless otherwise indicated, lay exposed masonry in running bond; lap units 8". C. Stopping and Resuming Work: Stop work by stepping back units in each course from those in course below; do not tooth. When resuming work, clean masonry surfaces that are to receive mortar, remove loose masonry units and mortar, and wet brick if required before laying fresh masonry. D. Built-in Work: As construction progresses, build in items specified in this and other Sections. Fill in solidly with masonry around built-in items. E. Where built-in items are to be embedded in cores of hollow masonry units, place a layer of grout screen in the joint below, and rod grout into core. 3.5 MORTAR BEDDING AND JOINTING A. Lay hollow CMUs as follows: 1. Bed face shells in mortar and make head joints of depth equal to bed joints. 2. Bed webs in mortar. B. Lay solid CMUs with completely filled bed and head joints; butter ends with sufficient mortar to fill head joints and shove into place. Do not deeply furrow bed joints or slush head joints. C. Tool exposed joints slightly concave when thumbprint hard, using a jointer larger than joint thickness unless otherwise indicated. 3.6 MASONRY -JOINT REINFORCEMENT A. General: Install entire length of longitudinal side rods in mortar with a minimum cover of 5/8 inch (16 mm) on exterior side of walls, 1/2 inch (13 mm) elsewhere. Lap reinforcement a minimum of 6 inches (150 mm). 1. Space reinforcement not more than 16 inches (406 mm) o.c. 2. Provide reinforcement not more than 8 inches (203 mm) above and below wall openings and extending 12 inches (305 mm) beyond openings in addition to continuous reinforcement. B. Interrupt joint reinforcement at control and expansion joints unless otherwise indicated. C. Provide continuity at wall intersections by using prefabricated T-shaped units. D. Provide continuity at corners by using prefabricated L-shaped units. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 042200-8 CONCRETE UNIT MASONRY Page 8 of 9 3.7 CONTROL AND EXPANSION JOINTS A. General: Install control- and expansion -joint materials in unit masonry as masonry progresses. Do not allow materials to span control and expansion joints without provision to allow for in -plane wall or partition movement. B. Form control joints in concrete masonry as indicated in Drawings. 3.8 LINTELS A. Provide masonry lintels where shown and where openings of more than 12 inches (305 mm) for brick -size units and 24 inches (610 mm) for block -size units are shown without structural steel or other supporting lintels. 3.9 REINFORCED UNIT MASONRY INSTALLATION A. Temporary Formwork and Shores: Construct formwork and shores as needed to support reinforced masonry elements during construction. 1. Construct formwork to provide shape, line, and dimensions of completed masonry as indicated. Make forms sufficiently tight to prevent leakage of mortar and grout. Brace, tie, and support forms to maintain position and shape during construction and curing of reinforced masonry. 2. Do not remove forms and shores until reinforced masonry members have hardened sufficiently to carry their own weight and other loads that may be placed on them during construction. B. Placing Reinforcement: Comply with requirements in TMS 602/ACI 530.1/ASCE 6. C. Grouting: Do not place grout until entire height of masonry to be grouted has attained enough strength to resist grout pressure. 1. Comply with requirements in TMS 602 for grout placement. 2. Limit height of vertical grout pours to not more than 60. 3.10 FIELD QUALITY CONTROL A. Testing and Inspecting: Allow inspectors access to scaffolding and work areas as needed to perform tests and inspections. Retesting of materials that fail to comply with specified requirements shall be done at Contractor's expense. 3.11 REPAIRING, POINTING, AND CLEANING A. Remove and replace masonry units that are loose, chipped, broken, stained, or otherwise damaged or that do not match adjoining units. Install new units to match adjoining units; install in fresh mortar, pointed to eliminate evidence of replacement. B. Pointing: During the tooling of joints, enlarge voids and holes, except weep holes, and completely fill with mortar. Point up joints, including corners, openings, and adjacent construction, to provide a neat, uniform appearance. Prepare joints for sealant application, where indicated. C. In -Progress Cleaning: Clean unit masonry as work progresses by dry brushing to remove mortar fins and smears before tooling joints. D. Final Cleaning: After mortar is thoroughly set and cured, clean exposed masonry as follows: 1. Remove large mortar particles by hand with wooden paddles and nonmetallic scrape hoes or chisels. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: t00995 Revised March 24, 2020 042200-9 CONCRETE UNIT MASONRY Page 9 of 9 2. Test cleaning methods on sample wall panel; leave one-half of panel uncleaned for comparison purposes. Obtain Architect's approval of sample cleaning before proceeding with cleaning of masonry. 3. Clean concrete masonry by applicable cleaning methods indicated in NCMA TEK 84A. 3.12 MASONRY WASTE DISPOSAL A. Salvageable Materials: Unless otherwise indicated, excess masonry materials are Contractor's property. At completion of unit masonry work, remove from Project Site. END OF SECTION FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 PAGE INTENTIONALLY LEFT BLANK 04 23 00 GLASS UNIT MASONRY PART 1 - GENERAL 11111 =991W.1%IDI131111411i)U100M 04 23 00 - 1 GLASS UNIT MASONRY Page 1 of 6 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to 03 40 16 completed in place. 2. Payment a. The work performed and materials furnished in accordance with this Item are subsidiary to the unit price bid per 03 40 16 complete in place, and no other compensation will be allowed. 1.3 SUMMARY A. Section Includes: 1. Glass block set in mortar. B. Related Sections: 1. Section 05 50 00 "Metal Fabrications" for loose steel lintels at glass unit masonry assemblies. 1.4 PERFORMANCE REQUIREMENTS A. Structural Performance: Glass -block grid systems shall withstand the effects of gravity loads and the following loads and stresses within limits and under conditions indicated: 1. Wind Load: As shown on drawing. 111 TfJI I C11\&I" 0.3u 11011:1 IF.y A. Product Data: For each type of product indicated. B. Shop Drawings: Show fabrication and installation details for glass unit masonry, including vertical and horizontal coursing, anchors, reinforcement, and expansion strips . C. Samples for Initial Selection: Manufacturer's actual glass -block units and joint materials involving color selection. 1.6 INFORMATIONAL SUBMITTALS A. Qualification Data: For qualified professional engineer. 1.7 QUALITY ASSURANCE A. Source Limitations for Glass Block: Obtain each type and pattern of glass block through single source from single manufacturer. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 042300-2 GLASS UNIT MASONRY Page 2 of 6 B. Source Limitations for Accessory Materials: Obtain each accessory component through single source from single manufacturer. C. Mockups: Build mockups to verify selections made under sample submittals and to demonstrate aesthetic effects and set quality standards for materials and execution. 1. Build mockup of typical exterior wall area containing glass unit masonry assembly as shown on Drawings. 2. Approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. 1.8 DELIVERY, STORAGE, AND HANDLING A. Store glass block in unopened cartons on elevated platforms, under cover, and in a dry location. If units are not stored in an enclosed location, cover tops and sides of stacks with waterproof sheeting, securely tied. B. Store glass -block grid materials in unopened cartons in an enclosed, dry location. C. Store cementitious materials on elevated platforms, under cover, and in a dry location. Do not use cementitious materials that have become damp. D. Store aggregates where grading and other required characteristics can be maintained and contamination avoided. E. Store accessories, including metal items, to prevent corrosion and accumulation of dirt and oil. 1.9 PROJECT CONDITIONS A. Environmental Limitations for Sealants: Do not install sealants when ambient and substrate temperatures are outside limits permitted by sealant manufacturer or below 40 F (5 C) or when joint substrates are wet. B. Weather Limitations: Proceed with installation of glass unit masonry assemblies only when ambient and material temperatures are 40 F (5 C) or higher. 1. Maintain temperature in installation areas at 40 F (5 C) or above for 48 hours after installing. 1.10 SEQUENCING AND SCHEDULING A. Sequence and coordinate completion of glass unit masonry assemblies so sealants can be installed immediately after mortar has attained final set. PART 2 - PRODUCTS 2.1 GLASS BLOCK A. Solid Glass Block: Colorless, transparent, solid glass blocks with smooth faces and manufacturer's standard edge coating. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: a. Pittsburgh Corning Corporation. 2. Square -Block Size: 7-3/4 inches (197 mm) square by 3 inches (76 mm) thick, actual size. FREES AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 042300-3 GLASS UNIT MASONRY Page 3 of 6 2.2 MORTAR MATERIALS A. Portland Cement: ASTM C150, Type I or Type II. Provide natural color or white cement as required to produce mortar color indicated. 1. Where joints are indicated to be raked out and pointed, gray cement maybe used for setting mortar. B. Hydrated Lime: ASTM C207, Type S. C. Portland Cement -Lime Mix: Packaged blend of Portland cement and hydrated lime containing no other ingredients. D. Masonry Cement: ASTM C91. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Holcim (US) Inc.; White Mortamix Masonry Cement. b. Lafarge North America Inc.; Trinity White Masonry Cement. c. Lehigh Cement Company; Lehigh White Masonry Cement. d. National Cement Company, Inc.; Coosa Masonry Cement. E. Mortar Pigments: Natural and synthetic iron oxides and chromium oxides, compounded for use in mortar mixes and complying with ASTM C979. Use only pigments with a record of satisfactory performance in masonry mortar. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Davis Colors; True Tone Mortar Colors. b. Lanxess Corporation; Bayferrox Iron Oxide Pigments. c. Solomon Colors, Inc.; SOS Mortar Colors. F. Aggregate: ASTM C144, with 100 percent passing No. 8 (2.36 mm) sieve. 1. For pointing mortar and joints narrower than 1/4 inch (6 mm), use aggregate graded with 100 percent passing No. 16 (1.18 mm) sieve. 2. White Aggregates: Natural white sand or crushed white stone. 3. Colored Aggregates: Natural sand or crushed stone of color necessary to produce required mortar color. G. Water -Repellent Admixture: Manufacturer's standard dry mixture of stearates, water -reducing agents, and fine aggregates intended to reduce capillarity in mortar. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. BASF Aktiengesellschaft; Hydrocide Powder. H. Water: Potable. 2.3 GLASS UNIT MASONRY ACCESSORIES A. Panel Reinforcement: Ladder -type units, butt welded, not lapped and welded; complying with ASTM A951 in straight lengths of not less than 10 feet (3 m), and as follows: 1. Exterior Walls: Stainless -steel wire. 2. Wire Size: W 1.7 or 0.148-inch (3.8-mm) diameter. 3. Width: 1-5/8 inches (40 mm). 4. Spacing of Cross Rods: Not more than 16 inches (407 mm) apart. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 042300-4 GLASS UNIT MASONRY Page 4 of 6 B. Panel Anchors: Glass -block manufacturer's standard perforated steel strips, 0.0359 inch (0.9 mm.) by 1-3/4 inches (44 mm) wide by 24 inches (600 mm) long, of Type 304 stainless steel. C. Fasteners, General: Unless otherwise indicated, provide Type 304 or Type 316 stainless -steel fasteners at exterior walls. Select fasteners for type, grade, and class required. D. Stainless -Steel Bolts: ASTM F593 (ASTM F738M), Alloy Group 1 or 2 (Al or A4) with hex nuts, ASTM F594 (ASTM F836M) if applicable. E. Post -installed Anchors: Provide metal expansion sleeve anchors of type and size necessary for installation indicated, according to manufacturer's written instructions unless otherwise indicated. F. Asphalt Emulsion: Cold -applied asphalt emulsion complying with ASTM D 1187 or ASTM D 1227. G. Plastic -Foam Expansion Strips: Polyethylene foam complying with requirements of glass - block manufacturer; 3/8 inch (9 mm) thick by 2-1/2 inches (63 mm) wide. 1. Use plastic -foam expansion strips for non -fire -rated assemblies. H. Sealants: Manufacturer's standard chemically curing, elastomeric sealants of base polymer and characteristics indicated below that comply with applicable requirements in Section 07 92 00 "Joint Sealants." 1. Single -component, neutral -curing silicone sealant. I. Sealant Accessories: Provide sealant accessories, including primers, bond -breaker tape, and cylindrical sealant backing that comply with applicable requirements in Section 07 92 00 "Joint Sealants." 2.4 MORTAR MIXES A. General: Do not use admixtures, including pigments, air -entraining agents, accelerators, retarders, or antifreeze compounds unless otherwise indicated. 1. Do not use calcium chloride in mortar. 2. For mortar in exterior panels, use water-repellent admixture according to admixture manufacturer's written instructions. B. Mortar for Glass Unit Masonry Assemblies: Provide mortar, mixed according to glass -block manufacturer's listing with testing and inspecting agency. C. Mortar for Glass Unit Masonry Assemblies: Comply with ASTM C270, Proportion Specification for Type S mortar. 1. Combine and thoroughly mix cementitious materials, water, and aggregates in a mechanical batch mixer unless otherwise indicated. Mix mortar to produce a stiff but workable consistency that is drier than mortar for brick or concrete masonry. Discard mortar when it has reached initial set. D. Pigmented Mortar: Use colored cement product or select and proportion pigments with other ingredients to produce color required. Do not add pigments to colored cement products. 1. Pigments shall not exceed 10 percent of Portland cement by weight. 2. Pigments shall not exceed 5 percent of masonry cement by weight. 3. Mix to match adjacent brick mortar color. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project dumber: 100995 Revised March 24, 2020 04 23 00 - 5 GLASS UNIT MASONRY Page 5 of 6 PART 3 - EXECUTION 3.1 EXAMINATION A. Examine sills, jambs, and heads surrounding glass unit masonry assemblies for compliance with requirements for installation tolerances and other conditions affecting performance. 1. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLING GLASS BLOCK WITH MORTAR A. Apply a heavy coat of asphalt emulsion to sill and adhere expansion strips to jambs and heads with asphalt emulsion. Allow asphalt emulsion to dry before placing mortar. Trim expansion strips to width required to fit glass block and to full lengths of heads and jambs. B. Set glass block with completely filled bed and head joints, with no furrowing, accurately spaced and coordinated with other construction. Maintain consistent exposed joint widths. C. Install panel reinforcement in horizontal joints at spacing indicated and continuously from end to end of panels; comply with the following requirements: 1. Vertical Spacing of Panel Reinforcement for Exterior Panels: At every course. 2. Place panel reinforcement in joints immediately above and below all openings within glass unit masonry assemblies. 3. Lap panel reinforcement not less than 6 inches (150 mm) if more than one length is necessary. 4. Embed panel reinforcement in mortar bed by placing lower half of mortar bed first, pressing panel reinforcement into place and covering with upper half of mortar bed. D. Install panel anchors at locations indicated and in same horizontal joints where panel reinforcement occurs. Extend panel anchors at least 12 inches (300 mm) into joints, and bend within expansion joints at edges of panels and across the head. Attach panel anchors as follows: 1. For new unit masonry assemblies, embed other ends of panel anchors, after bending portions crossing expansion joint, in horizontal mortar joints closest in elevation to joints in glass unit masonry assemblies containing panel anchors. E. Use rubber mallet to tap units into position. Do not use steel tools, and do not allow units to come into contact with metal accessories and frames. F. Use plastic spacers or temporary wedges in mortar joints to produce uniform joint widths and to prevent mortar from being squeezed out of joints. 1. If temporary wedges are used, remove them after mortar has set and fill voids with mortar. G. Keep expansion joints free of mortar. H. Rake out joints indicated to be pointed to a uniform depth sufficient to accommodate pointing material, but not less than joint width. 1. If temporary wedges are used, remove them before raking out and pointing joints. 2. Point joints at both faces of exterior panels with mortar. I. Point joints with mortar by filling raked joints and voids. Place and compact pointing mortar in layers not more than 3/8 inch (10 mm) thick. Compact each layer thoroughly and allow to become thumbprint hard before applying next layer. 1. Tool exposed joints slightly concave when pointing mortar is thumbprint hard. Use a smooth plastic jointer larger than joint width. FREESE AND NICHOLS, INC. Lake Arlington Litt Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 042300-6 GLASS UNIT MASONRY Page 6 of 6 J. Clean glass unit masonry assemblies as work progresses. Remove mortar fins and smears immediately, using a clean, wet sponge or a scrub brush with stiff fiber bristles. Do not use harsh cleaners, acids, abrasives, steel wool, or wire brushes when removing mortar or cleaning glass unit masonry assemblies. K. Install sealant at jambs, heads and other locations indicated. Prepare joints, including installation of primer and bond -breaker tape or cylindrical sealant backing, and apply elastomeric sealants to comply with requirements in Section 07 92 00 "Joint Sealants." L. Construction Tolerances: Set glass block to comply with the following tolerances: 1. Variation from Plumb: For vertical lines and surfaces, do not exceed 1/8" (3mm) in 32" (318mm) or more. 2. Variation from Level: For bed joints, and other conspicuous lines, do not exceed 1/8" (3mm) in 32" (318mm) or more. 3. Variation in Mortar -Joint Thickness: Do not vary from joint thickness indicated by more than plus or minus 1/16 inch (1.5 mm). 4. For faces of adjacent exposed units, do not vary from flush alignment by more than 1/16 inch (1.5 mm). 3.3 CLEANING A. On surfaces adjacent to glass unit masonry assemblies, remove mortar, sealants, and other residue resulting from glass -block installation, in a manner approved by manufacturers of materials involved. B. Remove excess sealants with commercial solvents according to sealant manufacturer's written instructions. Exercise care not to damage sealant in joints. C. Perform final cleaning of glass unit masonry assemblies when surface is not exposed to direct sunlight. Start at top of panel using generous amounts of clean water. Remove water with clean, dry, soft cloths; change cloths frequently to eliminate dried mortar particles and aggregate. END OF SECTION FREEST; AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 DIVISION METALS ALA PAGE INTENTIONALLY LEFT BANK SECTION 05 50 00 METAL FABRICATIONS PART1- GENERAL 1.1 RELATED DOCUMENTS 05 50 00 - 1 METAL FABRICATIONS Page I of 6 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement: Measurement for this Item will be by lump sum. B. Payment: The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for 05 50 00. C. Price: the price shall include: 1. Mobilization as required for installation. 2. Furnishing and installing 05 50 00 as specified here and on the Drawings. 3. Clean up. 1.3 SUMMARY A. Section Includes: 1. Steel framing and supports for applications where framing and supports are not specified in other Sections. 2. Miscellaneous metal fabrications. 3. Metal bollards. 1.4 ACTION SUBMITTALS A. Product Data: For the following: 1. Metal nosings. 2. Paint products. B. Shop Drawings: Show fabrication and installation details for metal fabrications. 1. Include plans, elevations, sections, and details of metal fabrications and their connections. Show anchorage and accessory items. C. Samples for Verification: For each type and finish of extruded nosing. 1.5 INFORMATIONAL SUBMITTALS A. Mill Certificates: Signed by manufacturers of stainless -steel certifying that products furnished comply with requirements. B. Welding certificates. C. Paint Compatibility Certificates: From manufacturers of topcoats applied over shop primers certifying that shop primers are compatible with topcoats. 1.6 QUALITY ASSURANCE A. Welding Qualifications: Qualify procedures and personnel according to AWS D1.1/D1.1M, "Structural Welding Code - Steel." FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Nmnber: 100995 Revised March 24, 2020 055000-2 METAL FABRICATIONS Page 2 of 6 B. Welding Qualifications: Qualify procedures and personnel according to the following: 1. AWS D 1.1/D 1.1 M, "Structural Welding Code- Steel." 2. AWS D1.6, "Structural Welding Code - Stainless Steel." 1.7 PROJECT CONDITIONS A. Field Measurements: Verify actual locations of walls and other construction contiguous with metal fabrications by field measurements before fabrication. 1.8 COORDINATION A. Coordinate selection of shop primers with topcoats to be applied over them. Comply with paint and coating manufacturers' written recommendations to ensure that shop primers and topcoats are compatible with one another. B. Coordinate installation of anchorages and steel weld plates and angles for casting into concrete. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation. PART2- PRODUCTS 2.1 METALS, GENERAL A. Metal Surfaces, General: Provide materials with smooth, flat surfaces unless otherwise indicated. For metal fabrications exposed to view in the completed Work, provide materials without seam marks, roller marks, rolled trade names, or blemishes. 2.2 FERROUS METALS A. Steel Plates, Shapes, and Bars: ASTM A36/A36M. B. Stainless -Steel Sheet, Strip, and Plate: ASTM A240/A240M or ASTM A666,Type 316L. C. Stainless -Steel Bars and Shapes: ASTM A276, Type 316L. D. Steel Tubing: ASTM A500, cold -formed steel tubing. E. Steel Pipe: ASTM A53/A53M, standard weight (Schedule 40) unless otherwise indicated. 2.3 NONFERROUS METALS A. Aluminum Plate and Sheet: ASTM B209 (ASTM B209M), Alloy 6061-T6. B. Aluminum Extrusions: ASTM B221 (ASTM B22IM), Alloy 6063-T6. 2.4 FASTENERS A. General: Unless otherwise indicated, provide Type 316 stainless -steel fasteners, unless otherwise noted. B. Stainless -Steel Bolts and Nuts: Regular hexagon -head annealed stainless -steel bolts, ASTM F593 (ASTM F738M); with hex nuts, ASTM F594 (ASTM F836M); and, where indicated, flat washers; Alloy Group 2. C. Anchor Bolts: ASTM F1554, Grade 36, of dimensions indicated; with nuts, ASTM A563; and, where indicated, flat washers. L Hot -dip galvanized or provide mechanically deposited, zinc coating where item being fastened is indicated to be galvanized. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 05 50 00 - 3 METAL FABRICATIONS Page 3 of 6 2.5 MISCELLANEOUS MATERIALS A. Welding Rods and Bare Electrodes: Select according to AWS specifications for metal alloy welded. B. Shop Primers: Provide primers that comply with Division 09 requirements. C. Nonshrink, Nonmetallic Grout: Factory -packaged, nonstaining, noncorrosive, nongaseous grout complying with ASTM C 1107. Provide grout specifically recommended by manufacturer for interior and exterior applications. D. Anti -Seize Lubricant: Loctite LB 8023 Marine Grade Anti -Seize lubricant or approved equal. 2.6 FABRICATION, GENERAL A. Shop Assembly: Preassemble items in the shop to greatest extent possible. Disassemble units only as necessary for shipping and handling limitations. Use connections that maintain structural value of joined pieces. Clearly mark units for reassembly and coordinated installation. B. Cut, drill, and punch metals cleanly and accurately. Remove burrs and ease edges to a radius of approximately 1/32 inch (I mm) unless otherwise indicated. Remove sharp or rough areas on exposed surfaces. C. Form bent -metal corners to smallest radius possible without causing grain separation or otherwise impairing work. D. Form exposed work with accurate angles and surfaces and straight edges. E. Weld corners and seams continuously to comply with the following: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4. At exposed connections, finish exposed welds and surfaces smooth and blended so no roughness shows after finishing. F. Form exposed connections with hairline joints, flush and smooth, using concealed fasteners or welds where possible. Where exposed fasteners are required, use Phillips flat -head (countersunk) fasteners unless otherwise indicated. Locate joints where least conspicuous. G. Fabricate seams and other connections that will be exposed to weather in a manner to exclude water. Provide weep holes where water may accumulate. H. Cut, reinforce, drill, and tap metal fabrications as indicated to receive finish hardware, screws, and similar items. I. Provide for anchorage of type indicated; coordinate with supporting structure. Space anchoring devices to secure metal fabrications rigidly in place and to support indicated loads. 1. Where units are indicated to be cast into concrete or built into masonry, equip with integrally welded steel strap anchors, 1/8 by 1-1/2 inches (3.2 by 38 mm), with a minimum 6-inch (150-mm) embedment and 2-inch (50-mm) hook, not less than 8 inches (200 mm) from ends and corners of units and 24 inches (600 mm) o.c., unless otherwise indicated. 2.7 METAL BOLLARDS A. Fabricate metal bollards from steel shapes, as indicated. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: t00995 Revised March 24, 2020 055000-4 METAL FABRICATIONS Page 4 of 6 2.8 ABRASIVE METAL NOSINGS A. Cast -Metal Units: Cast aluminum, with an integral -abrasive, as -cast finish consisting of aluminum oxide, silicon carbide, or a combination of both. Fabricate units in lengths necessary to accurately fit openings or conditions. 1. Nosings: Cross -hatched units, 4 inches (100 mm) wide with 1-inch lip, for casting into concrete steps. 2. Provide anchors for embedding units in concrete, either integral or applied to units, as standard with manufacturer. B. Apply bituminous paint to concealed surfaces of cast -metal units. 2.9 FINISHES, GENERAL A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Finish metal fabrications after assembly. C. Finish exposed surfaces to remove tool and die marks and stretch lines, and to blend into surrounding surface. 2.10 STEEL AND IRON FINISHES A. Galvanizing: Hot -dip galvanize all steel unless otherwise indicated. Galvanize to comply with ASTM Al53/A153M for steel and iron hardware and with ASTM A123/A123M for other steel and iron products. 1. Do not quench or apply post galvanizing treatments that might interfere with paint adhesion. B. Shop prime iron and steel items indicated unless they are to be embedded in concrete, sprayed - on fireproofing, or masonry, or unless otherwise indicated. 1. Stripe paint corners, crevices, bolts, welds, and sharp edges. 1.01 STAINLESS -STEEL FINISHES A. Remove tool and die marks and stretch lines or blend into finish. B. Grind and polish surfaces to produce uniform, directionally textured, polished finish indicated, free of cross scratches. Run grain with long dimension of each piece. C. Dull Satin Finish: No. 6. D. When polishing is completed, passivate and rinse surfaces. Remove embedded foreign matter and leave surfaces chemically clean. 2.11 ALUMINUM FINISHES A. Finish designations prefixed by AA comply with the system established by the Aluminum Association for designating aluminum finishes. B. As -Fabricated Finish: AA-M10 (Mechanical Finish: as fabricated, unspecified). FREESE AND NICHOLS, INC. Lake Arlington Lift Station TEC14NICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: t00995 Revised March 24, 2020 055000-5 METAL FABRICATIONS Page 5 of 6 PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for installing metal fabrications. Set metal fabrications accurately in location, alignment, and elevation; with edges and surfaces level, plumb, true, and free of rack; and measured from established lines and levels. B. Fit exposed connections accurately together to form hairline joints. Weld connections that are not to be left as exposed joints but cannot be shop welded because of shipping size limitations. Do not weld, cut, or abrade surfaces of exterior units that have been hot -dip galvanized after fabrication and are for bolted or screwed field connections. C. Field Welding: Comply with the following requirements: Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4. At exposed connections, finish exposed welds and surfaces smooth and blended so no roughness shows after finishing and contour of welded surface matches that of adjacent surface. D. Fastening to In -Place Construction: Provide anchorage devices and fasteners where metal fabrications are required to be fastened to in -place construction. Provide threaded fasteners for use with concrete and masonry inserts, toggle bolts, through bolts, lag screws, wood screws, and other connectors. E. Provide temporary bracing or anchors in formwork for items that are to be built into concrete, masonry, or similar construction. F. Corrosion Protection: Coat concealed surfaces of aluminum that will come into contact with grout, concrete, masonry, wood, or dissimilar metals with the following: 1. Cast Aluminum: Heavy coat of bituminous paint. 2. Extruded Aluminum: Two coats of clear lacquer. G. Anti -Seize Lubricant: Where stainless steel nuts and bolts will be installed, apply anti -seize lubricant to threads as recommended by lubricant manufacturer to prevent seizure of nut and bolt during installation or upon removal at a future date. 3.2 INSTALLING METAL BOLLARDS A. Fill bollards solidly with concrete, mounding top surface to shed water. 3.3 INSTALLING NOSINGS, TREADS, AND THRESHOLDS A. Center nosings on tread widths unless otherwise indicated. B. For nosings embedded in concrete steps or curbs, align nosings flush with riser faces and level with tread surfaces. 3.4 FIELD QUALITY CONTROL A. Testing Agency: Owner will engage a qualified independent testing and inspecting agency to inspect field welds and high -strength bolted connections. B. Bolted Connections: Field -bolted connections will be tested and inspected according to RCSC's "Specification for Structural Joints Using ASTM A325 or A490 Bolts." FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECIINICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 055000-6 METAL FABRICATIONS Page 6 of 6 C. Welded Connections: Field welds will be 100 percent visually inspected according to AWS DI.l. D. Correct deficiencies in Work that test reports and inspections indicate does not comply with the Contract Documents. Corrective measures shall be taken when welding is unsatisfactory or indicates inferior workmanship. Chip and grind if the removal of part of the weld or a portion of the base metal is required. Where deposition of additional weld material is necessary, the sides of the area to be welded shall have no less than one to one (1:1) slope to allow room for depositing new material. Correct defective or unsound welds by the removal and replacement of the entire weld using the following procedures: a. Excessive Convexity: Reduce to size by removal of excess weld metal by grinding. b. Shrinkage Cracks, Cracks in Base Metal, Craters and Excessive Porosity: Remove defective portions of base and weld material down to sound metal, and deposit additional sound material. c. Undercutting, Undersize, and Excessive Concavity: Clean and deposit additional weld metal. d. Overlapping and Incomplete Fusion: Remove and replace the defective portion of the weld. e. Slag Inclusion: Remove those parts of the welds containing slag. Fill with sound weld metal. f. Removal of Adjacent Base Metal during Welding: Clean and form full size by depositing weld material. 2. Remove cracked welds throughout their length. 3. Where work performed subsequently to the making of the deficient weld has rendered the weld inaccessible, or has caused new conditions which make connection of the deficiency dangerous or ineffectual, restore the original conditions by removing welds or members, or both before making the necessary corrections. Another option is to compensate for the deficiency with additional work according to the revised design, approved by the Engineer. 4. Cut apart and reweld improperly fitted and misaligned parts. 5. Straighten members distorted by heat of welding using mechanical means or by carefully supervised application of a limited amount of localized heat. Heated areas shall not exceed 1200 degrees Fahrenheit as measured by Tempilsticks. Parts to be heated for straightening shall be free from external stress forces, except when mechanical means are used in conjunction with heat application. 6. if faulty welding or its removal for rewelding damages the base metal so that, in the Engineer's judgment, it is not in accordance with the intent of the Contract Documents, remove and replace the damaged material and compensate for the deficiency in a manner acceptable to the Engineer. 7. Maximum space between pieces or members for fillet welds shall be 1/16 inch. Only effective portion shall be considered in measuring fillet welds. 3.5 ADJUSTING AND CLEANING A. Touchup Painting: Cleaning and touchup painting of field welds, bolted connections, and abraded areas of shop paint are specified in Division 9. B. Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas and repair galvanizing to comply with ASTM A780. END OF SECTION FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 DIVISION 06 WOODS, PLASTICS, AND COMPOSITES PAGE INTENTIONALLY LEFT BLANK 061000 ROUGH CARPENTRY PART1- GENERAL 1.1 RELATED DOCUMENTS 06 1000- 1 ROUGH CARPENTRY Page 1 of 5 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to 03 40 16 completed in place. 2. Payment a. The work performed and materials furnished in accordance with this Item are subsidiary to the unit price bid per 03 40 16 complete in place, and no other compensation will be allowed. 1.3 SUMMARY A. Section Includes: 1. Wood blocking, cants, and nailers. 2. Wood furring. 3. Plywood backing panels. 1.4 DEFINITIONS A. Boards or Strips: Lumber of less than 2 inches nominal (38 mm actual) size in least dimension. B. Dimension Lumber: Lumber of 2 inches nominal (38 IIIm actual) size or greater but less than 5 inches nominal (I I mm artual) size in least dimension. C. Exposed Framing: Framing not concealed by other construction. D. Timber: Lumber of 5 inches nominal (114 mm actual) size or greater in least dimension. 1.5 ACTION SUBMITTALS A. Product Data: For each type of process and factory -fabricated product. Indicate component materials and dimensions and include construction and application details. 1. Include data for wood -preservative treatment from chemical treatment manufacturer and certification by treating plant that treated materials comply with requirements. Indicate type of preservative used and net amount of preservative retained. 2. Include data for fire -retardant treatment from chemical treatment manufacturer and certification by treating plant that treated materials comply with requirements. Include physical properties of treated materials based on testing by a qualified independent testing agency. 3. For fire -retardant treatments, include physical properties of treated lumber both before and after exposure to elevated temperatures, based on testing by a qualified independent testing agency according to ASTM D5664, FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 06 1000-2 ROUGH CARPENTRY Page 2 of 5 4. For products receiving a waterborne treatment, include statement that moisture content of treated materials was reduced to levels specified before shipment to Project Site. 1.6 INFORMATIONAL ,SUBMITTALS A. Evaluation Reports: For the following, from ICC-ES: 1. Wood -preservative -treated wood. 2. Fire -retardant -treated wood. 1.7 DELIVERY, STORAGE, AND HANDLING A. Stack wood products flat with spacers beneath and between each bundle to provide air circulation. Protect wood products from weather by covering with waterproof sheeting, securely anchored. Provide for air circulation around stacks and under coverings. PART 2 - PRODUCTS 2.1 WOOD PRODUCTS, GENERAL A. Lumber: DOC PS 20 and applicable rules of grading agencies indicated. If no grading agency is indicated, comply with the applicable rules of any rules -writing agency certified by the ALSC Board of Review. Grade lumber by an agency certified by the ALSC Board of Review to inspect and grade lumber under the rules indicated. 1. Factory mark each piece of lumber with grade stamp of grading agency. 2. Dress lumber, S4S, unless otherwise indicated. B. Maximum Moisture Content of Lumber: 15 percent unless otherwise indicated. 2.2 WOOD -PRESERVATIVE -TREATED LUMBER (NOT USED) 2.3 FIRE -RETARDANT -TREATED MATERIALS A. General: Where fire -retardant -treated materials are indicated, materials shall comply with requirements in this article, that are acceptable to authorities having jurisdiction, and with fire -test - response characteristics specified as determined by testing identical products per test method indicated by a qualified testing agency. B. Fire -Retardant -Treated Lumber and Plywood by Pressure Process: Products with a flame - spread index of 25 or less when tested according to ASTM E84, and with no evidence of significant progressive combustion when the test is extended an additional 20 minutes, and with the flame front not extending more than 10.5 feet (3.2 m) beyond the centerline of the burners at any time during the test. 1. Treatment shall not promote corrosion of metal fasteners. 2. Exterior Type: Treated materials shall comply with requirements specified above for fire - retardant -treated lumber and plywood by pressure process after being subjected to accelerated weathering according to ASTM D2898. Use for exterior locations and where indicated. 3. Interior Type A: Treated materials shall have a moisture content of 28 percent or less when tested according to ASTM D3201 at 92 percent relative humidity. Use where exterior type is not indicated. C. Kiln -dry lumber after treatment to maximum moisture content of 19 percent. D. Identify fire -retardant -treated wood with appropriate classification marking of qualified testing agency. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 06 10 00 - 3 ROUGH CARPENTRY Page 3 of 5 2.4 DIMENSION LUMBER FRAMING P&MM-hYy 04 N W.101 D111MV ItUO 1:311 N A. General: Provide miscellaneous lumber indicated and lumber for support or attachment of other construction, including the following: 1. Blocking. 2. Nailers. 3. Cants. 4. Furring. 5. Grounds. B. Dimension Lumber Items: Construction or No. 2 1. Hem -fir (north); NLGA. 2. Mixed southern pine or southern pine; SPIB. 3. Spruce -pine -fir; NLGA. 4. Hem -fir; WCLIB or WWPA. 5. Spruce -pine -fir (south); NeLMA, WCLIB, or WWPA. 6. Western woods; WCLIB or WWPA. 7. Northern spocies; NLGA. C. Concealed Boards: 15 percent maximum moisture content and any of the following species and grades: 1. Mixed southern pine or southern pine; No. 2 grade; SPIB. 2. Hem -fir or hem -fir (north); Construction or No. 2 Common grade; NLGA, WCLIB, or WWPA. 3. Spruce -pine -fir (south) or spruce -pine -fir; Construction or No. 2 Common grade; NeLMA, NLGA, WCLIB, or WWPA. 4. Western woods; Construction or No. 2 Common grade; WCLIB or WWPA. D. For blocking not used for attachment of other construction, Utility, Stud, or No. 3 grade lumber of any species may be used provided that it is cut and selected to eliminate defects that will interfere with its attachment and purpose. E. For blocking and nailers used for attachment of other construction, select and cut lumber to eliminate knots and other defects that will interfere with attachment of other work. F. For furring strips for installing plywood or hardboard paneling, select boards with no knots capable of producing bent -over nails and damage to paneling. 2.6 PLYWOOD BACKING PANELS A. Equipment Backing Panels: Plywood, DOC PS 1, Exterior, A-C in thickness indicated or, if not indicated, not less than 3/4-inch (19-mm) nominal thickness. 2.7 FASTENERS A. General: Fasteners shall be of size and type indicated and shall comply with requirements specified in this article for material and manufacture. 1. Where rough carpentry is exposed to weather, in ground contact, pressure -preservative treated, or in area of high relative humidity, provide fasteners with hot -dip zinc coating complying with ASTM A153/A153M. FREESE AND NICIIOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 06 10 00 - 4 ROUGH CARPENTRY Page 4 of 5 B. Nails, Brads, and Staples: ASTM F1667. C. Power -Driven Fasteners: Fastener systems with an evaluation report acceptable to authorities having jurisdiction, based on ICC-ES AC70. D. Post -Installed Anchors: Fastener systems with an evaluation report acceptable to authorities having jurisdiction, based on ICC-ES AC01, ICC-ES AC58, ICC-ES AC193] or ICC-ES AC308 as appropriate for the substrate. 1. Material: Carbon -steel components, zinc plated to comply with ASTM B633, Class Fe/Zn 5. 2. Material: Stainless steel with bolts and nuts complying with ASTM F593 and ASTM F594, Alloy Group I or 2 (ASTM F738M and ASTM F836M, Grade Al or A4). PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Framing Standard: Comply with AF&PA's WCD 1, "Details for Conventional Wood Frame Construction," unless otherwise indicated. B. Framing with Engineered Wood Products: Install engineered wood products to comply with manufacturer's written instructions. C. Set rough carpentry to required levels and lines, with members plumb, true to line, cut, and fitted. Fit rough carpentry accurately to other construction. Locate furring, nailers, blocking, grounds, and similar supports to comply with requirements for attaching other construction. D. Install plywood backing panels by fastening to studs; coordinate locations with utilities requiring backing panels. Install fire -retardant -treated plywood backing panels with classification marking of testing agency exposed to view. E. Provide blocking and framing as indicated and as required to support facing materials, fixtures, specialty items, and trim. 1. Provide metal clips for fastening gypsum board or lath at corners and intersections where framing or blocking does not provide a surface for fastening edges of panels. Space clips not more than 16 inc ze.; (406 mm) o.e. F. Sort and select lumber so that natural characteristics do not interfere with installation or with fastening other materials to lumber. Do not use materials with defects that interfere with function of member or pieces that are too small to use with minimum number of joints or optimum joint arrangement. G. Securely attach rough carpentry work to substrate by anchoring and fastening as indicated, complying with the following: 1. Table 23049.1, "Fastening Schedule," in ICC's International Building Code (IBC). 2. Table R602.3(1), "Fastener Schedule for Structural Members," and Table R602.3(2), "Alternate Attachments," in ICC's International Residential Code for One- and Two -Family Dwellings. 3. ICC-ES evaluation report for fastener. H. Use steel common nails unless otherwise indicated. Select fasteners of size that will not fully penetrate members where opposite side will be exposed to view or will receive finish materials. Make tight connections between members. Install fasteners without splitting wood. Drive nails snug but do not countersink nail heads unless otherwise indicated. FREESE AND NICHOLS, INC. Lake Arlington Lill Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 061000-5 ROUGH CARPENTRY Page 5 of 5 3.2 WOOD BLOCKING, AND NAILER INSTALLATION A. Install where indicated and where required for attaching other work. Form to shapes indicated and cut as required for true line and level of attached work. Coordinate Iocations with other work involved. B. Attach items to substrates to support applied loading. Recess bolts and nuts flush with surfaces unless otherwise indicated. C. Provide permanent grounds of dressed, pressure -preservative -treated, key -beveled lumber not less than 1-1 /2 inches (3 S mm) wide and of thickness required to bring face of ground to exact thickness of finish material. Remove temporary grounds when no longer required. 3.3 PROTECTION A. Protect wood that has been treated with inorganic boron (SBX) from weather. If, despite protection, inorganic boron -treated wood becomes wet, apply EPA -registered borate treatment. Apply borate solution by spraying to comply with EPA -registered label. B. Protect rough carpentry from weather. If, despite protection, rough carpentry becomes wet enough that moisture content exceeds that specified, apply EPA -registered borate treatment. Apply borate solution by spraying to comply with EPA -registered label. END OF SECTION FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 PAGE INTENTIONALLY LEFT BLANK DIVISION 07 THERMAL AND MOISTURE PROTECTION PAGE INTENTIONALLY LEFT BLANK 0752 16- 1 STYRENE-BUTADIENE-STYRENE (SBS) MODIFIED BITUMINOUS MEMBRANE ROOFING Page I of 12 075216 STYRENE-BUTADIENE-STYRENE (SBS) MODIFIED BITUMINOUS MEMBRANE ROOFING PARTI- GENERAL 1.1 RELATED DOCUMENTS A.Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to 03 40 16 completed in place. 2. Payment a. The work performed and materials furnished in accordance with this Item are subsidiary to the unit price bid per 03 40 16 complete in place, and no other compensation will be allowed. 1.3 SUMMARY A.This Section includes the following: 1. Adjust list below to suit Project. 2. SBS-modified bituminous membrane roofing. 3. Hybrid built-up and SBS-modified bituminous membrane roofing. 4. Protected, SBS-modified bituminous membrane roofing. 5. Vapor retarder. 6. Roof insulation. B.Related Sections include the following: 1. Division 06 Section "Rough Carpentry" for wood nailers, cants, curbs, and blocking. 2. Division 07 Section "Sheet Metal Flashing and Trim" for metal roof penetration flashings, flashings, and counter flashings. 1.4 DEFINITIONS A.Roofing Terminology: Refer to ASTM D 1079 and glossary of NRCA's "The NRCA Roofing and Waterproofing Manual" for definition of terms related to roofing work in this Section. B. Hot Roofing Asphalt: Roofing asphalt heated to its equiviscous temperature, the temperature at which its viscosity is 125 centipoise for mop -applied roofing asphalt and 75 eentipoise for mechanical spreader -applied roofing asphalt, within a range of plus or minus 25 deg F (14 deg C), measured at the mop cart or mechanical spreader immediately before application. C.Design Uplift Pressure: The uplift pressure, calculated according to procedures in SPRI's "Wind Load Design Guide for Fully Adhered and Mechanically Fastened Roofing Systems," before multiplication by a safety factor. D.Factored Design Uplift Pressure: The uplift pressure, calculated according to procedures in SPRI's "Wind Load Design Guide for Fully Adhered and Mechanically Fastened Roofing Systems," after multiplication by a safety factor. FREESE AND NICHOLS, INC. Lake Arlington Lilt Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 075216-2 STYRENE-BUTADIENE-STYRENE (SBS) MODIFIED BITUMINOUS MEMBRANE ROOFING Page 2 of 12 1.5 PERFORMANCE REQUIREMENTS A.General: Provide installed roofing membrane and base flashings that remain watertight; do not permit the passage of water; and resist specified uplift pressures, thermally induced movement, and exposure to weather without failure. B. Material Compatibility: Provide roofing materials that are compatible with one another under conditions of service and application required, as demonstrated by roofing manufacturer based on testing and field experience. C. Roofing System Design: Provide a roofing system that is identical to systems that have been successfully tested by a qualified testing and inspecting agency to resist uplift pressure calculated according to ASCE 7, and as described in General Note 6 on drawing sheet 1. Corner, Perimeter, and Field -of -Roof Uplift Pressure: 52.04 lbf/sq. ft. (kN/sq. m). D.FMG Listing: Provide roofing membrane, base flashings, and component materials that comply with requirements in FMG 4450 and FMG 4470 as part of a roofing system and that are listed in FMG's "Approval Guide" for Class I or noncombustible construction, as applicable. Identify materials with FMG markings. 1. Fire/Windstorm Classification: Class 1A-90 2. Hail Resistance: SH. E. Roofing System Design: Provide a roofing system that is identical to systems that have been successfully tested by a qualified testing and inspecting agency to resist the factored design uplift pressures calculated according to SPRI's "Wind Load Design Guide for Fully Adhered and Mechanically Fastened Roofing Systems." 1. Corner Design Uplift Pressure: 52.04 lbf/sq. ft. (kN/sq. m). 2. Perimeter Design Uplift Pressure: 34.58 lbf/sq, ft. (kN/sq. m). 3. Field -of -Roof Design Uplift Pressure: 20.61 lbf/sq. ft. (kN/sq. m). 1.6 SUBMITTALS A.Product Data: For each type of product indicated. B. Shop Drawings: For roofing system. Include plans, elevations, sections, details, and attachments to other Work. 1. Base flashings, cants, and membrane terminations. 2. Tapered insulation, including slopes. 3. Crickets, saddles, and tapered edge strips, including slopes. 4. Insulation fastening patterns. C. Samples for Verification: For the following products: D.Installer Certificates: Signed by roofing system manufacturer certifying that Installer is approved, authorized, or licensed by manufacturer to install roofing system. E. Manufacturer Certificates: Signed by roofing manufacturer certifying that roofing system complies with requirements specified in "Performance Requirements" Article. 1. Submit evidence of meeting performance requirements. F. Qualification Data: For Installer and manufacturer. G.Product Test Reports: Based on evaluation of comprehensive tests performed by manufacturer and witnessed by a qualified testing agency, for components of roofing system. H.Research/Evaluation Reports: For components of roofing system. I. Maintenance Data: For roofing system to include in maintenance manuals. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 075216-3 STYRENE-BUTADIENE-STYRENE (SBS) MODIFIED BITUMINOUS MEMBRANE ROOFING Page 3 of 12 J. Warranties: Special warranties specified in this Section. K.Inspection Report: Copy of roofing system manufacturer's inspection report of completed roofing installation. 1.7 QUALITY ASSURANCE A.Installer Qualifications: A qualified firm that is approved, authorized, or licensed by roofing system manufacturer to install manufacturer's product and that is eligible to receive manufacturer's warranty. 3, Manufacturer Qualifications: A qualified manufacturer that has UL Iisting for roofing system identical to that used for this Project. C.Testing Agency Qualifications: An independent testing agency with the experience and capability to conduct the testing indicated, as documented according to ASTM E 548. D.Source Limitations: Obtain components for roofing system from or approved by roofing system manufacturer. E. Fire -Test -Response Characteristics: Provide roofing materials with the fire -test -response characteristics indicated as determined by testing identical products per test method below by UL, FMG, or another testing and inspecting agency acceptable to authorities having jurisdiction. Materials shall be identified with appropriate markings of applicable testing and inspecting agency. F. Preliminary Roofing Conference: Before starting roof deck construction, conduct conference at Project site. Comply with requirements for preinstallation conferences in Division 01 Section "Project Management and Coordination." Review methods and procedures related to roof deck construction and roofing system including, but not limited to, the following: 1. Meet with Owner, Architect, Owner's insurer if applicable, testing and inspecting agency representative, roofing Installer, roofing system manufacturer's representative, deck Installer, and installers whose work interfaces with or affects roofing including installers of roof accessories and roof -mounted equipment. 2. Review methods and procedures related to roofing installation, including manufacturer's written instructions. 3. Review and finalize construction schedule and verify availability of materials, Installer's personnel, equipment, and facilities needed to make progress and avoid delays. 4. Examine deck substrate conditions and finishes for compliance with requirements, including flatness and fastening. 5. Review structural loading limitations of roof deck during and after roofing. 6. Review base flashings, special roofing details, roof drainage, roof penetrations, equipment curbs, and condition of other construction that will affect roofing system. 7. Review governing regulations and requirements for insurance and certificates if applicable. 8. Review temporary protection requirements for roofing system during and after installation. 9. Review roof observation and repair procedures after roofing installation. G.Preinstallation Conference: Conduct conference at Project site. Comply with requirements in Division 01 Section "Project Management and Coordination." Review methods and procedures related to roofing system including, but not limited to, the following: 1. Meet with Owner, Architect, Owner's insurer if applicable, testing and inspecting agency representative, roofing Installer, roofing system manufacturer's representative, deck Installer, and installers whose work interfaces with or affects roofing including installers of roof accessories and roof -mounted equipment. FREESE AND NICHOLS, INC. Lake Arlington Lill Station TECHNICAL. CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 075216-4 STYRENE-BUTADIENE-STYRENE (SBS) MODIFIED BITUMINOUS MEMBRANE ROOFING Page 4 of 12 2. Review methods and procedures related to roofing installation, including manufacturer's written instructions. 3. Review and finalize construction schedule and verify availability of materials, Installer's personnel, equipment, and facilities needed to make progress and avoid delays. 4. Examine deck substrate conditions and finishes for compliance with requirements, including flatness and fastening. 5. Review structural loading limitations of roof deck during and after roofing. 6. Review base flashings, special roofing details, roof drainage, roof penetrations, equipment curbs, and condition of other construction that will affect roofing system. 7. Review governing regulations and requirements for insurance and certificates if applicable. 8. Review temporary protection requirements for roofing system during and after installation. 9. Review roof observation and repair procedures after roofing installation. 1.8 DELIVERY, STORAGE, AND HANDLING A.Deliver roofing materials to Project site in original containers with seals unbroken and labeled with manufacturer's name, product brand name and type, date of manufacture, and directions for storage. B. Store liquid materials in their original undamaged containers in a clean, dry, protected location and within the temperature range required by roofing system manufacturer. Protect stored liquid material from direct sunlight. 1. Discard and legally dispose of liquid material that cannot be applied within its stated shelf life. C.Protect roof insulation materials from physical damage and from deterioration by sunlight, moisture, soiling, and other sources. Store in a dry location. Comply with insulation manufacturer's written instructions for handling, storing, and protecting during installation. D.Handle and store roofing materials and place equipment in a manner to avoid permanent deflection of deck. 1.9 PROJECT CONDITIONS A.Weather Limitations: Proceed with installation only when existing and forecasted weather conditions permit roofing system to be installed according to manufacturer's written instructions and warranty requirements. 1.10 WARRANTY A.Special Warranty: Manufacturer's standard form, without monetary limitation, in which manufacturer agrees to repair or replace components of roofing system that fail in materials or workmanship within specified warranty period. Failure includes roof leaks. 1. Special warranty includes roofing membrane, base flashings, roofing membrane accessories roof insulation fasteners cover boards substrate board vapor retarder walkway products and other components of roofing system. 2. Warranty Period: 20 years from date of Substantial Completion. B. Special Project Warranty: Submit roofing Installer's warranty, on warranty format end of this Section, signed by Installer, covering Work of this Section, including all components of roofing system such as roofing membrane, base flashing, roof insulation, fasteners, cover boards, substrate boards, vapor retarders, roof pavers, and walkway products, for the following warranty period: 1. Warranty Period: Two years from date of Substantial Completion. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 075216-5 STYRENE-BUTADIENE-STYRENE (SBS) MODIFIED BITUMINOUS MEMBRANE ROOFING Page 5 of 12 PART 2 - PRODUCTS 2.1 MANUFACTURERS A.Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following. B.Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. SBS-Modified Bituminous Membrane Roofing: a. Barrett Company. b. Bitec Inc. c. CertainTeed Corporation. d. Firestone Building Products Company. e. GAF Materials Corporation. f. Johns Manville International, Inc. g. Koppers Industries, Inc. h. Siplast, Inc. i. TAMKO Roofing Products, Inc. j. U.S. Ply, Inc. C.In other Part 2 articles where titles below introduce lists, the following requirements apply for product selection: 1. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, the products specified. 2. Products: Subject to compliance with requirements, provide one of the products specified. 3. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the manufacturers specified. 4. Manufacturers: Subject to compliance with requirements, provide products by the manufacturers specified. 0*_A 3IRS 0 [fill 1.W.01.71.Y9.:_101111_II IRoUtdMI _I :1./1.V A.Roofing Membrane Sheet: ASTM D 6163, Grade S, Type I or II, glass -fiber -reinforced, SBS- modified asphalt sheet; smooth surfaced; suitable for application method specified. B. Roofing Membrane Cap Sheet: ASTM D 6163, Grade G, Type I or II, glass -fiber -reinforced, SBS-modified asphalt sheet; granular surfaced; suitable for application method specified, and as follows: 1. Granule Color: White HRM.,MRyA.Y.I_x3U..l 1r_ ILx3[:lV A.Base Sheet: ASTM D 4601, Type II, SBS-modified asphalt -impregnated and -coated sheet, with glass -fiber -reinforcing mat, dusted with fine mineral surfacing on both sides. B.Backer Sheet: ASTM D 6163, Grade S, Type I or II, glass -fiber -reinforced], SBS-modified asphalt sheet; smooth surfaced; suitable for application method specified. C.Flashing Sheet: ASTM D 6163, Grade G, Type 1 or II, glass -fiber -reinforced], SBS-modified asphalt sheet; granular surfaced; suitable for application method specified, and as follows: 1. Granule Color: White. 2.4 AUXILIARY ROOFING MEMBRANE MATERIALS A.General: Auxiliary materials recommended by roofing system manufacturer for intended use and compatible with roofing membrane. FREESE AND NICHOLS, INC. Lake Arlington Litt Station TECHNICAL, CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 075216-6 STYRENE-BUTADIENE-STYRENE (SBS) MODIFIED BITUMINOUS MEMBRANE ROOFING Page 6 of 12 B. Asphalt Primer: ASTM D 41. C. Roofing Asphalt: ASTM D 312, Type III or IV as recommended by roofing system manufacturer for application D.Cold-Applied Adhesive: Roofing system manufacturer's standard asphalt -based, one- or two- part, asbestos -free, cold -applied adhesive specially formulated for compatibility and use with roofing membrane and base flashings. E. Asphalt Roofing Cement: ASTM D 4586, asbestos free, of consistency required by roofing system manufacturer for application. F. Mastic Sealant: Polyisobutylene, plain or modified bitumen, nonhardening, nonmigrating, nonskinning, and nondrying. G.Fasteners: Factory -coated steel fasteners and metal or plastic plates meeting corrosion -resistance provisions in FMG 4470, designed for fastening roofing membrane components to substrate, tested by manufacturer for required pullout strength, and acceptable to roofing system manufacturer. H.Metal Flashing Sheet: Metal flashing sheet is specified in Division 07 Section "Sheet Metal Flashing and Trim." I. Roofing Granules: Ceramic -coated roofing granules, No. 11 screen size with 100 percent passing No. 8 (2.36-mm) sieve and 98 percent of mass retained on No. 40 (0.425-mm) sieve, color to match roofing membrane. J. Separator Sheet: Polyethylene sheet, 4 mils (0.1 mm) thick, minimum. K.Miscellaneous Accessories: Provide miscellaneous accessories recommended by roofing system manufacturer. 2.5 SUBSTRATE BOARDS A. Substrate Board: ASTM C 1177/C 1177M, glass -mat, water-resistant gypsum substrate, 1/2 inch (13 mm) thick. 1. Product: Subject to compliance with requirements, provide "Dens -Deck" by Georgia- Pacific Corporation. B.Fasteners: Factory -coated steel fasteners and metal or plastic plates meeting corrosion -resistance provisions in FMG 4470, designed for fastening substrate panel to roof deck. 2.6 ROOF INSULATION A. General: Provide preformed roof insulation boards that comply with requirements and referenced standards, selected from manufacturer's standard sizes and of thicknesses indicated. B.Polyisocyanurate Board Insulation Closed cell roof insulation with glass fiber/organic mat facer on each side: ASTM C 1289, Type II, felt or glass -fiber mat facer on both major surfaces. Manufacturers: k. Apache Products Company. I. Atlas Roofing Corporation. m. Celotex Corporation. n. Firestone Building Products Company. o. GAF Materials Corporation. p. Honeywell Commercial Roofing Systems. q. Hunter Panels, LLC. r. Johns Manville International, Inc. s. Koppers Industries. t. RMAX. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 075216-7 STYRENE-BUTADIENE-STYRENE (SBS) MODIFIED BITUMINOUS MEMBRANE ROOFING Page 7of12 2.7 INSULATION ACCESSORIES A.Gencral: Roof insulation accessories recommended by insulation manufacturer for intended use and compatible with membrane roofing. B. Fasteners: Factory -coated steel fasteners and metal or plastic plates meeting corrosion -resistance provisions in FMG 4470, designed for fastening roof insulation to substrate, and acceptable to roofing system manufacturer. C. Cold FIuid-Applied Adhesive: Manufacturer's standard cold fluid -applied adhesive formulated to adhere roof insulation to substrate. D.Insulation Cant Strips: ASTM C 208, Type 11, Grade 1, cellulosic -fiber insulation board. E. Wood Nailer Strips: Comply with requirements in Division 06 Section "Rough Carpentry." F. Cover Board: ASTM C 1177/C 1177M, glass -mat, water-resistant gypsum substrate, 1/2 inch (13 mm) thick. 1. Product: Subject to compliance with requirements, provided "Dens -Deck" by Georgia- Pacific Corporation. G.Substrate Joint Tape: 6- or 8-inch- (150- or 200-mm-) wide, coated, glass -fiber joint tape. PART 3 - EXECUTION 3.1 EXAMINATION A.Examine substrates, areas, and conditions, with Installer present, for compliance with the following requirements and other conditions affecting performance of roofing system: 1. Verify that roof openings and penetrations are in place and set and braced and that roof drains are securely clamped in place. 2. Verify that wood cants, blocking, curbs, and nailers are securely anchored to roof deck at penetrations and terminations and that nailers match thicknesses of insulation. 3. Verify that surface plane flatness and fastening of steel roof deck complies with requirements in Division 05 Section "Steel Decking." u. Test for moisture by pouring 1 pint (0.5 L) of hot roofing asphalt on deck at start of each day's work and at start of each roof area or plane. Do not proceed with roofing work if test sample foams or can be easily and cleanly stripped after cooling. 4. Verify that deck is securely fastened with no projecting fasteners and with no adjacent units in excess of 1/16 inch (1.6 mm) out of plane relative to adjoining deck. 5. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A.Clean substrate of dust, debris, moisture, and other substances detrimental to roofing installation according to roofing system manufacturer's written instructions. Remove sharp projections. B.Prevent materials from entering and clogging roof drains and conductors and from spilling or migrating onto surfaces of other construction. Remove roof -drain plugs when no work is taking place or when rain is forecast. 3.3 SUBSTRATE BOARD INSTALLATION A.Install substrate board with long joints in continuous straight lines, perpendicular to roof slopes with end joints staggered between rows. Tightly butt substrate boards together. 1. Fasten substrate board to top flanges of steel deck according to recommendations in FMG's "Approval Guide" for specified Windstorm Resistance Classification. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 075216-8 STYRENE-BUTADIENE-STYRENE (SBS) MODIFIED BITUMINOUS MEMBRANE ROOFING Page 8 of 12 3.4 INSULATION INSTALLATION A.Comply with roofing system manufacturer's written instructions for installing roof insulation. B.Install one lapped base sheet course and mechanically fasten to substrate according to roofing system manufacturer's written instructions. C.Insulation Cant Strips: Install and secure preformed 45-degree insulation cant strips at junctures of roofing membrane system with vertical surfaces or angle changes greater than 45 degrees. D.Install insulation with long joints of insulation in a continuous straight line with end joints staggered between rows, abutting edges and ends between boards. Fill gaps exceeding 1I4 inch (6 mm) with insulation. 1. Cut and fit insulation within to inch (6 mm) of nailers, projections, and penetrations. E. Install one or more layers of insulation under area of roofing to achieve required thickness. Where overall insulation thickness is [1-1/2 inches (38 mm)] [2 inches (50 mm)] or greater, install 2 or more layers with joints of each succeeding layer staggered from joints of previous layer a minimum of 6 inches (150 mm) in each direction. F. Trim surface of insulation where necessary at roof drains so completed surface is flush and does not restrict flow of water. G.Mechanically Fastened and Adhered Insulation: Install each layer of insulation and secure first layer of insulation to deck using mechanical fasteners specifically designed and sized for fastening specified board -type roof insulation to deck type. 1. Fasten first layer of insulation to resist uplift pressure at corners, perimeter, and field of roof. 2. Install subsequent layers of insulation in a cold fluid -applied adhesive. H.Install cover boards over insulation with long joints in continuous straight lines with end joints staggered between rows. Stagger joints from joints in insulation below a minimum of 6 inches (150 mm) in each direction. Loosely butt cover boards together and fasten to roof deck. Tape joints if required by roofing system manufacturer. 1. Fasten according to requirements in FMG's "Approval Guide" for specified Windstorm Resistance Classification. 2. Fasten to resist uplift pressure at corners, perimeter, and field of roof. 3. Apply hot roofing asphalt to underside and immediately bond cover board to substrate. 3.5 ROOFING MEMBRANE INSTALLATION, GENERAL A. Install roofing membrane system according to roofing system manufacturer's written instructions and applicable recommendations of ARMA/NRCA's "Quality Control Guidelines for the Application of Polymer Modified Bitumen Roofing." 1. Install roofing system MBS2- I M L-G2 with base shcetM, according to specification -plate classifications in NRCA's "The NRCA Roofing and Waterproofing Manual" and requirements in this Section. B. Start installation of roofing membrane in presence of roofing system manufacturer's technical personnel. C. Where roof slope exceeds 1/2 inch per 12 inches (1:24), install roofing membrane sheets parallel with slope. 1. Backnail roofing membrane sheets to nailer stripsaccording to roofing system manufacturer's written instructions. D.Cooperate with testing and inspecting agencies engaged or required to perform services for installing roofing system. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 075216-9 STYRENE-BUTADIENE-STYRENE (SBS) MODIFIED BITUMINOUS MEMBRANE ROOFING Page 9 of 12 E. Coordinate installing roofing system so insulation and other components of the roofing membrane system not permanently exposed are not subjected to precipitation or left uncovered at the end of the workday or when rain is forecast. 1. Provide tie -offs at end of each day's work to cover exposed roofing membrane sheets and insulation with a course of coated felt set in roofing cement or hot roofing asphalt with joints and edges sealed. 2. Complete terminations and base flashings and provide temporary seals to prevent water from entering completed sections of roofing system. 3. Remove and discard temporary seals before beginning work on adjoining roofing. F. Asphalt Heating: Do not raise roofing asphalt temperature above equiviscous temperature range more than one hour before time of application. Do not exceed roofing asphalt manufacturer's recommended temperature limits during roofing asphalt heating. Do not heat roofing asphalt within 25 deg F (14 deg C) of flash point. Discard roofing asphalt maintained at a temperature exceeding finished blowing temperature for more than 4 hours. G.Asphalt Heating: Heat and apply SEBS-modified roofing asphalt according to roofing system manufacturer's written instructions. H.Substrate-Joint Penetrations: Prevent roofing asphalt from penetrating substrate joints, entering building, or damaging roofing system components or adjacent building construction. 3.6 BASE -SHEET INSTALLATION A.Loosely lay one course of sheathing paper, lapping edges and ends a minimum of 2 inches (50 mm) and 6 inches (150 min), respectively. B.Install lapped base sheet course, extending sheet over and terminating beyond cants. Attach base sheet as follows: 1. Adhere to substrate in a uniform coating of cold -applied adhesive. C.Install a second lapped base sheet course, extending sheet over and terminating beyond cants. Attach base sheet as follows: 1. Adhere to substrate in a uniform coating of cold -applied adhesive. 3.7 BASE -PLY SHEET INSTALLATION A.Install two or three glass -fiber base -ply sheets according to roofing system manufacturer's written instructions starting at low point of roofing system. Align glass -fiber base -ply sheets without stretching. Shingle side laps of glass -fiber base -ply sheets uniformly to ensure required number of glass -fiber base -ply sheets covers substrate at any point. Shingle in direction to shed water. Extend glass -fiber base -ply sheets over and terminate beyond cants. 1. Embed each glass -fiber base -ply sheet in a continuous mopping of hot roofing asphalt, to form a uniform membrane without glass -fiber base -ply sheets touching. 3.8 SBS-MODIFIED BITUMINOUS MEMBRANE INSTALLATION A.InstalI modified bituminous roofing membrane sheet and cap sheet according to roofing manufacturer's written instructions, starting at low point of roofing system. Extend roofing membrane sheets over and terminate beyond cants, installing as follows: 1. Adhere to substrate in a solid mopping of hot roofing asphalt applied at not less than 425 deg F (218 deg Q. 2. Unroll roofing membrane sheets and allow them to relax for minimum time period required by manufacturer. B.Laps: Accurately align roofing membrane sheets, without stretching, and maintain uniform side and end laps. Stagger end laps. Completely bond and seal laps, leaving no voids. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 075216- 10 STYRENE-BUTADIENE-STYRENE (SBS) MODIFIED BITUMINOUS MEMBRANE ROOFING Page 10 of 12 1. Repair tears and voids in laps and lapped seams not completely sealed. 2. Apply roofing granules to cover exuded bead at laps while bead is hot. C. Install roofing membrane sheets so side and end laps shed water. 3.9 FLASHING AND STRIPPING INSTALLATION A.Install base flashing over cant strips and other sloping and vertical surfaces, at roof edges, and at penetrations through roof, and secure to substrates according to roofing system manufacturer's written instructions and as follows: 1. Prime substrates with asphalt primer if required by roofing system manufacturer. 2. Backer Sheet Application: Install backer sheet and adhere to substrate in cold -applied adhesive at rate required by roofing system manufacturer. 3. Flashing Sheet Application: Adhere flashing sheet to substrate in cold -applied adhesive at rate required by roofing system manufacturer. 4. Flashing Sheet Application: Adhere flashing sheet to substrate in asphalt roofing cement; apply cement at rate required by roofing system manufacturer. B. Extend base flashing up walls or parapets a minimum of 8 inches (200 min) above roofing membrane and 4 inches (100 mm) onto field of roofing membrane. C. Mechanically fasten top of base flashing securely at terminations and perimeter of roofing. 1. Seal top termination of base flashing with a strip of glass -fiber fabric set in asphalt roofing cement. 3.10 FIELD QUALITY CONTROL A.Testing Agency: Owner will engage a qualified independent testing and inspecting agency to perform roof tests and inspections and to prepare test reports. B. Test Cuts: Test specimens will be removed to evaluate problems observed during quality - assurance inspections of roofing membrane as follows: 1. Approximate quantities of components within roofing membrane will be determined according to ASTM D 3617. 2. Test specimens will be examined for interply voids according to ASTM D 3617 and to comply with criteria established in Appendix 3 of ARMAINRCA's "Quality Control Guidelines for the Application of Polymer Modified Bitumen Roofing." C. Final Roof Inspection: Arrange for roofing system manufacturer's technical personnel to inspect roofing installation on completion and submit report to Architect. 1. Notify Architect or Owner 48 hours in advance of date and time of inspection. D.Repair or remove and replace components of roofing system where test results or inspections indicate that they do not comply with specified requirements. E. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. 3.11 PROTECTING AND CLEANING A.Proteet roofing system from damage and wear during remainder of construction period. When remaining construction will not affect or endanger roofing, inspect roofing for deterioration and damage, describing its nature and extent in a written report, with copies to Architect and Owner. B. Correct deficiencies in or remove roofing system that does not comply with requirements, repair substrates, and repair or reinstall roofing system to a condition free of damage and deterioration at time of Substantial Completion and according to warranty requirements. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 0752 16 - 11 STYRENE-BUTADIENE-STYRENE (SBS) MODIFIED BITUMINOUS MEMBRANE ROOFING Page 11 of 12 C.Clean overspray and spillage from adjacent construction using cleaning agents and procedures recommended by manufacturer of affected construction. 3.12 ROOFING INSTALLER'S WARRANTY A.WHEREAS <Insert name> of <Insert address>, herein called the "Roofing Installer," has performed roofing and associated work ("work" ) on the following project: 1. Owner: <Insert name of Owner.> 2. Address: <Insert address.> 3. Building Name/Type: <Insert information.> 4. Address: <Insert address.> 5. Area of Work: <Insert information.> 6. Acceptance Date: <Insert date.> 7. Warranty Period: <Insert time.> 8. Expiration Date: <Insert date. B. AND WHEREAS Roofing Installer has contracted (either directly with Owner or indirectly as a subcontractor) to warrant said work against leaks and faulty or defective materials and workmanship for designated Warranty Period, C.NOW THEREFORE Roofing Installer hereby warrants, subject to terms and conditions herein set forth, that during Warranty Period he will, at his own cost and expense, make or cause to be made such repairs to or replacements of said work as are necessary to correct faulty and defective work and as are necessary to maintain said work in a watertight condition. D.This Warranty is made subject to the following terms and conditions. 1. Specifically excluded from this Warranty are damages to work and other parts of the building, and to building contents, caused by: a. lightning; v. peak gust wind speed exceeding <Insert wind speed> mph (m/sec); w. fire; x. failure of roofing system substrate, including cracking, settlement, excessive deflection, deterioration, and decomposition; y. faulty construction of parapet walls, copings, chimneys, skylights, vents, equipment supports, and other edge conditions and penetrations of the work; z. vapor condensation on bottom of roofing; and aa. activity on roofing by others, including construction contractors, maintenance personnel, other persons, and animals, whether authorized or unauthorized by Owner. 2. When work has been damaged by any of foregoing causes, Warranty shall be null and void until such damage has been repaired by Roofing Installer and until cost and expense thereof have been paid by Owner or by another responsible party so designated. 3. Roofing Installer is responsible for damage to work covered by this Warranty but is not liable for consequential damages to building or building contents resulting from leaks or faults or defects of work. FREEST; AND NICHOLS, INC. Lace Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 0752 16-12 STYRENE-BUTADIENE-STYRENE (SBS) MODIFIED BITUMINOUS MEMBRANE ROOFING Page 12 of 12 4. During Warranty Period, if Owner allows alteration of work by anyone other than Roofing Installer, including cutting, patching, and maintenance in connection with penetrations, attachment of other work, and positioning of anything on roof, this Warranty shall become null and void on date of said alterations, but only to the extent said alterations affect work covered by this Warranty. If Owner engages Roofing Installer to perform said alterations, Warranty shall not become null and void unless Roofing Instal ter, before starting said work, shall have notified Owner in writing, showing reasonable cause for claim, that said alterations would likely damage or deteriorate work, thereby reasonably justifying a limitation or termination of this Warranty. 5. During Warranty Period, if original use of roof is changed and it becomes used for, but was not originally specified for, a promenade, work deck, spray -cooled surface, flooded basin, or other use or service more severe than originally specified, this Warranty shall become null and void on date of said change, but only to the extent said change affects work covered by this Warranty. 6. Owner shall promptly notify Roofing Installer of observed, known, or suspected leaks, defects, or deterioration and shall afford reasonable opportunity for Roofing Installer to inspect work and to examine evidence of such leaks, defects, or deterioration. 7. This Warranty is recognized to be the only warranty of Roofing Installer on said work and shall not operate to restrict or cut off Owner from other remedies and resources lawfully available to Owner in cases of roofing failure. Specifically, this Warranty shall not operate to relieve Roofing Installer of responsibility for performance of original work according to requirements of the Contract Documents, regardless of whether Contract was a contract directly with Owner or a subcontract with Owner's General Contractor. END OF SECTION FRE ESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 07 62 00 - 1 SHEET METAL FLASHING AND TRIM Page 1 of 10 07 62 00 SHEET METAL FLASHING AND TRIM PART1- GENERAL ilfi = 9 DI Ar 0 DI 13 111If18021 WY.If. A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to 03 40 16 completed in place. 2. Payment a. The work performed and materials furnished in accordance with this Item are subsidiary to the unit price bid per 03 40 16 complete in place, and no other compensation will be allowed. 1.3 SUMMARY A. Section Includes: 1. Manufactured through -wall flashing with snaplock receiver. 2. Manufactured reglets. 3. Formed roof -drainage sheet metal fabrications. 4. Formed low -slope roof sheet metal fabrications. B. Related Requirements: 1. Section 06 10 00 "Rough Carpentry" for wood nailers, curbs, and blocking. 1.4 COORDINATION A. Coordinate sheet metal flashing and trim layout and seams with sizes and locations of penetrations to be flashed, and joints and scams in adjacent materials. B. Coordinate sheet metal flashing and trim installation with adjoining roofing and wall materials, joints, and seams to provide leakproof, secure, and noncorrosive installation. 1.5 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at 6200 Salt Road. I , Review construction schedule. Verify availability of materials, Installer's personnel, equipment, and facilities needed to make progress and avoid delays. 2. Review special roof details, roof drainage, roof -penetration flashing, equipment curbs, and condition of other construction that affect sheet metal flashing and trim. 3. Review requirements for insurance and certificates if applicable. 4. Review sheet metal flashing observation and repair procedures after flashing installation. 1.6 ACTION SUBMITTALS A. Product Data: For each type of product. FREESE AND NICHOL,S, INC. Lake Arlington Lin Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 076200-2 SHEET METAL FLASHING AND TRIM Page 2 of 10 1. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for each manufactured product and accessory. B. Shop Drawings: For sheet metal flashing and trim. 1. Include plans, elevations, sections, and attachment details. 2. Detail fabrication and installation layouts, expansion -joint locations, and keyed details. Distinguish between shop- and field -assembled work. 3. Include identification of material, thickness, weight, and finish for each item and location in Proj ect. 4. Include details for forming, including profiles, shapes, seams, and dimensions. 5. Include details for joining, supporting, and securing, including layout and spacing of fasteners, cleats, clips, and other attachments. Include pattern of seams. 6. Include details of termination points and assemblies. 7. Include details of expansion joints and expansion -joint covers, including showing direction of expansion and contraction from fixed points. S. Include details of roof -penetration flashing. 9. Include details of edge conditions, including eaves, ridges, valleys, rakes, crickets, and counterflashings as applicable. 10. Include details of special conditions. It. Include details of connections to adjoining work. 12. Detail formed flashing and trim at scale of not less than '-1 '2 inches per 12 inches (1:10). C. Samples for Initial Selection: For each type of sheet metal and accessory indicated with factory -applied finishes. D. Samples for Verification: For each type of exposed finish. 1. Sheet Metal Flashing: 12 inches (300 mm) long by actual width of unit, including finished seam and in required profile. Include fasteners, cleats, clips, closures, and other attachments. 2. Trim, Metal Closures, Expansion Joints, Joint Intersections, and Miscellaneous Fabrications: 12 inches (300 mm) long and in required profile. Include fasteners and other exposed accessories. 3. Unit -Type Accessories and Miscellaneous Materials: Full-size Sample. 4. Anodized Aluminum Samples: Samples to show full range to be expected for each color required.. 1.7 INFORMATIONAL SUBMITTALS A. Qualification Data: For fabricator. B. Product Test Reports: For each product, for tests performed by a qualified testing agency. C. Sample Warranty: For special warranty. 1.8 QUALITY ASSURANCE A. Fabricator Qualifications: Employs skilled workers who custom fabricate sheet metal flashing and trim similar to that required for this Project and whose products have a record of successful in- service performance. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPEC [FECATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 076200-3 SHEET METAL FLASHING AND TRIM Page 3 of 10 B. Mockups: Build mockups to verify selections made under Sample submittals, to demonstrate aesthetic effects, and to set quality standards for fabrication and installation. 1. Build mockup of typical roof edge, eave, including gutter, fascia, fascia trim, approximately 10 feet (3.0 in) long, including supporting construction cleats, seams, attachments, underlayment, and accessories. 2. Approval of mockups does not constitute approval of deviations from the Contract Documents contained in mockups unless Architect specifically approves such deviations in writing. 3. Subject to compliance with requirements, approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. 1.9 DELIVERY, STORAGE, AND HANDLING A. Do not store sheet metal flashing and trim materials in contact with other materials that might cause staining, denting, or other surface damage. Store sheet metal flashing and trim materials away from uncured concrete and masonry. B. Protect strippable protective covering on sheet metal flashing and trim from exposure to sunlight and high humidity, except to extent necessary for period of sheet metal flashing and trim installation. 1.10 WARRANTY A. Special Warranty on Finishes: Manufacturer agrees to repair finish or replace sheet metal flashing and trim that shows evidence of deterioration of factory -applied finishes within specified warranty period. 1. Exposed Panel Finish: Deterioration includes, but is not limited to, the following: a. Color fading more than 5 Hunter units when tested according to ASTM D2244. b. Chalking in excess of a No. 8 rating when tested according to ASTM D4214. c. Cracking, checking, peeling, or failure of paint to adhere to bare metal. 2. Finish Warranty Period: 20 years from date of Substantial Completion. PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. General: Sheet metal flashing and trim assemblies shall withstand wind loads, structural movement, thermally induced movement, and exposure to weather without failure due to defective manufacture, fabrication, installation, or other defects in construction. Completed sheet metal flashing and trim shall not rattle, leak, or Ioosen, and shall remain watertight. B. Sheet Metal Standard for Flashing and Trim: Comply with NRCA's "The NRCA Roofing Manual" and SMACNA's "Architectural Sheet Metal Manual" requirements for dimensions and profiles shown unless more stringent requirements are indicated. C. Thermal Movements: Allow for thermal movements from ambient and surface temperature changes to prevent buckling, opening of joints, overstressing of components, failure of joint sealants, failure of connections, and other detrimental effects. Base calculations on surface temperatures of materials due to both solar heat gain and nighttime -sky heat loss. 1. Temperature Change: 120 deg t' (67 deg C), ambient; 80 deg F (100 deg C), material surfaces. FREESE AND NICHOLS, INC. Lake Arlington Litt Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 076200-4 SHEET METAL FLASHING AND TRIM Page 4 of 10 2.2 SHEET METALS A. General: Protect mechanical and other finishes on exposed surfaces from damage by applying strippable, temporary protective film before shipping. B. Aluminum Sheet: ASTM B209 (ASTM B209M), alloy as standard with manufacturer for finish required, with temper as required to suit forming operations and performance required; with smooth, flat surface. 1. Exposed Coil -Coated Finish: a. Three -Coat Fluoropolymer: AAMA 2605. Fluoropolymer finish containing not less than 70 percent PVDF resin by weight in both color coat and clear topcoat. Prepare, pretreat, and apply coating to exposed metal surfaces to comply with coating and resin manufacturers' written instructions. 2. Color: As indicated by manufacturer's designations. 3. Concealed Finish: Pretreat with manufacturer's standard white or light-colored acrylic or polyester backer finish, consisting of prime coat and wash coat with minimum total dry film thickness of 0.5 mil (0.013 mm). 4. Concealed Finish: Pretreat with manufacturer's standard white or light-colored acrylic or polyester backer finish, consisting of prime coat and wash coat with minimum total dry film thickness of 0.5 mil (0.013 mm). 2.3 UNDERLAYMENT MATERIALS A. Self -Adhering, High -Temperature Sheet: Minimum 30 tr+ls (0.76 mm) thick, consisting of a slip -resistant polyethylene- or polypropylene -film top surface laminated to a layer of butyl- or SBS- modified asphalt adhesive, with release -paper backing; specifically designed to withstand high metal temperatures beneath metal roofing. Provide primer according to written recommendations of underlayment manufacturer. Acceptable Manufacturers: 1. Carlisle Coating and Waterproofrt. 2. Grace Construction Products 3. Metal-fab manufacturing 4. Owens Corning 5. Thermal Stability: ASTM D 1970; stable after testing at 240 deg F (116 deg C) or higher. 6. Low -Temperature Flexibility. ASTM D 1970; passes after testing at minus 20 6, g F (29 deg C) or lower. B. Slip Sheet: Rosin -sized building paper, 3 lb./100 sq. ft. (0.16 kg/sq. m)minimum. 2.4 MISCELLANEOUS MATERIALS A. General: Provide materials and types of fasteners, solder, protective coatings, sealants, and other miscellaneous items as required for complete sheet metal flashing and trim installation and as recommended by manufacturer of primary sheet metalor manufactured item unless otherwise indicated. B. Fasteners: Wood screws, annular threaded nails, self -tapping screws, self-locking rivets and bolts, and other suitable fasteners designed to withstand design loads and recommended by manufacturer of primary sheet metalor manufactured item. 1. General: Blind fasteners or self drilling screws, gasketed, with hex -washer head. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 076200-5 SHEET METAL FLASHING AND TRIM Page 5 of 10 a. Exposed Fasteners: Heads matching color of sheet metal using plastic caps or factory - applied coating. Provide metal -backed EPDM or PVC sealing washers under heads of exposed fasteners bearing on weather side of metal. b. Blind Fasteners: High -strength aluminum or stainless -steel rivets suitable for metal being fastened. c. Spikes and Ferrules: Same material as gutter; with spike with ferrule matching internal gutter width. 2. Fasteners for Aluminum Sheet: Aluminum or Series 300 stainless steel. 3. Fasteners for Stainless -Steel Sheet: Series 300 stainless steel. 4. Fasteners for Zinc -Tin Alloy -Coated Stainless -Steel Sheet: Series 300 stainless steel. 5. Fasteners for Aluminum -Zinc Alloy -Coated Steel Sheet: Series 300 stainless steel or hot - dip galvanized steel according to ASTM Al53/AI53M or ASTM F2329. 6. Fasteners for Zinc Sheet: Series 300 stainless steel or hot -dip galvanized steel according to ASTM A 153/A 153M or ASTM F2329. C. Sealant Tape: Pressure -sensitive, 100 percent solids, polyisobutylene compound sealant tape with release -paper backing. Provide permanently elastic, nonsag, nontoxic, nonstaining tape 1/2 inch (13 mm) wide and 1/8 inch (3 mm) thick. D. Elastomeric Sealant: ASTM C920, elastomeric polyurethanepolymer sealant; of type, grade, class, and use classifications required to seal joints in sheet metal flashing and trim and remain watertight. E. Butyl Sealant: ASTM C1311, single -component, solvent -release butyl rubber sealant; polyisobutylene plasticized; heavy bodied for hooked -type expansion joints with limited movement. F. Bituminous Coating: Cold -applied asphalt emulsion according to ASTM D1187. G. Asphalt Roofing Cement: ASTM D4586, asbestos free, of consistency required for application. 2.5 MANUFACTURED SHEET METAL FLASHING AND TRIM 1. Accessories: a. Flexible -Flashing Retainer: Provide resilient plastic or rubber accessory to secure flexible flashing in reglet where clearance does not permit use of standard metal counterflashing or where Drawings show reglet without metal counterflashing. b. Counterflashing Wind -Restraint Clips: Provide clips to be installed before counterflashing to prevent wind uplift of counterflashing's Iower edge. 2.6 FABRICATION, GENERAL A. General: Custom fabricate sheet metal flashing and trim to comply with details shown and recommendations in cited sheet metal standard that apply to design, dimensions, geometry, metal thickness, and other characteristics of item required. Fabricate sheet metal flashing and trim in shop to greatest extent possible. 1. Fabricate sheet metal flashing and trim in thickness or weight needed to comply with performance requirements, but not less than that specified for each application and metal. 2. Obtain field measurements for accurate fit before shop fabrication. 3. Form sheet metal flashing and trim to fit substrates without excessive oil canning, buckling, and tool marks; true to line, levels, and slopes; and with exposed edges folded back to form hems. 4. Conceal fasteners and expansion provisions where possible. Do not use exposed fasteners on faces exposed to view. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 076200-6 SHEET METAL FLASHING AND TRIM Page 6 of 10 B. Fabrication Tolerances: Fabricate sheet metal flashing and trim that is capable of installation to a tolerance of 1/4 inch in 20 feet (6 mm in 6 m) on slope and location lines indicated on Drawings and within 1/8-inch (3-mm) offset of adjoining faces and of alignment of matching profiles. C. Expansion Provisions: Form metal for thermal expansion of exposed flashing and trim. 1. Form expansion joints of intermeshing hooked flanges, not less than 1 inch (25 mm) deep, filled with butyl sealant concealed within joints. 2. Use lapped expansion joints only where indicated on Drawings. D. Sealant Joints: Where movable, nonexpansion-type joints are required, form metal to provide for proper installation of elastomeric sealant according to cited sheet metal standard. E. Fabricate cleats and attachment devices from same material as accessory being anchored or from compatible, noncorrosive metal. F. Fabricate cleats and attachment devices of sizes as recommended by cited sheet metal standard for application, but not less than thickness of metal being secured. G. Scams: Fabricate nonmoving seams with flat -lock seams. Form scams and seal with elastomeric sealant unless otherwise recommended by sealant manufacturer for intended use. H. Seams for Aluminum: Fabricate nonmoving seams with flat -lock seams. Form seams and seal with epoxy seam sealer. 1. Do not use graphite pencils to mark metal surfaces. 2.7 ROOF -DRAINAGE SHEET METAL FABRICATIONS A. Hanging Gutters: Fabricate to cross section required, complete with end pieces, outlet tubes, and other accessories as required. Fabricate in minimum 96-inch- (2400-mm-) long sections. Furnish flat -stock gutter brackets and flat -stock gutter spacers and straps fabricated from same metal as gutters, of size recommended by cited sheet metal standard but with thickness not less than twice the gutter thickness. Fabricate expansion joints, expansion joint covers, gutter bead reinforcing bars, and gutter accessories from same metal as gutters. Shop fabricate interior and exterior corners. 1. Gutter Profile: Style A according to cited sheet metal standard. 2. Expansion Joints: Butt type with cover plate. 3. Accessories: Continuous, removable leaf screen with sheet metal frame and hardware cloth screen. 4. Gutters with Girth up to 15 Inches k380 mm): Fabricate from the following materials: a. Aluminum: 0.032 inch (0.81 mm) thick. B. Downspouts: Fabricate rectangular downspouts to dimensions indicated, complete with mitered elbows. Furnish with metal hangers from same material as downspouts and anchors Shop fabricate elbows. 1. Fabricated Hanger Style: Fig 1-35B according to SMACNA's "Architectural Sheet Metal Manual." 2. Fabricate from the following materials: a. Aluminum: 0.024 inch (0.61 mm) thick. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: t00995 Revised March 24, 2020 076200-7 SHEET METAL FLASHING AND TRIM Page 7 of 10 2.8 LOW -SLOPE ROOF SHEET METAL FABRICATIONS A. Roof Edge Flashing (Gravel Stop)and Fascia Cap: Fabricate in minimum 96-inch- (2400-nun-) long, but not exceeding i - c,—t- (3.6-m-) long sections. Furnish with , _-h- (150-mm-) wide, joint cover plates. Shop fabricate interior and exterior corners. 1. Joint Style: Butted with expansion space and o- h- (150-mm-) wide, concealed backup plate. 2. Fabricate with scuppers spacedl0 feet (3 m) apart, to dimensions required with 4-inch- (100-mm-) wide flanges and base extending 4 inches (100 mm) beyond cant or tapered strip into field of roof. Fasten gravel guard angles to base of scupper. 3. Fabricate from the Following Materials: a. Aluminum: 0.050 incl (1.27 m.n) thick. B. Roof -Penetration Flashing: Fabricate from the following materials: 1. Stainless Steel: 0.019 inch (0.48 mm) thick. PART 3- EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances, substrate, and other conditions affecting performance of the Work. 1. Verify compliance with requirements for installation tolerances of substrates. 2. Verify that substrate is sound, dry, smooth, clean, sloped for drainage, and securely anchored. 3. Verify that air- or water-resistant barriers have been installed over sheathing or backing substrate to prevent air infiltration or water penetration. B. Proceed with installation only after unsatisfactory conditions have been corrected. kIf! ► 1 �/1�I �l►Y r RK I.1/1:11:1/111111101 A. Self -Adhering Sheet Underlayment: Install self -adhering sheet underlayment, wrinkle free. Prime substrate if recommended by underlayment manufacturer. Comply with temperature restrictions of underlayment manufacturer for installation; use primer for installing underlayment at low temperatures. Apply in shingle fashion to shed water, with end Iaps of not less than 6 inches (150 mm) staggered 24 inches (600 mm) between courses. Overlap side edges not less than 3-1/2 inches (90 mm). Roll laps and edges with roller. Cover underlayment within 14 days. B. Apply slip sheet, wrinkle free, over underlayment before installing sheet metal flashing and trim. 3.3 INSTALLATION, GENERAL A. General: Anchor sheet metal flashing and trim and other components of the Work securely in place, with provisions for thermal and structural movement. Use fasteners, protective coatings, separators, sealants, and other miscellaneous items as required to complete sheet metal flashing and trim system. 1. Install sheet metal flashing and trim true to line, levels, and slopes. Provide uniform, neat scams with minimum exposure of solder, welds, and sealant. 2. Install sheet metal flashing and trim to fit substrates and to result in watertight performance. Verify shapes and dimensions of surfaces to be covered before fabricating sheet metal. FREE, SE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 076200-8 SHEET METAL FLASHING AND TRIM Page 8 of 10 3. Space cleats not more than 12 inches (300 mm) apart. Attach each cleat with at least two fasteners. Bend tabs over fasteners. 4. Install exposed sheet metal flashing and trim with limited oil canning, and free of buckling and tool marks. 5. Torch cutting of sheet metal flashing and trim is not permitted. 6. Do not use graphite pencils to mark metal surfaces. B. Metal Protection: Where dissimilar metals contact each other, or where metal contacts pressure -treated wood or other corrosive substrates, protect against galvanic action or corrosion by painting contact surfaces with bituminous coating or by other permanent separation as recommended by sheet metal manufacturer or cited sheet metal standard. 1. Coat concealed side of uncoated -aluminum and stainless -steel sheet metal flashing and trim with bituminous coating where flashing and trim contact wood, ferrous metal, or cementitious construction. 2. Underlayment: Where installing sheet metal flashing and trim directly on cementitious or wood substrates, install underlayment and cover with slip sheet. C. Expansion Provisions: Provide for thermal expansion of exposed flashing and trial. Space movement joints at maximum of 10 feet (3 m) with no joints within 24 inches (600 ;nm) of corner or intersection. 1. Form expansion joints of intermeshing hooked flanges, not less than 1 Inc i t25 mm) deep, filled with sealant concealed within joints. 2. Use lapped expansion joints only where indicated on Drawings. D. Fasteners: Use fastener sizes that penetrate wood blocking or sheathing not less than 1-1/4 nehes (32 mm) for nails and not less than 3/4 inch (19 mm) for wood screws. E. Conceal fasteners and expansion provisions where possible in exposed work and locate to minimize possibility of leakage. Cover and seal fasteners and anchors as required for a tight installation. F. Seal joints as required for watertight construction. 1. Use sealant -filled joints unless otherwise indicated. Embed hooked flanges of joint members not less than 1 inch (25 mm) into sealant. Form joints to completely conceal sealant. When ambient temperature at time of installation is between 40 and 70 deg F (4 and 21 deg C), set joint members for 50 percent movement each way. Adjust setting proportionately for installation at higher ambient temperatures. Do not install sealant -type joints at temperatures below 40 deg F (4 deg Q. 2. Prepare joints and apply sealants to comply with requirements in Section 07 92 00 "Joint Sealants." G. Rivets: Rivet joints in uncoated aluminum where necessary for strength. 3.4 ROOF -DRAINAGE SYSTEM INSTALLATION A. General: Install sheet metal roof -drainage items to produce complete roof -drainage system according to cited sheet metal standard unless otherwise indicated. Coordinate installation of roof perimeter flashing with installation of roof -drainage system. B. Hanging Gutters: Join sections with riveted joints or joints scaled with sealant. Provide for thermal expansion. Attach gutters at eave or fascia to firmly anchor them in position. Provide end closures and seal watertight with sealant. Slope to downspouts. FEZEESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number; 100995 Revised March 24, 2020 076200-9 SHEET METAL FLASHING AND TRIM Page 9 of 10 1. Fasten gutter spacers to front and back of gutter. 2. Anchor and loosely lock back edge of gutter to continuous cleat, cave or apron flashing. 3. Anchor back of gutter that extends onto roof deck with cleats spaced not more than "4 inches (600 mni) apart. 4. Anchor gutter with straps spaced not more than 24 inches (600 mm) apart to roof deck, unless otherwise indicated, and loosely Lock to front gutter bead. 5. Install gutter with expansion joints at locations indicated, but not exceeding, 50 feet (15.24 m) apart. Install expansion joint caps. 6. Install continuous gutter screens on gutters with noncorrosive fasteners, removable for cleaning gutters. C. Downspouts: Join sections with " -, - 1-- (38-mm) telescoping joints. 1. Provide hangers with fasteners designed to hold downspouts securely to walls. Locate hangers at top and bottom and at approximately 60 inches (1500 mm) o.c. 2. Provide elbows at base of downspout to direct water away from building as indicated. 3. Connect downspouts to underground drainage system as indicated 3.5 ROOF FLASHING INSTALLATION A. General: Install sheet metal flashing and trim to comply with performance requirements, sheet metal manufacturer's written installation instructions, and cited sheet metal standard. Provide concealed fasteners where possible, and set units true to line, levels, and slopes. Install work with laps, joints, and scams that are permanently watertight and weather resistant. B. Roof Edge Flashing: Anchor to resist uplift and outward forces according to recommendations in cited sheet metal standard unless otherwise indicated. Interlock bottom edge of roof edge flashing with continuous cleat anchored to substrate at staggered 3-inch (75-mm) centers. C. Pipe or Post Counterflashing: Install counterflashing umbrella with close -fitting collar with top edge flared for elastomeric sealant, extending minimum of 4 inches (100 mm.) over base flashing. Install stainless -steel draw band and tighten. D. Roof -Penetration Flashing: Coordinate installation of roof -penetration flashing with installation of roofing and other items penetrating roof. Seal with elastomeric sealant and clamp flashing to pipes that penetrate roof. 3.6 ERECTION TOLERANCES A. Installation Tolerances: Shim and align sheet metal flashing and trim within installed tolerance of 1/4 inch in 20 feet (6 mm in 6 m) on slope and location lines indicated on Drawings and within 1./9-inch (3-mm) offset of adjoining faces and of alignment of matching profiles. 3.7 CLEANING AND PROTECTION A. Clean exposed metal surfaces of substances that interfere with uniform oxidation and weathering. B. Clean off excess sealants. C. Remove temporary protective coverings and strippable films as sheet metal flashing and trim arc installed unless otherwise indicated in manufacturer's written installation instructions. On completion of sheet metal flashing and trim installation, remove unused materials and clean finished surfaces as recommended by sheet metal flashing and trim manufacturer. Maintain sheet metal flashing and trim in clean condition during construction. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project dumber: 100995 Revised March 24, 2020 07 62 00 - 10 SHEET METAL FLASHING AND TRIM Page 10 of 10 D. Replace sheet metal flashing and trim that have been damaged or that have deteriorated beyond successful repair by finish touchup or similar minor repair procedures. END OF SECTION FREESE AND NICHOLS, rNC. Lake Arlington Lill Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 07 92 00 JOINT SEALANTS PART1- GENERAL 1.1 RELATED DOCUMENTS 07 92 00 - 1 JOINT SEALANTS Page 1 of 7 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to 03 40 16 completed in place. 2. Payment a. The work performed and materials furnished in accordance with this Item are subsidiary to the unit price bid per 03 40 16 complete in place, and no other compensation will be allowed. 1.3 SUMMARY A. This Section includes sealants for the following: 1. Exterior joints in vertical surfaces and nontraffic horizontal surfaces. 2. Exterior joints in horizontal traffic surfaces. 3. Interior joints in vertical surfaces and horizontal nontraffic surfaces. 4. Interior joints in horizontal traffic surfaces. 1.4 SUBMITTALS A. Product Data: For each joint sealant product indicated. B. Samples: For each joint sealant product indicated. C. Sealant compatibility and adhesion test reports. D. Preconstruction field -adhesion test reports. E. Product certificates. 1.5 QUALITY ASSURANCE A. Sealant Compatibility and Adhesion Testing: Use sealant manufacturer's standard test methods to determine whether priming and other specific joint preparation techniques are required to obtain rapid, optimum adhesion of joint sealants to joint substrates. B. Preconstruction Field -Adhesion Testing: Before installing elastomeric sealants, field test their adhesion to joint substrates using test method indicated in Part 3 "Field Quality Control" Article. C. Mockups: Before installing joint sealants, apply elastomeric sealants to verify selections made under sample Submittals and to demonstrate aesthetic effects and qualities of materials and execution. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 079200-2 JOINT SEALANTS Page 2 of 7 1. Approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. 1.6 WARRANTY A. Special Installer's Warranty: Written warranty in which Installer agrees to repair or replace elastomeric joint sealants that do not meet requirements specified in this Section or fail in adhesion within specified warranty period two years from date of Substantial Completion. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 079200-3 JOINT SEALANTS Page 3 of 7 PART 2 - PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where subparagraph titles below introduce lists, the following requirements apply for product selection: 1. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, the products specified. 2. Products: Subject to compliance with requirements, provide one of the products specified. 2.2 MATERIALS, GENERAL A. Compatibility: Provide joint sealants, backings, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by sealant manufacturer based on testing and field experience. B. Colors of Exposed Joint Sealants: As selected. 2.3 ELASTOMERIC JOINT SEALANTS A. Low -Modulus Nonacid -Curing Silicone Sealant, Type I: 1. Products: a. Dow Corning; 790. b. GE Silicones; Silpruf c. Pecora Corporation; 890. d. Sonneborn Building Products Div., ChemRex Inc.; Omniseal. 2. Type and Grade: S (single component) and NS (nonsag). 3. Class: 25. 4. Additional Movement Capability: Capable of 100 percent movement in extension and 50 percent movement in compression when tested for adhesion and cohesion under maximum cyclic movement per ASTM C 719. 5. Exposure: Use NT (nontraffic). 6. Substrates: Uses M, G, A, and, as applicable to joint substrates indicated, O. 7. Nonstaining to porous substrates when testing per ASTM C 1248 for substrates indicated. B. Medium -Modulus Neutral -Curing Silicone Sealant, Type 2: 1. Products: a. Dow Corning; 791. b. Tremco; Spectrem 2. 2. Type and Grade. S (single component) and NS (nonsag). 3. Class: 25. 4. Exposure: Use NT (nontraffic). 5. Substrates: Uses M, G, A, and, as applicable to joint substrates indicated, O. 6. Nonstaining to porous substrates when testing per ASTM C 1248 for substrates indicated. C. Mildew -Resistant Silicone Sealant, Type 3: 1. Products: a. Dow Corning; 796 Mildew Resistant. b. GE Silicones; Sanitary 1700. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number; 100995 Revised March 24, 2020 07 92 00 - 4 JOINT SEALANTS Page 4 of 7 e. Pecora Corporation; 898 Silicone Sanitary Sealant. d. Tremco; Tremsil 600 White. 2. Type and Grade: S (single component) and NS (nonsag). 3. Class: 25. 4. Exposure: Use NT (nontraffic). 5. Substrates: Uses G, A, and, as applicable to joint substrates indicated, O. D. Multicomponent Nonsag Urethane Sealant, Type 4: 1. For joints not subject to traffic and requiring additional movement capability, provide the following: a. Products: 1) Pecora Corporation; Dynatrol II. 2) Sika Corporation; Sikaflex - 2c NS. 3) Tremco; DYmeric 511. b. Type and Grade: M (multicomponent) and NS (nonsag). c. Class: 25. d. Additional Movement Capability: 50 percent movement in extension and 50 percent in compression when tested for adhesion and cohesion under maximum cyclic movement per ASTM C 719. e. Exposure: Use NT (nontraffic). f. Substrates: M, G, A, and, as applicable to joint substrates indicated, O. 2. For joints not subject to traffic, Type 5: a. Products: 1) Bostik Inc.; Chem -Calk 500. 2) Tremco; DYmeric. b. Type and Grade: M (multicomponent) and NS (nonsag). c. Class: 25. d. Exposure: Use NT (nontraffic). e. Substrates: Uses M, G, A, and, as applicable to joint substrates indicated, O. E. Single -Component Nonsag Urethane Sealant, Type 6: 1. For joints subject to traffic and not subject to traffic, provide the following: a. Products: 1) Sika Corporation; Sikaflex - la. 2) Sonnebom Building Products Div., ChemRex Inc.; NP 1. b. Type and Grade: S (single component) and NS (nonsag). c. Class: 25. 2. Exposure: Use NT (nontraffic). 3. Substrates: Uses M, G, A, and, as applicable to joint substrates indicated, O. 4. For joints not subject to traffic, provide the following: a. Products: 1) Bostik IrLe.; Chem -Chalk 900. 2) Pecora Corporation; Dynatrol I. 3) Tremco; DyMonic. b. Type and Grade: S (single component) and NS (nonsag). c. Class: 25. d. Exposure: Use NT (nontraffic). e. Substrates: Uses M, A, and, as applicable to joint substrates indicated. F. Single -Component Pourable Urethane Sealant, Type 7 FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 07 92 00 - 5 .JOINT SEALANTS Page 5of7 I. Products: a. Bostik Inc.; Chem -Calk 950. b. Pecora Corporation; NR-201. c. Sonneborn Building Products Div., ChemRex Inc.; SL 1. 2. Type and Grade: S (single component) and P (pourable). 3. Class: 25. 4. Exposure: Use T (traffic) and NT (nontraffic). 5. Substrates: Uses M, G, A, and, as applicable to joint substrates indicated, O. 2.4 LATEX JOINT SEALANTS A. Latex Sealant: ASTM C 834. I. Products: a. Bostik Inc.; Chem -Calk 600. b. Pecora Corporation; AC-20. c. Sonneborn Building Products Div., ChemRex, Inc.; Sonolac. d. Tremco; Tremflex 834. 2.5 JOINT -SEALANT BACKING A. General: Provide sealant backings of material and type that are nonstaining; are compatible with joint substrates, sealants, primers, and other joint fillers; and are approved for applications indicated by sealant manufacturer based on field experience and laboratory testing. B. Cylindrical Sealant Backings: ASTM C 1330, of size and density to control sealant depth and otherwise contribute to producing optimum sealant performance: 1. Type: C O, or B. C. Elastomeric Tubing Sealant Backings: Neoprene, butyl, EPDM, or silicone tubing complying with ASTM D 1056, nonabsorbent to water and gas, and capable of remaining resilient at temperatures down to minus 26 deg F (minus 32 deg C). Provide products with low compression set and of size and shape to provide a secondary seal, to control sealant depth, and otherwise contribute to optimum sealant performance. D. Bond -Breaker Tape: Polyethylene tape or other plastic tape recommended by sealant manufacturer for preventing sealant from adhering to rigid, inflexible joint -filler materials or joint surfaces at back of joint where such adhesion would result in sealant failure. Provide self-adhesive tape where applicable. 2.6 MISCELLANEOUS MATERIALS A. Primer: Material recommended by joint sealant manufacturer where required for adhesion of sealant to joint substrates indicated, as determined from preconstruction joint -sealant -substrate tests and field tests. B. Cleaners for Nonporous Surfaces: Chemical cleaners acceptable to manufacturers of sealants and sealant backing materials, free of oily residues or other substances capable of staining or harming joint substrates and adjacent nonporous surfaces in any way, and formulated to promote optimum adhesion of sealants with joint substrates. C. Masking Tape: Nonstaining, nonabsorbent material compatible with joint sealants and surfaces adjacent to joints. FREESE AND NICHOLS, INC. Lake Arlington Lill Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number; 100995 Revised March 24, 2020 079200-6 JOINT SEALANTS Page 6 of 7 PART 3 - EXECUTION 3.1 INSTALLATION A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants. 1. Remove foreign material from joint substrates that could interfere with adhesion of joint sealant. 2. Clean porous joint substrate surfaces by brushing, grinding, blast cleaning, mechanical abrading, or a combination of these methods to produce a clean, sound substrate capable of developing optimum bond with joint sealants. Remove Ioose particles remaining from above cleaning operations by vacuuming or blowing out joints with oil -free compressed air. 3. Remove laitance and form -release agents from concrete. 4. Clean nonporous surfaces with chemical cleaners or other means that do not stain, harm substrates, or leave residues could interfere with adhesion of joint sealants. B. Joint Priming: Prime joint substrates where recommended in writing by joint sealant manufacturer, based on preconstruction joint -sealant -substrate tests or prior experience. Confine primers to areas of joint -sealant bond; do not allow spillage or migration onto adjoining surfaces. C. Masking Tape: Use masking tape where required to prevent contact of sealant with adjoining surfaces that otherwise would be permanently stained or damaged by such contact or by cleaning methods required to remove sealant smears. Remove tape immediately after tooling without disturbing joint seal. D. Sealant Installation: Comply with recommendations in ASTM C 1193 for use of joint sealants as applicable to materials, applications, and conditions indicated. E. Acoustical Sealant Installation: Comply with recommendations in ASTM C 919 for use of joint sealants in acoustical applications as applicable to materials, applications, and conditions indicated. F. Install sealant backings to support sealants during application and at position required to produce optimum sealant movement capability. 1. Do not leave gaps between ends of sealant backings. 2. Do not stretch, twist, puncture, or tear sealant backings. 3. Remove absorbent sealant backings that have become wet before sealant application and replace them with dry materials. G. Install bond -breaker tape behind sealants where sealant backings are not used between sealants and back of joints. H. Place sealants so they directly contact and fully wet joint substrates. 1. Completely fill recesses provided for each joint configuration. 2. Produce uniform, cross -sectional shapes and depths that allow optimum sealant movement capability. I. Tooling of Nonsag Sealants: Immediately after sealant application and before skinning or curing begins, tool sealants to form smooth, uniform beads, to eliminate air pockets, and to ensure contact and adhesion of sealant with sides of joint. 1. Remove excess sealants from surfaces adjacent to joint. 2. Use tooling agents that are approved by sealant manufacturer and that do not discolor sealants or adjacent surfaces. FREESE AND NICHOLS, INC. Lake Arlington Lilt Station TECIIN[CAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 079200-7 JOINT SEALANTS Page 7 of 7 3. Joint Configuration: Concave joint configuration per Figure 5A in ASTM C 1193, unless otherwise indicated. J. installation of Preformed Silicone -Sealant System: 1. Apply masking tape to each side of joint, outside of area to be covered by sealant system. 2. Complete installation of horizontal joints before installing vertical joints. Lap vertical joints over horizontal joints. At end of joints, cut silicone extrusion with a razor knife. K. CIean excess sealants or sealant smears adjacent to joints as installation progresses by methods and with cleaning materials approved in writing by manufacturers of joint sealants and of products in which joints occur. 3.2 JOINT SEALANT SCHEDULE A. Exterior joints in the following vertical surfaces and nontraffic horizontal surfaces: 1. Control and Expansion Joints in Cast -in -Place Concrete: Type 1, 5, 6 sealant. 2. Joints between Metal Panels: 1, 5 sealant. 3. Joints between Different Materials Listed above: Type 1, 5, 6 sealant. 4. Perimeter Joints between Materials Listed above and Frames of Doors and Windows: Type 1, 5, 6 sealant. 5. Control and Expansion Joints in Ceiling and Overhead Surfaces: Type 1, 5, 6 sealant. B. Interior joints in the following vertical surfaces and horizontal nontraffic surfaces: 1. Control and Expansion Joints on Exposed Interior Surfaces of Exterior Walls: Type 1, 5, 6 sealant.. 2. Perimeter Joints of Exterior Openings Where Indicated: Type 1, 5 sealant. 3. Vertical Control Joints on Exposed Surfaces of Interior Concrete Walls and Partitions: Type 1, 5, 6 sealant. 4. Perimeter Joints between Interior Wall Surfaces and Frames of Interior Doors, Windows, and Elevator Entrances: Type 1, 5, 6 sealant. 5. Joints between Plumbing Fixtures and Adjoining Walls, Floors, and Counters: Type 4, 7 sealant. END OF SECTION FREESE AND NICHOLS, INC. Lake Arlington Litt Station TFCI-IPlICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 PAGE INTENTIONALLY LEFT BLANK DIVISION 08 OPENINGS IMAGE INTENTIONALLY LEFT BLANK 08 1613- 1 FIBERGLASS REINFORCED POLYESTER (FRP) DOORS AND ALUMINUM FRAMES Page 1 of 6 SECTION 08 16 13 FIBERGLASS REINFORCED POLYESTER (FRP) DOORS AND ALUMINUM FRAMES PART1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to 03 40 16 completed in place. 2. Payment a. The work performed and materials furnished in accordance with this Item are subsidiary to the unit price bid per 03 40 16 complete in place, and no other compensation will be allowed. 1.3 SUMMARY A. Section Includes: 1. Fiberglass reinforced polyester doors and aluminum frames. 2. Glazing (glass view panels) for doors. B. Related Sections: 1. Division 08 Sections "Door Hardware" and "Access Control Hardware" for door hardware. C. Codes and References: Comply with the version year adopted by the Authority Having Jurisdiction. 1. ANSI/BHMA A156.115 - Hardware Preparation in Steel Doors and Frames. 2. ASTM B 209 - Aluminum and Aluminum -Alloy Sheet and Plate. 3. ASTM B 221 - Aluminum -Alloy Extruded Bars, Rods, Wire, Profiles, and Tubes. 4, ASTM D 256 - Determining the Pendulum Impact Resistance of Notched Specimens of Plastics. 5. ASTM D 543 - Evaluating the Resistance of Plastics to Chemical Reagents. 6. ASTM D 1308 - Effect of Household Chemicals on Clear and Pigmented Organic Finishes. 7, ASTM D 2126 - Response of Rigid Cellular Plastics to Thermal and Humid Aging. 8. ASTM D 6670-01 - Standard Practice for Full -Scale Chamber Determination of Volatile Organic Emissions from Indoor Materials/Products. 9. ASTM E 84 - Surface Burning Characteristics of Building Materials. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 08 16 13- 2 FIBERGLASS REINFORCED POLYESTER (FRP) DOORS AND ALUMINUM FRAMES Page 2 of 6 1.4 SUBMITTALS A. Product Data: For each type of product indicated. Include construction details, material descriptions, components, hardware reinforcements, profiles, and finishes. B. Templates: Door hardware supplier is to furnish templates, template reference number and/or physical hardware to the door and frame supplier in order to prepare the doors and frames to receive the finish hardware items. C. Shop Drawings: Include the following: 1. Elevations of each door design. 2. Details of doors. 3. Locations of reinforcement and preparations for hardware. 4. Details of each different wall opening condition. 5. Details of accessories and glazing. 6. Details of preparations for power, signal, and control systems. D. Samples for Verification: 1. Samples are only required by request of the architect. 1.5 QUALITY ASSURANCE A. Source Limitations: Obtain doors and frames through one source from a single manufacturer wherever possible. B. Pre -Installation Conference. Conduct conference in compliance with requirements in Division 01 Section "Project Meetings" with attendance by representatives of Supplier, Installer, and Contractor to review proper methods and procedures for installing doors and frames and to verify installation of electrical knockout boxes and conduit at frames with electrified or access control hardware. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver work palletized, wrapped, or crated to provide protection during transit and Project - site storage. Do not use non -vented plastic. B. Store materials under cover at Project site in accordance with the manufacturer's instructions. Do not store in a manner that traps excess humidity. 1. Provide minimum 1/4-inch (6-mm) space between each stacked door to permit air circulation. Door and frames to be stacked in a vertical upright position. 1.7 PROJECT CONDITIONS A. Field Measurements: Verify actual dimensions of openings by field measurements before fabrication. 1.8 COORDINATION A. Coordinate installation of anchorages for door frames. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors. Deliver such items to Project site in time for installation. FREESE AND NICHOLS, INC. Lake Arlington Lift station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 08 16 13- 3 FIBERGLASS REINFORCED POLYESTER (FRP) DOORS AND ALUMINUM FRAMES Page 3 of 6 IV, %] 11RRUIM A. Provide manufacturer's written warranty against defects in materials and workmanship upon final completion and acceptance of Work in this section. B. Manufacturer's Special Warranty for Insulating Glass: Manufacturer agrees to replace insulating -glass units that deteriorate within specified warranty period. Deterioration of insulating glass is defined as failure of hermetic seal under normal use that is not attributed to glass breakage or to maintaining and cleaning insulating glass contrary to manufacturer's written instructions. Evidence of failure is the obstruction of vision by dust, moisture, or film on interior surfaces of glass. C. Warranty period is 10 years. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. CECO Door Products. 2. Curries Company. 3. Cline Doors 4. Commercial Door Systems B. Substitutions: Material from alternate door and frame fabricators will not be accepted on jobsite without prior written and sample approval in accordance with requirements specified in Division 01. 2.2 MATERIALS A. Aluminum: 6063-T6 hardened aluminum alloy. B. Fiberglass Reinforced Plastic Sheet: Thickness of .120" with the finish color for the full thickness of the sheet. C. Glass and Glazing Accessories: Obtain from single source from single manufacturer for each glass type, accessory and installation method. 2.3 FIBERGLASS REINFORCED POLYESTER DOORS A. General: Provide 1-3/4 inch doors of type and design indicated, not less than thickness indicated; fabricated without visible joints or seams on exposed faces unless otherwise indicated. 1. Design: As indicated on the drawings. 2. Core Construction: Five pound density foam -in -place polyurethane core. 3. Stiles and Rails: Extruded aluminum with mitered corners. Provide 3/8" diameter tie rods top and bottom. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 08 16 13- 4 FIBERGLASS REINFORCED POLYESTER (FRP) DOORS AND ALUMINUM FRAMES Page 4 of 6 4. Faces: Fiberglass reinforced plastic sheets of .120" thickness with a pebble texture. 5. Surface Applied Hardware Reinforcements: Fabricate according to ANSI/SDI A250.6. 2.4 GLASS PRODUCTS A. General 1. Glazing Publications: Comply with published recommendations of glass product manufacturers and organizations below unless more stringent requirements are indicated a. GANA Publications "Glazing Manual." b. IGMA Publication for Insulating Glass: SIGMA TM-3000, "North American Glazing Guidelines for Sealed Insulating Glass Units for Commercial and Residential Use." 2. Safety Glazing Labeling: Where safety glazing is indicated, permanently mark glazing with certification label of the SGCC or another certification agency acceptable to authorities having jurisdiction or manufacturer. Label shall indicate manufacturer's name, type of glass, thickness, and safety glazing standard with which glass complies. B. Fully Tempered Float Glass: ASTM C1048, Kind FT (fully tempered), Condition A (uncoated) unless otherwise indicated, Type I, Class 2 (tinted), Quality-Q3. 1. Insulating -Glass Units: Factory -assembled units consisting of sealed lites of glass separated by a dehydrated interspace, qualified according to ASTM E2190. 2. Glazing Sealant: Neutral -curing silicone glazing sealant complying with ASTM C920, Type S, Grade NS, Class 50, Use NT. Glazing Sealant: Neutral -curing silicone glazing sealant complying with ASTM C920, Type S, Grade NS, Class 50, Use NT. 3. Back -Bedding Mastic Glazing Tapes: Preformed, butyl -based, 100 percent solids elastomeric tape; nonstaining and nonmigrating in contact with nonporous surfaces; with or without spacer rod as recommended in writing by tape and glass manufacturers for application indicated; and complying with ASTM C 12 81 and AAMA 800 2.5 FABRICATION A. General: Fabricate work to be rigid and free of defects. Accurately form to required sizes and profiles. B. Fiberglass Reinforced Polyester Doors: I. Top Caps: Close tops of doors flush with aluminum top caps. 2. Glazed Lites: Factory cut openings in doors with applied flush aluminum trim kit to fit. a. Basis -of -Design Product: Vitro Solarban 60 solor Control Low-E. b. Overall Unit Thickness: 5/8 inch (16 mm) c. Minimum Thickness of Each Glass Lite: 6 mm. d. Outdoor Lite: Fully tempered float glass. e. Interspace Content: Argon. f. Indoor Lite: [Annealed] [Heat -strengthened] [Fully tempered] float glass. g. Winter Nighttime U-Factor: Insert value maximum. h. Summer Daytime U-Factor: Insert value maximum. i. Note to Specifier: Retain subparagraph below if required; "fully tempered" option must be retained in "Outdoor Lite" and Indoor Lite" subparagraphs if safety glazing is required. j. Safety glazing required. k. Color: Clear. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 08 16 13-5 FIBERGLASS REINFORCED POLYESTER (FRP) DOORS AND ALUMINUM FRAMES Page 5 of 6 C. Surface Hardware Preparation: Factory prepare work to receive template mortised hardware; include cutouts, reinforcement, mortising, drilling, and tapping according to the Door Hardware Schedule and templates furnished as specified in Division 08 Section, "Door Hardware." 1. Locate hardware as indicated, or if not indicated, according to ANSI/SDI A250.8, 2. Reinforce doors to receive non -template, mortised and surface -mounted door hardware. 3. Comply with applicable requirements in ANSI/SDI A250.6 and ANSI/DHI A115 Series specifications for preparation of work for hardware. 2.6 FINISHES A. FRP Door finish shall be: Light Gray. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Prior to installation, check openings for squareness, alignment, twist, and plumbness. B. Drill and tap doors and frames to receive non -template, mortised, and surface -mounted door hardware. 3.3 INSTALLATION A. General: Install work plumb, rigid, properly aligned, and securely fastened in place; comply with Drawings and manufacturer's written instructions. B. Fiberglass Reinforced Polyester Doors: Fit doors accurately in frames, within clearances specified below. Shim as necessary. 1. Non -Fire -Rated Doors: a. Jambs and Head: 1/8 inch (3 mm) plus or minus 1/16 inch (1.6 mm). b. Between Edges of Pairs of Doors: 1/8 inch (3 mm.) plus or minus 1/16 inch (1.6 mm). c. Between Bottom of Door and Top of Finish Floor (No Threshold): Maximum 3/4 inch (19 mm). C. Glazing: Comply with installation requirements with door manufacturer's written instructions. 3.4 ADJUSTING AND CLEANING A. Final Adjustments. Check and readjust operating hardware items immediately before final inspection. Leave work in complete and proper operating condition. Remove and replace FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: t00995 Revised March 24, 2020 08 16 13- 6 FIBERGLASS REINFORCED POLYESTER (FRP) DOORS AND ALUMINUM FRAMES Page 6 of 6 defective work, including stainless steel work that is warped, bowed, or otherwise unacceptable. B. Remove grout and other bonding material from stainless steel work immediately after installation. C. Remove stains and materials that will have an adverse affect on the doors and frames and restore slight blemishes in accordance with manufacturer's instructions to match original finish. END OF SECTION FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Numbcr: 100995 Revised March 24, 2020 SECTION 08 7100 DOOR HARDWARE PARTI- GENERAL 1.1 -RELATED DOCUMENTS 08 71 00 - 1 DOOR HARDWARE Page 1 of 12 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to 03 40 16 completed in place. 2. Payment a. The work performed and materials furnished in accordance with this Item are subsidiary to the unit price bid per 03 40 16 complete in place, and no other compensation will be allowed. 1.3 SUMMARY A. Section includes: 1. Mechanical door hardware for the following: a. Swinging doors. B. Related Sections: 1. Section 08 16 13 "Fiberglass Reinforced Polyester (FRP) Doors and Aluminum Frames" for door silencers provided as part of metal frames. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product indicated. Include construction and installation details, material descriptions, dimensions of individual components and profiles, and finishes. B. Other Action Submittals: 1, Door Hardware Schedule: Prepared by or under the supervision of Installer, detailing fabrication and assembly of door hardware, as well as installation procedures and diagrams. Coordinate final door hardware schedule with doors, frames, and related work to ensure proper size, thickness, hand, function, and finish of door hardware. a. Submittal Sequence: Submit door hardware schedule concurrent with submissions of Product Data and Shop Drawings. Coordinate submission of door hardware schedule with scheduling requirements of other work to facilitate the fabrication of other work that is critical in Project construction schedule. b. Format: Use same scheduling sequence and format and use same door numbers as in the Contract Documents. c. Content: Include the following information: FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 08 71 00 - 2 DOOR HARDWARE Page 2 of 12 1) Identification number, location, hand, fire rating, size, and material of each door and frame. 2) Locations of each door hardware set, cross-referenced to Drawings on floor plans and to door and frame schedule. 3) Complete designations, including name and manufacturer, type, style, function, size, quantity, function, and finish of each door hardware product. 4) Fastenings and other pertinent information. 5) Explanation of abbreviations, symbols, and codes contained in schedule. 6) Mounting locations for door hardware. 2. Keying Schedule: Prepared by or under the supervision of Installer, detailing Owner's final keying instructions for locks. Include schematic keying diagram and index each key set to unique door designations that are coordinated with the Contract Documents. 1.5 INFORMATIONAL SUBMITTALS A. Qualification Data: For Installer. 1. Certify that door hardware approved for use on types and sizes of labeled fire -rated doors complies with listed fire -rated door assemblies. 1.6 QUALITY ASSURANCE A. Installer Qualifications: Supplier of products and an employer of workers trained and approved by product manufacturers and an Architectural Hardware Consultant who is available during the course of the Work to consult with Contractor, Architect, and Owner about door hardware and keying. 1. Warehousing Facilities: In Project's vicinity. 2. Scheduling Responsibility: Preparation of door hardware and keying schedules. B. Source Limitations: Obtain each type of door hardware from a single manufacturer. C. Means of Egress Doors: Latches do not require more than 15 lbf (67 N) to release the latch. Locks do not require use of a key, tool, or special knowledge for operation. 1. Bevel raised thresholds with a slope of not more than 1:2. Provide thresholds not more than 1/2 inch (13 mm) high. 2. Adjust door closer sweep periods so that, from an open position of 70 degrees, the door will take at least 3 seconds to move to a point 3 inches (75 mm) from the latch, measured to the leading edge of the door. D. Preinstallation Conference: Conduct conference at Project site. 1. Review and finalize construction schedule and verify availability of materials, Installer's personnel, equipment, and facilities needed to make progress and avoid delays. 2. Inspect and discuss preparatory work performed by other trades. 1.7 DELIVERY, STORAGE, AND HANDLING A. Inventory door hardware on receipt and provide secure lock -up for door hardware delivered to Project site. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 087100-3 DOOR HARDWARE Page 3 of 12 B. Tag each item or package separately with identification coordinated with the final door hardware schedule, and include installation instructions, templates, and necessary fasteners with each item or package. C. Deliver keys and permanent cores to Owner by registered mail or overnight package service. COORDINATION Installation Templates: Distribute for doors, frames, and other work specified to be factory prepared. Check Shop Drawings of other work to confirm that adequate provisions are made for Iocating and installing door hardware to comply with indicated requirements. 2. Security: Coordinate installation of door hardware, keying, and access control with Owner's security consultant. 1.8 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of door hardware that fail in materials or workmanship within specified warranty period. 1. Failures include, but are not limited to, the following: a. Structural failures including excessive deflection, cracking, or breakage. b. Faulty operation of doors and door hardware. c. Deterioration of metals, metal finishes, and other materials beyond normal weathering and use. 2. Warranty Period: 3 years from date of Substantial Completion, unless otherwise indicated. a. Exit Devices: 2 years from date of Substantial Completion. b. Closers: 10 years from date of Substantial Completion. 1.9 MAINTENANCE SERVICE A. Maintenance Service: Beginning at Substantial Completion, provide 6 months' full maintenance by skilled employees of door hardware Installer. Include repair or replacement of worn or defective components, lubrication, cleaning, and adjusting as required for proper door and door hardware operation. Provide parts and supplies that are the same as those used in the manufacture and installation of original products. PART 2- PRODUCTS 2.1 SCHEDULED DOOR HARDWARE A. Provide door hardware for each door as scheduled in Part 3 "Door Hardware Schedule" Article to comply with requirements in this Section. Door Hardware Sets: Provide quantity, item, size, finish or color indicated, and named manufacturers' products. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 087100-4 DOOR HARDWARE Page 4 of 12 B. Designations: Requirements for design, grade, function, finish, size, and other distinctive qualities of each type of door hardware are indicated in Part 3 "Door Hardware Schedule" Article. Products are identified by using door hardware designations, as follows: 1. Named Manufacturers' Products: Manufacturer and product designation are listed for each door hardware type required for the purpose of establishing minimum requirements. Manufacturers' names may be abbreviated in Part 3 "Door Hardware Schedule" Article. 2.2 CONTINUOUS HINGES A. Continuous Hinges: BHMA A156.26; minimum 0.120-inch (3.0-mm) thick, hinge leaves with minimum overall width of 4 inches (102 mm); fabricated to full height of door and frame and to template screw locations; with components finished after milling and drilling are complete. B. Continuous, Gear -Type Hinges: Extruded -aluminum, pitiless, geared hinge leaves joined by a continuous extruded -aluminum channel cap; with concealed, self-lubricating thrust bearings. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Bommer Industries, Inc. b. Cal -Royal Products, Inc. c. Hager Companies. d. IVES Hardware; an Ingersoll-Rand company. e. McKinney Products Company; an ASSA ABLOY Group company. f. Select Products Limited. g. Stanley Commercial Hardware; Div. of The Stanley Works. h. Zero International. 2.3 MECHANICAL LOCKS AND LATCHES A. Lock Functions: As indicated in door hardware schedule. B. Lock Throw: Comply with testing requirements for length of bolts required for labeled fire doors, and as follows: 1. Bored Locks: Minimum 1/2-inch (I3-mm)latchbolt throw. 2. Mortise Locks: Minimum 3/4-inch (19-mm) latchbolt throw. 3. Deadbolts: Minimum 1.25-inch (32-mm) bolt throw. C. Lock Backset: 2-314 inches (70 mm), unless otherwise indicated. 1. Levers: Cast. 2. Escutcheons (Roses): Cast. 3. Dummy Trim: Match lever lock trim and escutcheons. 4. Operating Device: Lever with escutcheons (roses). FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 087100-5 DOOR HARDWARE Page 5 of 12 D. Strikes: Provide manufacturer's standard strike for each lock bolt or latchbolt complying with requirements indicated for applicable lock or latch and with strike box and curved lip extended to protect frame; finished to match lock or latch. 1. Flat -Lip Strikes: For locks with three-piece antifriction latchbolts, as recommended by manufacturer. E. Mortise Locks: BHMA A156.13; Security Grade 1; stamped steel case with stainless steel or brass parts; Series 1000. l . Manufacturers: Subject to compliance with requirements, provide products by one of the following: 2. Basis -of -Design Product: Subject to compliance with requirements, provide product indicated on schedule or comparable product by one of the following: a. Accurate Lock & Hardware Co. b. Adams Rite Manufacturing Co.; an ASSA ABLOY Group company. c. Arrow USA; an ASSA ABLOY Group company. d. Best Access Systems; Div. of Stanley Security Solutions, Inc. e. Cal -Royal Products, Inc. f. Corbin Russwin Architectural Hardware; an ASSA A 3LOY Group company. g. Falcon Lock; an Ingersoll-Rand company. h. Marks USA. i. PDQ Manufacturing. j. SARGENT Manufacturing Company; an ASSA ABLOY Group company. k. SchIage Commercial Lock Division; an Ingersoll-Rand company. 1. Yale Security Inc.; an ASSA ABLOY Group company. 2.4 SURFACE BOLTS A. Surface Bolts: BHMA A156.16. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 2. Basis -of -Design Product: Subject to compliance with requirements, provide product indicated on schedule or comparable product by one of the following: a. Burns Manufacturing Incorporated. b. Don -Jo Mfg., Inc. c. Door Controls International, Inc. d. IVES Hardware; an Ingersoll-Rand company. e. Trimco. 2.5 EXIT DEVICES AND AUXILIARY ITEMS A. Exit Devices: BHMA A156.3. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 087100-6 DOOR HARDWARE Page 6 of 12 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Adams Rite Manufacturing Co.; an ASSA ABLOY Group company. b. Arrow USA; an ASSA ABLOY Group company. c. Cal -Royal Products, Inc. d. Corbin Russwin Architectural Hardware; an ASSA ABLOY Group company. e. Detex Corporation. f. Door Controls International, Inc. g. DORMA Architectural Hardware; Member of The DORMA Group North America. h. Dor-O-Matic; an Ingersoll-Rand company. i. K2 Commercial Hardware; a Black & Decker Corp. company. j. Monarch Exit Devices & Panic Hardware; an Ingersoll-Rand company. k. Precision Hardware, Inc.; Division of Stanley Security Solutions, Inc. 1. Rutherford Controls Int'l. Corp. in. SARGENT Manufacturing Company; an ASSA ABLOY Group company. n. Von Duprin; an Ingersoll-Rand company. o. Yale Security Inc.; an ASSA ABLOY Group company. 2.6 LOCK CYLINDERS A. Lock Cylinders: Tumbler type, constructed from brass, bronze or stainless steel. All internal components of material suitable for a corrosive environment. 1. Manufacturer: Same manufacturer as for locking devices. 2. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Arrow USA; an ASSA ABLOY Group company. b. ASSA, Inc.; An ASSA ABLOY Group Company. c. Best Access Systems; Div. of Stanley Security Solutions, Inc. d. Corbin Russwin Architectural Hardware; an ASSA ABLOY Group company. e. Falcon Lock; an Ingersoll-Rand company. f. Medeco Security Locks, Inc.; an ASSA ABLOY Group company. g. SARGENT Manufacturing Company; an ASSA ABLOY Group company. h. Schlage Commercial Lock Division; an Ingersoll-Rand company. i. Yale Security Inc.; an ASSA ABLOY Group company. B. High -Security Lock Cylinders: BHMA A156.30; Grade 1; Type M, mechanical; permanent cores that are removable; face finished to match lockset. FREESE AND NICHOLS, INC. Lake Arlington Litt Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 087100-7 DOOR HARDWARE Page 7 of 12 C. Construction Master Keys: Provide cylinders with feature that permits voiding of construction keys without cylinder removal. Provide 5 construction master keys. 2.7 KEYING A. Keying System: Factory registered, complying with guidelines in BHMA A156.28, Appendix A. Incorporate decisions made in keying conference. Match Owner's existing keying system. 1. Existing System: a. Master key or grand master key locks to Owner's existing system. 2. Keyed Alike: Key all cylinders to same change key. B. Keys: Brass. 1. Stamping: Permanently inscribe each key with a visual key control number and include the following notation: a. Notation: Information to be furnished by Owner. 2, Quantity: In addition to one extra key blank for each lock, provide the following: a. Cylinder Change Keys: Three. b. Master Keys: Five. 2.8 OPERATING TRIM A. Operating Trim: BHMA A156.6; aluminum or stainless steel, unless otherwise indicated. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Burns Manufacturing Incorporated. b. Don -Jo Mfg., Inc. c. Forms + Surfaces. d. Hager Companies. e. Hiawatha, Inc. f. IVES Hardware; an Ingersoll-Rand company. g. Rockwood Manufacturing Company. h. Trimco. 2.9 ACCESSORIES FOR PAIRS OF DOORS A. Astragals: BHMA A156.22. 2.10 SURFACE CLOSERS A. Surface Closers: BHMA A156.4; rack-and-pinion hydraulic type with adjustable sweep and latch speeds controlled by key -operated valves and forged -steel main arm. Comply with manufacturer's written recommendations for size of door closers depending on size of door, FREESE AND NICIiOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 097100-8 DOOR HARDWARE Page 8 of 12 exposure to weather, and anticipated frequency of use. Provide factory -sized closers, adjustable to meet field conditions and requirements for opening force. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Arrow USA; an ASSA ABLOY Group company. b. Corbin Russwin Architectural Hardware; an ASSA ABLOY Group company. c. DORMA Architectural Hardware; Member of The DORMA Group North America. d. Dor-O-Matic; an Ingersoll-Rand company. e. K2 Commercial Hardware; a Black & Decker Corp. company. f. LCN Closers; an Ingersoll-Rand company. g. Norton Door Controls; an ASSA ABLOY Group company. h. Rixson Specialty Door Controls; an ASSA ABLOY Group company. i. SARGENT Manufacturing Company; an ASSA ABLOY Group company. j. Yale Security Inc.; an ASSA ABLOY Group company. 2.11 MECHANICAL STOPS AND HOLDERS A. Floor -Mounted Stops: BHMA A156.16; polished cast brass, bronze, or aluminum base metal. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Architectural Builders Hardware Mfg., Inc. b. Baldwin Hardware Corporation. c. Burns Manufacturing Incorporated. d. Cal -Royal Products, Inc. e. Don -Jo Mfg., Inc. £ Door Controls International, Inc. g. Hager Companies. h. Hiawatha, Inc. i. IVES Hardware; an Ingersoll-Rand company. j. Rockwood Manufacturing Company. k. Stanley Commercial Hardware; Div, of The Stanley Works. 1. Trimco. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Projeet Number: 100995 Revised March 24, 2020 087100-9 DOOR HARDWARE Page 9 of 12 2.12 OVERHEAD STOPS AND HOLDERS A. Overhead Stops and Holders: BHMA A156.8. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Architectural Builders Hardware Mfg., Inc. b. Glynn -Johnson; an IngersoIl-Rand company. c. Rockwood Manufacturing Company. d. SARGENT Manufacturing Company; an ASSA ABLOY Group company. 213 DOOR GASKETING A. Door Gasketing: BHMA A156.22; air leakage not to exceed 0.50 efm per foot (0.000774 cu. m/s per m) of crack length for gasketing other than for smoke control, as tested according to ASTM E283; with resilient or flexible seal strips that are easily replaceable and readily available from stocks maintained by manufacturer. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Hager Companies. b. M-D Building Products, Inc. c. National Guard Products. d. Pemko Manufacturing Co.; an ASSA ABLOY Group company. e. Reese Enterprises, Inc. f. Sealeze; a unit of Jason Incorporated. g. Zero International. 2.14 THRESHOLDS A. Thresholds: BHMA A156.21; fabricated to full width of opening indicated. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Hager Companies. b. M-D Building Products, Inc. c. National Guard Products. d. Pemko Manufacturing Co.; an ASSA ABLOY Group company. e. Reese Enterprises, Inc. f. Rixson Specialty Door Controls; an ASSA ABLOY Group company. g. Sealeze; a unit of Jason Incorporated. h. Zero International. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 08 71 00 - 10 DOOR HARDWARE Page 10 of 12 2.15 METAL PROTECTIVE TRIM UNITS A. Metal Protective Trim Units: BHMA A156.6; fabricated from 0.050-inch (1.3-mm) thick stainless steel; with manufacturer's standard machine or self -tapping screw fasteners. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 2. Basis -of -Design Product: Subject to compliance with requirements, provide product indicated on schedule or comparable product by one of the following: a. Baldwin Hardware Corporation. b. Burns Manufacturing Incorporated. c. Don -Jo Mfg., Inc. d. Hiawatha, Inc. e. IPC Door and Wall Protection Systems, Inc.; Div. of InPro Corporation. f. IVES Hardware; an Ingersoll-Rand company. g. Pawling Corporation. h. Rockwood Manufacturing Company. i. Trimco. 2.16 FABRICATION A. Base Metals: Produce door hardware units of base metal indicated, fabricated by forming method indicated, using manufacturer's standard metal alloy, composition, temper, and hardness. Furnish metals of a quality equal to or greater than that of specified door hardware units and BHMA A156.18. B. Fasteners: Provide door hardware manufactured to comply with published templates prepared for machine, wood, and sheet metal screws. Provide screws that comply with commercially recognized industry standards for application intended, except aluminum fasteners are not permitted. Provide Phillips flat -head screws with finished heads to match surface of door hardware, unless otherwise indicated. 1. Fire -Rated Applications: a. Wood or Machine Screws: For the following: 1) Hinges mortised to doors or frames. 2) Strike plates to frames. 3) Closers to doors and frames. b. Steel Through Bolts: For the following unless door blocking is provided: 1) Surface hinges to doors. 2) Closers to doors and frames. 3) Surface -mounted exit devices. 2. Spacers or Sex Bolts: For through bolting of FRP doors. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 08 71 00 - 11 DOOR HARDWARE Page I 1 of 12 3. Gasketing Fasteners: Provide noncorrosive fasteners for exterior applications and elsewhere as indicated. 2.17 FINISHES A. Provide finishes complying with BHMA A156.18 as indicated indoor hardware schedule. B. Protect mechanical finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. C. Appearance of Finished Work: Variations in appearance of abutting or adjacent pieces are acceptable if they are within one-half of the range of approved samples. Noticeable variations in the same piece are not acceptable. Variations in appearance of other components are acceptable if they are within the range of approved samples and are assembled or installed to minimize contrast. PART 3 _ EXECUTION klfi W4.11UIler.vY[00 A. Examine doors and frames, with Installer present, for compliance with requirements for installation tolerances, labeled fire -rated door assembly construction, wall and floor construction, and other conditions affecting performance. B. Proceed with installation only after unsatisfactory conditions have been corrected. A. Mounting Heights: Mount door hardware units at heights unless otherwise indicated or required to comply with governing regulations. 1. DHI's recommendations. B. Install each door hardware item to comply with manufacturer's written instructions. Where cutting and fitting are required to install door hardware onto or into surfaces that are later to be painted or finished in another way, coordinate removal, storage, and reinstallation of surface protective trim units with finishing. Do not install surface -mounted items until finishes have been completed on substrates involved. 1. Set units level, plumb, and true to line and location. Adjust and reinforce attachment substrates as necessary for proper installation and operation. 2. Drill and countersink units that are not factory prepared for anchorage fasteners. Space fasteners and anchors according to industry standards. C. Lock Cylinders: Install construction cores to secure building and areas during construction period. 1. Replace construction cores with permanent cores as directed by Owner. D. Thresholds: Set thresholds for exterior doors and other doors indicated in frill bed of asphaltic emulsion. E. Stops: Provide floor stops for doors unless other type stops are indicated in door hardware schedule. Do not mount floor stops where they will impede traffic. F. Perimeter Gasketing: Apply to head and jamb, forming seal between door and frame. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 08 71 00 - 12 DOOR HARDWARE Page 12 of 12 G. Meeting Stile Gasketing: Fasten to meeting stiles, forming seal when doors are closed. H. Door Bottoms: Apply to bottom of door, forming seal with threshold when door is closed. 3.3 ADJUSTING A. Initial Adjustment: Adjust and check each operating item of door hardware and each door to ensure proper operation or function of every unit. Replace units that cannot be adjusted to operate as intended. Adjust door control devices to compensate for final operation of heating and ventilating equipment and to comply with referenced accessibility requirements. 1. Door Closers: Adjust sweep period to comply with accessibility requirements and requirements of authorities having jurisdiction. 3.4 CLEANING AND PROTECTION A. Clean adjacent surfaces soiled by door hardware installation. B. Clean operating items as necessary to restore proper function and finish. C. Provide final protection and maintain conditions that ensure that door hardware is without damage or deterioration at time of Substantial Completion. 3.5 DOOR HARDWARE SCHEDULE Door Hardware Set No.1 Door Number: 101A, 101B 2 each Hinges Hager 780-2224HD 628 1 each Exit Device Von Duprin 9875L 630 2 each Floor Stop Hager 268S US26D 2 each Silencer Glynn Johnson Z1 (64) 1 each Closer LCN 4041 652 1 each Surface bolt top & Ives SB453 US26D bottom 1 each Threshold Pemko 171A x 4" 627 2 each Weatherstripping Pemko S88 2 each Automatic Door NGP 220SA 628 Bottom 3 each Drip Cap top & NGP 16A 628 bottom 2 each Kick Plate Hager 194S US32D END OF SECTION FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 DIVISION 09 FINISHES PACE INTENTIONALLY LEFT BLANK SECTION 09 91 00 PAINTING PART 1- GENERAL 1.1 RELATED DOCUMENTS 099100-1 PAINTING Page 1 of 9 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to 03 40 16 completed in place. 2. Payment a. The work performed and materials furnished in accordance with this Item are subsidiary to the unit price bid per 03 40 16 complete in place, and no other compensation will be allowed. 1.3 SUMMARY A. Section includes surface preparation and the application of paint systems on exterior and interior substrates. 1. Concrete. 2. Cement board. 3. Fiber -cement board. 4. Concrete masonry units (CMUs). 5. Steel and iron. 6. Galvanized metal. 7. Aluminum (not anodized or otherwise coated). 8. Wood. 9. Fiberglass. 10. Plastic. 11. Gypsum board. 12. Portland cement plaster (stucco). 13. Plaster. 14. Cotton or canvas insulation covering. 15. ASJ insulation covering. 16. Bituminous -coated surfaces. B. ReIated Requirements: 1. Section 05 50 00 "Metal Fabrications" for shop priming metal fabrications. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECIINICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 09 91 00 - 2 PAINTING Page 2 of 9 1.4 DEFINITIONS A. MPI Gloss Level 1: Not more than five units at 60 degrees and 10 units at 85 degrees, according to ASTM D 523. B. MPI Gloss Level 2: Not more than 10 units at 60 degrees and 10 to 35 units at 85 degrees, according to ASTM D 523, C. MPI Gloss Level 3: 10 to 25 units at 60 degrees and 10 to 35 units at 85 degrees, according to ASTM D 523. D. MPI Gloss Level 4: 20 to 35 units at 60 degrees and not less than 35 units at 85 degrees, according to ASTM D 523, E. MPI Gloss Level 5: 35 to 70 units at 60 degrees, according to ASTM D 523. F. MPI Gloss Level 6: 70 to 85 units at 60 degrees, according to ASTM D 523. G. MPI Gloss Level 7: More than 85 units at 60 degrees, according to ASTM D 523. 1.5 ACTION SUBMITTALS A. Product Data. For each type of product. Include preparation requirements and application instructions. 1. Include Printout of current "MPI Approved Products List" for each product category specified, with the proposed product highlighted. 2. Indicate VOC content. B. Samples for Initial Selection: For each type of topcoat product. C. Samples for Verification: For each type of paint system and in each color and gloss of topcoat. 1. Submit Samples on rigid backing, 8 inches (200 mm) square. 2. Apply coats on Samples in steps to show each coat required for system. 3. Label each coat of each Sample. 4. Label each Sample for location and application area. D. Product List: Cross-reference to paint system and locations of application areas. Use same designations indicated on Drawings and in schedules. Include color designations. 1.6 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials, from the same product run, that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Paint: 51 percent, but not less than I gal. (3.8 L) of each material and color applied. 1.7 QUALITY ASSURANCE A. Mockups: Apply mockups of each paint system indicated and each color and finish selected to verify preliminary selections made under Sample submittals and to demonstrate aesthetic effects and set quality standards for materials and execution. 1. Architect will select one surface to represent surfaces and conditions for application of each paint system. FREESE AND NICHOLS, INC. Lake Arlington Lill Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 099100-3 PAINTING Page 3 of 9 a. Vertical and Horizontal Surfaces: Provide samples of at least 100 sq. ft. (9 sq. m). b. Other Items: Architect will designate items or areas required. 2. FinaI approval of color selections will be based on mockups. a. If preliminary color selections are not approved, apply additional mockups of additional colors selected by Architect at no added cost to Owner. Approval of mockups does not constitute approval of deviations from the Contract Documents contained in mockups unless Architect specifically approves such deviations in writing. 4. Subject to compliance with requirements, approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. 1.8 DELIVERY, STORAGE, AND HANDLING A. Store materials not in use in tightly covered containers in well -ventilated areas with ambient temperatures continuously maintained at not less than 45 deg F (7 deg C). 1. Maintain containers in clean condition, free of foreign materials and residue. 2. Remove rags and waste from storage areas daily. 1.9 FIELD CONDITIONS A. Apply paints only when temperature of surfaces to be painted and ambient air temperatures are between 50 and 95 deg F (10 and 35 deg Q. B. Do not apply paints when relative humidity exceeds 85 percent; at temperatures less than 5 deg F (3 deg C) above the dew point; or to damp or wet surfaces. C. Do not apply paints in snow, rain, fog, or mist; when relative humidity exceeds 85 percent; at temperatures less than 5 deg F (3 deg C) above the dew point; or to damp or wet surfaces. PART 2- PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Basis of design: Benjamin Moore & Co. is preferred by the owner, but subject to compliance with requirements, provide optional products by one of the following: 1. Behr Process Corporation. 2. Benjamin Moore & Co. 3. Dulux (formerly ICI Paints); a brand of AkzoNobel. 4. PPG Paints 5. PPG Ar-ehkeet�dr-al Finishes, ine. 6. Sherwin-Williams Company (The). B. Products: Subject to compliance with requirements, provide one of the products\ listed in the Interior Painting Schedule for the paint category indicated. 2.2 PAINT, GENERAL FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 09 91 00 - 4 PAINTING Page 4 of 9 A. MPI Standards: Products shall comply with MPI standards indicated and shall be listed in its "MPI Approved Products Lists." B. Material Compatibility: 1. Materials for use within each paint system shall be compatible with one another and substrates indicated, under conditions of service and application as demonstrated by manufacturer, based on testing and field experience. 2. For each coat in a paint system, products shall be recommended in writing by topcoat manufacturers for use in paint system and on substrate indicated. C. VOC Content: Products shall comply with VOC limits of authorities having jurisdiction. D. Colors: As indicated in finish schedule. 2.3 SOURCE QUALITY CONTROL A. Testing of Paint Materials: Owner reserves the right to invoke the following procedure: 1. Owner will engage the services of a qualified testing agency to sample paint materials. Contractor will be notified in advance and may be present when samples are taken. If paint materials have already been delivered to Project site, samples may be taken at Project site. Samples will be identified, sealed, and certified by testing agency. 2. Testing agency will perform tests for compliance with product requirements. 3. Owner may direct Contractor to stop applying paints if test results show materials being used do not comply with product requirements. Contractor shall remove noncomplying paint materials from Project site, pay for testing, and repaint surfaces painted with rejected materials. Contractor will be required to remove rejected materials from previously painted surfaces if, on repainting with complying materials, the two paints are incompatible. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates and conditions, with Applicator present, for compliance with requirements for maximum moisture content and other conditions affecting performance of the Work. B. Maximum Moisture Content of Substrates: When measured with an electronic moisture meter as follows: I. Concrete: 12 percent. 2. Fiber -Cement Board: 12 percent. 3. Masonry (Clay and CMUs): 12 percent. 4. Wood: 15 percent. 5. Gypsum Board: 12 percent. 6. Plaster: 12 percent. C. Gypsum Board Substrates: Verify that finishing compound is sanded smooth. D. Plaster Substrates: Verify that plaster is fully cured. FREESE AND NICHOLS, INC. Lake Arlington Litt Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 099100-5 PAINTING Page 5 of 9 E. Spray -Textured Ceiling Substrates: Verify that surfaces are dry. F. Verify suitability of substrates, including surface conditions and compatibility, with existing finishes and primers. G. Proceed with coating application only after unsatisfactory conditions have been corrected. 1. Application of coating indicates acceptance of surfaces and conditions. 3.2 PREPARATION A. Comply with manufacturer's written instructions and recommendations in "MPI Architectural Painting Specification Manual" applicable to substrates and paint systems indicated. B. Remove hardware, covers, plates, and similar items already in place that are removable and are not to be painted. If removal is impractical or impossible because of size or weight of item, provide surface -applied protection before surface preparation and painting. 1. After completing painting operations, use workers skilled in the trades involved to reinstall items that were removed. Remove surface -applied protection if any. C. Clean substrates of substances that could impair bond of paints, including dust, dirt, oil, grease, and incompatible paints and encapsulants. 1. Remove incompatible primers and reprime substrate with compatible primers or apply tie coat as required to produce paint systems indicated. D. Concrete Substrates: Remove release agents, curing compounds, efflorescence, and chalk. Do not paint surfaces if moisture content or alkalinity of surfaces to be painted exceeds that permitted in manufacturer's written instructions. E. Masonry Substrates: Remove efflorescence and chalk. Do not paint surfaces if moisture content or alkalinity of surfaces or mortar joints exceeds that permitted in manufacturer's written instructions. F. Steel Substrates: Remove rust, loose mill scale, and shop primer, if any. Clean using methods recommended in writing by paint manufacturer. But not less than the following: 1. SSPC-SP 2. 2, SSPC-SP 3. 3. SSPC-SP 7/NACE No. 4. 4. SSPC-SP 11. G. Shop -Primed Steel Substrates: Clean field welds, bolted connections, and areas where shop paint is abraded. Paint exposed areas with the same material as used for shop priming to comply with SSPC-PA 1 for touching up shop -primed surfaces. H. Galvanized -Metal Substrates: Remove grease and oil residue from galvanized sheet metal by mechanical methods to produce clean, lightly etched surfaces that promote adhesion of subsequently applied paints. I. Aluminum Substrates: Remove loose surface oxidation. J. Wood Substrates: 1. Scrape and clean knots, and apply coat of knot sealer before applying primer. 2. Sand surfaces that will be exposed to view, and dust off. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 099100-6 PAINTING Page 6 of 9 3. Prime edges, ends, faces, undersides, and backsides of wood. 4. After priming, fill holes and imperfections in the finish surfaces with putty or plastic wood filler. Sand smooth when dried. K. Cotton or Canvas Insulation Covering Substrates: Remove dust, dirt, and other foreign material that might impair bond of paints to substrates. 3.3 APPLICATION A. Apply paints according to manufacturer's written instructions and to recommendations in "MPI Manual." 1. Use applicators and techniques suited for paint and substrate indicated. 2. Paint surfaces behind movable equipment and furniture same as similar exposed surfaces. Before final installation, paint surfaces behind permanently fixed equipment or furniture with prime coat only. 3. Paint front and backsides of access panels, removable or hinged covers, and similar hinged items to match exposed surfaces. 4. Do not paint over labels of independent testing agencies or equipment name, identification, performance rating, or nomenclature plates. 5. Primers specified in painting schedules may be omitted on items that are factory primed or factory finished if acceptable to topcoat manufacturers. B. Tint each undercoat a lighter shade to facilitate identification of each coat if multiple coats of same material are to be applied. Tint undercoats to match color of topcoat, but provide sufficient difference in shade of undercoats to distinguish each separate coat. C. If undercoats or other conditions show through topcoat, apply additional coats until cured film has a uniform paint finish, color, and appearance. D. Apply paints to produce surface films without cloudiness, spotting, holidays, laps, brush marks, roller tracking, runs, sags, ropiness, or other surface imperfections. Cut in sharp lines and color breaks. E. Painting Fire Suppression, Plumbing, HVAC, Electrical, Communication, and Electronic Safety and Security Work: 1. Paint the following work where exposed in equipment rooms: a. Uninsulated metal piping. b. Uninsulated plastic piping. c. Pipe hangers and supports. d. Metal conduit. e. Plastic conduit. f. Tanks that do not have factory -applied final finishes. g. Duct, equipment, and pipe insulation having cotton or canvas insulation covering or other paintable jacket material. 2. Paint the following work where exposed in occupied spaces: a. Equipment, including panelboards. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 09 91 00 - 7 PAINTING Page 7 of 9 b. Uninsulated metal piping. c. Uninsulated plastic piping. d. Pipe hangers and supports. e. Metal conduit. f. Plastic conduit. g. Duct, equipment, and pipe insulation having cotton or canvas insulation covering or other paintable jacket material. h. Other items as directed by Architect. 3. Paint portions of internal surfaces of metal ducts, without liner, behind air inlets and outlets that are visible from occupied spaces. 3.4 FIELD QUALITY CONTROL A. Dry Film Thickness Testing: Owner may engage the services of a qualified testing and inspecting agency to inspect and test paint for dry film thickness. I . Contractor shall touch up and restore painted surfaces damaged by testing. 2. If test results show that dry film thickness of applied paint does not comply with paint manufacturer's written recommendations, Contractor shall pay for testing and apply additional coats as needed to provide dry film thickness that complies with paint manufacturer's written recommendations. 3.5 CLEANING AND PROTECTION A. At end of each workday, remove rubbish, empty cans, rags, and other discarded materials from Project site. B. After completing paint application, clean spattered surfaces. Remove spattered paints by washing, scraping, or other methods. Do not scratch or damage adjacent finished surfaces. C. Protect work of other trades against damage from paint application. Correct damage to work of other trades by cleaning, repairing, replacing, and refinishing, as approved by Architect, and leave in an undamaged condition. D. At completion of construction activities of other trades, touch up and restore damaged or defaced painted surfaces. 3.6 INTERIOR PAINTING SCHEDULE A. Concrete Substrates, Nontraffic Surfaces: 1. Water -Based Light Industrial Coating System MPI TNT 3.1 L: a. Prime Coat: Primer, alkali resistant, water based, MPI #3. b. Intermediate Coat: Light industrial coating, interior, water based, matching topcoat. c. Topcoat: Light industrial coating, interior, water based (MPI Gloss Level 3), MPI 4151. B. Steel Substrates: 1. Latex System, Alkyd Primer MPI INT 5.1 Q: FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 099100-8 PAINTING Page 8 of 9 a. Prime Coat: Primer, alkyd, quick dry, for metal, MPI #76. b. Intermediate Coat: Latex, interior, matching topcoat. c. Topcoat: Latex, interior, flat (MPI Gloss Level 1), MPI #53. C. Galvanized -Metal Substrates: 1. Institutional Low-OdorNOC Latex System MPI INT 5.3N: a. Prime Coat: Primer, galvanized, water based, MPI 4134. b. Topcoat: Latex, interior, institutional low odorNOC, semi -gloss (MPI Gloss Level 5), MPI #147. D. Wood Substrates: Wood trim and wood board paneling. 1. Latex over Latex Primer System MPI INT 6.3T: a. Prime Coat: Primer, latex, for interior wood, MPI #39. b. Intermediate Coat: Latex, interior, matching topcoat. c. c. Topcoat: Latex, interior (MPI Gloss Level 2), MPI #4. 3.7 EXTERIOR PAINTING SCHEDULE A. Concrete Substrates, Nontraffic Surfaces: 1. Latex Aggregate System MPI EXT 3.1N: a. Prime Coat: As recommended in writing by topcoat manufacturer. b. Intermediate Coat: As recommended in writing by topcoat manufacturer. c. Topcoat: Textured coating, latex, flat, MPI #42. B. Steel and Iron Substrates: 1. Water -Based Light Industrial Coating System MPI EXT 5.1 M: a. Prime Coat: Primer, rust inhibitive, water based MPI #107. b. Prime Coat: Shop primer specified in Section where substrate is specified. c. Intermediate Coat: Light industrial coating, exterior, water based, matching topcoat. d. Topcoat: Light industrial coating, exterior, water based (MPI Gloss Level 3), MPI 416. C. Galvanized -Metal Substrates: 1. Latex System MPI EXT 5.314: a. Prime Coat: Primer, galvanized, water based, MPI 9134. b. Intermediate Coat: Latex, exterior, matching topcoat. c. Topcoat: Latex, exterior, low sheen (MPI Gloss Level 3-4), MPI 915. D. Wood Substrates: Wood -based panel products. 1. Latex over Alkyd Primer System MPI EXT 6AG: a. Prime Coat: Primer, alkyd for exterior wood, MPI #5. b. Intermediate Coat: Latex, exterior, matching topcoat. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 099100-9 PAINUNG Page 9 of 9 c. Topcoat: Latex, exterior, low sheen (MPI Gloss Level 3-4), MPI #15. END OF SECTION FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 PAGE INTENTIONALLY LEFT BLANK 099600.01-1 HIGH-PERFORMANCE COATINGS Page 1 of 25 SECTION 09 96 00.01 HIGH-PERFORMANCE COATINGS PART1- GENERAL 1.1 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 in Section 09 9100 "Painting" in that every surface of every description, except those which are specifically noted not to receive a coating finish, shall be covered by a paint system as specified in this Section or in Section 09 91 00 "Painting." C. Protective coatings must be applied to the following surfaces: 1. Metal surfaces located outside of buildings and other structures anywhere on the Site. 2. Hot -Dip Galvanized Steel: a. Bollards 3. New piping, including: a. Exposed ductile iron pipe A 4. Gonefefe suffaeeq a4 the following leea�ians.! D. The following shall not be coated and shall be protected from drips, overspray, etc. unless indicated otherwise 1.. Stainless steel piping, materials and equipment 2. Galvanized steel piping, materials and equipment unless specifically indicated to be coated. 3. Aluminum materials and equipment 4. Interior electrical items E. Special applications for painting include the following: 1. Buried pipe and valves shall receive a shop applied protective coating as described in the appropriate Section of the Specifications. 2. Aluminum surfaces in contact with or embedded in concrete shall be treated in accordance with Section 03 30 00 "Cast -In -Place Concrete." F. 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. FREESE AND NICHOLS, INC. Lake Arlington Lilt Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: t00995 Revised March 24, 2020 09 96 00.01 - 2 HIGH-PERFORMANCE COATINGS Page 2 of 25 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for "High -Performance Coatings" shall be per Lump Sum. 2. Payment A a. The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per Lump Sum of the bid item, "All Painting". 3. The price bid shall include: a. Labor, materials, and supplies required for application of coating as specified and shown in the Drawings b. Surface Preparation c. Inspection and Testing d. Clean -Up 1.3 QUALITY ASSURANCE A. Acceptable Manufacturers: Products which comply with the Contract Documents and are manufactured by the following companies will be acceptable: A 1. Tnemec Company, Inc. 2. Carboline. Ai3. PPG Paints 4. The Sherwin-Williams Company. 5. Akzo Nobel I International Paint, LLC. 6. ICI Devoe High Performance Coatings. 7. Plasite Protective Coatings. B. 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. C. Applicator's Qualifications: Applicators must be qualified in this line of work and have a minimum of 5 years of 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. D. Product Quality: I. 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. E. Inspection: 1. Inspect and provide substrate surfaces prepared in accordance with the Contract Documents and the printed directions and recommendations of paint manufacturer whose product is to be applied. 2. Provide Engineer minimum 3 days' notice prior to start of surface preparation work or coating application work. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 099600.01-3 HIGH-PERFORMANCE COATINGS Page 3 of 25 3. Perform Work only in the presence of Owner's Representative, unless Owner's Representative grants prior approval to perform such Work in Owner's Representative absence. Approval to perform Work in the Owner's Representative absence is limited to the current day unless specifically noted to extend beyond the completion of the work day. 4. Inspection by the Owner's Representative, or the waiver of inspection of any particular portion of the Work, shall not be construed to relieve the Contractor of responsibility to perform the Work in accordance with the Contract Documents. 5. The Contractor shall be solely responsible for testing for this Section, at no further cost to the Owner. The Owner's Representative shall also make such tests if it is considered necessary. Cooperate with the Owner's Representative, providing equipment, scaffolds, and other equipment as requested by the Owner's Representative. F. Testing Equipment: Furnish the testing apparatus necessary for testing coatings, including the following: I. One set of U.S. Department of Commerce thickness calibration plates, certified by the National Bureau of Standards, to test dry film thickness. 2. Wet -film thickness gauges. Give one to Owner's representative. Each painter must keep one to test paint as it is applied. 3. One electronic dry -film thickness gauge capable or measuring 0-200 mils with calibration standards approved by the Bureau of Standards. 4 One Flcometer 319 Dewpoint Meter. 5. One Tinker and Rasor Model M I Holiday Detector and recommended wetting agent and/or High Voltage Holiday Detector if required for interior coating thickness specified. 6. One set of SSPC VIS 1, 3 and 4 - Visual Standards as applicable. G. 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. H. The Contractor must schedule a construction conference prior to any field work being completed. The meeting will be on -site and will include the Owner, Contractor, painting superintendent, Engineer, Owner's representative and coating manufacturer's representative. At this meeting the coating plan and schedule will be reviewed in detail. 1.4 SUBMITTALS A. Submittals must be in accordance with Section 01 33 00 "Submittals." B. The following Record Data for products, including manufacturer's data sheets, are due prior to ordering coating and surface preparation materials: I. Coating manufacturer's color selection literature for coating materials and caulk. 2. Sample warranty document for products. 3. Provide certification from the manufacturer that all coatings will not contain more than 0.06 percent by weight of lead in the cured coating for each coat applied. 4. Coating manufacturer's Product Information and Safety Data Sheets (SDS) for each coating and caulk material. Product Information must include the following: a. The manufacturer's published instructions for use in specifying and applying all proposed coatings. b. Application instructions written and published by the coating manufacturer. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 09 96 00.01 - 4 HIGH-PERFORMANCE COATINGS Page 4 of 25 All limitations, precautions and requirements that may adversely affect the coating, that may cause unsatisfactory results after the application or that may cause the coating not to serve the purpose for which it was intended, must be clearly and completely stated in the instructions. Limitations and requirements must include, but are not necessarily limited to the following: 1) Surface preparation. 2) Method(s) of application. 3) Thickness of each coat (maximum and minimum DFT). 4) Drying and curing time of each coat. 5) Time (minimum and maximum) allowed between coats. 6) Thinner and use of thinner. 7) Proper mixing of coating before application. 8) Weather limitations during and after application (temperature and humidity, time weighted). 9) Physical properties of coating, including percent solids content by volume. 10) Equipment settings (air cap, fluid tip, equipment pressure settings, etc.). 11) Pot life at various temperature and humidity conditions. 12) Provide documentation that interior coating system is compatible with the cathodic protection system. C. The following samples are required prior to ordering the materials: 1. Three samples of selected exterior finish colors for approval on 6-inch by 6-inch swatches. Label each swatch with the manufacturer's name, coating name/type, color name and number. D. The following Product Data is required prior to coating work: Coating Plan: a. Anticipated coating process schedule by date, including dates when hold -point inspections are anticipated. Schedule must indicate detailed activities on a daily basis. b. Detailed procedures and schedule for all pre -cleaning, surface preparation and application of coating, including touch-up and repair procedures for all coating systems. c. Recoat schedule on the submitted coating materials. d. Data sheets complete with a graduated scale or curve, produced by the coating manufacturer, with curing characteristics and recommendations regarding complete coating curing. The data sheets and scales or curves must include specific cure times over a wide range of temperatures and humidity. e. Provide a written plan documenting how spent cleaning debris and/or paint over spray or droplets will be contained/confined to the Site and tank site during the surface preparation and coating application operations. Reasonable care must be exercised by the Contractor to prevent damage, nuisance, or hazardous conditions to adjacent or nearby property Owners. Include all materials and method to be used for protection of exterior surfaces, and allow for recovery and disposal of paint scraps and blast media. 2. Provide documentation on proposed containment system methods for blasting and coating operations. 3. The Contractor must submit evidence of notification of the appropriate office of the Texas Commission on Environmental Quality (TCEQ) prior to abrasive blasting as required. Submit copies of any obtained permits. 4. Coating Manifest — Within 48 hours of coating delivery to the Site, the Contractor must record the batch number stamped on each coating container and submit a typed list to the Owner's representative. Minimum information required is listed below. a. Date of delivery to the Site. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 09 96 00.01 - 5 HIGH-PERFORMANCE COATINGS Page 5 of 25 b. Name and signature of Superintendent recording the data. c. List of batch number including corresponding coating identification, color, date of manufacture and volume of each container. E. The following Certified Test Report(s) are required prior to coating work: 1. SDS sheets for all abrasive to be used on the Project. 2. Certification and laboratory test results indicating recycled metallic abrasive per SSPC-AB 2 or 4 and atomic absorption test results. 1.5 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety. Adhere to the latest standards and codes published by the following organizations. B. In the event of a conflict between the published standards, codes, and this Section, the more stringent requirement shall govern. 1. ANSI (American National Standards Institute): ANSI/NSF Standard 61 1 Drinking Water Components 2. ASTM International (American Societv for Testine and Materials): 3. A' ASTM D523 Standard Test Method for Specular Gloss ASTM D610 Standard Test Method for Evaluating Degree of Rusted on Painted Surfaces Standard Practice for Calculation of Color Tolerances and Color ASTM D2244 Differences from Instrumentally Measured Color Coordinates ASTM D3359 Standard Test Methods for Rating Adhesion by Tape Test ASTM D4214 Standard Test Methods for Evaluating the Degree of Chalking of Exterior Paint Films ASTM D4263 Standard Test Method for Indicating Moisture in Concrete by the Plastic Sheet Method ASTM D4285 Standard Test Method of Indicating Oil and Water in Compressed Air ASTM D4417 Standard Test Methods for Field Measurement of Surface Profile of Blast Cleaned Steel ASTM D4541 Standard Test Method for Pull -Off Strength of Coatings Using Portable Adhesion Tester Standard Practice for Continuity Verification of Liquid or Sheet ASTM D4787 Linings Applied to Concrete Substrates ASTM D5162 Standard Practice for Discontinuity (Holiday) Testing of Nonconductive Protective Coating on Metallic Substrates Standard Practice for Preparation of Zinc (Hot -Dip Galvanized) ASTM D6386 Coated Iron and Steel Product and Hardware Surfaces for Painting ASTM D7234 Standard Test Method for Pull -Off Adhesion Strength of Coatings on Concrete Using Pull -Off Adhesion Testers ASTM E337 Standard Practice Test Method for Measuring Humidity with a Psychrometer Standard Test Method for Measuring Moisture Vapor Emission Rate ASTM F1869 of Concrete Subfloor Using Anhydrous Calcium Chloride VWA American Water Works Association): AW WA C210 Liquid -Epoxy Coating Systems for Interior and Exterior of Steel Water Pi elines FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 099600.01-6 HIGH-PERFORMANCE COATINGS Page 6 of2` AWWA C222 Polyurethane Coatings for the Interior and Exterior of Steel Water Pipe and Fittings 4. Consumer Product Safety Act, Part 1303. 5. In- ,mational Concrete Repair Institute (ICRI): ICRI Technical Selecting and Specifying Concrete Surface Preparation for Guideline No. Coatings, Sealers and Polymer Overlays 03732 6. NACE International (National Association of Corrosion Envineers): 7. N, Coating and Lining for Immersion Service: Chapter Safety, NACE TPC2 Chapter 2 Surface Preparation, Chapter 3 Curing, and Chapter 4 Inspection Fabrication Details, Surface Finish Requirements, and Proper NACE SP0178 Design Considerations for Tanks and Vessels to be Lined for Immersion Service NACE SP0189 Discontinuity (Holiday) Testing of Protective Coatings on Conductive Substrates NACE RP0178 Plastic Weld Comparator NACE RP0287 Field Measurement of Surface Profile of Abrasive Blast Cleaned Steel Surfaces Using a Replica Tape clonal Association of Pipe Fabricators NAPF : Surface Preparation Standard for Ductile Iron Pipe and Fittings in NAPF 500-03 Exposed Locations Receiving Special External Coatings and/or Special Internal Linings 8. OSHA (Occupational Safety & Health Administration): 1915.35 Standards - 29 CFR Painting 1926.62 Standards - 29 CFR Lead 9. SSPC (Society for Protective Coatings): SSPC-VIS I Guide and Reference Photographs for Steel Surfaces Prepared by Dry Abrasive Blast Cleaning SSPC-VIS 3 Guide and Reference Photographs for Steel Surfaces Prepared by Power and Hand Tool Cleaning SSPC Vol. 1 Good Painting Practices SSPC-AB1 Mineral and Slag Abrasives SSPC-AB2 Cleanliness of Recycled Ferrous Metallic Abrasives SSPC-AB3 Ferrous Metallic Abrasives SSPC-AB4 Recyclable Encapsulated Abrasive Media in a Compressible Matrix SSPC-SPI Solvent Cleaning SSPC-SP2 Hand Tool Cleaning SSPC-SP3 Power Tool Cleaning SSPC-SPI I Power Tool Cleaning to Bare Metal SSPC-PA-1 Shop, Field and Maintenance Painting SSPC-PA-2 Measurement of Dry Film Thickness with Magnetic Gages FREESE AND NICHOLS, INC. Lake Arlington Lilt Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 09 96 00.01 - 7 HIGH-PERFORMANCE COATINGS Page 7 of 25 Guide to Safety and Health Requirements for Industrial Painting SSPC-PA 10 Projects Procedure for Determining Conformance to Steel Profile/Surface SSPC-PA 17 Roughness/Peak Count Requirements SSPC-Guide 6 Guide for Containing Surface Preparation Debris Generated During CON Paint Removal Operations SSPC-Guide 12 Guide for Illumination of Industrial Painting Field Methods for Retrieval and Analysis of Soluble Salts on Steel SSPC-Guide 15 and Other Nonporous Substrates 10. SSPC/NACE International Joint Standards: IL Te SSPC-SP5/NACE 1 White Metal Blast Cleaning SSPC-SP6/NACE 3 Commercial Blast Cleaning SSPC-SP7/NACE 4 Brush - Off Blast Cleaning SSPC-SP10/NACE 2 Near - White Metal Blast Cleaning SSPC-SP 13/NACE 6 Surface Preparation of Concrete xas Commission on Environmental Quality (TCEQ): 30 TAC Chapter Rules and Regulations for Public Water Systems 290 Subchapter D 1,6 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. B. 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. C. Storage of coatings and other products must be in accordance with the manufacturer's requirements. Coatings that have been damage or not stored properly must not be applied and must be removed from the Site. D. All products and coatings that are not approved for the Project must be removed from the Site and must not be stored at the Site. E. All materials must be delivered to the Site in original sealed containers with the date of manufacture and batch number stamped thereon by the coating manufacturer. Materials shall be subject to random observations by the Owner's representative at the Site. 1.7 ENVIRONMENTAL CONDITIONS A. 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. B. Coatings shall only be applied when conditions fall within the parameters listed in the manufacturer's printed data. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 09 96 00.01 - 8 HIGH-PERFORMANCE COATINGS Page 8 of 25 C. Contractor shall provide dehumidification equipment sized to maintain dew point temperature 5 F or more below surface temperature of metal surfaces to be cleaned and painted. D. 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. E. 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 must be shaded by awnings or other protective devices while coatings are being applied, if recommended by coating manufacturer. When necessary, provide temporary heating devices of a type that produces no fumes which will discolor the paint system. F. Heating and Dehumidification: 1. Dehumidification equipment must be used to control the environment during surface preparation, rehabilitation, coating application and coating curing at no additional cost to the Owner, if acceptable environmental conditions cannot be met. 2. If the Contractor cannot meet the required environmental conditions to apply the interior coating system per this Section and the coating manufacturer's written recommendations, Contractor will cease operations until approved dehumidification equipment has been provided and acceptable environmental conditions are achieved. 3, If coating system is applied without dehumidification or in conditions not acceptable by this Section and by the coating manufacturer's written requirements, Contractor must fully remove coating system applied and replace per the Engineer's direction. 4. The Contractor must furnish all labor, materials, equipment, fabrication and quality control inspections, and all other incidentals required to control and maintain the environment of the reservoir within the parameters stated in this Section and must incorporate these and any other expenses into its bid. 5. The Owner reserves the rights, in the event the dehumidification equipment is not performing to the minimum requirements stated in this Section, to require the Contractor to modify and or add additional equipment to satisfy the conditions of this Section, at the sole cost to the Contractor. 6. It is the Contractor's responsibility to provide adequate dehumidification equipment to meet the requirements of this Section and coating manufacturer's requirements. The coating manufacturer's limits of surface temperature, tank inside air temperature and relative humidity requirements will govern, if more stringent than the requirements stated within this Section. G. Forced Ventilation: 1. Provide continuous forced fresh air ventilation when working inside of containment systems or enclosed areas that are not openly vented from the beginning of surface preparation through final coating operations and coating curing. 2.. Forced ventilation must be supplied per the recoat time required by the coating manufacturer and at least 48 hours after the final coat has been applied. 3. From the beginning of interior wet and/or dry coating application and until this coating is cured, the Contractor must monitor the air for the lower explosion limit (LEL) as published in the coating manufacturer's product SDS's. 4. Contractor is responsible for supplying, installing and maintaining the forced ventilation system. FREESE AND NICHOLS, INC. Lake Arlington Lilt Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 099600.OI -9 HIGH-PERFORMANCE COATINGS Page 9 of 25 H. Containment System: 1. Contractor must provide containment methods, either full or partial, which allows for the containment of the environmentally sensitive waste, dust and paint over spray that will be generated during the abrasive blasting and painting operation. 2. Minimum Containment for Field Surface Preparation a. Provide a minimum SSPC Guide 6 (CON) Class 2Acontainment system when dry abrasive blasting. b. Provide a minimum SSPC Guide 6 (CON) Class 2Wcontainment system when wet abrasive blasting. All water must be contained and properly disposed of. c. Provide a minimum SSPC Guide 6 (CON) Class 2P.E3 containment system when power tool cleaning. 3. The ground surrounding the project area must be protected from all debris, emissions, dust, and other materials generated in the cleaning operations with a minimum of two layers of polyethylene covered with plywood or the same material used for the perimeter containment system. 4. Containment is not required when blasting on the interior of a completely enclosed area (i.e. roof is in place) as long as no visible emissions are created. 5. The Contractor must ensure that no spent cleaning/blasting debris, dust, overspray, coating droplets, or emissions of any kind, escape to the atmosphere, or to adjacent buildings, private property, work sites, parking lots, etc. 6. The Owner reserves the right to stop Work or require containment, additional containment or different containment methods if the Contractor's operations create a nuisance beyond the tank site property line in the sole opinion of the Owner, the Engineer, the Owner's representative, any regulatory agency, or neighbor. All costs of providing an adequate containment system must be included by the Contractor in the Base Bid. i. The Contractor must be responsible for all materials that are used and for any apparatus used to contain dust emissions, debris, overspray, and coating droplets. The containment system attachments to existing or proposed structures must be designed not to impose excessive loading on the structure by a professional engineer licensed in the state the Project is located. Contractor must submit the designed and sealed details of the containment system on the tank. 8. Any damage to the structure(s) as a direct or indirect result of the containment system must be repaired or sections replaced by the Contractor at no additional cost to the Owner. Neither the Owner nor the Owner's Engineer assumes any responsibility for the structural ability of the structure to support the containment system. 9. If tarps are used as part of the containment system, the tarps must be an impervious, solid, flame -resistant material, reinforced with a fiber mesh and must allow as much light as possible to pass through the material. I. Visible Emissions: I. Contractor must control visible emissions and releases while dust producing activities are underway. 2_ Visible emissions more than SSPC Guide 6, Level 1 (I percent of the workday or 5 minutes in an 8-hour shift) are unacceptable. Sustained emissions of more than 1 minute, regardless of the total time of emissions for the day is unacceptable. If unacceptable emissions are observed, Contractor must shut down immediately and correct the situation and clean up any debris generated from the release to the satisfaction of the Engineer before continuing the Work. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 099600.01-10 HIGH-PERFORMANCE COATINGS Page 10 of 25 1.8 WORKING CONDITIONS A. 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. B. 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. 1.9 GUARANTEES A. Protective coating shall be guaranteed for a period of 1-year from the date of the Owner's acceptance of the Project. B. A warranty inspection must be conducted prior to the end of the warranty period. Any Defective Work discovered at this date must be corrected by the Contractor in accordance with the Contract Documents at no additional cost to the Owner. PART 2 - PRODUCTS 2.1 GENERAL COATING REQUIREMENTS A. All coatings must be free of heavy metals such as arsenic, barium, chromium, selenium, silver, lead, mercury and cadmium. B. All coatings in contact with potable water must be certified by the National Sanitation Foundation (NSF), Standard 6I . C. No coating submitted or used on this Project may have a VOC (volatile organic content) in excess of 360 grams/liter or 3.0 lb./gal. D. Finish coatings must be from the same batch. 2.2 MATERIALS A. Materials shall be the manufacturer's top of line quality products, as listed herein. Products used on this Proiect shall be as indicated below. Products shall be as follows: 'rype A - Alkyd -phenolic Universal Primer Nfsnufacturer Approved Coating Tnemec Series 1 Purple Prime Sherwin-Williams Kem Kromik Universal Akzo Nobel / International Paint, LLC Interlac 573 Devoe Coatings Devprime 1403 Carboline Carbocoat 150UP PPG Multiprime 4160 Type B - Epoxy- Folyamide Primer l rsnuiactorer Approved Cuating I Tnemec Series 66 Sherwin-Williams Covoxv Primer FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 09 96 00.01 - 11 HIGH-PERFORMANCE COATINGS Page 11 of 25 Type R - Epasy-Pulyamide PrimEir Manufacturer Approved Coating Akzo Nobel / International Paint, LLC Intergard 251; Intergard 269 for valves and gates, submerged structural steel and misc. metals, and submerged piping Devoe Coatings Devran 201 V Series Carboline 890 PPG Amercoat One Single Component Epoxy for valves and gates, structural steel and misc. metals, and piping Type C - Alkyd Enamel Maoufacfurcr Approved Costing Tnemec Series 23 Enduratone Sherwin-Williams DTM Alkyd Enamel Akzo Nobel / International Paint, LLC Interlac 665 Devoe Coatings Devlac 1431 Carboline Carbocoat 8225 PPG Fast Dry 35 Type D - Epoxy-Polyamide.C;oatIngs Manufactimr Approved Coating Tnemec Series 66 Sherwin-Williams Macropoxy 646 Epoxy Akzo Nobel / Intergurd 475HS; Interseal 670HS for valves and gates, PVC International Paint, LLC pipe and conduit, submerged structural steel and misc. metals, and submerged piping Devoe Coatings Bar -Rust 235 Carboline Carboguard 60 PPG Amercoat One for valves and gates, PVC pipe and conduit, structural steel and misc, metals, and piping Typc E - Epoxy-Pnlyamide Coatingq for Potable Water Manufacturer Approved Coating Tnemec Series N140 Pota-Pox Plus Sherwin-Williams Tank Clad Epoxy Akzo Nobel / International Paint, LLC Interline 850 or Interseal 670HS (NSF colors) Devoe Coatings Bar -Rust 233H Series Carboline Carboguard 61 FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: t00995 Revised Mareh 24, 2020 09 96 00.01 - 12 HIGH-PERFORMANCE COATINGS Page 12 of 25 Type E - Epoxy-Pulyn"de Casting9 fur Putahle Water z — Manufacturer Approved Cint ing PPG Amerlock 2/400 Type f = AIiphatic Palyurethauc EnameI Manufacturer Approved Coating Series 1074 Endura-Shield II Tnemee Sherwin-Williams Hi -Solids Polyurethane Akzo Nobel / International Paint, LLC Interthane 990 Series Devoe Coatings Devthane 379 Series Carboline Carbothane 133HB (Satin) or Carbothane 134HG (High Gloss PPG PSX One Single Component Polysiloxane- No Isocyanates Type G - Silicone Aluminum Coatings For IIigh Temperature Manufacturer Approved Coating Tnemee Series 39 Silicon Aluminum Sherwin-Williams Silver Brite Aluminum B59S8 Akzo Nobel / International Paint, LLC Intertherm 50 Series Devoe Coatings Intertherm 50 Series PPG Amercoat 878 Aluminum Carboline Carbozinc 11; Finish: Thermaline 4700 Series (up to 1000°F); Thermaline 4900 (up to 450°F Type H- Epoxy Cuncrcte Cimfing antiractilrer Approved C'onting Tnemec Series 64H-413 Hi -Build Tneme-Tar Sherwin-Williams Tar Guard Epoxy Akzo Nobel / International Paint, LLC Interzone 954 Devoe Coatings Devtar 5A Series PPG Amercoat 78HB Coal Tar Epoxy Carboline Bitumastic 300M Type I - Epoxy Concrete Cushing — HFS I Mamifacnis'Lr IApproved Coating Series 434/435 Penma-Shield System FREESE AND NICHOLS, INC. Lake Arlington Lift ,Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 09 96 00.01 - 13 HIGH-PERFORMANCE COATINGS Page 13 of 25 Type I - Epoxy Con ereie Coating - HF MaBufryettirer Approved Coating Akzo Nobel 1 International Paint LLC Ceilcote 380/242GF Flakeline System PPG Amercoat IOOA Carboline Carboguard 510 Series / Plasite 4500 Series '1�vpe .1 - I iiurganlr Zane Primer Mitnufacturer Approved Canting Carboline Carbozine 859 Sherwin-Williams Corothane I Galvapac PPG Amercoat 68HS Approved Manufacturer Approved Equal Type K - High Sands Epoxy Silaxane manufaclurer Approved Coaling Carboline Carboxane 2000 Sherwin-Williams Polysiloxane XLE-80 PPG PSX 700 Polysiloxane Approved Manufacturer Approved Equal Type L - Epoxy plastic Manufacturer Approved Coating Carboline Carbomastic 15 Sherwin-Williams Epoxy Mastic II PPG Amerlock 2/400 AL Tnemec Chembuild Series 135 AkzoNo bel/International Paint, LLC Interse al 670HS Type M— Elnstonieric Polyurethane Hybrid Manufacturer Approved Coating Carboline Reactamine 760 Series Sherwin-Williams Sherflex S PPG Amerthane 490 Tnemec Elasto-Shield Series 406 FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Nannber. 100995 Revised March 24, 2020 09 96 00.01 - 14 HIGH-PERFORMANCE COATINGS Page 14 of 25 Type M — ElaAameric Polyurethane Hybrid Manu raciurer Approved Cuating AkzoNobei/International Polibrid 705E Elastomeric Paint, LLC 'i"ype iN — Ghtm Flake Reinforced Epoxy Manufacturer Approved Coating Carboline Approved Equal Sherwin-Williams Sher -Glass FF PPG Approved Equal Tnemec Approved Equal AkzoNobelhnternational Paint, LLC Approved Equal B. PETROLATUM (WAX) TAPE Petrolatum (wax) tape must be installed per the manufacturer's written recommendations. Provide all primers and appurtenant materials as required for installation per the recommendations. Approved Manufacturers: 1. Trenton Corp. - Trenton Primer and # 1 Wax -tape 2. Denso North America, Inc. — Denso Paste and Densyl Tape 3. Approved Equal 2.3 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. PART 3 - EXECUTION 3.1 GENERAL A. All coatings must be applied in strict conformance with the coating manufacturer's published specifications, this Section, or as approved by the Engineer. B. 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. C. 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. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 09 96 00.01 - 15 HIGH-PERFORMANCE COATINGS Page 15 of 25 D. At least 7 days or as required by the coating manufacturer, must be allowed for drying of finished surfaces before any machinery can be placed into service. E. The number of coats called for in this Section are considered the minimum required. If more coats are required for complete coverage and uniform appearance they shall be provided at no additional cost to the Owner. 3.2 STEEL SURFACE PREPARATION A. The adequacy of the preparation of steel surfaces will be determined by comparing the surface with SSPC VIS I "Pictorial Surface Preparation Standards for Painting Steel Surfaces" and SSPC VIS 3 "Guide and Reference Photographs for Steel Surfaces Prepared by Power and Hand Tool Cleaning." Prepare surfaces in accordance with the following requirements: 1. SSPC-SP1 "Solvent Cleaning" 2. SSPC-SP2 "Hand Tool Cleaning" 3. SSPC-SP3 "Power Tool Cleaning" 4. SSPC-SP5 / NACE 1 "White Metal Blast Cleaning" 5. SSPC-SP6 / NACE 3 "Commercial Blast Cleaning" 6. SSPC-SP7 / NACE 4 "Brush -Off Blast Cleaning" 7. SSPC-SP10 / NACE 2 "Near -White Blast Cleaning" 8. SSPC-SPI I "Power Tool Cleaning to Bare Metal" B. The resulting surface profile must be in accordance with the coating manufacturer's recommendations. C. All surface preparation of new equipment and surfaces shall be assumed to be on a SSPC Grade A steel surface condition, unless specifically noted otherwise. D. "Solvent Cleaning" must be performed prior to subsequent surface preparation, including abrasive blast cleaning. E. All sharp edges and welds must be ground smooth to a rounded contour and all weld splatter must be removed prior to abrasive blasting. Edges of metal to be coated must be rounded to a minimum of 1/16-inch radius of chamfered a minimum of 1/16 inch at an angle of 45 degrees. F. Welds and adjacent areas: Prepared such that there is: a. No undercutting or reverse ridges on the weld bead. b. No weld spatter on or adjacent to the weldor any other area to be painted. c. No sharp peaks or ridges along the weld bead. d. Grind embedded pieces of electrode or wire flush with the adjacent surface of the weld bead. 2. Weld profiles must conform to NACE RP0178, Profile `D'. 3.3 DUCTILE IRON PIPE AND FITTINGS SURFACE PREPARATION A. Prepare surfaces in accordance with the following requirements: 1. NAPF 500-03-01 "Solvent Cleaning" 2. NAPF 500-03-02 "Hand Tool Cleaning" 3. NAPF 500-03-03 "Power Tool Cleaning" 4. NAPF 500-03-04 "Abrasive Blast Cleaning for Ductile Iron. Pipe" 5. NAPF 500-03-05 "Abrasive Blast Cleaning for Cast Ductile Iron Fittings" FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 09 96 00.01 - 16 HIGH-PERFORMANCE COATINGS Page 16 of 25 B. "Solvent Cleaning" must be performed prior to subsequent surface preparation as specified in NAPF 500-03. 3.4 PETROLATUM (WAX) TAPE A. Petrolatum (wax) tape must be installed per the manufacturer's written recommendations. Provide all primers and appurtenant materials as required for installation per the recommendations. B. Tape must be installed on all buried flexible couplings and at locations indicated on the drawings and as specified. 3.5 CONCRETE SURFACE PREPARATION A. The adequacy of the preparation of concrete surfaces will be determined by comparing the surface with ICRI Surface Finish Comparators. Prepare surfaces in accordance with the following requirements: 1. SSPC-SP13 / NACE 6 — Surface Preparation of Concrete B. Allow a minimum of 28 days curing time to elapse before coatings are applied. Concrete surfaces which are scheduled to receive coatings must be in accordance with the coating manufacturer's moisture requirements. C. Bug holes, air pockets, and other voids in the concrete will be filled or patched in chemical exposure areas, secondary containment, and where specifically required. D. Concrete Surface Preparation Inspection: L Adhesion Testing: a. Tensile testing of the surface preparation shall be performed by the Engineer as necessary using Type 4 or Type 5 pneumatic adhesion testing equipment in accordance with ASTM D4541 using 2-inch diameter dollies for concrete surface adhesion testing. b. Concrete surface or applied coating shall be scored for concrete adhesion testing. c. Adhesive failure greater than 50 percent of the dolly surface area shall indicate inadequate surface preparation. d. Cohesive failures which results in loss of sound concrete will be acceptable provided the loss is greater than 50 percent of the dolly surface area. e. Low adhesion cohesive failures with a thin layer of concrete due to weak concrete or laitance over 50 percent of the dolly surface will be rejected. 2. Concrete Soundness: Concrete soundness shall be determined using the scratching or hammer impact methods as defined in SSPC SP-13, 3. Moisture Content: Moisture shall be tested as specified in SSPC SP-13 and in accordance with ASTM D4263 and ASTM F 1869. Moisture content cannot exceed the moisture content recommended by the coating manufacturer. 3.6 SURFACE PREPARATION A. Clean and degrease surfaces prior to abrasive blasting by solvent cleaning as specified using solvents, detergent/water, emulsions, and steam. Proposed method must be documented in the coating plan. Contractor must contain and properly dispose of all runoff and debris from cleaning. B. If the following conditions exist or are prevalent, surface preparation and coating must be delayed or postponed until conditions are favorable. Each day's coating must be completed in time to permit the film sufficient drying time prior to damage by atmospheric conditions or changes. No surface preparation shall begin or coating applied: L When the surface, air or material is below or above the manufacturer's printed instructions. 2. When surfaces are wet or damp. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 09 96 00.01 - 17 HIGH-PERFORMANCE COATINGS Page 17 of 25 3. During weather conditions of rain, snow, fog or mist. 4. When the air and steel temperature is less -than or equal to 5 F above the dew point temperature. 5. If the relative humidity is above 85 percent. 6. When it is expected that the air and/or surface temperature will be below or above the coating manufacturer's recommended temperatures within 4 hours after applications of coating, minimum. Coating manufacturer may require additional time between application and temperature and weather changes. C. Shop Surface Preparation: I. Notify Engineer at least 7 days prior to start of shop blast cleaning to allow for inspection of the Work during surface preparation and shop application of paints. Work shall be subject to the Engineer's approval before shipment to the Site. 2. Items such as structural steel, metal doors and frames, metal louvers, and similar items as reviewed by the Engineer may be shop prepared and primed. Centrifugal wheel blast cleaning is an acceptable alternate to shop blast cleaning. Blast clean and prime in accordance with the Specifications. 3. Prepare surfaces by abrasive blasting as specified and apply shop prime coat. Shop primed steel plates must not have primer extended within 4 inches along all edges to be welded. All primer within 4 inches of an area to be welded must be removed prior to welding. Welding of painted surfaces will not be allowed. D. All pre -assembled shop primed items must be prepared in accordance with these specifications and inspected by the Owner's representative before and after priming. E. Abrasive Blasting: I . Prior to extensive abrasive blasting operations, the Contractor must perform a test blast to verify that the surface cleanliness and profile meet the requirements of these specifications and meet the coating manufacturer's requirements for the coating to be applied. If the test section does not meet the requirements, the Contract must make changes to the abrasive materials and methods to provide suitable blast. 2. Abrasive blast only the amount of surface area which can be primed the same day or before any rust starts to form, whichever occurs first. Areas which are not painted the same day must be re -blasted on the day the prime coat is applied. 3. Shrouding or recovery of all blast material will be mandatory during all exterior blasting. 4. Contractor must contain all waste and process discharge in accordance with the accepted methods for the process and materials that are in abatement. 5. Where abrasive blast cleaning will not remove or properly prepare metal surfaces, hand and/or power tool cleaning must be used to remove such conditions as weld splatter, laminations and radius -sharp edges. Hand tool or power tool must be used on areas less than 2 feet in diameter or smaller or on corners and edges. 6. All abrasive blast equipment must be equipped with, including but not limited to the following: a. Noise reducing devices. b. Hose coupling safety devices. c. Electrical grounding devices. d. Moisture traps and filters. e. Fresh air hoods for all blasters. f. "Dead Man" switches on all blast hoses. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 09 96 00.01 - 18 HIGH-PERFORMANCE COATINGS Page 18 of 25 g. Air Dryers. F. Surface profile must be in accordance with manufacturer's printed requirements. G. The adequacy of the preparation of surfaces must be determined by comparing the surface with SSPC VIS 1, SSPC VIS 3, NACE RPO178 and ICRI Surface Finish Comparators. H. Wherever the words "solvent cleaning", "hand tool cleaning", "wire brushing", or "blast cleaning", or similar words of equal intent are used in the Specifications or in paint manufacturer's specifications, they shall be understood to refer to the applicable specifications indicated. I. Where OSHA or EPA regulations preclude standard abrasive blast cleaning, wet or vacuum - blasting methods maybe required. Coating manufacturers' recommendations for wet blast additives and first coat application will apply. J. Clean surfaces of dust and residual particles from cleaning operations by dry (no oil or water vapor) air blast cleaning or other method prior to painting. Vacuum clean enclosed areas and other areas where dust settling is a problem and wiped with a tack cloth. 17 PREPARATION OF HOT -DIP GALVANIZED COATED IRON OR STEEL PRODUCTS A. Remove all soluble and insoluble contaminants. Prepare hot -dip galvanized coated iron and steel products in accordance with ASTM D6386 and abrasive blast per ASTM D6386 to achieve an angular anchor profile as required by the coating manufacturer. B. Contractor is responsible for coordinating with the coating manufacturer to verify compatibility of the specified coating system with the provided surface preparation. 3.8 PREPARATION OF EXISTING COATED OR SHOP PRIMED SURFACES A. General: I. Factory -applied primers to equipment must be those specified or verified by the Contractor to be compatible with the specified coating systems. Where possible, notify manufacturers which shop prime coats will be required in order to be compatible with field -applied finish coats. 2.. 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. 3. 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. 4. Check for compatibility when applying coatings over existing coatings. Apply a test patch of the recommended coating system, covering at least 2 to 3 square feet or as directed by the Engineer. Allow to cure 1 week before testing adhesion per ASTM D3359 in the presence of the Engineer. If adhesion does not meet the manufacturer's published data, consult with the Engineer. 5. Shop primed or coated surfaces shall be reviewed with the Engineer to determine if the extent of damage to the coating and suitability of finish coats to adhere to shop applied coats. `s. If a cured epoxy, polyurethane, or plural -component material is to be top coated provide brush-off blast as specified herein or as recommended by the coating manufacturer. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECIINICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 09 96 00.01 - 19 HIGH-PERFORMANCE COATINGS Page 19 of 25 7. Surface preparation recommendations of coating manufacturer shall be subject to approval of the Engineer. B. To be Recoated or Final Coated: L Solvent clean. 2. Perform touch-up repairs of existing coating. 3. Asphaltic coated ductile iron pipe will require an application of a seal coat prior to the application of a cosmetic finish coat. C. Touch -Up Repairs: 1. Clean loose, abraded, or damaged coatings to substrate by power tool to bare metal per SSPC-SP1I and/or NAPF 500-03-03 "Power Tool Cleaning." 2. Feather surrounding intact coating. 3. Apply one spot coat of the specified primer to bare areas overlapping the prepared existing coating. 4. Apply one full finish coat of the specified primer or finish coat(s) overall. D. Application of a Cosmetic Coat: 1. The exact nature of shop -applied coatings is not known in all cases. 2. Check compatibility by application to a small area prior to starting the coating. 3. If lifting or other problems occur, request disposition from the Engineer. 3.9 APPLICATION A. After abrasive blast cleaning, dust and spent abrasive must be removed from the surfaces by air blasting and brush sweeping. The prime coat must be applied as soon as possible after the blasting and surface cleaning is completed, inspected and approved by the Inspector. B. Blasted surfaces must be coated before rust forms on the surface. No prepared surface will be allowed to receive a coating if "rust bloom" or surface discoloration has occurred. All blasted surfaces must be coated to within 6 inches of the edge of a blasted area. No visible rust must be coated under any circumstances, including rust bloom or if discoloration has occurred, regardless of elapsed time between blasting and coating. C. Provide mist coat if recommended by the coating manufacturer. D. All weld seams, gaps, edges, bolts and difficult areas to coat must receive a stripe coat. Stripe coat must be a contrasting color. E. The Contractor must apply each coat at the rate and in the manner specified by the coating manufacturer, except as may be modified herein. If material has thickened or must be diluted for application, coating must be built up to the same dry film thickness as specified for each coat of the complete system. F. Maximum and minimum DFT must be per the supplied coating manufacturer's printed requirements and as required by this Section. DFT will be measured per SSPC-PA 2, Level 2 with an allowable measurement of spot DFT of: 1. SO percent of minimum DFT specified. 2, 120 percent of maximum DFT specified. G. Contractor and painting technicians are responsible for the application of coating system and must have current applicator certifications from the coating manufacturer. Submit certifications with coating submittal. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 09 96 00.01 - 20 HIGH-PERFORMANCE COATINGS Page 20 of 25 H. No coating shall be used which has an expired shelf or pot life. I. Coating must be applied by skilled workmen and must be brushed out or sprayed evenly, without runs, crazing, sags, or other blemishes. J. Sand between coats to remove over spray and dry fall. K. 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 must not to be applied before notifying the Owner's field representative and obtaining approval. Each coat must be tested before the successive coat is applied. L. The coating curing period must be adjusted to compensate for less than adequate weather conditions, as recommended by the coating manufacturer, for complete curing of the entire coating system. The full curing time recommended by the manufacturer shall be provided. M. Coating must be continuous and must be accomplished in an orderly manner to facilitate proper inspection control. N. Where a roller or brush is used to apply the coating, additional coats may be necessary to achieve the recommended dry film thickness and/or to achieve total coverage of the underlying surface. Coated surfaces must be totally free of all roller nap, roller marks, brush bristles and brush marks. O. When using conventional coating spray equipment for coating operations, effective oil and water separators combined with after coolers or deliquescent dryers must be used in compressed air lines to remove detrimental oil and moisture from the air. Separators must be placed as far as practical from the compressor. Compressors may be tested periodically by the Owner's representative for oil and water contamination of compressed air. Testing must follow ASTM D4285 "Standard Test Method of Indicating Oil and Water in Compressed Air." All compressor units found to produce unacceptable amounts of oil and or water, as determined by results of ASTM D4285 test data and interpretation of data by the Owner's representative must be replaced with a compressor that is acceptable. P. For porous surfaces, such as concrete or masonry, a prime coat maybe thinned to provide maximum penetration and adhesion. The type and amount of thinning must be determined by the coating manufacturer and is dependent on surface density and type of coating. 3.10 WATER AND WASTEWATER PIPE COLORS A. General coating colors in accordance with the TCEQ are as follows for general selection of pipe coatings. Contractor must provide samples for Engineer's approval prior to ordering as specified. Vl l'E I.DENTIMCATION - UIMBER Color 8" PVC POTABLE WATERLINE X-25840 LIGHT BLUE 78" FRP SANITARY SEWAGE X-25840 BROWN 42" FRP SANITARY SEWAGE X-25840 BROWN 36" FRP SANITARY SEWAGE X-25840 BROWN 24" PVC SANITARY SEWAGE X-25840 BROWN 42" DIP FORCE MAIN X-25840 BROWN 30" DIP FORCE MAIN X-25840 BROWN FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 09 96 00.01 - 21 HIGH-PERFORMANCE COATINGS Page 21 of 25 PlpelPumpFNulve'Syutenl cular 1Discri tlnn Heated Water Blue with 6-inch Red Bands Spaced 30-inches apart Potable Water/Treated Water Light Blue Power Conduits In compliance with the National Fire Protection Association 70 National Electrical Code Sewage Grey Waste Water/Sewage Brown 3.11 FIELD QUALITY CONTROL A. Field Tests: Make wet film tests during painting operations to ensure 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. 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. 3.12 PROTECTION OF SURFACES NOT TO BE PAINTED A. Remove, mask, or otherwise protect hardware, lighting fixtures, switch plates, aluminum surfaces, machined surfaces, couplings, shafts, bearings, nameplates on machinery, and other surfaces not intended to be painted. B. Provide drop cloths to prevent paint materials from falling on or marring adjacent surfaces. C. Protect working parts of mechanical and electrical equipment from damage during surface preparation and painting process. D. Mask openings in motors to prevent paint and other materials from entering the motors. 3.13 DAMAGED COATINGS, PINHOLES, AND HOLIDAYS A. Feather edges and repaired in accordance with the recommendations of the paint manufacturer. B. Repair fusion bonded coatings to be as recommended by the original applicator. Applicator shall provide liquid repair kits for this purpose as recommended by the coating manufacturer. C. Apply finish coats, including touchup and damage -repair coats in a manner that will present a uniform texture and color -matched appearance. 3.14 UNSATISFACTORY APPLICATION A. If the item has an improper finish color, or insufficient film thickness, clean and topcoat surface with specified paint material to obtain the specified color and coverage. Obtain specific surface preparation information from the coating manufacturer. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 09 96 00.01 - 22 HIGH-PERFORMANCE COATINGS Page 22 of 25 B. Hand or power sand visible areas of chipped, peeled, or abraded paint and feather the edges. Follow with primer and finish coat in accordance with the Specifications. Depending on the extent of repair and its appearance, a finish sanding and topcoat may be required. C. Evidence of runs, bridges, shiners, laps, or other imperfections shall be cause for rejection. D. Repair defects in coating system per written recommendations of coating manufacturer. E. Leave all staging up until the Engineer has inspected the surface or coating. Replace staging removed prior to approval by Engineer. 3.15 COATING INSPECTION A. General: 1. All coats will be subject to inspection by the Engineer and the coating manufacturer's representative. 2. Visually inspect concrete, nonferrous metal, plastic, and wood surfaces to ensure proper and complete coverage has been attained. 3. Give particular attention to edges, angles, flanges, and other areas where insufficient film thicknesses are likely to be present and ensure proper millage in these areas. B. Coating Thickness Testing: 1. Engineer will conduct coating thickness testing as necessary and without limitation. Testing conformance to the requirements of SSPC PA-2 is specifically excluded from this Section. 2. Measure coating thickness specified in mils with an electronic type dry film thickness gauge as specified. 3. Check each coat for the correct millage. Do not make measurement before a minimum of 8 hours after application of the coating. 4. Tests for concrete coating thickness shall be with a Tooke Gauge, a destructive test. Contractor shall repair coating after thickness testing. C. Coating Continuity Testing: L Test finish coat, except zinc primer, galvanizing, and clastomeric coatings in excess of 20 mils dry, for holidays and discontinuities with an electrical holiday detector, low voltage, wet sponge type as specified. 2. Holiday detect coatings in excess of 20 mils dry and concrete and secondary containment coatings with high voltage units recommended by the coating manufacturer in accordance with NACE RP0189. 3.16 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. C. Damages due to over spray on buildings, vehicles, trees, or other surfaces not specified to be painted would be the responsibility of the Contractor. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 09 96 00.01 - 23 HIGH-PERFORMANCE COATINGS Page 23 of 25 3.17 SCHEDULES A. Protective coatings shall be applied in accordance with the following paint schedule. if additional primers, etc. are recommended by the coating manufacturer for any of the coatings specified, they must be provided at no additional cost to the Owner to provide a complete and compatible coating system. F'REESE AND NICHOLS, INC. Lake Arlington Lilt Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, Z9Z0 LLI D LU C) z C) z c) uU •b`+ !.J W w LL ! o 00o 00 L� G; 4 4 ` N � N N M _ b _ �- CJ cd 0 O v O a O WW W,996 WWWW W �WWW � p O QI a� ai p-I �y Ri QI QI �--• 936 o00 000 4 M M M OO O Q M M M 0 0 0 N M w U �j �j a s aaq a� a� a� a� � � � P. �� zzz U)� Vu zzz oy o 0 O w� o' � �0$:J,cqj GO oCdb o •^ may+ S"i U --' ou � 40 [a U1 {� 6J O" 'C "d y ..�. > .r O tt�p > O I.•i � aJ ' O ''d bI} • : N td w Cd d) } •G T to 0 bNA �-r 'G ¢, O � �. q V �p�r rd) • O v .� 'y"�n •WI WI � [T�-^,[ q cr ��.VyyEl x r�// El cd •� Z bA e d aU .O ID O cd Y cd U Q� 'A Q t N m ' z z z ii u O Q O rr�l 1w-I W QI UO �V OHS z' 00 zd� W wE�-GK �n rn Ln o o ,° "'o 0o E o 00 o E a `D OU c rn ° a cn LF? w -cl R. 0 y y Ls U li. LE U 'WI Uvv awww „ CL 0 0 0 0 0 0 w M M M cn cn M F. a ooa o oao a� �a o0o P-1P-q oco Z CA 0 �tn� Lntntn UU OnD` M� n� �U) V)V) zzz �cn zzz o y > a En cn 04 O . U O .� V cd F ju bn— Q -00 > n °� d .0 to o a w cl o Gn an Q ti w Ej W , 0 y : zn H 3 0 i+ + U qj U F N d'c vas W Juo A 0 a" �r kn w � Lk z z z PAGE INTENTIONALLY LEFT BLANK 099601-1 CONCRETE PROTECTIVE COATINGS Page 1 of 10 SECTION 09 96 01 CONCRETE PROTECTIVE 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 shall be applied to the following surfaces: 1. Interior Concrete Surfaces at the following location(s): Wet Well C. 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 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement 3 a. Measurement for "Concrete Protective Coatings" shall be per Lump Sum. 2. Payment /A1 a. The work performed and the materials furnished in accordance with this Item J shall be paid for at the unit price bid per Lump Sum of the bid item, "Wet Well Interior Coating System". 3. The price bid shall include: a. Labor, materials, supplies required for application of coating as specified and shown in the Drawings b. Surface Preparation c. Flow Diversion (if necessary) d. Inspection and testing e. Clean-up 1.03 QUALITY ASSURANCE A. Acceptable Manufacturers: Products which comply with the Contract Documents and are manufactured by the following companies will be acceptable: 1. Warren Environmental Inc. 2. A.W. Chesterton Company. A3. THemee Company, hl,&. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 10099S Revised March 24, 2020 099601-2 CONCRETE PROTECTIVE COATINGS Page 2 of 10 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. Submit Manufacturer's Approved Applicator & Training Certificates for each individual who will be installing the paint or coating. C. Applicator Prove -Out: Prior to beginning the coating procedure for the entirety of the wet well, the applicator will coat a 10' x 10' area which will include a corner in the wet well. The area to be coated will be determined through coordination with the Owner and the Owner's Representative. The purpose of the prove -out will be to identify and define a level of expected quality that is agreed upon by both the Owner and the Owner's Representative prior to coating the entire wet well per the on -site Manufacturer's Representative observations and direction regarding application requirements. After the completion of a successful prove -out, the 10' x 10' test section will be left in place and incorporated into the final coating. Therefore, additional payment will not be made for this prove -out and the cost shall be considered subsidiary to the price bid for coating the entire wet well. The prove -out will be to evaluate the following: 1. Surface Preparation: Surface preparation will be observed by the Manufacturer's Representative, the Owner, and the Owner's Representative. The methods and materials used will be verified to comply with manufacturer's recommendation and that the resulting surface is prepared as required to achieve proper coating application and bonding. Application Techniques and Equipment / Personnel Skill Demonstration: The Applicator's personnel, the equipment used, and their techniques followed will be observed by the Manufacturer's Representative, the Owner, and the Owner's Representative during the prove -out to verify that qualified and experienced personnel using the manufacturer's recommended equipment and application techniques are used and followed. 2. Coating Thickness and Uniformity Testing: The coating thickness and uniformity of the thickness will be tested during the application to the 10' x 10' test section. Tests will be witnessed by the Manufacturer's Representative, the Owner, and the Owner's Representative. The testing of the thickness shall be in accordance with the testing procedure outlined in Field Quality Control, Field Tests and will serve to verify the applied coating thickness meets the manufacturer's minimum required thickness or the required minimum thickness outlined within this specification, whichever is greater. Tests will be made on a 2' x 2' grid for the purposes of this prove -out. 3. Visual Coating Uniformity and Texture Observation: The uniformity and texture of the coating will be observed during the application by the Manufacturer's Representative, the Owner, and the Owner's Representative. The texture and uniformity of the applied coating will be adjusted until a level of uniformity and texture is reached that is agreed upon by the Owner and the Owner's Representative, 4. Coating Pull -Off Adhesion Testing: The applied coating will be tested for adhesion during the application to the 10' x 10' test section. Tests will be witnessed by the FREESE AND NICHOLS, INC. Lake Arlington Lift station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 099601 -3 CONCRETE PROTECTIVE COATINGS Page 3 of 10 Manufacturer's Representative, the Owner, and the Owner's Representative. The testing of the adhesion shall be in accordance with the testing procedure outlined in Field Quality Control, Adhesion Testing and will serve to verify the applied coating is adequately adhering to the 10' x 10' testing. Tests will be made on a 2' x 2' grid the purposes of this prove -out. D. Product Quality: 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. 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. E. 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 Owner's Representative has approved the previous step. The Contractor shall be solely responsible for testing for this Section, at no further cost to the Owner. The Owner's Representative shall also make such tests if it is considered necessary. Cooperate with the Owner's Representative, providing equipment, scaffolds, and other equipment as requested by the Owner's Representative. F. Testing Equipment: Furnish the testing apparatus necessary for testing coatings as outlined in Field Quality Control. 1.04 SUBMITTALS A. Record Data Submittal shall include: 1. Manufacturer's Product Data sheet for each coating type, including surface preparation requirements, recommended spreading rates, application procedures, recommended primers, and other instructions including SDS. 1. List of recent successful projects and reference contacts. 2. Manufacturer's Approved Applicator and Training Certificates for each individual who will be installing the coating. 3. Warranty information. B. O&M Submittal shall include: 1. Manufacturer's Product Data sheet for each coating type, including surface preparation requirements, recommended spreading rates, application procedures, recommended primers, and other instructions including SDS. 1. List of recent successful projects and reference contacts. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 099601-4 CONCRETE PROTECTIVE COATINGS Page 4 of 10 2. Manufacturer's Approved Applicator and Training Certificates for each individual who will be installing the coating. 3. Warranty information. 4. Field Testing Documentation 1.05 STANDARDS B. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. 'American National Standards institute (ANSI), 25 West 43rd Street, New York, NY. 10036 2. National Association of Corrosion Owner's Representatives (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 A. In the event of a conflict between the published standards, codes, and this Section, the more stringent requirement shall govern. 1.06 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. B. 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. 1.07 JOB CONDITIONS A. Store coating materials at temperatures of between 50oF and 90oF or as allowable by the manufacturer. B. The Owner shall approve surfaces for application of coating at each stage. Any material that is coated prior to the Owner's approval shall be stripped back and recoated. C. Environmental Conditions 1. Do not apply under conditions that are unsuitable for the production of good results. Do not begin application of coatings in areas where other trades are working, or where FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 099601-5 CONCRETE PROTECTIVE COATINGS Page 5 of 10 construction activities result in airborne dust or other debris. Do not apply coatings in conditions which do not conform to the recommendations of coating manufacturer. 2. Coatings shall only be applied when conditions fall within the parameters listed in manufacturer's printed data. 3. Concrete shall be cured for 30 days minimum before coating is applied. D. Working Conditions 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. E. Contractor shall conform to all local, state, and federal regulations including those set forth by OSHA, RCRA and the EPA and any other applicable authorities. F. Confined space entry program and other required safety training certifications shall be submitted by Contractor to Owner as necessary to perform the specified work. G. Flow diversion and/or bypass plans shall be submitted by Contractor to Owner as necessary to perform the specified work. H. Exterior concrete waterproofing has not been specified. If the coating manufacturer or the Contractor requires the installation of a waterproofing material on the exterior of the wet well in order to warranty the product, then the Contractor shall provide waterproofing at no additional cost to the Owner. I. Environmental Conditions: 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 FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 099601 -6 CONCRETE PROTECTIVE COATINGS Page 6 of 10 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 under water 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. J. Working Conditions: 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. K. Confined space entry program and other required safety training certifications shall be submitted by Contractor to Owner as necessary to perform the specified work. L. Exterior concrete waterproofing has not been specified. If the coating manufacturer or the Contractor requires the installation of a waterproofing material on the exterior of the wet well in order to warranty the product, then the Contractor shall provide waterproofing at no additional cost to the Owner. 1.08 GUARANTEES A. Contractor shall warrant all work against defects in materials and workmanship for a period of ten (10) years from the date of final acceptance of the project. Contractor shall, within a reasonable time after receipt of written notice thereof, repair defects in materials or workmanship which may develop during said ten (10) year period, and any damage to other work caused by such defects or the repairing of same, at his own expense and without cost to the Owner. If the manufacturer's standard warranty does not extend to ten years, manufacturer shall provide documentation of extended warranty. B. A warranty inspection shall be conducted between the eighteenth and twenty-fourth month following completion of the Project's final completion. 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 warranty period. FREESE AND NICHOLS, INC. Lake Arlington Litt Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Projcct Number: 100995 Revised March 24, 2020 09 96 01 - 7 CONCRETE PROTECTIVE COATINGS Page 7 of 10 2.00 PRODUCTS 2.01 MATERIALS A. Materials shall be by one of the manufactures listed below. Coatings shall be from the same batch. Products shall be as follows: T fc. L. Epoxy Concrete Cwtfing — 1-1 Tnemec Series 434/435 Perma-Shield System Warren Environmental, Inc. S-301 Epoxy Spray System, 301-14 A.W. Chesterton Company. ARC 791 FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 099601-8 CONCRETE PROTECTIVE COATINGS Page 8 of 10 3.00 EXECUTION 3.01 PREPARATION A. Prepare surfaces in accordance with manufacturer's written recommendations. B. Thoroughly cure concrete surfaces prior to application of coatings. Allow a minimum of 30 days curing time to elapse before coatings are applied. C. Remove all grease, oils, and grime by washing with an emulsifying alkaline water -base cleaner. Follow with a thorough rinsing. D. Remove all surface contaminants including old coatings, chemical salts, dust, loose concrete, and the laitance layer by hydro -blasting, steel shot-blasting, scabbling, scarifying, or dry abrasive blasting. Abrasives used for cleaning shall be used one time without recycling. E. Resulting surface must be structurally sound and free of contaminants prior to coating application. F. Surface to be coated can be damp. There shall be no standing water. G. Pre -fill cracks in horizontal surfaces with mixed primer and cover with fiberglass or nylon mesh. For cracks in vertical surfaces, pressure inject with a suitable injection system per manufacturer's recommendations. H. For coatings to be applied to slab on grade, if no vapor barrier is present, check slab for vapor permeation. 3.02 APPLICATION A. Application shall be in accordance with manufacturer's written recommendations. 3.03 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 per the Manufacturer's recommendations regarding preparation and application over existing conditions until the specified thickness is reached or exceeded. Tests shall be made starting at 2' above the bottom of the coating and shall be taken every 10' vertically for the four wet well walls. Additional testing shall be performed as required by field observation by the Owner or Owner's Representative. Testing location and result shall be documented per 3.03 D of this specification. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 099601 -9 CONCRETE PROTECTIVE COATINGS Page 9 of 10 B. Holiday Testing: Test the entire surface of coated structures with a holiday detector. Testing must be conducted using a high voltage holiday detector for coatings with a DFT greater than 20 mils in accordance with ASTM D4787. 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. C. Adhesion Testing: The pull -off strength of the coating shall be tested. Testing shall be in accordance with ASTM D7234. The specific testing procedure, instrument, and loading fixture shall be agreed upon by the Owner, the Owner's Representative, and the Contractor prior to performing tests. Tests shall be made starting at 2' above the bottom of the coating and shall be taken at every 10' vertically for the four wet well walls. If the adhesion test results are less than the Manufacturer's adhesion limits, additional tests will be performed as needed by the Owner and Owners' Representative at no additional cost to the Owner. Testing location and result shall be documented per 3.03 D of this specification. D. Documentation of Field Testing: The location and results of the thickness and adhesion tests shall be documented during field testing. The documentation shall include test method and procedure used, equipment used, air temperature, surface temperature, humidity, dew point, and materials used. If a location fails a test, the failing result shall be included in the documentation along with what actions were taken to repair the failing area and the results of the subsequent retest of the area. After successful completion of the coating installation, this documentation shall be submitted to the Owner as record data. 3.04 CLEAN AND ADJUST A. Promptly remove trash and debris resulting from coating operation from the Site. B. Remove coating containers and waste products. 3.05 SCHEDULES A. Protective coatings shall be applied in accordance with the following paint schedule: FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 099601 -10 CONCRETE PROTECTIVE COATINGS Page 10 of 10 PROTECTIVE COATINGS PAINT SCHEDULE SURFACE DESCRIPTION APPIACATION VE111CL,E TVFE SHEEN NO. COAT."; PRODUCT TYPE OFT (JAILS) 125.0 mils OR manuf. Interior Surfaces of rceommend Brush or Spray Epoxy Coating Text. 1 TYPE L Wet Well ation, whichever is greater. END OF SECTION FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 DIVISION 1 61:1XgF-.I%t1*1 PAGE INTENTIONALLY LEFT BLANK SECTION 10 44 01 FIRE EXTINGUISHERS PART1- GENERAL 1.1 RELATED DOCUMENTS 10 44 01 - 1 FIRE EXTINGISHERS Page i of 3 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to 03 40 16 completed in place. 2. Payment a. The work performed and materials furnished in accordance with this Item are subsidiary to the unit price bid per 03 40 16 complete in place, and no other compensation will be allowed. 1.3 SUMMARY A. Section includes portable, hand -carried fire extinguishers and mounting brackets for fire extinguishers. 1.4 SUBMITTALS A. Product Data: For each type of product indicated. Include rating and classification, material descriptions, dimensions of individual components and profiles, and finishes for fire extinguisher and mounting brackets. B. Operation and Maintenance Data: For fire extinguishers to include in maintenance manuals. C. Warranty: Sample of special warranty. 1.5 QUALITY ASSURANCE A. NFPA Compliance: Fabricate and label fire extinguishers to comply with NFPA 10, "Portable Fire Extinguishers." B. Fire Extinguishers: Listed and labeled for type, rating, and classification by an independent testing agency acceptable to authorities having jurisdiction. 1.6 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace fire extinguishers that fail in materials or workmanship within specified warranty period. 1. Failures include, but are not limited to, the following: a. Failure of hydrostatic test according to NFPA 10. b. Faulty operation of valves or release levers. 2. Warranty Period: Six years from date of Substantial Completion. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 104401 -2 FIRE EXTINGISHERS Page 2 of 3 PART 2 - PRODUCTS 2.1 PORTABLE, HAND -CARRIED FIRE EXTINGUISHERS A. Fire Extinguishers: Type, size, and capacity for each mounting bracket indicated. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: or comparable product by one of the following: a. Ansul Incorporated; Tyco International Ltd. b. J. L. Industries, Inc.; a division of Activar Construction Products Group. c. Kidde Residential and Commercial Division; Subsidiary of Kidde ple. d. Larsen's Manufacturing Company. e. Pyro-Chem; Tyco Safety Products. 2. Valves. Manufacturer's standard 3. Handles and Levers: Manufacturer's standard. 4. Instruction Labels: include pictorial marking system complying with NFPA W, Appendix B and bar coding for documenting fire extinguisher location, inspections, maintenance, and recharging. B. Carbon Dioxide Type UL-rated 10-B:C, 10-lb (4.5-kg) nominal capacity, with carbon dioxide in manufacturer's standard enameled -metal container. 2.2 MOUNTING BRACKETS A. Mounting Brackets: Manufacturer's standard galvanized steel, designed to secure fire extinguisher to wall or structure, of sizes required for types and capacities of fire extinguishers indicated, with plated or red baked -enamel finish. I . Manufacturers: Subject to compliance with requirements, provide products by one of the following a. Ansul Incorporated; Tyco International Ltd. b. Fire End & Croker Corporation. c. J. L. Industries, Inc.; a division of Activar Construction Products Group. d. Larsen's Manufacturing Company. B. Identification: Lettering complying with authorities having jurisdiction for letter style, size, spacing, and location. Locate as indicated by Architect. 1. Identify bracket -mounted fire extinguishers with the words "FIRE EXTINGUISHER" in red letter decals applied to mounting surface. a. Orientation: Vertical. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine fire extinguishers for proper charging and tagging. 1. Remove and replace damaged, defective, or undercharged fire extinguishers. B. Proceed with installation only after unsatisfactory conditions have been corrected. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 104401-3 FIRE EXTINGISHERS Page 3 of 3 3.2 INSTALLATION A. General: Install fire extinguishers and mounting brackets in locations indicated and in compliance with requirements of authorities having jurisdiction. 1. Mounting Brackets: 54 inches (1372 mm) above finished floor to top of fire extinguisher. B. Mounting Brackets: Fasten mounting brackets to surfaces, square and plumb, at locations indicated. END OF SECTION FRE;ESE AND NICHOLS, INC. Lake Arlington Lilt Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 PAGE INTENTIONALLY LEFT BLANK 10 73 16.13 - 1 ALUMINUM CANOPY STRUCTURES Pagel of 3 SECTION! 10 73 16.13 ALUMINUM CANOPY STRUCTURES PART1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to 03 40 16 completed in place. 2. Payment a. The work performed and materials furnished in accordance with this Item are subsidiary to the unit price bid per 03 40 16 complete in place, and no other compensation will be allowed. 1.3 SUBMITTALS A. Product Data: For each type of product indicated. Include construction details, material descriptions, core descriptions, and finishes. B. Shop Drawings 1. Drawings showing complete plans and details with dimensions, signed and sealed by a licensed professional engineer. 2. Specifications. 3. InstalIer qualifications. 4. Anchor bolt setting plan. 5. Structural design analysis, signed and sealed by a licensed professional engineer. 1.4 QUALITY ASSURANCE A. Acceptable Manufacturers: 1. All products shall be the standard components as manufactured by a company who is in the business of manufacturing pre-engineered aluminum structures. While these performance specifications describe the parameters essential for the structures indicated, each manufacturer is expected to use his building components and design techniques to the best advantage. To this end, Architect will accept minor deviation to specifications to permit manufacturer to furnish standard product. 2. Products that comply with the specifications by the following manufacturers, or approved equal, will be acceptable: a. AVAdek Walkway Covers and Canopies, Houston, Texas 77598 b. Dittmer Architectural Aluminum, Winter Springs, Florida 32708. c. Mapes Architectural Canopies, Lincoln, Nebraska 68504. d. Austin Mohawk and Company, Inc., Utica, New York 13501. e. Perfection Architectural Systems, Inc., Orlando, Florida 32807. f. Superior Metal Products, LLC., Birmingham, Alabama 35209. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL. CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 10 73 16.13 - 2 ALUMINUM CANOPY STRUCTURES Page 2 of 3 B. Design and Certification: Manufacturer shall have a licensed professional engineer design the structural system in regard to the minimum design loads specified herein. The canopy structure shall be certified by the licensed professional engineer licensed in the state of Texas by signing and sealing the design calculations and Shop Drawings for this Project. C. Experience Requirements: The installer shall be a franchised representative of the manufacturer, otherwise shall be approved in writing by the manufacturer as a qualified and experienced installer of the structures of the type specified. The installer shall be experienced in installations of this type and shall provide documentation of at least five other installations of the same type. Canopy manufacturer shall have a minimum of 10 years' experience in designing and installing the specified system. D. Design Criteria: 1. Entire canopy design shall comply with the requirements of 2009 International Building Code, ASCE 7-05, and local and state codes and regulations. 2. The canopy system shall consist of a cover and structural system which incorporates an internal drainage system. Canopy/roof structures shall be designed and manufactured for the loads indicated on the Drawings but not less than specified code requirements. 3. Design Load Combinations shall be in accordance with specified codes. E. Roof panels shall comply with UL 90 uplift specifications. F. The canopy system shall be designed as an unbraced rigid frame. The design shall assume a pin connection between column base plate and the top of foundation slab. 1.5 REFERENCES AND STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. American Welding Society (AWS) specification: a. AWS D1.0: Code for Welding in Building Construction. b. AWS D1.2: Structural Welding Code Aluminum. 2. Sheet Metal and Air Conditioning Contractor's National Association (SMACNA) publications: a. Architectural Sheet Metal Manual. 3. Underwriter's Laboratories (UL) publications: a. "Tests for Uplift Resistance of Roof Assemblies." b. "Class 90 Rating for Wind Resistance Construction." 4. International Code Council, Inc. (ICC): a. "International Building Code," referenced edition. 5. The Aluminum Association (AA) publications: a. "Standards for Anodically Coated Aluminum Alloys for Architectural Applications." b. "Designation System for Aluminum Finishes." 1.6 DELIVERY AND STORAGE A. All components shall be delivered to the Site inside protective crates. Store on wood runners above grade. Small parts shall be packaged separately in sealed cardboard cartons. Protect aluminum surfaces from damage. 1.7 JOB CONDITIONS A. Make complete field measurements prior to fabrication of components. Verify bolt setting dimensions. Fabricate all components in regard to field measurements. PREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: I OD995 Revised March 24, 2020 10 73 16.13 - 3 ALUMINUM CANOPY STRUCTURES Page 3 of 3 1.8 GUARANTEE A. Components shall be warranted by the manufacturer's standard warranty as well as Contractor's 1 year guarantee. PART 2 - PRODUCTS 2.1 MATERIALS A. Aluminum: Extruded aluminum 6061-T6 and/or 6063-T6 with AA M 10C 22A 31, clear anodized finish. B. Deck Screws: Type 18-8 stainless steel, with neoprene washer. C. Miscellaneous Fasteners: Type 18-8 stainless steel of the appropriate size and type. D. Rivets: Aluminum pop rivets, as appropriate. E. Aluminum Deck: Extruded, self -flashing sections which interlock into a positive roll -lock, forming a composite unit, forming a water tight surface. F. Beams: Open top, drainage type, extruded aluminum, Type 6063-6, size as required. G. Hanger rods and attachment hardware. H. Fascia: 0.070-inch (minimum) extruded aluminum side and end fascias, manufacturer's standard configuration. 2.2 FABRICATION A. Structural elements shall be factory heli-arc welded with neatly formed mitered corners into a one-piece rigid bent. Columns shall have base plates for connecting to foundation or shall be designed to be inserted into concrete. Surfaces in contact with concrete shall be coated with bituminous mastic. B. Entire roof system shall be designed for drainage, with water travelling across the roof deck and into open top beams, to downspouts at ends of U Beams. Provide welded end plates at each beam. U beams shall be welded into a complete component to a watertight unit. C. Drainage system may consist of drainage from the U Beam structure by means of an outlet leading to a downspout or manufacturer may use a perimeter rain gutter formed by the fascia units. D. Size of U beams, columns and fascia shall be determined by the manufacturer to correspond to the spans and bent spacings noted on the Drawings. Decks shall slope slightly toward open top beams and the beams shall slope from one side toward the gutter side. PART 3 - EXECUTION 3.1 INSTALLATION A. Hanger rods shall include anchor plates and hardware. B. Set structural system level and plumb. Attach deck to supporting beams with appropriate fasteners. Attach end and side fascias around perimeter of roof surface. C. Coat aluminum exposed to concrete per Section 03 30 00 "Cast -In -Place Concrete." END OF SECTION FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 PAGE INTENTIONALLY LEFT BLANK DIVISION 2 HEATING, VENTILATING, AND AIR-CONDITIONING (HVAC) PAGE INTENTIONALLY LEFT BLANK 23 00 00 - 1 HEATING, VENTILATING, AND AIR CONDITIONING Page 1 of 4 SECTION 23 00 00 HEATING, VENTILATING, AND AIR CONDITIONING PART1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Piping materials and installation instructions common to most piping systems. 2. Transition fittings. 3. Equipment installation requirements common to equipment sections. 4. Painting and finishing. 5. Supports and anchorages. b. HVAC coil protective coatings. 1.3 DEFINITIONS A. Finished Spaces: Spaces other than mechanical and electrical equipment rooms, furred spaces, pipe and duet shafts, unheated spaces immediately below roof, spaces above ceilings, unexcavated spaces, crawlspaces, and tunnels. B. Exposed, Interior Installations: Exposed to view indoors. Examples include finished occupied spaces and mechanical equipment rooms. C. Exposed, Exterior Installations: Exposed to view outdoors or subject to outdoor ambient temperatures and weather conditions. Examples include rooftop locations. D. The following are industry abbreviations for plastic materials: 1. ABS: Acrylonitrile-butadiene-styrene plastic. 2. CPVC: Chlorinated polyvinyl chloride plastic. 3. PE: Polyethylene plastic. 4. PVC: Polyvinyl chloride plastic. E. The following are industry abbreviations for rubber materials: 1. EPDM: Ethylene-propylene-diene terpolymer rubber. 2. NBR: Acrylonitrile-butadiene rubber. 1.4 SUBMITTALS A. Welding Certificates. 1.5 QUALITY ASSURANCE A. Steel Support Welding: Qualify processes and operators according to AWS D1.1, "Structural Welding Code --Steel." B. Steel Pipe Welding: Qualify processes and operators according to ASME Boiler and Pressure Vessel Code: Section IX, "Welding and Brazing Qualifications." 1. Comply with provisions in ASME B31 Series, "Code for Pressure Piping." FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 23 00 00 - 2 HEATING, VENTILATING, AND AIR CONDITIONING Page 2 of 4 2. Certify that each welder has passed AWS qualification tests for welding processes involved and that certification is current. C. Electrical Characteristics for Mechanical Equipment: Equipment of higher electrical characteristics may be furnished provided such proposed equipment is approved in writing connecting electrical services, circuit breakers, and conduit sizes are appropriately modified; and all is provided at no additional cost. If minimum energy ratings or efficiencies are specified, equipment shall comply with requirements. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver pipes and tubes with factory -applied end caps. Maintain end caps through shipping, storage, and handling to prevent pipe end damage and to prevent entrance of dirt, debris, and moisture. B. Store plastic pipes protected from direct sunlight. Support to prevent sagging and bending. 1.7 COORDINATION A. Arrange for pipe spaces, chases, slots, and openings in building structure during progress of construction, to allow for mechanical installations. B. Coordinate installation of required supporting devices and set sleeves in poured -in -place concrete and other structural components as they are constructed. C. Coordinate requirements for access panels and doors for mechanical items requiring access that are concealed behind finished surfaces. Access panels and doors are specified in Division 08. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where subparagraph titles below introduce lists, the following requirements apply for product selection: 1. Manufacturers: Subject to compliance with requirements, provide products by the manufacturers specified. 2.2 PIPE, TUBE, AND FITTINGS A. Refer to individual Division 23 piping Sections for pipe, tube, and fitting materials and joining methods. B. Pipe Threads: AS ME B1.20.1 for factory -threaded pipe and pipe fittings. 2.3 JOINING MATERIALS A. Refer to individual Division 23 piping Sections for special joining materials not listed below. B. Flange Bolts and Nuts: ASME. B 18.2.1, carbon steel, unless otherwise indicated. C. Plastic, Pipe -Flange Gasket, Bolts, and Nuts: Type and material recommended by piping system manufacturer, unless otherwise indicated. D. Solder Filler Metals: ASTM B32, lead-free alloys. Include water-flushable flux according to ASTM B813, E. Brazing Filler Metals: AWS A5.8, BCuP Series, copper -phosphorus alloys for general -duty brazing, unless otherwise indicated; and AWS A5.8, BAgl, silver alloy for refrigerant piping, unless otherwise indicated. FREESE AND NICHOLS, INC. Lake Arlington Litt Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Numher: 100995 Revised March 24, 2020 230000-3 HEATING, VENTILATING, AND AIR CONDITIONING Page 3 of 4 F. Welding Filler Metals: Comply with AWS D10.12 for welding materials appropriate for wall thickness and chemical analysis of steel pipe being welded. G. Solvent Cements for Joining Plastic Piping: 1. ABS Piping: ASTM D2235. 2. CPVC Piping: ASTM F493. 3. PVC Piping: ASTM D2564. Include primer according to ASTM F656. 4. PVC to ABS Piping Transition. ASTM D3138. H. Fiberglass Pipe Adhesive: As furnished or recommended by pipe manufacturer. 2.4 HVAC COIL PROTECTIVE COATINGS A. Coating Type: Aluminum impregnated polyurethane coating. B. Application: Provide coating on HVAC copper tube coils. C. The coating manufacturer shall be able to document the successful completion of accelerated product testing of a minimum 3000 hours in both salt spray (ASTM B 117) and acidic salt spray tests (ASTM G85); and shall provide a 3-year warranty for the coating applied on aluminum - finned, copper tube coils. D. The product application process shall include the application of a chromate -free conversion layer applied to the coil that achieves total coverage and penetration. E. An aluminum -impregnated polyurethane topcoat shall be applied that ensures total penetration and coverage without bridging or significantly affecting the heat transfer ability of the coil. F. The total dry film thickness of the topcoat shall be 20 to 25 microns. (0.020 to 0.025 mm) The coating shal I provide protection against ultraviolet radiation and be temperature resistant up to 194 F (90 C). G. Product: "PoluAl" by Blygold America or approved equal. PART 3 - EXECUTION 3.1 PIPING SYSTEMS - COMMON REQUIREMENTS A. Install piping according to the following requirements and Division 23 Sections specifying piping systems. B. Install piping free of sags and bends. C. Install fittings for changes in direction and branch connections. D. Select system components with pressure rating equal to or greater than system operating pressure. 3.2 EQUIPMENT INSTALLATION - COMMON REQUIREMENTS A. Install equipment to allow maximum possible headroom unless specific mounting heights are indicated. B. Install equipment level and plumb, parallel and perpendicular to other building systems and components in exposed interior spaces, unless otherwise indicated. C. Install mechanical equipment to facilitate service, maintenance, and repair or replacement of components. Connect equipment for ease of disconnecting, with minimum interference to other installations. Extend grease fittings to accessible locations. FREESE, AND NICHOLS, INC. Lake Arlington Litt Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 230000-4 HEATING, VENTILATING, AND AIR CONDITIONING Page 4 of 4 D. Install equipment to allow right of way for piping installed at required slope. 3.3 PAINTING A. Painting of mechanical systems, equipment, and components is specified in Division 09. B. Damage and Touchup: Repair marred and damaged factory -painted finishes with materials and procedures to match original factory finish. END OF SECTION FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 230513-I COMMON MOTOR REQUIREMENTS FOR HVAC EQUIPMENT Page 1 of 3 SECTION 23 05 13 COMMON MOTOR REQUIREMENTS FOR HVAC EQUIPMENT PART1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes basic requirements for factory -installed motors. 1.3 DEFINITIONS A. Factory -Installed Motor: A motor installed by motorized -equipment manufacturer as a component of equipment. 1.4 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 NFPA 70, 1.5 COORDINATION A. Coordinate features of motors, installed units, and accessory devices and features that comply with the following: 1. Compatible with the following: a. Magnetic controllers. b. Multispeed controllers. c. Reduced -voltage controllers. 2. Designed and labeled for use with variable frequency controllers, and suitable for use throughout speed range without overheating. 3. Matched to torque and horsepower requirements of the load. 4. Matched to ratings and characteristics of supply circuit and required control sequence. PART 2 - PRODUCTS 2.1 MOTOR REQUIREMENTS A. Motor requirements apply to factory -installed motors except as follows: 1. Different ratings, performance, or characteristics for a motor are specified in another Section, 2. Manufacturer for a factory -installed motor requires ratings, performance, or characteristics, other than those specified in this Section, to meet performance specified. 2.2 MOTOR CHARACTERISTICS A. Motors 3/4 HP and Larger: Three phase. B. Frequency Rating: 60 Hz. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: t00995 Revised March 24, 2020 230513-2 COMMON MOTOR REQUIREMENTS FOR HVAC EQUIPMENT Page 2 of 3 C. Voltage Rating: NEMA standard voltage selected to operate on nominal circuit voltage to which motor is connected. D. Minimum Service Factor: 1.15 for open drip -proof motors; 1.10 for totally enclosed motors. E. Duty: Continuous duty at ambient temperature of 105 F (40 C) and at altitude of 3300 feet (1005 m) above sea level. F. Capacity and Torque Characteristics: Sufficient to start, accelerate, and operate connected loads at designated speeds, at installed altitude and environment, with indicated operating sequence, and without exceeding nameplate ratings or considering service factor. G. Enclosure: Unless indicated otherwise, provide the following enclosure type: 1. Open drip -proof (ODP): In indoor, moderately clean and dry environments. 2. Totally enclosed, non -ventilated (TENV): in damp, dirty, corrosive or contaminated environments. 3. Totally enclosed, fan cooled (TEFC): Outdoors. 2.3 POLYPHASE MOTORS A. Description: NEMA MG 1, Design B, medium induction motor. B. Efficiency: Premium as defined in NEMA MG 1. C. Stator: Copper windings, unless otherwise indicated. 1. Multispeed motors shall have separate winding for each speed. D. Rotor: Squirrel cage, unless otherwise indicated. E. Bearings: Double -shielded, pre -lubricated ball bearings suitable for radial and thrust loading. F. Temperature Rise: Match insulation rating, unless otherwise indicated. G. Insulation: Class F, unless otherwise indicated. H. Code Letter Designation: 1. Motors 15 HP and Larger: NEMA starting Code F or Code G. 1. Enclosure: Cast iron for motors 7.5 HP and larger; rolled steel for motors smaller than 7.5 HP. 1. Finish: Gray enamel. 2.4 POLYPHASE MOTORS WITH ADDITIONAL REQUIREMENTS A. Motors Used with Reduced -Inrush Controllers: Match wiring connection requirements for controller with required motor leads. Provide terminals in motor terminal box, suited to control method. B. Motors Used with Variable Frequency Controllers: Inverter — duty rated. Ratings, characteristics, and features coordinated with and approved by controller manufacturer. 1. Designed with critical vibration frequencies outside operating range of controller output. 2. Temperature Rise: Matched to rating for Class B insulation. 3. Insulation: Class H. 4. Thermal Protection: Comply with NEMA MG 1 requirements for thermally protected motors. C. Rugged -Duty Motors: Totally enclosed, with 1.25 minimum service factor, greased bearings, integral condensate drains, and capped relief vents. Windings insulated with non -hygroscopic material. FREESE AND NICHOLS, INC. Lake Artington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 230513-3 COMMON MOTOR REQUIREMENTS FOR HVAC EQUIPMENT Page 3 of 3 1. Finish: Chemical -resistant paint over corrosion -resistant primer. D. Severe -Duty Motors: Comply with IEEE 841, with 1.15 minimum service factor. PART 3 - EXECUTION (NOT USED) END OF SECTION FREESE AND NICHOLS, INC. Lake Arlington Lilt Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 PAGE INTENTIONALLY LEFT BLANK 230553-1 IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT Page 1 of 4 SECTION 23 05 53 IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT PART1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following mechanical identification materials and their installation: 1. Equipment nameplates. 2. Equipment markers. 3. Equipment signs. 4. Access panel and door markers. 5. Duct markers. 6. Stencils. 7. Warning tags. 1.3 SUBMITTALS A. Product Data: For each type of product indicated. B. Samples: For color, letter style, and graphic representation required for each identification material and device. 1.4 QUALITY ASSURANCE A. ASME Compliance: Comply with ASME A13.1, "Scheme for the Identification of Piping Systems," for letter size, length of color field, colors, and viewing angles of identification devices for piping. 1.5 COORDINATION A. Coordinate installation of identifying devices with completion of covering and painting of surfaces where devices are to be applied. B. Coordinate installation of identifying devices with location of access panels and doors. C. Install identifying devices before installing acoustical ceilings and similar concealment. PART 2 - PRODUCTS 2.1 EQUIPMENT IDENTIFICATION DEVICES A. Equipment Nameplates: Metal, with data engraved or stamped, for permanent attachment on equipment. 1. Data: a. Manufacturer, product name, model number, and serial number. b. Capacity, operating and power characteristics, and essential data. c. Labels of tested compliances. 2. Location: Accessible and visible. FREFSE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 230553-2 IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT Page 2 of 4 3. Fasteners: As required to mount on equipment. B. Equipment Markers: Engraved, color -coded laminated plastic. Include contact -type, permanent adhesive. 1. Terminology: Match schedules as closely as possible. 2. Data: a. Name and plan number. b. Equipment service. c. Design capacity. d. Other design parameters such as pressure drop, entering and leaving conditions, and speed. Size: 2-1/2 by 4 inches (64 by 100 mm) for control devices, dampers, and valves; 4-1/2 by 6 inches (115 by 150 mm) for equipment. C. Equipment Signs: ASTM D709, Type I, cellulose, paper -base, phenolic -resin -laminate engraving stock; Grade ES-2, black surface, black phenolic core, with white melamine sub -core, unless otherwise indicated. Fabricate in sizes required for message. Provide holes for mechanical fastening. 1. Data: Instructions for operation of equipment and for safety procedures. 2. Engraving: Manufacturer's standard letter style, of sizes and with terms to match equipment identification. 3. Thickness: 1/16 inch (1.6 mm) for units up to 20 sq. in. (130 sq. cm) or 8 inches (200 mm) in length, and 1/8 inch (3.2 mm) for larger units. 4. Fasteners: Self -tapping, stainless -steel screws or contact -type, permanent adhesive. D. Access Panel and Door Markers: 1/16-inch (1.6-mm) thick, engraved laminated plastic, with abbreviated terms and numbers corresponding to identification. Provide 1/8-inch (3.2-mm) center hole for attachment. 1. Fasteners: Self -tapping, stainless -steel screws or contact -type, permanent adhesive. 2.2 DUCT IDENTIFICATION DEVICES A. Duct Markers: Engraved, color -coded laminated plastic. Include direction and quantity of airflow and duct service (such as supply, return, and exhaust). Include contact -type, permanent adhesive. 2.3 STENCILS A. Stencils: Prepared with letter sizes according to ASME A13.1 for piping; minimum letter height of 1-1/4 inches (32 mm) for ducts; and minimum letter height of 3/4 inch (19 mm) for access panel and door markers, equipment markers, equipment signs, and similar operational instructions. 1. Stencil Paint: Exterior, gloss, alkyd enamel or acrylic enamel black, unless otherwise indicated. Paint may be in pressurized spray -can form. 2. Identification Paint: Exterior, alkyd enamel or acrylic enamel in colors according to AS ME A13.1, unless otherwise indicated. 2.4 WARNING TAGS A. Warning Tags: Preprinted or partially preprinted, accident -prevention tags; of plasticized card stock with matte finish suitable for writing. 1. Size: Approximately 4 by 7 inches (100 by 178 mm). 2. Fasteners: Brass grommet and wire. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 230553-3 IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT Page 3 of 4 3. Nomenclature: Large -size primary caption such as DANGER, CAUTION, or DO NOT OPERATE. 4. Color: Yellow background with black lettering. PART 3 - EXECUTION 3.1 APPLICATIONS, GENERAL A. Products specified are for applications referenced in other Division 23 Sections. If more than single -type material, device, or label is specified for listed applications, selection is Installer's option. 3.2 EQUIPMENT IDENTIFICATION A. Install and permanently fasten equipment nameplates on each major item of mechanical equipment that does not have nameplate or has nameplate that is damaged or located where not easily visible. Locate nameplates where accessible and visible. B. install equipment markers with permanent adhesive on or near each major item of mechanical equipment. Data required for markers may be included on signs, and markers may be omitted if both are indicated. 1. Letter Size: Minimum 1/4 inch (6.4 Hurl) for name of units if viewing distance is less than 24 inches (600 mm), 1/2 inch (13 mm) for viewing distances up to 72 inches (1830 mm), and proportionately larger lettering for greater viewing distances. Include secondary lettering 2/3 to 3/4 the size of principal lettering. 2. Data: Distinguish among multiple units, indicate operational requirements, indicate safety and emergency precautions, warn of hazards and improper operations, and identify units. 3. Locate markers where accessible and visible. Include markers for the following general categories of equipment: a. Condensers, and similar motor -driven units. b. Fans, blowers, primary balancing dampers, and mixing boxes. c. Packaged HVAC central -station and zone -type units. C. Install equipment signs with screws or permanent adhesive on or near each major item of mechanical equipment. Locate signs where accessible and visible. 1. Identify mechanical equipment with equipment markers in the following color codes: a. Green: For cooling equipment and components. b. Yellow: For heating equipment and components. c. Green and Yellow: For combination cooling and heating equipment and components. 2. Letter Size: Minimum 1/4 inch (6.4 mm) for name of units if viewing distance is less than 24 inches (600 mm), 1/2 inch (13 mm) for viewing distances up to 72 inches (1830 mm), and proportionately larger lettering for greater viewing distances. Include secondary lettering 2/3 to 3/4 the size of principal lettering. 3. Data: Distinguish among multiple units, indicate operational requirements, indicate safety and emergency precautions, warn of hazards and improper operations, and identify units. D. Install access panel markers with screws on equipment access panels. 3.3 DUCT IDENTIFICATION A. Install duct markers with permanent adhesive on air ducts in the following color codes: 1. Green: For supply ducts. FREESE AND NICHOLS, INC. lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 23 0553 -4 IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT Page 4 of 4 2. Blue: For exhaust-, outside-, relief-, return-, and mixed -air ducts. 3. ASME A 13.1 Colors and Designs: For hazardous material exhaust. 4. Letter Size: Minimum 1 /4 inch (6.4 mm) for name of units if viewing distance is less than 24 inches (600 mm), 1/2 inch (13 mm) for viewing distances up to 72 inches (1830 mm), and proportionately larger lettering for greater viewing distances. Include secondary lettering 2/3 to 3/4 the size of principal lettering. B. Stenciled Duct Marker Option: Stenciled markers, showing service and direction of flow, may be provided instead of laminated -plastic duct markers, at Installer's option, if lettering larger than I inch (25 mm) high is needed for proper identification because of distance from normal location of required identification. C. Locate markers near points where ducts enter into concealed spaces and at maximum intervals of 50 feet (15 m) in each space where ducts are exposed or concealed by removable ceiling system. 3.4 WARNING -TAG INSTALLATION A. Write required message on, and attach warning tags to, equipment and other items where required. 3.5 ADJUSTING A. Relocate mechanical identification materials and devices that have become visually blocked by other work. 3.6 CLEANING A. Clean faces of mechanical identification devices and glass frames of valve schedules. END OF SECTION FREESE, AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 23 05 93 - 1 TESTING, ADJUSTING, AND BALANCING FOR HVAC Page I of 8 SECTION 23 05 93 TESTING, ADJUSTING, AND BALANCING FOR HVAC 17\'A 611�ei_0101_m-►I•] 1.1 SUMMARY A. This Section includes TAB to produce design objectives for the following: 1. Air Systems: a. Variable -air -volume systems. 2. HVAC equipment quantitative -performance settings. 3. Verifying that automatic control devices are functioning properly. 4. Reporting results of activities and procedures specified in this Section. 1.2 SUBMITTALS A. Strategies and Procedures Plan: Within 30 days from Contractor's Notice to Proceed, submit four copies of TAB strategies and step-by-step procedures as specified in Part 3 "Preparation" Article. include a complete set of report forms intended for use on this Project. B. Certified TAB Reports: Submit two copies of reports prepared, as specified in this Section, on approved forms certified by TAB firm. C. Warranties specified in this Section. 1.3 QUALITY ASSURANCE A. TAB Firm Qualifications: Engage a TAB firm certified by NEBB. B. Certification of TAB Reports: Certify TAB field data reports. This certification includes the following: 1. Review field data reports to validate accuracy of data and to prepare certified TAB reports. 2. Certify that TAB team complied with approved TAB plan and the procedures specified and referenced in this Specification. C. TAB Report Forms: Use standard forms from AABC's "National Standards for Testing and Balancing Heating, Ventilating, and Air Conditioning Systems" or NEBB's "Procedural Standards for Testing, Adjusting, and Balancing of Environmental Systems," as applicable. 1.4 PROJECT CONDITIONS A. Full Owner Occupancy: Owner will occupy the site and existing building during entire TAB period. Cooperate with Owner during TAB operations to :minimize conflicts with Owner's operations. 1.5 COORDINATION A. Coordinate the efforts of factory -authorized service representatives for systems and equipment, HVAC controls installers, and other mechanics to operate HVAC systems and equipment to support and assist TAB activities. B. Perform TAB after leakage and pressure tests on air and water distribution systems have been satisfactorily completed. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised (March 24, 2020 230593-2 TESTING, ADJUSTING, AND BALANCING FOR HVAC Page 2 of 8 1.6 WARRANTY A. National Project Performance Guarantee: If AABC, provide a guarantee on AABC's "National Standards for Testing and Balancing Heating, Ventilating, and Air Conditioning Systems" forms stating that AABC will assist in completing requirements of the Contract Documents if TAB firm fails to comply with the Contract Documents. Guarantee includes the following provisions: 1. The certified TAB firm has tested and balanced systems according to the Contract Documents. 2. Systems are balanced to optimum performance capabilities within design and installation limits. B. Special Guarantee: If NEBB, provide a guarantee on NEBB forms stating that NEBB will assist in completing requirements of the Contract Documents if TAB firm fails to comply with the Contract Documents. Guarantee shall include the following provisions: 1. The certified TAB firm has tested and balanced systems according to the Contract Documents, 2. Systems are balanced to optimum performance capabilities within design and installation limits. PART 2 - PRODUCTS (NOT APPLICABLE) PART 3 - EXECUTION 3.1 EXAMINATION A. Examine the Contract Documents to become familiar with Project requirements and to discover conditions in systems' designs that may preclude proper TAB of systems and equipment. 1. Verify that balancing devices, such as test ports, gage cocks, thermometer wells, flow - control devices, balancing valves and fittings, and manual volume dampers, are required by the Contract Documents. Verify that quantities and locations of these balancing devices are accessible and appropriate for effective balancing and for efficient system and equipment operation. B. Examine approved submittal data of HVAC systems and equipment. C. Examine Project Record Documents described in Division 01. D. Examine design data, including HVAC system descriptions, statements of design assumptions for environmental conditions and systems' output, and statements of philosophies and assumptions about HVAC system and equipment controls. E. Examine equipment performance data including fan. Relate performance data to Project conditions and requirements, including system effects that can create undesired or unpredicted conditions that cause reduced capacities in all or part of a system. Calculate system effect factors to reduce performance ratings of HVAC equipment when installed under conditions different from those presented when the equipment was performance tested at the factory. To calculate system effects for air systems, use tables and charts found in AMCA 201, "Fans and Systems," Sections 7 through 10; or in SMACNA's "HVAC Systems --Duct Design," Sections 5 and 6. Compare this data with the design data and installed conditions. F. Examine system and equipment installations to verify that they are complete and that testing, cleaning, adjusting, and commissioning specified in individual Sections have been performed. G. Examine system and equipment test reports. FREESE AND NCCHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 230593-3 TESTING, ADJUSTING, AND BALANCING FOR HVAC Page 3 of S H. Examine HVAC system and equipment installations to verify that indicated balancing devices, such as test ports, gage cocks, thermometer wells, flow -control devices, balancing valves and fittings, and manual volume dampers, are properly installed, and that their locations are accessible and appropriate for effective balancing and for efficient system and equipment operation. I. Examine systems for functional deficiencies that cannot be corrected by adjusting and balancing. J. Examine HVAC equipment to ensure that clean filters have been installed, bearings are greased, belts are aligned and tight, and equipment with functioning controls is ready for operation. K. Examine heat -transfer coils for correct piping connections and for clean and straight fins. L. Examine equipment for installation and for properly operating safety interlocks and controls. M. Examine automatic temperature system components to verify the following: 1. Dampers, valves, and other controlled devices are operated by the intended controller. 2. Dampers and valves are in the position indicated by the controller. 3. Integrity of valves and dampers for free and full operation and for tightness of fully closed and fully open positions. 4. Thermostats and humidistats are located to avoid adverse effects of sunlight, drafts, and cold walls. 5. Sensors are located to sense only the intended conditions. 6. Sequence of operation for control modes is according to the Contract Documents. 7. Controller set points are set at indicated values. S. Interlocked systems are operating. 9. Changeover from heating to cooling mode occurs according to indicated values. N. Report deficiencies discovered before and during performance of TAB procedures. Observe and record system reactions to changes in conditions. Record default set points if different from indicated values. 3.2 PREPARATION A. Prepare a TAB plan that includes strategies and step-by-step procedures. B. Complete system readiness checks and prepare system readiness reports. Verify the following: I. Permanent electrical power wiring is complete. 2. Automatic temperature -control systems are operational. 3. Equipment and duct access doors are securely closed. 4. Balance, smoke, and fire dampers are open. 5. Ceilings are installed in critical areas where air -pattern adjustments are required and access to balancing devices is provided. 6. Windows and doors can be closed so indicated conditions for system operations can be met. 3.3 GENERAL PROCEDURES FOR TESTING AND BALANCING A. Perform testing and balancing procedures on each system according to the procedures contained in AABC's "National Standards for Testing and Balancing Heating, Ventilating, and Air Conditioning Systems" or NEBB's "Procedural Standards for Testing, Adjusting, and Balancing of Environmental Systems," as applicable, and this Section. FREESE AND NICHOLS, INC. Lake Arlington Lill Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 23 05 93 - 4 TESTING, ADJUSTING, AND BALANCING FOR HVAC Page 4 of 8 B. Cut insulation, ducts, pipes, and equipment cabinets for installation of test probes to the minimum extent necessary to allow adequate performance of procedures. After testing and balancing, close probe holes and patch insulation with new materials identical to those removed. Restore vapor barrier and finish according to insulation Specifications for this Project. C. Mark equipment and balancing device settings with paint or other suitable, permanent identification material, including damper -control positions, valve position indicators, fan -speed - control levers, and similar controls and devices, to show final settings. 3.4 GENERAL PROCEDURES FOR BALANCING AIR SYSTEMS A. Prepare test reports for both fans and outlets. Obtain manufacturer's outlet factors and recommended testing procedures. Crosscheck the summation of required outlet volumes with required fan volumes. B. Prepare schematic diagrams of systems' "as -built" duct layouts. C. Determine the best locations in main and branch ducts for accurate duct airflow measurements. D. Check airflow patterns from the outside -air louvers and dampers and the return- and exhaust -air dampers, through the supply -fan discharge and mixing dampers. E. Locate start -stop and disconnect switches, electrical interlocks, and motor starters. F. Verify that motor starters are equipped with properly sized thermal protection. G. Check dampers for proper position to achieve desired airflow path. H. Check for airflow blockages. I. Check condensate drains for proper connections and functioning. J. Check for proper sealing of air -handling unit components. K. Check for proper sealing of air duct system. 3.5 PROCEDURES FOR CONSTANT -VOLUME AIR SYSTEMS A. Adjust fans to deliver total indicated airflows within the maximum allowable fan speed listed by fan manufacturer. t. Measure fan static pressures to determine actual static pressure as follows: a. Measure outlet static pressure as far downstream from the fan as practicable and upstream from restrictions in ducts such as elbows and transitions. b. Measure static pressure directly at the fan outlet or through the flexible connection. c. Measure inlet static pressure of single -inlet fans in the inlet duct as near the fan as possible, upstream from flexible connection and downstream from duct restrictions. d. Measure inlet static pressure of double -inlet fans through the wall of the plenum that houses the fan. 2. Measure static pressure across each component that makes up an air -handling unit, rooftop unit, and other air -handling and -treating equipment. a. Simulate dirty filter operation and record the point at which maintenance personnel must change filters. 3. Measure static pressures entering and leaving other devices such as sound traps, heat recovery equipment, and air washers, under final balanced conditions. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TF.CFINICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 23 05 93 - 5 TESTING, ADJUSTING, AND BALANCING FOR HVAC Page 5 of 8 4. Compare design data with installed conditions to determine variations in design static pressures versus actual static pressures. Compare actual system effect factors with calculated system effect factors to identify where variations occur. Recommend corrective action to align design and actual conditions. 5. Obtain approval from Owners Representative for adjustment of fan speed higher or lower than indicated speed. Make required adjustments to pulley sizes, motor sizes, and electrical connections to accommodate fan -speed changes at no additional cost. 6. Do not make fan -speed adjustments that result in motor overload. Consult equipment manufacturers about fan -speed safety factors. Modulate dampers and measure fan -motor amperage to ensure that no overload will occur. Measure amperage in full cooling, full heating, economizer, and any other operating modes to determine the maximum required brake horsepower. B. Adjust volume dampers for main duct, submain ducts, and major branch ducts to indicated airflows within specified tolerances. 1. Measure static pressure at a point downstream from the balancing damper and adjust volume dampers until the proper static pressure is achieved. a. Where sufficient space in submain and branch ducts is unavailable for Pitot-tube traverse measurements, measure airflow at terminal outlets and inlets and calculate the total airflow for that zone. 2. Remeasure each submain and branch duct after all have been adjusted. Continue to adjust submain and branch ducts to indicated airflows within specified tolerances. C. Measure terminal outlets and inlets without making adjustments. 1. Measure terminal outlets using a direct -reading hood or outlet manufacturer's written instructions and calculating factors. D. Adjust terminal outlets and inlets for each space to indicated airflows within specified tolerances of indicated values. Make adjustments using volume dampers rather than extractors and the dampers at air terminals. 1. Adjust each outlet in same room or space to within specified tolerances of indicated quantities without generating noise levels above the limitations prescribed by the Contract Documents. 2. Adjust patterns of adjustable outlets for proper distribution without drafts. 3.6 PROCEDURES FOR MOTORS A. Motors, 1 /2 14P and Larger: Test at final balanced conditions and record the following data: 1. Manufacturer, model, and serial numbers. 2. Motor horsepower rating. 3. Motor rpm. 4. Efficiency rating. 5. Nameplate and measured voltage, each phase. 6. Nameplate and measured amperage, each phase. 7. Starter thermal -protection -element rating. B. Motors Driven by Variable -Frequency Controllers: Test for proper operation at speeds varying from minimum to maximum. Test the manual bypass for the controller to prove proper operation. Record observations, including controller manufacturer, model and serial numbers, and nameplate data. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 230593-6 TESTING, ADJUSTING, AND BALANCING FOR HVAC Page 6 of 8 3.7 PROCEDURES FOR HEAT STRIPS A. Electric Heat Strips: Measure the following data for each strip: 1. Nameplate data. 2. Airflow. 3. Entering- and leaving -air temperature at full load. 4. Voltage and amperage input of each phase at ful l load and at each incremental stage. 5. Calculated kilowatt at full load. 6. Fuse or circuit -breaker rating for overload protection. 3.8 PROCEDURES FOR TEMPERATURE MEASUREMENTS A. During TAB, report the need for adjustment in temperature regulation within the automatic temperature -control system. B. Measure indoor wet- and dry-bulb temperatures every other hour for a period of two successive 8-hour days, in each separately controlled zone, to prove correctness of final temperature settings. Measure when the building or zone is occupied. C. Measure outside -air, wet- and dry-bulb temperatures. 3.9 TEMPERATURE -CONTROL VERIFICATION A. Verify that controllers are calibrated and commissioned. B. Check transmitter and controller locations and note conditions that would adversely affect control functions. C. Record controller settings and note variances between set points and actual measurements. D. Check the operation of limiting controllers (i.e., high- and low -temperature controllers). E. Check free travel and proper operation of control devices such as damper and valve operators. F. Check the sequence of operation of control devices. Note air pressures and device positions and correlate with airflow and water flow measurements. Note the speed of response to input changes. G. Check the interaction of electrically operated switch transducers. H. Check the interaction of interlock and lockout systems. 1. Check main control supply -air pressure and observe compressor and dryer operations. J. Record voltages of power supply and controller output. Determine whether the system operates on a grounded or non -grounded power supply. K. Note operation of electric actuators using spring return for proper fail-safe operations. 3.10 TOLERANCES A. Set HVAC system airflow rates within the following tolerances: 1. Supply, Return, and Exhaust Fans and Equipment with Fans: Plus 5 to plus 10 percent. 2. Air Outlets and Inlets: 0 to minus 10 percent. 3.11 FINAL REPORT A. General: Typewritten, or computer printout in letter -quality font, on standard bond paper, in three-ring binder, tabulated and divided into sections by tested and balanced systems. FREESE AND NICHOLS, INC. Lake Arlington, Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 23 05 93 - 7 TESTING, ADJUSTING, AND BALANCING FOR I VAC Page 7 of 8 B. Include a certification sheet in front of binder signed and sealed by the certified testing and balancing engineer. 1. Include a list of instruments used for procedures, along with proof of calibration. C. Final Report Contents: In addition to certified field report data, include the following: 1. Pump curves. 2. Fan curves. 3. Manufacturers' test data. 4. Field test reports prepared by system and equipment installers. 5. Other information relative to equipment performance, but do not include Shop Drawings and Product Data. D. General Report Data: In addition to form titles and entries, include the following data in the final report, as applicable: I . Title page. 2. Name and address of TAB firm. 3. Project name. 4. Project location. 5. Architect/Engineer's name and address. 6. Engineer's name and address. 7. Contractor's name and address. 8. Report date. 9. Signature of TAB firm who certifies the report. 10. Table of Contents with the total number of pages defined for each section of the report. Number each page in the report. 11. Summary of contents including the following: a. Indicated versus final performance. b. Notable characteristics of systems. c. Description of system operation sequence if it varies from the Contract Documents. 12. Nomenclature sheets for each item of equipment. J 3. Data for terminal units, including manufacturer, type size, and fittings. 14. Notes to explain why certain final data in the body of reports varies from indicated values. 15. Test conditions for fans and pump performance forms including the following: a. Settings for outside-, return-, and exhaust -air dampers. b. Conditions of filters. c. Cooling coil, wet- and dry-bulb conditions. d. Face and bypass damper settings at coils. e. Fan drive settings including settings and percentage of maximum pitch diameter. f. Settings for supply -air, static -pressure controller. g. Other system operating conditions that affect performance. E. System Diagrams: Include schematic layouts of air and hydronic distribution systems. Present each system with single -line diagram and include the following: 1. Quantities of outside, supply, return, and exhaust airflows. 2. Duct, outlet, and inlet sizes. 3. Terminal units. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 230593-8 TESTING, ADJUSTING, AND BALANCING FOR HVAC Page 8 of 8 4. Balancing stations. 5. Position of balancing devices. 3.12 ADDITIONAL TESTS A. Within 90 days of completing TAB, perform additional testing and balancing to verify that balanced conditions are being maintained throughout and to correct unusual conditions. B. Seasonal Periods: If initial TAB procedures were not performed during near -peak summer and winter conditions, perform additional testing, inspecting, and adjusting during near -peak summer and winter conditions. END OF SECTION FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 SECTION 23 07 13 DUCT INSULATION PARTI- GENERAL 1.1 RELATED DOCUMENTS 230713-1 DUCT INSULATION Page 1 of 6 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes semi -rigid and flexible duct, fiberglass reinforced plastic duct, and breeching insulation; insulating cements; field -applied jackets; accessories and attachments; and sealing compounds. 1.3 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for duct insulation shall be per Lump Sum (LS). 2. Payment a. The work performed and the materials furnished in accordance with this item shall be paid for at the unit price bid per LS of the bid item, "Lift Station Heating and Ventilation". 3. The price bid shall include: a. Mobilization b. Furnishing and installing 1550 square -feet of duct insulation as specified in the Drawings, including but not limited to: 1) Insurance Materials 2) Field -Applied Jackets 3) Accessories and Attachments 4) Vapor Retarders c. Clean-up 1.4 SUBMITTALS A. Product Data: Identify thermal conductivity, thickness, and jackets (both factory and field applied, if any), for each type of product indicated. B. Material Test Reports: From a qualified testing agency acceptable to authorities having jurisdiction indicating, interpreting, and certifying test results for compliance of insulation materials, sealers, attachments, cements, and jackets with requirements indicated. Include dates of tests. C. Installer Certificates: Signed by the Contractor certifying that installers comply with requirements. 1.5 QUALITY ASSURANCE A. Installer Qualifications: Skilled mechanics who have successfully completed an apprenticeship program or another craft training program certified by the U.S. Department of Labor, Bureau of Apprenticeship and Training. FREESE AND NICHOLS, INC. Lake Arlington Litt Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised Mareb 24, 2020 230713-2 DUCT INSULATION Page 2 of 6 B. Fire -Test -Response Characteristics: As determined by testing materials identical to those specified in this Section according to ASTM E84, by a testing and inspecting agency acceptable to authorities having jurisdiction. Factory label insulation and jacket materials and sealer and cement material containers with appropriate markings of applicable testing and inspecting agency. 1. Insulation Installed Indoors. Flame -spread rating of 25 or less, and smoke -developed rating of 50 or less. 2. Insulation Installed Outdoors: Flame -spread rating of 75 or less, and smoke -developed rating of 150 or less. 1.6 DELIVERY, ,STORAGE, AND HANDLING A. Packaging: Ship insulation materials in containers marked by manufacturer with appropriate ASTM specification designation, type and grade, and maximum use temperature. 1.7 COORDINATION A. Coordinate clearance requirements with duct Installer for insulation application. 1.8 SCHEDULING A. Schedule insulation application after testing duct systems. Insulation application may begin on segments of ducts that have satisfactory test results. PART 2- PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Mineral -Fiber Insulation: a. CertainTeed Manson. b. Knauf FiberGlass GmbH. c. Owens-Corning Fiberglas Corp. d. Schuller International, Inc. 2.2 INSULATION MATERIALS A. Mineral -Fiber Blanket Thermal Insulation: 0.75 lb./ft3, glass fibers bonded with a thermosetting resin. Comply with ASTM C553, Type II, without facing and with all -service jacket manufactured from kraft paper, reinforcing scrim, aluminum foil, and vinyl film. (ASTM C553, Type V for operating temperatures higher than 950 F (454 Q. 2.3 FIELD -APPLIED JACKETS A. Aluminum Jacket: Deep corrugated sheets manufactured from aluminum alloy complying with ASTM B209 (ASTM B209M), and having an integrally bonded moisture barrier over entire surface in contact with insulation. Metal thickness and corrugation dimensions arc scheduled at the end of this Section. 1. Finish: Smooth finish. 2. Moisture Barrier: 1-mil (0.025-mm) thick, heat -bonded polyethylene and kraft paper. 2.4 ACCESSORIES AND ATTACHMENTS A. Glass Cloth and Tape: Comply with MIL-C-20079H, Type I for cloth and Type lI for tape. Woven glass -fiber fabrics, plain weave, pre -sized a minimum of 8 oz./sq. yd. (270 g/sq. m). 1. Tape Width: 4 inches (100 mm). FREESE AND NICHOLS, INC. Lake Arlington Lilt Station TECIiNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 2307I3-3 DUCT INSULATION Page 3 of 6 B. Bands: 3/4 inch (19 mm) wide, in one of the following materials compatible with jacket: 1. Stainless Steel: ASTM A66, Type 304; 0.020 inch (0.5 mm) thick. 2. Galvanized Steel: 0.005 inch (0.13 mm) thick. 3. Aluminum: 0.007 inch (0.18 nun) thick. 4. Brass: 0.0I0 inch (0.25 mm) thick. S. Nickel -Copper Alloy: 0.005 inch (0.13 nun) thick. C. Wire: 0.080-inch (2.0-rnm), nickel -copper alloy; 0.062-inch (1.6-rnm), soft -annealed, stainless steel; or 0.062-inch (1.6-mm), soft -annealed, galvanized steel. D. Self -Adhesive Anchor Pins and Speed Washers: Galvanized steel plate, pin, and washer manufactured for attachment to duct and plenum with adhesive. Pin length sufficient for insulation thickness indicated. 2.5 VAPOR RETARDERS A. Mastics: Materials recommended by insulation material manufacturer that are compatible with insulation materials, jackets, and substrates. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates and conditions for compliance with requirements for installation and other conditions affecting performance of insulation application. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Surface Preparation: Clean and dry surfaces to receive insulation. Remove materials that will adversely affect insulation application. 3.3 GENERAL APPLICATION REQUIREMENTS A. Apply insulation materials, accessories, and finishes according to the manufacturer's written instructions; with smooth, straight, and even surfaces; and free of voids throughout the length of ducts and fittings. B. Refer to schedules at the end of this Section for materials, forms, jackets, and thicknesses required for each duct system. C. Use accessories compatible with insulation materials and suitable for the service. Use accessories that do not corrode, soften, or otherwise attack insulation or jacket in either wet or dry state. D. Apply multiple layers of insulation with longitudinal and end scams staggered. E. Seal joints and seams with vapor -retarder mastic on insulation indicated to receive a vapor retarder. F. Keep insulation materials dry during application and finishing. G. Apply insulation with tight longitudinal seams and end joints. Bond seams and joints with adhesive recommended by the insulation material manufacturer. H. Apply insulation with the least number of joints practical. FIZEESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 23 07 13-4 DUCT INSULATION Page 4 of 6 1. Apply insulation over fittings and specialties, with continuous thermal and vapor -retarder integrity, unless otherwise indicated. J. Hangers and Anchors: Where vapor retarder is indicated, seal penetrations in insulation at hangers, supports, anchors, and other projections with vapor -retarder mastic. Apply insulation continuously through hangers and around anchor attachments. K. Insulation Terminations: For insulation application where vapor retarders are indicated, seal ends with a compound recommended by the insulation material manufacturer to maintain vapor retarder. L. Apply insulation with integral jackets as follows: 1. Pull jacket tight and smooth. 2. Joints and Seams: Cover with tape and vapor retarder as recommended by insulation material manufacturer to maintain vapor seal. 3. Vapor -Retarder Mastics: Where vapor retarders are indicated, apply mastic on seams and joints and at ends adjacent to duct flanges and fittings. M. Cut insulation according to manufacturer's written instructions to prevent compressing insulation to less than 75 percent of its nominal thickness. N. Install vapor -retarder mastic on ducts and plenums scheduled to receive vapor retarders. I. Ducts with Vapor Retarders: Overlap insulation facing at seams and seal with vapor - retarder mastic and pressure -sensitive tape having same facing as insulation. Repair punctures, tears, and penetrations with tape or mastic to maintain vapor -retarder seal. 2. Ducts without Vapor Retarders: Overlap insulation facing at seams and secure with outward clinching staples and pressure -sensitive tape having same facing as insulation. 0. Interior Wall and Partition Penetrations: Apply insulation continuously through walls and partitions, except fire -rated walls and partitions. P. Fire -Rated Wall and Partition Penetrations: Terminate insulation at fire/smoke damper sleeves for fire -rated wall and partition penetrations. 3.4 MINERAL -FIBER INSULATION APPLICATION A. Blanket Applications for Ducts and Plenums: Secure blanket insulation with adhesive and anchor pins and speed washers. 1. Apply adhesives according to manufacturer's recommended coverage rates per square foot, for 100 percent coverage of duct and plenum surfaces. 2. Apply adhesive to entire circumference of ducts and to all surfaces of fittings and transitions. 3. Install anchor pins and speed washers on sides and bottom of horizontal ducts and sides of vertical ducts as follows: a. On duct sides with dimensions 18 inches (450 mm) and smaller, along longitudinal centerline of duct. Space 3 inches (75 mm) maximum from insulation end joints, and 16 inches (400 mm) o.c. b. On duct sides with dimensions larger than 18 inches (450 mm). Space 16 inches (400 mm) o.c. each way, and 3 inches (75 mm) maximum from insulation joints. Apply additional pins and clips to hold insulation tightly against surface at cross bracing. e. Anchor pins may be omitted from top surface of horizontal, rectangular ducts and plenums. d. Do not over -compress insulation during installation. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 2307I3-5 DUCT INSULATION Page 5 of 6 4. Impale insulation over anchors and attach speed washers. 5. Cut excess portion of pins extending beyond speed washers or bend parallel with insulation surface. Cover exposed pins and washers with tape matching insulation facing. 6. Create a facing lap for longitudinal seams and end joints with insulation by removing 2 inches (50 mm) from one edge and one end of insulation segment. Secure laps to adjacent insulation segment with 1/2-inch (13-mm) staples, 1 inch (25 mm) o.c., and cover with pressure -sensitive tape having same facing as insulation. 7. Overlap unfaced blankets a minimum of 2 inches (50 mm) on longitudinal seams and end joints. Secure with steel band at end joints and spaced a maximum of 18 inches (450 mm) O.C. 8. Apply insulation on rectangular duct elbows and transitions with a full insulation segment for each surface. Apply insulation on round and flat -oval duct elbows with individually mitered gores cut to fit the elbow. 9. Insulate duct stiffeners, hangers, and flanges that protrude beyond the insulation surface with 6-inch (150-mm) wide strips of the same material used to insulate duct. Secure on alternating sides of stiffener, hanger, and flange with anchor pins spaced 6 inches (150 mm) O.C. 10. Apply vapor -retarder mastic to open joints, breaks, and punctures for insulation indicated to receive vapor retarder. 11. Cut excess portion of pins extending beyond speed washers or bend parallel with insulation surface. Cover exposed pins and washers with tape matching insulation facing. 12. Create a facing lap for longitudinal seams and end joints with insulation by removing 2 inches (50 mm) from one edge and one end of insulation segment. Secure Iaps to adjacent insulation segment with 1/2-inch (I3-mm)staples, 1-inch (25 mm) o.c., and cover with pressure -sensitive tape having same facing as insulation. 13. Apply insulation on rectangular duct elbows and transitions with a full insulation segment for each surface. Groove and score insulation to fit as closely as possible to outside and inside radius of elbows. Apply insulation on round and flat -oval duct elbows with individually mitered gores cut to fit the elbow. 14. Insulate duct stiffeners, hangers, and flanges that protrude beyond the insulation surface with 6-inch (150-mm) wide strips of the same material used to insulate duct. Secure on alternating sides of stiffener, hanger, and flange with anchor pins spaced 6 inches (150 mm) O.C. 15, Apply vapor -retarder mastic to open joints, breaks, and punctures for insulation indicated to receive vapor retarder. 3.5 FIELD -APPLIED JACKET APPLICATION A. Apply aluminum jacket, where indicated, directly over bare insulation or insulation with factory -applied jackets. 1. Apply jacket smooth and tight to surface with 2-inch (50-mm) overlap at seams and joints. 2. Embed aluminum sheets between two 0.062-inch (1.6-mm) thick coats of jacket manufacturer's recommended adhesive. 3. Completely encapsulate insulation with jacket, leaving no exposed raw insulation. 3.6 FINISHES A. Aluminum Jacketed Insulation: Paint insulation finished with aluminum jacket as specified in Division 09. FREESF ARID NICHOLS, INC. Lake Arlington Litt Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 2307 13 -6 DUCT INSULATION Page 6 of 6 B. Color: Final color as selected by Architect/Engineer. Vary first and second coats to allow visual inspection of the completed Work. 3.7 DUCT SYSTEM APPLICATIONS A. Insulation materials and thicknesses are specified in schedules at the end of this Section. B. Materials and thicknesses for systems listed below are specified in schedules at the end of this Section. C. Items Not Insulated: Unless otherwise indicated, do not apply insulation to the following systems, materials, and equipment: 1. Factory -insulated flexible ducts. 2. Factory -insulated plenums, casings, terminal boxes, and filter boxes and sections. 3. Flexible connectors. 4. Vibration -control devices. 5. Testing agency labels and stamps. 6. Nameplates and data plates. 7. Access panels and doors in air -distribution systems. 3.8 INDOOR DUCT AND PLENUM APPLICATION SCHEDULE A. Service: Rectangular, supply -air ducts, exposed. 1. Material: Mineral -fiber blanket. 2. Thickness: 1-112 inches (38mm). 3. Number of Layers: One. 4. Field -Applied Jacket: Aluminum. 5. Vapor Retarder Required: Yes, 3.9 OUTDOOR DUCT APPLICATION SCHEDULE A. Service: Rectangular, supply -air ducts, and return -air ducts. 1. Material: Mineral -fiber blanket. 2. Thickness: 1-1/2 inches (38 mm). 3. Number of Layers: One. 4. Field -Applied Jacket: Aluminum. a. Aluminum Thickness: 0.040 inch (1.0 mm). b. Corrugation Dimension: 1-1/4 by 1/4 inch (32 by 6 mm). 5. Vapor Retarder Required: Yes. END OF SECTION FREEST AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 SECTION 23 31 13 5,11 illII:TI17114R PART1- GENERAL 1.1 RELATED DOCUMENTS 23 31 13- 1 METAL DUCTS Page I of 6 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes metal ducts for supply and return air -distribution systems in pressure classes from minus 2- to plus 10-inch wg (minus 500- to plus 2500-Pa). Metal ducts include the following: 1. Rectangular ducts and fittings. 1.3 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for metal ducts shall be per Lump Sum. 2. Payment a. The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per Lump Sum for the bid item of "Lift Station Heating and Ventilation". 3. The price bid shall include: a. Mobilization b. Fumishing and installing 2600 pounds of metal duct as specified in the Drawings, including but not Iimited to: 1) Sheet metal materials 2) Sealant materials 3) Hangers and supports 4) Accessories and Attachments (elbows, transitions, offsets, branch connections, etc.) c. Clean-up 1.4 QUALITY ASSURANCE A. Welding. Qualify procedures and personnel according to AWS DI. 1, "Structural Welding Code --Steel," for hangers and supports, AWS D1.2, "Structural Welding Code --Aluminum," for aluminum supporting members and AWS D9.1, "Sheet Metal Welding Code," for duct joint and seam welding. B. NFPA Compliance: NFPA 90A, "Installation of Air Conditioning and Ventilating Systems." PART 2 - PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 2331 13 - 2 METAL DUCTS Page 2of6 1. Manufacturers: Subject to compliance with requirements, provide products by one of the manufacturers specified. 2.2 SHEET METAL MATERIALS A. Comply with SMACNA's "HVAC Duct Construction Standards --Metal and Flexible" for acceptable materials, material thicknesses, and duct construction methods, unless otherwise indicated. Sheet metal materials shall be free of pitting, seam marks, roller marks, stains, discolorations, and other imperfections. B. Galvanized Sheet Steel: Lock -forming quality; complying with ASTM A653/A653M and having G90 (Z275) coating designation; ducts shall have mill-phosphatized finish for surfaces exposed to view. C. Reinforcement Shapes and Plates: Galvanized -steel reinforcement where installed on galvanized sheet metal ducts. D. Tie Rods: Galvanized steel, 1/4-inch (6-mm) minimum diameter for lengths 36 inches (900 mm) or less; 3/8-inch (10-mm) minimum diameter for lengths longer than 36 inches (900 mm). 2.3 SEALANT MATERIALS A. Joint and Seam Sealants, General: The term "sealant" is not limited to materials of adhesive or mastic nature but includes tapes and combinations of open -weave fabric strips and mastics. B. Joint and Seam Tape: 2 inches (50 mm) wide; glass -fiber -reinforced fabric. C. Tape Sealing System: Woven -fiber tape impregnated with gypsum mineral compound and modified acrylic/silicone activator to react exothermically with tape to form hard, durable, airtight seal. D. Solvent -Based Joint and Seam Sealant: One -part, nonsag, solvent -release -curing, polymerized butyl sealant formulated with a minimum of 75 percent solids. E. Flanged Joint Mastic: One -part, acid -curing, silicone, elastomeric joint sealant complying with ASTM C920, Type S, Grade NS, Class 25, Use O. F. Flange Gaskets: Butyl rubber or EPDM polymer with polyisobutylene plasticizer. 2.4 HANGERS AND SUPPORTS A. Building Attachments: Concrete inserts, powder -actuated fasteners, or structural -steel fasteners appropriate for construction materials to which hangers are being attached. 1. Use powder -actuated concrete fasteners for standard -weight aggregate concretes or for slabs more than 4 inches (100 mm) thick. 2. Exception: Do not use powder -actuated concrete fasteners for lightweight -aggregate concretes or for slabs less than 4 inches (100 mm) thick. B. Hanger Materials: Galvanized sheet steel or threaded steel rod. 1. Hangers Installed in Corrosive Atmospheres: Electrogalvanized, all -thread rods or galvanized rods with threads painted with zinc -chromate primer after installation. 2. Strap and Rod Sizes: Comply with SMACNA's "HVAC Duct Construction Standards -- Metal and Flexible" for steel sheet width and thickness and for steel rod diameters. 3. Galvanized -steel straps attached to aluminum ducts shall have contact surfaces painted with zinc -chromate primer. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 2331 l3 - 3 METAL DUCTS Page 3 of 6 C. Duct Attachments: Sheet metal screws, blind rivets, or self -tapping metal screws; compatible with duct materials. D. Trapeze and Riser Supports: Steel shapes complying with ASTM A36/A36M. 1. Supports for Galvanized -Steel Ducts: Galvanized -steel shapes and plates. PA-M ;7 DIN F_Wretu W.11014111h11 A. Fabricate ducts, elbows, transitions, offsets, branch connections, and other construction according to SMACNA's "HVAC Duct Construction Standards --Metal and Flexible" and complying with requirements for metal thickness, reinforcing types and intervals, tie -rod applications, and joint types and intervals. 1. Lengths: Fabricate rectangular ducts in lengths appropriate to reinforcement and rigidity class required for pressure class. 2. Deflection: Duct systems shall not exceed deflection limits according to SMACNA's "HVAC Duct Construction Standards --Metal and Flexible." B. Transverse Joints: Prefabricated slide -on joints and components constructed using manufacturer's guidelines for material thickness, reinforcement size and spacing, and joint reinforcement. 1. Manufacturers: a. Ductmate Industries, Inc. b. Nexus Inc. c. Ward Industries, Inc. C. Formed -On Flanges: Construct according to SMACNA's "HVAC Duct Construction Standards --Metal and Flexible," Figure 1-4, using corner, bolt, cleat, and gasket details. Manufacturers: a. Ductmate Industries, Inc. b. Lockformer. 2. Duct Size: Maximum 30 inches (750 mm) wide and up to 2-inch wg (500-Pa) pressure class. 3. Longitudinal Seams: Pittsburgh lock sealed with non -curing polymer sealant. D. Cross Breaking or Cross Beading: Cross break or cross bead duct sides 19 inches (480 mm) and larger and 0.0359 inch (0.9 mm.) thick or less, with more than 10 sq. ft. (0.93 sq. m) of non - braced panel area unless ducts are lined. PART 3 - EXECUTION 3.1 DUCT APPLICATIONS A. Static -Pressure Classes: Unless otherwise indicated, construct ducts according to the following: 1. Supply Ducts: 2-inch wg (500-Pa). 2. Return Ducts (Negative Pressure): I -inch wg (250-Pa). B. Duct Application Schedule 1. Indoor, exposed and Outdoor: Double -wall rectangular ducts. 3.2 DUCT INSTALLATION A. Construct and install ducts according to SMACNA's "HVAC Duct Construction Standards -- Metal and Flexible," unless otherwise indicated. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 2331 13 - 4 METAL DUCTS Page 4 of 6 B. Install ducts with fewest possible joints. C. Install fabricated fittings for changes in directions, size, and shape and for connections. D. Install couplings tight to duct wall surface with a minimum of projections into duct. Secure couplings with sheet metal screws. Install screws at intervals of 12 inches (300 mm), with a minimum of three screws in each coupling. E. Install ducts, unless otherwise indicated, vertically and horizontally and parallel and perpendicular to building lines; avoid diagonal runs. F. Install ducts close to walls, overhead construction, columns, and other structural and permanent enclosure elements of building. G. Install ducts with a clearance of 1 inch (25 mm), plus allowance for insulation thickness. H. Conceal ducts from view in finished spaces. Do not encase horizontal runs in solid partitions unless specifically indicated. 1. Coordinate layout with suspended ceiling, fire- and smoke -control dampers, lighting layouts, and similar finished work. J. Seal all joints and seams. Apply sealant to male end connectors before insertion, and afterward to cover entire joint and sheet metal screws. K. Electrical Equipment Spaces: Route ducts to avoid passing through transformer vaults and electrical equipment spaces and enclosures. L. Non -Fire -Rated Partition Penetrations: Where ducts pass through interior partitions and exterior walls and are exposed to view, conceal spaces between construction openings and ducts or duct insulation with sheet metal flanges of same metal thickness as ducts. Overlap openings on four sides by at least 1-1/2 inches (38 mm). M. Fire -Rated Partition Penetrations: Where ducts pass through interior partitions and exterior walls, install appropriately rated fire dampers, sleeves, and firestopping sealant. Fire and smoke dampers are specified in Section 23 33 00 "Air Duct Accessories." Firestopping materials and installation methods are specified in Division 07 Section, N. Protect duct interiors from the elements and foreign materials until building is enclosed. Follow SMACNA's "Duct Cleanliness for New Construction." O. Paint interiors of metal ducts, that do not have duct liner, for 24 inches (600 mm) upstream of registers and grilles. Apply one coat of flat, black, latex finish coat over a compatible galvanized - steel primer. Paint materials and application requirements are specified in Division 09 painting Sections. 3.3 SEAM AND JOINT SEALING A. Seal duct seams and joints according to SMACNA's "HVAC Duct Construction Standards -- Metal and Flexible" for duct pressure class indicated. B. Pressure Classification Less Than 2-Inch wg (500 Pa): Transverse joints. C. Seal ducts before external insulation is applied. 3.4 HANGING AND SUPPORTING A. Support horizontal ducts within 24 inches (600 mm) of each elbow and within 48 inches (1200 mm) of each branch intersection. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECiFICATiON DOCUMENT City Project Number: 100995 Revised March 24, 2020 233113-5 METAL DUCTS Page 5 of 6 B. The space between the hangers shall not exceed 4 feet (1.2m). C. Support vertical ducts at maximum intervals of 16 feet (5 m) and at each floor. D. Install upper attachments to structures with an allowable load not exceeding one-fourth of failure (proof -test) load. E. Install concrete inserts before placing concrete. F. Install powder -actuated concrete fasteners after concrete is placed and completely cured. 1. Do not use powder -actuated concrete fasteners for lightweight -aggregate concretes or for slabs less than 4 inches (100 mm) thick. 3.5 CONNECTIONS A. Make connections to equipment with flexible connectors according to Section 23 33 00 "Air Duct Accessories." B. Comply with SMACNA's "HVAC Duct Construction Standards --Metal and Flexible" for branch, outlet and inlet, and terminal unit connections. 3.6 FIELD QUALITY CONTROL A. Perform the following field tests and inspections according to SMACNA's "HVAC Air Duct Leakage Test Manual" and prepare test reports: 1. Disassemble, reassemble, and seal segments of systems to accommodate leakage testing and for compliance with test requirements. 2. Conduct tests at static pressures equal to maximum design pressure of system or section being tested. If pressure classes are not indicated, test entire system at maximum system design pressure. Do not pressurize systems above maximum design operating pressure. Give 7 days' advance notice for testing. 3. Maximum Allowable Leakage: Comply with requirements for Leakage Class 3 for round and flat -oval ducts, Leakage Class 12 for rectangular ducts in pressure classes lower than and equal to 2-inch wg (500-Pa) (both positive and negative pressures), and Leakage Class 6 for pressure classes from 2- to 10-inch wg (500- to 2500-Pa). 4. Remake leaking joints and retest until leakage is equal to or less than maximum allowable. 3.7 CLEANING NEW SYSTEMS A. Mark position of dampers and air -directional mechanical devices before cleaning, and perform cleaning before air balancing. B. Use service openings, as required, for physical and mechanical entry and for inspection. 1. Create other openings to comply with duct standards. 2. Disconnect flexible ducts as needed for cleaning and inspection. 3. Remove and reinstall ceiling sections to gain access during the cleaning process. C. Vent vacuuming system to the outside. Include filtration to contain debris removed from HVAC systems, and locate exhaust down wind and away from air intakes and other points of entry into building. D. Clean the following metal duct systems by removing surface contaminants and deposits: 1. Air outlets and inlets (registers, grilles, and diffusers). 2. Supply, return, and exhaust fans including fan housings, plenums (except ceiling supply and return plenums), scrolls, blades or vanes, shafts, baffles, dampers, and drive assemblies. FREESE AND NICHOLS, INC. Lace Arlington Lill Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 23 31 13 - 6 METAL DUCTS Page 6 of 6 3. Air -handling unit internal surfaces and components including mixing box, coil section, condensate drain pans, filters and filter sections, and condensate collectors and drains. 4. Coils and related components. 5. Return -air ducts, dampers, and actuators except in ceiling plenums and mechanical equipment rooms. 6. Supply -air ducts, dampers, actuators, and turning vanes. E. Mechanical Cleaning Methodology: 1. Clean metal duct systems using mechanical cleaning methods that extract contaminants from within duct systems and remove contaminants from building. 2. Use vacuum -collection devices that are operated continuously during cleaning. Connect vacuum device to downstream end of duct sections so areas being cleaned are under negative pressure. 3. Use mechanical agitation to dislodge debris adhered to interior duct surfaces without damaging integrity of metal ducts, duct liner, or duct accessories. 4. Clean fibrous -glass duct liner with HEPA vacuuming equipment; do not permit duct liner to get wet. 5. Clean coils and coil drain pans according to NADCA 1992. Keep drain pan operational. Rinse coils with clean water to remove latent residues and cleaning materials; comb and straighten fins. F. Cleanliness Verification: 1. Visually inspect metal ducts for contaminants. 2. Where contaminants are discovered, re -clean and reinspect ducts. END OF SECTION FREESE AND NICfCOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 SECTION 23 33 00 AIR DUCT ACCESSORIES 17.1 r�ei 01►11I;71 1I 11 RELATED DOCUMENTS 233300-1 AIR DUCT ACCESSORIES Page 1 of 4 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following:. 1. Manual -volume dampers. 2. Turning vanes. 3. Flexible connectors. 4. Duct accessory hardware. 1.3 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for air duct accessories shall be per Lump Sum (LS). 2. Payment a. The work performed and the materials furnished in accordance with this item shall be paid for at the unit price bid per LS of the bid item, "Lift Station Heating and Ventilation". 3. The price bid shall include: a. Mobilization b. Furnishing and installing air duct accessories as specified in the Drawings, including but not limited to: 1) Sheet metal materials 2) Four (4) Manual -volume dampers 3) Six (6) Turning vanes 4) Four (4) Flexible connectors 5) Duct accessory hardware c. Start -Up Adjustment 1.4 SUBMITTALS A. Product Data: For the following. 1. Backdraft dampers. 2. Manual -volume dampers. 3. Duct -mounted access doors and panels. B. Product Certificates: Submit certified test data on dynamic insertion loss; self -noise power levels; and airflow performance data, static -pressure loss, dimensions, and weights. 1.5 QUALITY ASSURANCE A. NFPA Compliance: Comply with the following NFPA standards: 1. NFPA 90A, "Installation of Air Conditioning and Ventilating Systems." FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 23 33 00 - 2 AIR DUCT ACCESSORIES Page 2 of 4 2. NFPA 90B, "Installation of Warm Air Heating and Air Conditioning Systems." PART 2 - PRODUCTS 21 SHEET METAL MATERIALS A. Galvanized, Sheet Steel: Lack -forming quality; ASTM A653/A653M, G90 (Z275) coating designation; mill-phosphatized finish for surfaces of ducts exposed to view. B. Carbon -Steel Sheets: ASTM A366/A366M, cold -rolled sheets, commercial quality, with oiled, exposed matte finish. C. Aluminum Sheets: ASTM B209 (ASTM B209M), Alloy 3003, Temper H14, sheet form; with standard, one -side bright finish for ducts exposed to view and mill finish for concealed ducts. D. Extruded Aluminum: ASTM B221 (ASTM B221M), Alloy 6063, Temper T6. E. Reinforcement Shapes and Plates: Galvanized steel reinforcement where installed on galvanized, sheet metal ducts; compatible materials for aluminum and stainless -steel ducts. F. Tie Rods: Galvanized steel, 1/4-inch (6-mm) minimum diameter for 36-inch (900-mm) length or less; 3/8-inch (I0-mm)minimum diameter for lengths longer than 36 inches (900 mm), 2.2 MANUAL -VOLUME DAMPERS A. General: Factory fabricated with required hardware and accessories. Stiffen damper blades for stability. Include locking device to hold single -blade dampers in a fixed position without vibration. Close duct penetrations for damper components to seal duct consistent with pressure class. 1. Pressure Classifications of 3-inch wg (750 Pa) or Higher. End bearings or other seals for ducts with axles full length of damper blades and bearings at both ends of operating shaft. B. Low -Leakage Volume Dampers: Multiple- or single -blade, parallel- or opposed -blade design as indicated, low -leakage rating, and suitable for horizontal or vertical applications. 1. Steel Frames: Hat -shaped, galvanized, sheet steel channels, minimum of 0.064 inch (1.62 mm) thick, with mitered and welded corners; frames with flanges where indicated for attaching to walls; and flangeless frames where indicated for installing in ducts. 2. Roll -Formed Steel Blades: 0.064-inch (1.62-mm) thick, galvanized, sheet steel. 3. Roll -Formed Aluminum Blades: 0.10-inch (2.5-mm) thick aluminum sheet. 4. Blade Seals: Vinyl. 5. Blade Axles: Nonferrous (for aluminum dampers). 6. Blade Axles: Galvanized steel (for steel dampers). 7. Tie Bars and Brackets: Aluminum (for aluminum dampers). 8. Tie Bars and Brackets: Galvanized steel (for steel dampers). C. Jackshaft: 1-inch (25-mm) diameter, galvanized steel pipe rotating within a pipe -bearing assembly mounted on supports at each mullion and at each end of multiple -damper assemblies. 1. Length and Number of Mountings: Appropriate to connect linkage of each damper of a multiple -damper assembly. D. Damper Hardware: Zinc -plated, die-cast core with dial and handle made of 3/32-inch (2.4-mm) thick zinc -plated steel, and a 3/4-inch (19-mm) hexagon locking nut. include center hole to suit damper operating -rod size. Include elevated platform for insulated duct mounting. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 23 33 00 - 3 AIR DUCT ACCESSORIES Page 3 of 4 2.3 TURNING VANES A. Fabricate to comply with SMACNA's "HVAC Duet Construction Standards --Metal and Flexible." B. Manufactured Turning Vanes: Fabricate of 1-1/2-inch (38-mm) wide, curved blades set 3/4 inch (19 mm) o.c.; support with bars perpendicular to blades set 2 inches (50 mm) o.c.; and set into side strips suitable -for mounting in ducts. C. Acoustic Turning Vanes: Fabricate of airfoil -shaped aluminum extrusions with perforated faces and fibrous -glass fill. 2.4 FLEXIBLE CONNECTORS A. General: Flame -retarded or noncombustible fabrics, coatings, and adhesives complying with UL 181, Class 1. B. Standard Metal -Edged Connectors: Factory fabricated with a strip of fabric 3-1/2 inches (89 mm) wide attached to two strips of 2-3/4-inch (70-mm) wide, 0.028-inch (0.7-mm) thick, galvanized, sheet steel or 0.032-inch (0.8-mm) aluminum sheets. Select metal compatible with connected ducts. C. Extra -Wide Metal -Edged Connectors: Factory fabricated with a strip of fabric 5-3/4 inches (146 mm) wide attached to two strips of 2-3/4-inch (70-mm) wide, 0.028-inch (0.7-mm) thick, galvanized, sheet steel or 0.032-inch (0.8-mm) aluminum sheets. Select metal compatible with connected ducts. D. Transverse Metal -Edged Connectors: Factory fabricated with a strip of fabric 3-1/2 inches (89 mm) wide attached to two strips of 4-3/8-inch (I I I-mm) wide, 0.028-inch (0.7-mm) thick, galvanized, sheet steel or 0,032-inch (0.8-mm) aluminum sheets. Select metal compatible with connected ducts. E. ConventionaI, Indoor System (minus 10 to plus 250 F) Flexible Connector Fabric: Glass fabric double coated with polychloroprene. 1. Minimum Weight: 26 oz./sq. yd. (880 g/sq. m). 2. Tensile Strength: 480 lbf/inch (84 N/mm) in the warp, and 360 Ibf/inch (63 N/mm) in the filling. F. Conventional, Outdoor System (minus 10 to plus 250 F) Flexible Connector Fabric: Glass fabric double coated with a synthetic -rubber, weatherproof coating resistant to the sun's ultraviolet rays and ozone environment. 1. Minimum Weight: 26 oz./sq. yd. (880 g/sq. m). 2. Tensile Strength: 530 lbf/inch (93 N/mm) in the warp, and 440 lbf/inch (77 N/mm) in the filling. G. High -Temperature System (minus 25 to plus 500 F) Flexible Connectors: Glass fabric coated with silicone rubber and having a minimum weight of 16 oz./sq. yd. (542 g/sq. m) and tensile strength of 285 lbf/inch (50 N/mm) in the warp, and 185 lbf/inch (32 N/mm) in the filling. H. High -Corrosive -Environment System (minus 20 to plus 500 F) Flexible Connectors: Glass fabric coated with a chemical -resistant coating. 1. Minimum Weight: 14 oz./sq. yd. (474 g/sq. m). 2. Tensile Strength: 450 lbf/inch (79 N/mm) in the warp, and 340 lbf/inch (60 N/mm) in the filling. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 2333 00 - 4 AIR DUCT ACCESSORIES Page 4 of 4 2.5 ACCESSORY HARDWARE A. Instrument Test Holes: Cast iron or cast aluminum to suit duct material, including screw cap and gasket. Size to allow insertion of pitot tube and other testing instruments, and length to suit duct insulation thickness. B. Sputter Damper Accessories: Zinc -plated damper blade bracket; 1/4-inch (6-mm), zinc -plated operating rod; and a duct -mounted, ball joint bracket with flat rubber gasket and square -head set screw. C. Flexible Duct Clamps: Stainless -steel band with cadmium -plated hex screw to tighten band with a worm -gear action, in sizes 3 to 18 inches (75 to 450 mm) to suit duct size. D. Adhesives: High strength, quick setting, neoprene based, waterproof, and resistant to gasoline and grease. PART 3 - EXECUTION 3.1 INSTALLATION A. Install duct accessories according to applicable details shown in SMACNA's "HVAC Duct Construction Standards --Metal and Flexible" for metal ducts. B. Provide test holes at fan inlet and outlet and elsewhere as indicated. C. Install duct access panels for access to both sides of duct coils. Install duct access panels downstream from volume dampers, fire dampers, turning vanes, and equipment. 1. Install duct access panels to allow access to interior of ducts for cleaning, inspecting, adjusting, and maintaining accessories and terminal units. 2. Install access panels on side of duct where adequate clearance is available. D. Label access doors according to Section 23 05 53 "Identification for HVAC Piping and Equipment." 3.2 ADJUSTING A. Adjust duct accessories for proper settings. B. Adjust fire and smoke dampers for proper action. C. Final positioning of manual -volume dampers is specified in Section 23 05 93 "Testing, Adjusting, and Balancing for HVAC." END OF SECTION FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 233713-1 DIFFUSERS, REGISTERS, AND GRILLES Page 1 of 2 SECTION 23 37 13 DIFFUSERS, REGISTERS, AND GRILLES PART1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes duct -mounted diffusers, registers, and grilles. 1.3 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for "Diffusers, Register, and Grilles" shall be per Lump Sum (LS). 2. Payment a. The work performed and the materials furnished in accordance with this item shall be paid for at the unit price bid per LS of the bid item, "Lift Station Heating and Ventilation". 3. The price bid shall include: a. Mobilization b. Furnishing and installing four (4) supply grilles as specified in the Drawings c. Furnishing and installing two (2) return grilles as specified in the Drawings 1.4 DEFINITIONS A. Diffuser: Circular, square, or rectangular air distribution outlet, generally located in the ceiling and comprised of deflecting members discharging supply air in various directions and planes and arranged to promote mixing of primary air with secondary room air. B. Grille: A louvered or perforated covering for an opening in an air passage, which can be located in a sidewal I, ceiling, or floor. C. Register: A combination grille and damper assembly over an air opening. 1.5 SUBMITTALS A. Product Data: For each model indicated, include the following: Data Sheet: For each type of air outlet and inlet, and accessory furnished; indicate construction, finish, and mounting details. 2. Performance Data: Include throw and drop, static -pressure drop, and noise ratings for each type of air outlet and inlet. 1.6 QUALITY ASSURANCE A. Product Options: Drawings and schedules indicate specific requirements of diffusers, registers, and grilles and are based on the specific requirements of the systems indicated. Other manufacturers' products with equal performance characteristics may be considered. Refer to Division 01. B. NFPA Compliance: Install diffusers, registers, and grilles according to NFPA 90A "Standard for the Installation of Air -Conditioning and Ventilating Systems." FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 233713-2 DIFFUSERS, REGISTERS, AND GRILLES Page 2 of 2 PART 2 - PRODUCTS 2.1 MANUFACTURED UNITS A. Diffusers, registers, and grilles are scheduled on the Drawings. 2.2 SOURCE QUALITY CONTROL A. Testing; Test performance according to ASHRAE 70 "Method of Testing for Rating the Performance of Air Outlets and Inlets." PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas where diffusers, registers, and grilles are to be installed for compliance with requirements for installation tolerances and other conditions affecting performance of equipment. Do not proceed with installation until unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Install diffusers, registers, and grilles level and plumb, according to manufacturer's written instructions, Coordination Drawings, original design, and referenced standards. B. Duct -Mounted Outlets and Inlets: Drawings indicate general arrangement of ducts, fittings, and accessories. Air outlet and inlet locations have been indicated to achieve design requirements for air volume, noise criteria, airflow pattern, throw, and pressure drop. Make final locations where indicated, as much as practicable. C. Install diffusers, registers, and grilles with airtight connection to ducts and to allow service and maintenance of dampers, air extractors, and fire dampers. 3.3 ADJUSTING A. After installation, adjust diffusers, registers, and grilles to air patterns indicated, or as directed, before starting air balancing. 3.4 CLEANING A. After installation of diffusers, registers, and grilles, inspect exposed finish. Clean exposed surfaces to remove burrs, dirt, and smudges. Replace diffusers, registers, and grilles that have damaged finishes. END OF SECTION FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 SECTION 23 74.09 ROOFTOP AIR CONDITIONERS PART1- GENERAL 1.1 RELATED DOCUMENTS 23 74 09 - 1 ROOFTOP AIR CONDITIONERS Page 1 of 7 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following rooftop air conditioners: 1. Cooling -only units larger than 20 tons (70 kW). 1.3 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for "Rooftop Air Conditioners" shall be per Lump Sum (LS). 2. Payment a. The work performed and the materials furnished in accordance with this item shall be paid for at the unit price bid per LS for the bid item, "Lift Station Heating and Ventilation". 3. The price bid shall include: a. Mobilization b. Furnishing and installing two (2) rooftop air conditioner units and appurtenances as specified in the Drawings, including but not limited to: 1) Casing 2) Refrigerant Coils 3) Three (3) Compressor 4) Refrigeration System 5) Two (2) sets of 2" MERV 8 pleated disposable filters b) Motorized Outside -Air Damper 7) Power Connection 8) Two (2) Smoke Detectors 9) Motor 10) VFD with bypass control 11) Connections 12) One (1) 2-stage 36-kw electrical heating element 13) Economizer system including barometric relief damper, air intake, enthalpy sensor, and air relief 14) Hinged access panels and hail guards 15) Integral disconnect switch 1 G) GFCI convenience outlet 17) Low ambient temperature kit c. Testing d. Start-up Service & Adjusting e. Training f. One (1) Multi -unit Controller g. Two (2) temperature sensors FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 23 74 09 - 2 ROOFTOP AIR CONDITIONERS Page 2 of 7 1.4 DEFINITIONS A. RTU: Rooftop Units 1.5 SUBMITTALS A. Product Data: Include manufacturer's technical data for each model indicated, including rated capacities, dimensions, required clearances, characteristics, furnished specialties, and accessories. B. Shop Drawings: Detail equipment assemblies and indicate dimensions, weights, loads, required clearances, method of field assembly, components, and location and size of each field connection. Prepare the following by or under the supervision of a qualified professional engineer: 1. Design Calculations: Calculate requirements for selecting vibration isolators and for designing vibration isolation bases. 2. Wiring Diagrams: Power, signal, and control wiring. 3. Dimensioned Outline Drawings of Equipment Unit: Identify center of gravity and locate and describe mounting and anchorage provisions. 4. Detailed description of equipment anchorage devices on which the certification is based and their installation requirements. C. Field Quality -Control Test Reports. D. Operation and Maintenance Data: Include emergency, operation, and maintenance manuals. E. Warranties: Special warranties specified in this Section. 1.6 QUALITY ASSURANCE A. Product Options: Drawings indicate size, profiles, and dimensional requirements of rooftop air conditioners and are based on the specific system indicated. Refer to Section 01 60 00 "Product Requirements." 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. Fabricate and label refrigeration system to comply with ASHRAE 15, "Safety Standard for Refrigeration Systems." D. Energy -Efficiency Ratio: Equal to or greater than prescribed by ASHRAE 90.1, "Energy Efficient Design of New Buildings except Low -Rise Residential Buildings" and International Energy Conservation Code, whichever is greater." E. Coefficient of Performance: Equal to or greater than prescribed by ASHRAE 90.1, "Energy Efficient Design of New Buildings except Low -Rise Residential Buildings" and International Energy Conservation Code, whichever is greater." F. ARI Certification: Units shall be ARI certified and listed. G. ARI Compliance for Units with Capacities 135,000 BTUH (39.6 kW) and More: Rate rooftop air -conditioner capacity according to ARI 340/360, "Commercial and Industrial Unitary Air - Conditioning and Heat Pump Equipment." 1. Sound Power Level Ratings: Comply with ARI 270, "Sound Rating of Outdoor Unitary Equipment." FRE ESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 237409-3 ROOFTOP AIR CONDITIONERS Page 3 of 7 1.7 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to replace components of rooftop air conditioners that fail in materials or workmanship within specified warranty period. 1. Warranty Period for Compressors: Manufacturer's standard, but not less than 5 years from date of Substantial Completion. 2. Warranty Period for Solid -State Ignition Modules: Manufacturer's standard, but not less than 3 years from date of Substantial Completion. 3. Warranty Period for Control Boards: Manufacturer's standard, but not less than three years from date of Substantial Completion. 4. Warranty Period for Variable -Speed Fan Motors: Manufacturer's standard, but not less than 3 years from date of Substantial Completion. 5. Warranty Period for Electronic Thermostats: Manufacturer's standard, but not less than 3 years from date of Substantial Completion. PART2- PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where subparagraph titles below introduce lists, the following requirements apply for product selection: 1. Manufacturers: Subject to compliance with requirements, provide products by the manufacturers specified. 2.2 ROOFTOP AIR CONDITIONERS LARGER THAN 20 TONS (70 KW) A. Manufacturers: 1. AAON, Inc. 2. Carrier Corp. 3. Engineered Air. 4. McQuay International. 5. Trane Company (The); North American Commercial Group. 6. YORK International Corporation. B. Description: Factory assembled and tested; designed for exterior installation; consisting of compressor, refrigerant coils, supply fan, refrigeration and temperature controls, filters, and dampers. C. Casing: Manufacturer's standard double -wall galvanized sheet metal construction with exterior enamel paint finish, hinged access doors with neoprene gaskets for inspection and access to internal parts, minimum [-inch (25-mm) thick thermal insulation, perforated -metal liner knockouts for electrical and piping connections, exterior condensate drain connection, and lifting lugs. D. Refrigerant Coils: Aluminum -plate fin and seamless copper tube in galvanized -steel casing with equalizing -type vertical distributor and thermal expansion valve; tested to 450 psig (3105 kPa) and leak tested to 300 psig (2070 kPa) with air under water. Insulate coil section. Provide phenolic epoxy corrosion -protection coating to both coils. Provide stainless -steel drain pan under indoor coil. E. Compressor(s): Two hermetic reciprocating compressors with integral vibration isolators, internal overcurrent and overtemperature protection, internal pressure relief. FREESE AND NICHOLS, INC. Lake Arlington Litt Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 23 74 09 - 4 ROOFTOP AIR CONDITIONERS Page 4 of 7 F. Refrigeration System: 1. Compressor(s). 2. Outside coil and fan. 3. Four-way reversing valve and suction line accumulator. 4. Check valves. 5. Expansion valves with replaceable thermostatic elements. 6. Refrigerant dryers. 7. High-pressure switches. S. Low-pressure switches. 9. Thermostats for coil freeze-up protection during low -ambient temperature operation or loss of air. 10. Independent refrigerant circuits. 11. Brass service valves installed in discharge and Iiquid lines. 12. Charge of refrigerant. 13. Timed Off Control: Automatic -reset control shuts compressor off after 5 minutes. 14. Refrigerant Circuits: Interlaced refrigerant -coil circuiting with circuit for each compressor. 15. Capacity Control: Cylinder unloaders with steps as scheduled. 16. Compressor Motor Overload Protection: Manual reset. 17. Antirecycling Timing Device: Prevents compressor restart for 5 minutes after shutdown. 18. Adjustable, Low -Ambient, Head -Pressure Control: Designed to operate at temperatures as low as 0 F (minus 19 C) by cycling outside coil fans and controlling speed of last fan of each circuit. 19. Oil -Pressure Switch: Designed to shut down compressors on low oil pressure. G. Filters: 2-inch (50-mm) thick, high -efficiency, MERV 8 throwaway filters in filter rack; with 25 to 35 percent dust -spot efficiency and 90 percent average arrestance. H. Outside -Air Damper: Linked damper blades, for 0 to 25 percent outside air, with fully modulating, spring -return damper motor and hood. I. Control: Electronic -control system uses mixed -air temperature and selects between outside -air and return -air enthalpy to adjust mixing dampers. J. Maximum leakage 2.5 percent at nominal airflow of 400 cfm per ton (54 Lls per kW) with f- inch wg (250 Pa) pressure differential. K. Power Connection: Provide for single connection of power to unit and control -circuit transformer with built-in circuit breaker. L. Unit Controls: Provide multi -unit controller, stand-alone, solid-state control board and components contain at least the following features: 1. Default control to ensure proper operation after power interruption. 2. Service relay output. 3. Unit diagnostics and diagnostic code storage. 4. Field -adjustable control parameters. M. Smoke Sensors: Provide duct smoke sensor installed in return and supply duct. N. Optional Accessories: FREESE AND NICHOLS, INC. Lake Arlington Lill Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 23 7409-5 ROOFTOP AIR CONDITIONERS Page 5 of 7 1. Service Outlets: Two, 115-V, ground -fault, circuit -interrupter type. 2. Copper condensate drain trap. 3. Dirty -filter switch. 4. Coil guards of painted, galvanized -steel wire. 5. Vertical vent extension. 2.3 MOTORS A. General requirements for motors are specified in Section 23 05 13 "Common Motor Requirements for HVAC." B. Motor Sizes: Minimum size as indicated; if not indicated, large enough so driven load will not require motor to operate in service factor range above 1.0. C. Controllers, electrical devices, and wiring are specified in Division 26 Sections. PART 3- EXECUTION 3.1 INSTALLATION A. Install units level and plumb, maintaining manufacturer's recommended clearances. B. Equipment Concrete Pad Support: Install and secure rooftop air conditioners on the equipment concrete pad. Refer to 6/S-9 for pad details. RI 4W411100 D W I C IMI A. Piping installation requirements are specified in other Division 23 Sections. Drawings indicate general arrangement of piping, fittings, and specialties. B. Install piping adjacent to machine to allow service and maintenance. C. Duct installation requirements are specified in other Division 23 Sections. Drawings indicate the general arrangement of ducts. D. Electrical System Connections: Comply with applicable requirements in Division 26 Sections for power wiring, switches, and motor controls. E. Ground equipment according to Division 26. F. Tighten electrical connectors and terminals according to manufacturer's published torque - tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B. 3.3 FIELD QUALITY CONTROL A. Perform the following field quality -control tests and inspections and prepare test reports: 1. After installing rooftop air conditioners and after electrical circuitry has been energized, test units for compliance with requirements. 2. Inspect for and remove shipping bolts, blocks, and tie -down straps. 3. Operational Test: After electrical circuitry has been energized, start units to confirm proper motor rotation and unit operation. 4. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. B. Remove malfunctioning units, replace with new units, and retest as specified above. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revises! March 24, 2020 237409-6 ROOFTOP AIR CONDITIONERS Page 6 of 7 3.4 STARTUP SERVICE A. Complete installation and startup checks according to manufacturer's written instructions and do the following: I . Inspect for visible damage to unit casing. 2. Inspect for visible damage to compressor, air-cooled outside coil, and fans. 3. Inspect internal insulation. 4. Verify that labels are clearly visible. 5. Verify that clearances have been provided for servicing. 6. Verify that controls are connected and operable. 7. Verify that filters are installed. 8. Clean outside coil and inspect for construction debris. 9. Calibrate thermostats. 10. Adjust and inspect high -temperature limits. 11. Inspect outside -air dampers for proper stroke and interlock with return -air dampers. 12. Start refrigeration system and measure and record the following: a. Coil leaving -air, dry- and wet -bulb temperatures. b. Coil entering -air, dry- and wet -bulb temperatures. c. Outside -air, dry-bulb temperature. d. Outside -air -coil, discharge -air, dry-bulb temperature. 13. Inspect controls for correct sequencing of heating, mixing dampers, refrigeration, and normal and emergency shutdown. 14. Measure and record the following minimum and maximum airflows. Plot fan volumes on fan curve. a. Supply -air volume. b. Return -air volume. c. Relief -air volume. d. Outside -air intake volume. 15. Simulate maximum cooling demand and inspect the following: a. Compressor refrigerant suction and hot -gas pressures. b. Short circuiting of air through outside coil or from outside coil to outside -air intake. 16. Verify operation of remote panel, including pilot -light operation and failure modes. Inspect the following: a. High -limit heat exchanger. b. Warm-up for morning cycle. C. Freezestat operation. d. Economizer to limited outside -air changeover. e. Alarms. 17. After startup and performance testing, change filters, vacuum heat exchanger and cooling and outside coils, lubricate bearings, adjust belt tension, and inspect operation of power vents. 3.5 ADJUSTING A. Adjust initial temperature and humidity set points. B. Set field -adjustable switches and circuit -breaker trip ranges as indicated. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 237409-7 ROOFTOP AIR CONDITIONERS Page 7 of 7 C. Occupancy Adjustments: When requested within 12 months of date of Substantial Completion, provide on -site assistance in adjusting system to suit actual occupied conditions. Provide up to two visits to site outside normal occupancy hours for this purpose, without additional cost. 3.6 DEMONSTRATION A. Engage a factory -authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain rooftop air conditioners. Refer to Division 1 END OF SECTION FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 PAGE INTENTIONALLY LEFT BLANK DIVISION S ELECTRICAL PACE INTENTIONALLY LEFT BLANK 26 01 26 - 1 TESTING OF ELECTRICAL SYSTEMS Page 1 of 4 SECTION 26 0126 TESTING OF ELECTRICAL SYSTEMS PART1- GENERAL 1.1 WORK INCLUDED A.Furnish labor, material, equipment and incidentals of an independent testing agency. B.These specifications cover the suggested field tests and inspections that are available to assess the suitability for initial energization and final acceptance of electrical power equipment and systems. C.The purpose of these specifications is to assure that electrical equipment and systems are operational, are within applicable standards and manufacturer's tolerances, and are installed in accordance with design specifications. D.The Work specified in these specifications may involve hazardous voltages, materials, operations, and equipment. These specifications do not purport to address all of the safety issues associated with their use. It is the responsibility of the user to review all applicable regulatory limitations prior to the use of these specifications. E. Testing will be inclusive of all low voltage equipment including conductors that are provided under this Contract. F. Testing will include all arc flash relay protective schemes and operation of the low voltage equipment. G.All testing and commissioning of the arc flash relay protective equipment will be performed by Schweitzer Engineering Laboratories (SEL) personnel. At no time will any other person or entity set, alter, or adjust settings of the arc flash protective relays. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item will be by lump sum. 2. Payment a. The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for power system study. 3. The price bid shall include: a. Furnishing and installing power system study as specified by the Drawings b. Mobilization c. Startup and testing 1.3 QUALITY ASSURANCE A.Testing Organization: 1. The testing organization will be an independent, third party entity which can function as an unbiased testing authority, professionally independent of the manufacturers, suppliers, and installers of equipment or systems being evaluated. 2. Testing organization will be regularly engaged in the testing of electrical equipment devices, installations, and systems. 3. The Testing organization will use technicians who are regularly employed for testing services. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 260126-2 TESTING OF ELECTRICAL SYSTEMS Page 2 of 4 4. An organization having a designation of NETA Accredited Company issued by the International Electrical Testing Association meets the above criteria. 5. Independent testing agency will follow all tests and recommendations in NETA Acceptance Testing Specification for all equipment provided. 6. Testing Organization performing the Work will submit appropriate documentation to demonstrate that it satisfactorily complies with these requirements, 7. Acceptable Testing Agencies: a. National Field Services. b. Real Power Technologies. c. Shermco Industries. d. Electrical Power Systems. Testing Personnel: a. Technicians performing these electrical tests and inspections will be trained and experienced concerning the apparatus and systems being evaluated. These individuals will be capable of conducting the tests in a safe manner and with complete knowledge of the hazards involved. They must evaluate the test data and make a judgment on the serviceability of the specific equipment. b. Technicians will be certified in accordance with ANSI/NETA ETT, Standard for Certification of Electrical Testing Technicians. Each on -site crew leader will hold a current certification, Level 3 or higher, in electrical testing. t.4 SUBMITTALS A. Submittals will be in accordance with Section 01 33 00 "Submittals" and will include: I . Electrical Qualifications & List of Test Submittals: 60 days prior to any testing taking place, Contractor will submit to the Owner/Engineer the name of the testing agency; a list of all tests to be conducted will also be submitted at this same time. No testing will take place until this has been submitted and approved by the Engineer. 2. Electrical Testing Plan: A minimum of 2 weeks before testing is to take place, Contractor will 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 will be submitted by the testing agency performing installation checks, operation and testing of the low voltage equipment. This report will certify that: 1) The equipment has been properly installed. 2) Is in accurate alignment. 3) Meets the acceptance testing specifications of NETA and the equipment manufacturer. b. Provide a detailed list of all tests that were performed and the test results as part of the Electrical Testing Report. c. Electrical Testing Report(s) will be submitted to the Engineer for approval no later than I week after testing has been conducted. 1.5 STANDARDS A.The applicable provisions of the following standards will apply as if written here in their entirety: 1. American National Standards Institute (ANSI). 2. Association of Edison Illuminating Companies (AEIC). 3. ASTM International (ASTM), FREESE AND NICHOLS, INC. Lake Arlington Lill Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 260126-3 TESTING OF ELECTRICAL SYSTEMS Page 3 of 4 4. Electrical Apparatus Service Association (EASA). 5. Institute of Electrical and Electronic Engineers (IEEE). 6. Insulated Cable Engineers Association (ICEA). 7. International Electrical Testing Association (NETA). 8. National Electrical Manufacturers Association (NEMA). 9. National Fire Protection Association (NFPA). 10. Occupational Safety and Health Administration (OSHA). 11. State and local codes and ordinances. 12. Underwriters Laboratories, Inc. (UL). PART 2 - PRODUCTS (NOT APPLICABLE) PART 3 - EXECUTION 3.1 GENERAL A.AII testing will be witnessed by the Owner's representative. Types of equipment required to be tested by these specifications will include but not be limited to the following: l , Low Voltage Cables, 2. Switchboards. 3. Generator. 4. Variable Frequency Drives. 5. Automatic Throw Over. 6. Grounding. B. At a minimum, unless indicated otherwise, all testing will be in accordance with the manufacturer's recommendations for energization and startup of the equipment. C. Testing will include a complete functionality testing of electrical equipment under all the different operating parameters identified by the Owner and Engineer. D.Electrical testing instrument calibration will be as indicated in ANSI/NEMA ATS-2017. 3.2 TEST REPORT A.The test report will include the following: l . Summary of the Project. 2. Description of equipment tested. 3. Description of tests. 4. Test data. 5. Analysis and recommendations. B.Test data records will include the following minimum requirements: I . Identification of the testing organization. 2. Equipment identification. 3. Nameplate data. 4. Humidity, temperature, and other conditions that may affect the results of the tests and/or calibrations. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 26 01 26 - 4 TESTING OF ELECTRICAL SYSTEMS Page 4 of 4 5. Date of inspections, test, maintenance, and/or calibrations. 6. Identification of the testing technician. 7. Identification of inspections, tests, maintenance, and/or calibrations to be performed and recorded. 8. Identification of expected results when calibrations are to be performed. 9. Identification of as -found and as -left results, as applicable. 10. Identification of all test results outside of specified tolerances. 11. Sufficient spaces to allow all results and comments to be indicated. C. The testing organization will furnish a copy or copies of the complete test report as specified. 3.3 TEST DECAL A.The testing organization will affix a test decal on the exterior of equipment or equipment enclosure of protective devices after performing electrical tests. B.The test decal will be color -coded to communicate the condition of maintenance for the protective device. Color scheme for condition of maintenance of overcurrent protective device will be: 1. White: Electrically and mechanically acceptable. 2. Yellow: Minor deficiency not affecting fault detection and operation, but minor electrical or mechanical condition exists. 3. Red: Deficiency exists affecting performance, not suitable for service. C.The decal will include: 1. Testing organization. 2. Project identifier. 3. Test date. 4. Technician identifier. 3.4 POWER SYSTEM TESTING A. Contractor will test the operation of the power distribution system, i.e. transformers, automatic throw over, double throw disconnect switches, 480V MCC, etc., for the various possible system configurations under load conditions. B.Testing will include, but not be limited to the following: 1. Normal power from Utility Source, 2. Back-up power from Generator. C. Contractor will submit a detailed testing plan of the different configurations to be tested for the Owner's and Engineer's approval. END OF SECTION FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 26 05 00 - 1 COMMON WORK RESULTS FOR ELECTRICAL Page 1 of 5 SECTION 26 05 00 COMMON WORK RESULTS FOR ELECTRICAL PARTI- GENERAL 1.1 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary for complete and operational electrical systems, as specified herein. B. This Section, as well as Division 1, concerns all other Sections in Division 26 will be considered a part of each of those Sections as if written in their entirety. C. Permanent Utilities: 1. Contractor will be responsible to coordinate power at the Site with Oncor Electric Delivery. 2. Owner will be responsible to absorb the cost of providing utility power to the Site and associated utility upgrades along Freeman Drive. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the various Items bid. 2. Payment a. 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. 1.3 WILL QUALITY ASSURANCE A. Electrical Contractors' Qualifications: 1. 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 will be on -site at all times when electrical Work is being performed. Electrical Work will be performed under the direct supervision of a Master Electrician who holds a valid license in Texas. Contractor will provide a monthly report to the Owner/Engineer for review stating that the Master Electrician has been to the Site and thoroughly reviewed the Work. The report will be signed by the Master Electrician and include the data and time the Master Electrician was on the Site. 2. Contractor's company must have 5 years of experience with performing electrical Work within lift stations. B. Workmanship: Work will be performed in accordance with quality commercial practices. The appearance of finished Work will be of equal importance with its operation. Materials and equipment will be installed based upon the actual dimensions and conditions at the Site. Locations for materials or equipment requiring an exact fit will be field measured. 1.4 SUBMITTALS A. Submittals will be in accordance with Section 01 33 00 "Submittals" and will include: 1. Submittals will be submitted separated by specification section. Combined submittals will not be reviewed. Submittal will be marked not approved, revise and resubmit. 2. Incomplete submittals will not be reviewed and will be marked revise and resubmit. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECIINICAC. CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 ReVised March 24, 2020 260500-2 COMMON WORK RESULTS FOR ELECTRICAL Page 2 of 5 3. Resubmittals will be marked with a red strike -through for the items removed from the submittal and clouded with the items added to the submittal. Submittals will be marked to track changes between resubmittals. 4. Component catalog number and manufacturing data sheet, indicating pertinent data and identifying each component by the item number and nomenclature as specified. Any sheet in a submittal with multiple part numbers where the submitted part number is not clearly marked will be automatically rejected. 5. Component drawings showing dimensions, mounting, and external connection details in AutoCAD format. 6. Operation and maintenance manuals will contain the Shop Drawings, submittals, spare part lists, schematics, project -specific final wiring diagrams with any changes made during startup and maintenance procedures. 7. Unless other additional information is required by the detailed equipment specifications, the following information will 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 load. 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. 1. Rotor inertia in Kg-m' or Lb -Ft' B. Delays during submittals due to the Contractor not following the format mentioned above will not be the fault of the Owner or Engineer. C. Contractor will: 1. Prepare, and keep up-to-date, the Record Drawings and detailed construction drawings. 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. 3. 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. 5. 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 will be brought to the Engineer's attention. 6. Provide revised drawings in AutoCAD noting any changes made to equipment during startup. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 260500-3 COMMON WORK RESULTS FOR ELECTRICAL Page 3 of 5 1.5 STANDARDS A. Electrical Work will 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 will apply. The applicable provisions of the following standard will apply as if written here in their entirety: I. American National Standards Institute (ANSI). 2. Association Edison Illuminating Companies (AEIC). 3. ASTM International (ASTM). 4. Environmental Protection Agency (EPA). 5. Institute of Electrical and Electronic Engineers (IEEE). 6. Insulated Power Cable Engineers Association (IPCEA). 7. International Electrical Testing Association (NETA). 8. International Electrotechnical Commission (IEC). 9. Local electrical ordinance. 10. Local utility companies. 11. National Electrical Code (NEC). 12. National Electrical Contractors Association (NECA). 13. National Electrical Manufacturers Association (NEMA). 14. National Electrical Safety Code (NESC). 15. National Fire Protection Association (NFPA). 16. Occupational Safety and Health Administration (OSHA). 17. Rural Electrification Association (REA). 18. Texas Commission on Environmental Quality (TCEQ). 19. Underwriters Laboratories (UL). 20. Uniform Building Code (UBC). 1.6 DELIVERY AND STORAGE 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 will be stored indoors and space heaters energized where applicable. Equipment that will be stored indoors for an extended period of time and that do not have space heaters will have a 100-watt incandescent light or resistive heater placed in it and energized to eliminate the build-up of condensation in the equipment. Coordinate with equipment manufacturer for storage requirements. Damaged equipment will not be acceptable. Upon installation, protect the materials until the Work is completed and accepted by the Owner. 1.7 JOB CONDITIONS A. Permits, licenses and inspections will be secured and paid for as required by law for the completion of the Work. Certificates of approval will 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 will be as proposed by the Contractor and approved by the Engineer. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 260500-4 COMMON WORK RESULTS FOR ELECTRICAL. Page 4 of 5 C. Should project conditions require any rearrangement of Work, or if equipment or accessories can be installed better than the general arrangement of Work on the Drawings, the Contractor will prepare and submit plans of the proposed rearrangement for the Engineer's review and approval. D. Motor horsepower ratings identified are anticipated ratings. If the actual equipment is a different size, the Contractor will provide the appropriate wiring, conduit, over current protection, starters and accessories for a complete and working system at no cost to the Owner. E. Contractor is required to abide by the Owner's construction safety and health program where applicable. F. Clearances indicated in the National Electrical Code must be maintained around equipment. PART 2 - PRODUCTS 2.1 MATERIALS A. Supplemental or alternative materials supplied and installed by the Contractor must be approved prior to installation. Materials installed without pre -approval through the submittals process will be removed from the Site and replaced at no additional cost to the Owner. No exceptions. B. Discrepancies between the Drawings and Specifications will be addressed prior to bidding the Project, otherwise the most expensive of the two options will be assumed. PART 3 - EXECUTION 3.1 INSTALLATION A. All enclosures for equipment unless specifically identified otherwise will be: 1. NEMA 12for indoor, air conditioned areas. 2. NEMA 4X, 316 stainless steel for exterior applications and all other locations. B. Maintain waterproof integrity of conduit penetrations through enclosures, the roof, exterior walls and floors. C. Install steel reinforced concrete foundations below floor mounted switchboards, panelboards, motor control centers, transformers, and other floor mounted electrical equipment. Concrete foundations will not be less than 4 inches high. Neatly chamfer top edges. Concrete foundations will be 4 inches wider and 4 inches longer than the base of the equipment being installed. Concrete will be in accordance with Division 03, and will be reinforced with a minimum of 6-inch x 6-inch #6 welded wire mesh. D. Route all conduits parallel to building lines, columns, or steel route conduits near to columns and roof beams. 3.2 CUTTING AND PATCHING A. Provide adequate support during cutting operations to prevent any damage to the affected masonry. Where openings are cut through masonry walls, provide lintels or structural supports to protect the remaining masonry. The cutting of structural members will not be permitted without the specific written approval of the Engineer. FREESE AND NICHOLS, INC. Lake Arlington Lill. Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 260500-5 COMMON WORK RESULTS FOR ELECTRICAL Page 5 of 5 3.3 PAINTING A. Painting will be in accordance with Division 09. Maintain the original factory finish on material and equipment installed, unless specifically indicated on the Drawings or Specifications. If the finish is marred in transit or during installation, re -finish to a neat, workmanlike appearance. Leave equipment and raceway systems clean and free of grease, dirt, rust, and in a suitable condition for painting. 3.4 EXCAVATION, TRENCHING, BACKFILLING AND GRADING A. Prior to any excavation or trenching, 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, will be repaired to operable condition immediately at no cost to the Owner. B. Barricade open trenches and excavations for the entire duration of the Project. Barricades for excavations will have warning lights maintained during hours of darkness. Trenches will be marked with warning tape, or access to trenches will be prohibited with readily identifiable sawhorses, warning tape or other acceptable means. Barriers will be illuminated or recognizable during hours of darkness. Barriers and tape will be properly maintained at all times. C. Protect all adjacent Work, structures and properties. Damage to adjacent Work, structures or properties will be repaired, or the cost of repair reimbursed in full. D. All construction areas will be finally graded as indicated on the Contract Documents, or to the conditions of the Site prior to construction. Grading will bring the Site back to the existing conditions as close as practical. Turfed areas will be sodded, or hydro -mulched with matching turf. Landscaping will be replaced with identical shrubbery, ground cover, or plants as existed. Contractor will be responsible for maintaining water on new turf and landscaping until established. If new turf and landscaping is impractical due to weather conditions, Contractor will 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. F. In cases where high voltage ductbanks may exist, Contractor will employ safe drilling/excavating techniques such as vacuum excavation, etc. 3.5 LOCKING OF ELECTRICAL FACILITIES A. Install locks immediately upon the installation of the electrical facility. Provide padlocks for exterior electrical facilities subject to unauthorized entry. Furnish the Owner with two keys per lock up to a quantity of 10 keys. Furnish locks to match the Owner's locking system. 3.6 CLEANING AND ADJUSTING A. Remove shipping labels, dirt, paint, grease, and stains from equipment. Remove debris as it accumulates. Clean electrical equipment and the entire electrical installation upon completion of the Work. END OF SECTION FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 PAGE INTENTIONALLY LEFT BLANK 2605 19 - 1 LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES Page I of 7 SECTION 26 05 19 LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES PART1- GENERAL 1.1 WORK INCLUDED A.Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item will be by lump sum. 2. Payment a. The work performed and materials furnished in accordance with this Item will be paid for at the Iump sum price bid for cables and conduits. 3. The price bid shall include: a. Furnishing and installing cables and conduits as specified by the Drawings b. Mobilization 1.3 SUMMARY A.Section Includes: 1. Building wires and cables rated 2000 V and less. 2. Connectors, splices, and terminations rated 2000 V and less. 1.4 DEFINITIONS A.VFD: Variable Frequency Drive. 1.5 SUBMITTALS A. Product Data: For each type of product. B.Product Schedule: Indicate type, use, location, and termination Iocations. 1.6 INFORMATIONAL SUBMITTALS A.Qualification Data: For testing agency. 1.7 QUALITY ASSURANCE A.Testing Agency Qualifications: Member company of META. 1. Testing Agency's Field Supervisor: Certified by NETA to supervise on -site testing. 1.8 DELIVERY AND STORAGE A.Deliver cable and wire to the Site in the original packages. Conductors with damaged insulation or exposed nylon jacketing will not be permitted. B. Where cut lengths are specified, mark reel footage accordingly. Each reel will contain one continuous length of cable. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 260519-2 LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES Page 2 of 7 C. 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. D.Do not drop reels from any height. E. Unload reels using a sling and spreader bar. Roll reels in the direction of the arrows shown an the reel and on surfaces free of obstructions that could damage the wire and cable. F. Store cable on a solid, well drained location. Cover cable reels with plastic sheeting or tarpaulin. Do not lay reels flat. G.Provide moisture protection by using manufacturer's standard procedure or heat shrinkable self - heating end caps applied to both ends of cable. Do not remove end caps until cables are ready to be terminated. PART 2 - PRODUCTS 2.1 CONDUCTORS AND CABLES A.Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Alpha Wire Company. 2. Belden Inc. 3. Encore Wire Corporation. 4. General Cable Technologies Corporation. 5. Southwire Company. 6. Okonite. 7. Houston Wire & Cable. B.Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C.Conductor and Cable Marking: Comply with wire and cable marking according to UL's "Wire and Cable Marking and Application Guide." D.Comply with UL 1277, UL 1685, and NFPA 70 for Type TC-ER cable used in VFD circuits. E. Conductors: Copper, complying with NEMA WC 70/ICEA S-95-658. 1. Conductor Insulation: Conductor with thermoplastic insulation rated at 600 volts. Wire will be water tank tested and approved as machine tool wire, in accordance with National Machine Tool Builders Association. Comply with NEMA WC 70/ICEA S-95-658 for Type XHHW-2. 2. VFD Cable: Type TC-ER with oversized crosslinked polyethylene insulation, dual spirally wrapped copper tape shields and three bare symmetrically applied ground wires, and sunlight- and oil -resistant outer PVC jacket, multi -conductor cable specifically approved for the installation of cable trays in accordance with NEC Article 340. Cable will be IEEE and UL Flame Resistant compliant. Each cable will be approved for use in wet or dry locations at 90 degrees Celsius. The individual conductors will be twisted together and jacketed with a PVC outer covering containing a UL label and necessary identification, including the manufacturer, the number of conductors, size, conductors, sun -resistance, and other pertinent information. VFD cable insulation will be rated at 2000V when used on a nominal 480V system. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 260519-3 LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES Page 3 of 7 2.2 CONNECTORS AND SPLICES A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. 3M Electrical Products. 2. Ideal Industries, Inc. 3. ILSCO. 4. O-Z/Gedney; a brand of Emerson Industrial Automation, 5. AFC Cable Systems, Inc. 6. HubbeI Power systems, Inc. 7. Thomas & Betts Corporation, A Member of the ABB Group. 8. Tyco Electronics Corp. B.Description: Factory -fabricated connectors and splices of size, ampacity rating, material, type, and class for application and service indicated; listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. Connectors, Compression, Copper, 600 Volt: The appropriate hole sizes and spacing which are in accordance with NEMA standards; two holes in the tongue for use on conductor sizes 250 kcmil or larger; not required for connections to the circuit breakers in the lighting and/or receptacle panels. All compression connectors will be long -barrel type, no exceptions. D.600-Volt Plastic Tape: Minnesota Mining & Manufacturing Company No. 35. E. Wirenuts: Silicone -based pre -filled spring wire connecting devices with plastic covering; UL listed for damp and wet locations. Wirenut will meet requirements of LJL 496D for Sealed Wire Connector Systems. Wirenut will 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. F. Split Bolts: Will be usable for connecting conductors which are both copper, both aluminum or one copper and one aluminum. Split bolts will have a spacer between the two conductors, which it connects. G.MechanicaI Set Screw Connector: Consisting of an aluminum body which has openings on opposite ends for insertion of the conductors. Conductors inserted into these holes will each be clamped by two set screws. Connectors will be suitable for use with copper conductors. H.Rubber Tape: Scotch 2210. I. Vinyl Tape: Scotch 88. J. Arc Proofing Tape: 3M "Scotch 77 Fire and Electric Arc Proofing Tape". Fireproofing will be done with a half -lapped layer of arc proofing tape, anchored at each end with a double wrap of 3M "Scotch 69 Glass Cloth Electrical Tape". K.Insulating Resin: Scotch 3576, 3577, or 3578. L. Power Distribution Blocks: Rated for 600 VAC and termination of copper conductors. Individual poles will be constructed of tin plated aluminum and mounted on an insulating base. PART 3 - EXECUTION 3.1 CONDUCTOR MATERIAL APPLICATIONS A.Feeders. Copper; solid for No. 10 AWG and smaller; stranded for No. 8 AWG and larger. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 2605 19-4 LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES Page 4 of 7 B.Branch Circuits: Copper. Solid for No. 10 AWG and smaller; stranded for No. 9 AWG and larger. C. VFD Output Circuits Cable: Extra -flexible stranded for all sizes. 3.2 CONDUCTOR INSULATION AND MULTICONDUCTOR CABLE APPLICATIONS AND WIRING METHODS A.Service Entrance: Type XHHW-2, single conductors in cable bus. B.Exposed Feeders: Type XHHW-2, single conductor or multi -conductor in raceway. C.Feeders Concealed in Concrete, below Slabs -on -Grade, and Underground: Type XHHW-2, single conductors in raceway. D.Feeders in Cable Tray: Type XHHW-2, single conductors larger than No. 1/0 AWG. E. Exposed Branch Circuits, Including in Crawlspaces: Type XHHW-2, single conductors in raceway. F. Branch Circuits Concealed in Concrete, below Slabs -on -Grade, and Underground: Type XHHW- 2, single conductors in raceway. G.Branch Circuits in Cable Tray: Type XHHW-2, single conductors larger than No. 1/0 AWG, multi conductor smaller than No. 1/0 AWG. H.Cord Drops and Portable Appliance Connections: Type SO, hard service cord with stainless - steel, wire -mesh, strain relief device at terminations to suit application. I. VFD Output Circuits: Type TC-ER cable with dual tape shield. 3.3 INSTALLATION OF CONDUCTORS AND CABLES A.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. B. Conceal cables in finished walls, ceilings, and floors unless otherwise indicated. C.Complete raceway installation between conductor and cable termination points according to Section 26 05 33 "Raceways and Boxes for Electrical Systems" prior to pulling conductors and cables. D.Use manufacturer -approved pulling compound or lubricant where necessary; compound used must not deteriorate conductor or insulation. Do not exceed manufacturer's recommended maximum pulling tensions and sidewall pressure values. E. Use pulling means, including fish tape, cable, rope, and basket -weave wire/cable grips, that will not damage cables or raceway. F. Install exposed cables parallel and perpendicular to surfaces of exposed structural members, and follow surface contours where possible. G.Support cables according to Section 26 05 29 "Hangers and Supports for Electrical Systems." H. Complete cable tray systems installation according to Section 26 05 36.01 "Cable Trays for Electrical Systems" prior to installing conductors and cables. FREESE AND NICHOLS, INC. Lake Arlington Lill Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 260519-5 LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES ,Page 5 of 7 I. 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 will be permitted to be installed after the installation of the remainder of the raceway system. The installation of these conductors will be limited to exposure to damage for a maximum of 1 week prior to installing flexible connection and making final terminations. Any conductors exposed to damage (i.e. not installed in raceway) longer than I week will be subject to rejection by the Owner and/or Engineer. If rejected, the cables will be removed, discarded, replaced, reinstalled and retermination at the Contractor's expense. J. Installed unapproved wire will be removed and replaced at the Contractor's expense. K.Grouping conductors together into one conduit will not be allowed where the plans indicate the conductors to be placed in separate conduits. Each home run shown on the plans will be in its own conduit. L. Neatly train wiring inside boxes, equipment and panelboards. Pull conductors into a raceway at the same time and use UL listed wire pulling Iubricant for pulling No. 4 AWG and larger wire. M. Except for hand -pulled conductors into raceways, all wire and cable installation will be installed with tension -monitoring equipment. Where conductors are found to have been installed without tension -monitoring, the conductors and cables will be immediately removed from the raceways, permanently identified as rejected material, and removed from the Site. New conductors and cables will be reinstalled, tagged, and raceways resealed, all at the Contractor's expense. N.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. O.AII wire and cable installed in cable trays will be UL Listed as Type TC, for cable tray use. P. 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 arc 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. Q.Properly support cables in accordance with the NEC and manufacturer's recommendations in all raceways. Provide strain relief as required. R. 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 Section 26 05 53 "Identification for Electrical Systems." S. Cap and label each side of spare conductors not terminated with the UL listed end caps. T. 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. U.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. V.Each circuit will include a ground wire. Sharing grounds or neutrals is not allowed. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: t00995 Revised March 24, 2020 260519-6 LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES Page 6 of 7 3.4 CONNECTIONS A.Tighten electrical connectors and terminals according to manufacturer's published torque - tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A-486B. B.Make splices, terminations, and taps compatible with conductor material and that possess equivalent or better mechanical strength and insulation ratings than unspliced conductors. C. Power Conductors: Splicing of existing power conductors will be permitted where specifically indicated on the plans. Splices for all other circuits will be disallowed. Splice injunction boxes or at outlets only for lighting and receptacle branch circuits. Splices for all other circuits will be disallowed. All splices are subject to the Engineer's approval. Obtain approval from Engineer before installing any splices. D.For existing installations, splices of 120 V circuits will use twist -on wire nuts. E. Where pre -approved by Engineer, 480 V splices will terminate conductors using power distribution blocks mounted in a junction box. F. No splicing of conductors will be performed in any below ground structure. G.Condulet type fittings will not contain splices. Under no condition will conductors of a different color be spliced together. H.For No. 10 and smaller, connect conductors with a silicone filled twist -on spring wirenut. If a splice or tap is below 3 feet 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 the MCC, VFDs, panels, etc. will be on the terminal strips or power distribution blocks. I. For No. 8 and larger, connect conductors with 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 feet above the finished grade, the tape or splice will have a final outer coating or insulating resin. Splices must be pre -approved by the Engineer. J. Furnish and install power distribution blocks as required for terminating 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. K.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. L. Use crimp connectors on all stranded conductors. M. Soldered mechanical joints insulated with tape will not be acceptable. N.SINGLE CONDUCTORS: Sufficient wire will be left at outlets to make connections to equipment without straining. Light switches and receptacles will be connected with pig -tails and crimp -on connectors. 3.5 IDENTIFICATION A.Identify and color -code conductors and cables according to Section 26 05 53 "Identification for Electrical Systems." All single conductors No. 8 AWG and larger will have phase colored insulation the continuous length of the cables. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 260519-7 LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES Page 7 of 7 B.Identify each spare conductor at each end with identity number and location of other end of conductor, and identify as spare conductor. 3.6 FIELD QUALITY CONTROL A.Testing Agency Engage a qualified testing agency to perform tests and inspections. 1. After installing conductors and cables and before electrical circuitry has been energized, test service entrance and feeder conductors and conductors feeding the following critical equipment and services for compliance with requirements. a. VFD-1 b. VFD-2 c. VFD-3 d. PUMP-1 c. PUMP-2 f. PUMP-3 g. ODOR CONTROL h. GEN-1 2. Perform each of the following visual and electrical tests: a. Inspect exposed sections of conductor and cable for physical damage and correct connection according to the single -line diagram. b. Test bolted connections for high resistance using one of the following: 1) A low -resistance ohmmeter. 2) Calibrated torque wrench. 3) Thermographic survey. c. Inspect compression applied connectors for correct cable match and indentation. d. Inspect for correct identification. e. Inspect cable jacket and condition. f. Insulation resistance test on each conductor with respect to ground and adjacent conductors. Apply a potential of 500-V do for 300-V rated cable and 1000-V do for cables rated between 600-V and 2400-V for a 10-minute duration. g. Continuity test on each conductor and cable. IL Uniform resistance of parallel conductors. B. Cables will be considered defective if they do not pass tests and inspections. C.Prepare test and inspection reports to record the following: 1. Procedures used. 2. Results that comply with requirements. 3. Results that do not comply with requirements and corrective action taken to achieve compliance with requirements. 4. Remove and replace malfunctioning units and retest as specified above. END OF SECTION FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number. 100995 Revised March 24, 2020 PAGE INTENTIONALLY LEFT BLANK 26 05 23 - 1 CONTROL -VOLTAGE ELECTRICAL POWER CABLES Page 1 of 9 SECTION 26 05 23 CONTROL -VOLTAGE ELECTRICAL POWER CABLES PART1- GENERAL 1.1 WORK INCLUDED A.Furnish labor, materials, equipment and incidentals necessary to install 600-volt wires and cables. Electrical Work will be in accordance with Section 26 05 00 "Common Work Results for Electrical." B. Work will include building wire, cable, wiring connections and terminations, and modular wiring systems. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the various Items bid. 2. Payment a. 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. 1.3 SUMMARY A. Section Includes: 1. Multimode optical -fiber cabling. 2. UTP cabling. 3. RS-485 cabling. 4. Low -voltage control cabling. 5. Control -circuit conductors. 6. Triad shielded cable (RTD cable). 7. Identification products. 1.4 DEFINITIONS A.EMI: Electromagnetic interference. B. Low -Voltage: As defined in NFPA 70 for circuits and equipment operating at less than 50 volts or for remote -control and signaling power -limited circuits. C.UTP: Unshielded twisted pair. 1.5 SUBMITTALS A.Submittals will be in accordance with Section 0133 00 "Submittals" and will include: 1. Shop Drawings: For each type of product. 2. Source quality -control reports. 3. Field quality -control reports. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 260523-2 CONTROL -VOLTAGE ELECTRICAL POWER CABLES Page 2 of 9 PART 2 - PRODUCTS 2.1 SYSTEM DESCRIPTION A.Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. 2.2 WILLWILLUTP CABLE A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. 3M. 2. ADC. 3. Alpha Wire Company. 4. AMP NETCONNECT; a Tyco Electronics brand; a TE Connectivity Ltd. company. 5. Belden CDT Networking Division/NORDX. 6. Berk-Tek; a Nexans company. 7. CommScope, Inc. 8. Draka USA. 9. General Cable; General Cable Corporation. 10. Genesis Cable Products; Honeywell International, Inc. 11. KRONE Incorporated. 12. Mohawk; a division of Belden Networking, Inc. 13. Nexans. 14. Siemon. 15. Siemon Co. (The). 16. Superior Essex Inc. 17. SYSTIMAX Solutions; a CommScope Inc. brand. B. Description: 100-ohm, four -pair UTP . 1. Comply with ICEA S-90-661 for mechanical properties of Category 5e cables. 2. Comply with ICEA S-102-700 for mechanical properties of Category 6 cables. 3. Comply with TIA-568-C.1 for performance specifications. 4. Comply with TIA-568-C.2, Category 5e, Category 6. 5. Listed and labeled by an NRTL acceptable to authorities having jurisdiction as complying with UL 444 and NFPA 70 for the following types: a. Communications, Plenum Rated: Type CMP complying with UL 1685 or Type CMP in listed plenum communications raceway. b. Communications, Riser Rated: Type CMP, or Type CMR in listed plenum or riser communications raceway. c. Communications, General Purpose: Type CM or Type CMG 2.3 UTP CABLE HARDWARE A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. ADC. 2. American Technology Systems Industries, Inc. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 260523-3 CONTROL -VOLTAGE ELECTRICAL POWER CABLES Page 3 of 9 3. AMP NETCONNECT; a Tyco Electronics brand; a TE Connectivity Ltd. company. 4. Belden CDT Networking Division/NORDX. 5. Belden Inc. 6. Corning Cable Systems. 7. Dynacom Corporation. 8. Hubbell Incorporated; Wiring Device-Kellems. 9. HubbelI Premise Wiring. 10. KRONE Incorporated. 11. Leviton Manufacturing Co., Inc. 12. Molex Premise Networks. 13. Panduit Corp. 14. Siemon Co. (The). 2.4 RS-485 CABLE A.Standard Cable: NFPA 70, Type CMG. 1. Paired, two pairs, twisted, No. 22 AWG, stranded (700) tinned -copper conductors. 2. PVC insulation. 3. Unshielded. 4. PVC jacket. 5. Flame Resistance: Comply with UL 1685. B.Plenum-Rated Cable: NFPA 70, Type CMP. 1. Paired, two pairs, No. 22 AWG, stranded (700) tinned -copper conductors. 2. Fluorinated ethylene propylene insulation. 3. Unshielded. 4. Fluorinated ethylene propylene jacket. 5. Flame Resistance: NFPA 262. 2.5 LOW -VOLTAGE CONTROL CABLE A.Paired Cable: NFPA 70, Type CMG. 1. Individually and overall shielded onepair, twisted, No. 18 AWG, stranded 1900tinned- copper conductors with 0.021-inch extruded PVC; 0.004-inch nylon insulation twisted into pairs, stranded into a core and enclosed by a non -hygroscopic core tape, 100 percent coverage, helically wound, aluminum foil shield, and drain wire. Pairs will be black/red or black/white numbered. Cables will be 600 volts in accordance with NEC-725 and IEEE 383 and will be suitable for wet location. 2. Extruded PVC jacket minimum 0.050. 3. Flame Resistance: Comply with UL 1685, B. Plenum -Rated, Paired Cable: NFPA 70, Type CMP, 1. Individually and overall onepair, twisted No. 18 AWG, stranded 1900 tinned -copper conductors. 2. PVC insulation. 3. PVC jacket. FREESE AND NICHOLS, INC. Lake Arlington Lilt Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 260523-4 CONTROL -VOLTAGE ELECTRICAL POWER CABLES Page 4 of 9 4. Flame Resistance: Comply with NFPA 262. 2.6 CONTROL -CIRCUIT CONDUCTORS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. General Cable; General Cable Corporation. 2. Southwire Company. 3. Alpha. 4. Okonite. 5. Belden. 6. Houston Wire and Cable. B. General: I . Wires and cables will be soft -drawn, annealed copper with a conductivity of not less than that of 98 percent pure copper, UL 83 and UL 1063 listed, rated 600 volts and certified for continuous operation at maximum conductor temperature of 90 degrees Celsius in dry locations and in wet locations. 2. Control, signal and instrumentation circuits and as specifically indicated on the Drawings the minimum conductor permitted is #12. C. Single Conductor Cables: Conductor with thermoplastic insulation rated at 600 volts and insulated with type XHHW-2 insulation. Wire will be water tank tested and approved as machine tool wire, in accordance with National Machine Tool Builders Association. D.Class 1 Control Circuits: Stranded copper, Type XHHW-2, in raceway, complying with UL 44. E. Class 2 Control Circuits: Stranded copper, Type XHHW-2, in raceway power -limited tray cable, in cable tray, complying with UL 44, F. Class 3 Remote -Control and Signal Circuits: Stranded copper, Type XHHW-2, in raceway power -limited tray cable, in cable tray, complying with UL 44. G.Class 2 Control Circuits and Class 3 Remote -Control and Signal Circuits That Supply Critical Circuits: Circuit Integrity (CI) cable. Smoke control signaling and control circuits. 2.7 TRIAD SHIELDED CABLE (RTD CABLE) A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: General Cable; General Cable Corporation. 2. Okonite. 3. Belden. 4. Houston Wire and Cable. B. Eight or as indicated on the Drawings, with three 18 AWG conductors. 1. Triads will each have individual shield and overall shield. 2. Each conductor insulated for 600 volts and entire cable rated for 90 degrees Celsius in dry locations and 75 degrees Celsius in wet locations. a. Primary Insulation: 15 mils nominal; PVC; 4 mils nylon. b. Number of Conductors: 3. FREESE AND NICHOLS, INC. Lake Arlington Lift ,Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 260523-5 CONTROL -VOLTAGE ELECTRICAL POWER CABLES Page 5 of 9 c. Color Code: Black and white and red. d. Group Identification: Each triad numbered. e. Pair Shield: 100 percent coverage; 0.35-mil aluminum x 0.5-mil Mylar tape and 20 gauge 7 strand tinned copper drain wire; shield tape to be applied to give a total shield isolation from all other triad shields. f. Cable Shield: 100 percent coverage; 2.35-mil aluminum Mylar tape shield and an 18 gauge 7 strand tinned copper drain wire. g. Jacket: Black 90 Celsius FR PVC. 2.8 SOURCE QUALITY CONTROL A.Factory test UTP cables according to TIA-568-C.2. B.Factory test optical -fiber cables according to TIA-568-C.3. C. Cable will be considered defective if it does not pass tests and inspections. D.Prepare test and inspection reports. PART 3 - EXECUTION 3.1 EXAMINATION A.Test cables on receipt at the Site. 1. Test optical -fiber cable on reels. Use an optical time domain reflectometer to verify the cable length and locate cable defects, splices, and connector; include the loss value of each. Retain test data and include the record in maintenance data. 2. Test each pair of UTP cable for open and short circuits. 3.2 INSTALLATION OF RACEWAYS AND BOXES A.Comply with requirements in Section 26 05 33 "Raceways and Boxes for Electrical Systems" for raceway selection and installation requirements for boxes, conduits, and wireways as supplemented or modified in this Section. 1. Outlet boxes will be no smaller than 2 inches wide, 3 inches high, and 2-1/2 inches deep. 2. Outlet boxes for optical -fiber cables will be no smaller than 4 inches square by 2-118 inches deep with extension ring sized to bring edge of ring to within 1/8 inch of the finished wall surface. 3. Flexible metal conduit will not be used. B. Comply with TIA-569-B for pull -box sizing and length of conduit and number of bends between pull points. C. Install manufactured conduit sweeps and Iong-radius elbows if possible. D.Raceway Installation in Equipment Rooms: I . Position conduit ends adjacent to a corner on backboard if a single piece of plywood is installed, or in the corner of the room if multiple sheets of plywood are installed around perimeter walls of the room. 2. Install cable trays to route cables if conduits cannot be located in these positions. 3. Secure conduits to backboard if entering the room from overhead. 4. Extend conduits 3 inches above finished floor. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL. CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 260523-6 CONTROL -VOLTAGE ELECTRICAL POWER CABLES Page 6 of 9 5. Install metal conduits with grounding bushings and connect with grounding conductor to grounding system. E. Backboards: Install backboards with 96-inch dimension vertical. Butt adjacent sheets tightly and form smooth gap -free corners and joints. 3.3 INSTALLATION OF CONDUCTORS AND CABLES A.Comply with NECA 1 and NFPA 70. B. General Requirements for Cabling: 1. Comply with TIA-568-C Series of standards. 2. Terminate all conductors and optical fibers; no cable will contain unterminated elements. Make terminations only at indicated outlets, terminals, and cross -connect and patch panels. 3. Cables may not be spliced. 4. Secure and support cables at intervals not exceeding 30 inches and not more than 6 inches from cabinets, boxes, fittings, outlets, racks, frames, and terminals. 5. Bundle, lace, and train conductors to terminal points without exceeding manufacturer's limitations on bending radii, but not less than radii specified in BICSI ITSIMM, Ch. 5, "Copper Structured Cabling Systems" and Ch. 6, "Optical Fiber Structured Cabling Systems." Install lacing bars and distribution spools. 6. Do not install bruised, kinked, scored, deformed, or abraded cable. Do not splice cable between termination, tap, or junction points. Remove and discard cable if damaged during installation and replace it with new cable. 7. Cold -Weather Installation: Bring cable to room temperature before de -reeling. Do not use heat lamps for heating. 8. Pulling Cable: Comply with BICS1 ITSIMM, Ch. 5, "Copper Structured Cabling Systems" and Ch. 6, "Optical Fiber Structured Cabling Systems." Monitor cable pull tensions. 9. Support: Do not allow cables to lay on removable ceiling tiles. 10. Secure: Fasten securely in place with hardware specifically designed and installed so as to not damage cables. C.UTP Cable Installation: 1. Comply with TIA-568-C.2. 2. Do not untwist UTP cables more than 1/2 inch at the point of termination to maintain cable geometry. D.Installation of Control -Circuit Conductors: Install wiring in raceways. Comply with requirements specified in Section 26 05 33 "Raceways and Boxes for Electrical Systems." E. Open -Cable Installation: l . Install cabling with horizontal and vertical cable guides in telecommunications spaces with terminating hardware and interconnection equipment. 2. Suspend copper cable not in a wireway or pathway a minimum of 8 inches above ceilings by cable supports not more than 30 inches apart. 3. Cable will not be nun through or on structural members or in contact with pipes, ducts, or other potentially damaging items. Do not run cables between structural members and corrugated panels. F. Separation from EMI Sources: FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 26 05 23 - 7 CONTROL -VOLTAGE ELECTRICAL POWER CABLES Page 7 of 9 1. Comply with BICSI TDMM and TIA-569-B recommendations for separating unshielded copper voice and data communications cable from potential EMI sources including electrical power lines and equipment. 2. Separation between open communications cables or cables in nonmetallic raceways and unshielded power conductors and electrical equipment will be as follows: a. Electrical Equipment or Circuit Rating Less Than 2 kVA: A minimum of 5 inches. b. Electrical Equipment or Circuit Rating Between 2 and 5 kVA: A minimum of 12 inches. c. Electrical Equipment or Circuit Rating More Than 5 kVA: A minimum of 24 inches. 3. Separation between communications cables in grounded metallic raceways and unshielded power lines or electrical equipment will be as follows: a. Electrical Equipment or Circuit Rating Less Than 2 kVA: A minimum of 2-112 inches. b. Electrical Equipment or Circuit Rating Between 2 and 5 kVA: A minimum of 6 inches. c. Electrical Equipment or Circuit Rating More Than 5 kVA: A minimum of 12 inches. 4. Separation between communications cables in grounded metallic raceways and power lines and electrical equipment located in grounded metallic conduits or enclosures will be as follows: a. Electrical Equipment or Circuit Rating Less Than 2 WA: No requirement. b. Electrical Equipment or Circuit Rating Between 2 and 5 kVA: A minimum of 3 inches. c. Electrical Equipment or Circuit Rating More Than 5 kVA: A minimum of 6 inches. 5. Separation between Communications Cables and Electrical Motors and Transformers, 5 kVA or 5 HP and Larger: A minimum of 48 inches. 6. Separation between Communications Cables and Fluorescent or LED Fixtures: A minimum of 5 inches. 3.4 REMOVAL OF CONDUCTORS AND CABLES A.Remove abandoned conductors and cables. Abandoned conductors and cables are those installed that are not terminated at equipment and are not identified for future use with a tag. 3.5 CONTROL -CIRCUIT CONDUCTORS A.Minimum Conductor Sizes: 1. Class I remote -control and signal circuits; No. 14 AWG. 2. Class 2 low -energy, remote -control, and signal circuits; No. 16 AWG. 3. Class 3 low -energy, remote -control, alarm, and signal circuits; No. 12 AWG. 3.6 GROUNDING A.For low -voltage control wiring and cabling, comply with requirements in Section 26 05 26 "Grounding and Bonding for Electrical Systems." 3.7 IDENTIFICATION A.Comply with requirements for identification specified in Section 26 05 53 "Identification for Electrical Systems." B.Identify data and communications system components, wiring, and cabling according to TIA- 606-A; label printers will use label stocks, laminating adhesives, and inks complying with UL 969. 3.8 FIELD QUALITY CONTROL A.willPerform the following tests and inspections: FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 260523-8 CONTROL -VOLTAGE ELECTRICAL POWER CABLES Page 8 of 9 1. Visually inspect UTP and optical -fiber cable jacket materials for UL or third -party certification markings. Inspect cabling terminations to confirm color -coding for pin assignments, and inspect cabling connections to confirm compliance with TIA-568-C.1. 2. Visually inspect cable placement, cable termination, grounding and bonding, equipment and patch cords, and labeling of all components. 3. Test UTP cabling for direct -current loop resistance, shorts, opens, intermittent faults, and polarity between conductors. Test operation of shorting bars in connection blocks. Test cables after termination but not after cross -connection. a. Test instruments will meet or exceed applicable requirements in TIA-568-C.2. Perform tests with a tester that complies with performance requirements in "Test Instruments (Normative)" Annex, complying with measurement accuracy specified in "Measurement Accuracy (informative)" Annex. Use only test cords and adapters that are qualified by test equipment manufacturer for channel or link test configuration. B.Document data for each measurement. Print data for submittals in a summary report that is formatted using Table 10.1 in BICSI TDMM as a guide, or transfer the data from the instrument to the computer, save as text files, print, and submit. C.End-to-end cabling will be considered defective if it does not pass tests and inspections. D.Prepare test and inspection reports. 3.9 PREPARATION A.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. 3.10 INSTALLATION A. General: 1. Conductors will be continuous from terminal block to terminal block without splice. Condulet type fittings will not contain splices. No splicing of conductors will be performed in any below ground structure. 2. If rejected, the cables will be removed, discarded, replaced, reinstalled and re -terminated at the Contractor's expense. 3. Grouping conductors together into one conduit will not be allowed where the Drawings indicate the conductors to be placed in separate conduits. Each home run shown on the Drawings will be in its own conduit. 4. Properly support cables in accordance with the NEC and manufacturer's recommendations in all raceways. Provide strain relief as required. 5. The cable will not be bent to a radius smaller than the manufacturer stated minimum bending radius. 6. All terminated conductors will be labeled as specified prior to testing and final terminations being done. Any conductor that is de -terminated for any reason will be re -tested. All associated controls, if tested before, will be re -tested following final re -termination. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 26 05 23 - 9 CONTROL -VOLTAGE ELECTRICAL POWER CABLES Page 9 of 9 B.Paired Shielded and Triad Shielded Cable: Ground paired shielded and triad shielded cables at the instrument panel or starter end only and insulate from ground elsewhere. The shield will be continuous for the entire run. The paired shielded and triad shielded cable will not be laced with or placed in the same conduit with power cables and control cables. Each termination of paired shielded or triad shielded cable will be coated with silicone jelly after termination. The shield of pair shielded cable and triad shielded cable will only be broken when the conductors are terminated on terminal strips. Each conductor and shield will be landed on its own terminal. Double terminations of any conductor or shield will not be allowed. C. Ground Conductors: Conduits and other raceway will contain an insulated equipment grounding conductor whether the raceway is metallic or not. Conduits, cabinets, and other equipment will be properly grounded in accordance with National Electrical Code requirements. Where ground wire is exposed to mechanical damage, install wire in rigid aluminum conduit. Bond each end of each of the conduit to the ground system. Make connections to equipment with solderless connections. END OF ,SECTION FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECCIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 PAGE INTENTIONALLY LEFT BLANK 26 05 26 - 1 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS Page I of 9 SECTION 26 OS 26 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS PART1- GENERAL 1.1 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 will be in accordance with Section 26 05 00 "Common Work Results for EIectrical." 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item will be by lump sum. 2. Payment a. The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for grounding. 3. The price bid shall include: a. Furnishing and installing grounding as specified by the Drawings b. Mobilization 1.3 SUBMITTALS A.Submittals will be in accordance with Section 01 33 00 "Submittals" and will include: 1. Product Data: For each type of product indicated. 1. Test wells. 2. Ground rods. 3. Ground Conductors. 4. Connectors. 5. Grounding arrangements and connections for separately derived systems. 2. Field quality -control reports in accordance with Section 26 0126 "Testing of Electrical Systems." 1.4 QUALITY ASSURANCE A.Testing Agency Qualifications: An independent agency, with the experience and capability to conduct the testing indicated, that is a member company of the InterNational Electrical Testing Association or is a nationally recognized testing laboratory (NRTL) as defined by OSHA in 29 CFR 1910.7, and that is acceptable to authorities having jurisdiction. 6. Testing Agency's Field Supervisor: Person currently certified by the InterNational Electrical Testing Association to supervise on -site testing specified in Part 3. B.Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. Comply with UL 467 for grounding and bonding materials and equipment. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 260526-2 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS Page 2 of 9 PART2- PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Burndy; Part of Hubbell Electrical Systems. 2. ERICO International Corporation. 3. Harger Lightning & Grounding. 4. ILSCO. 5. O-Z/Gedney; a brand of Emerson Industrial Automation. 6. Thomas & Betts Corporation, A Member of the ABB Group. 2.2 CONDUCTORS A.lnsulated Conductors: Copper wire or cable insulated for 600 V unless otherwise required by applicable Code or authorities having jurisdiction. B.Tin-plated Bare Copper Conductors: 1. Solid Conductors: ASTM B3. 2. Stranded Conductors: ASTM B8. 3. Tinned Conductors: ASTM B33. 4. Bonding Cable. [28] kcmil, [14] strands of No. [17] AWG conductor, [1/4] inch in diameter. 5. Bonding Conductor: No. 4 or No. 6 AWG, stranded conductor. 6. Bonding Jumper: Copper tape, braided conductors terminated with copper ferrules; 1-5/8 inches wide and 1/16 inch thick. 7. Tinned Bonding Jumper: Tinned -copper tape, braided conductors terminated with copper ferrules; 1-5/8 inches wide and 1/16 inch thick. 2.3 CONNECTORS A.Listed and labeled by a Nationally Recognized Testing Laboratory (NRTL) acceptable to authorities having jurisdiction for applications in which used and for specific types, sizes, and combinations of conductors and other items connected. B. Bolted Connectors for Conductors and Pipes: Copper or copper alloy, bolted pressure -type, with at least two bolts. C. Welded Connectors: Exothermic -welding kits of types recommended by kit manufacturer for materials being joined and installation conditions. D.Bus-Bar Connectors: Mechanical type, cast silicon bronze, solderless compression -type wire terminals, and long -barrel, two -bolt connection to ground bus bar. 2.4 GROUNDING ELECTRODES A. Ground Rods: Copper -clad steel; 3/4 inch by 10 feet. B. Chemical -Enhanced Grounding Electrodes: Copper tube, straight or L-shaped, charged with nonhazardous electrolytic chemical salts. 1. Termination: Factory -attached No. 4/0 AWG bare conductor at least 48 inches long. 2. Backftll Material: Electrode manufacturer's recommended material. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Nunrber: 100995 Revised Mi areh 24, 2020 260526-3 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS Page 3 of 9 C. Ground Plate Electrodes: 1/4-inch thick, 2-foot wide x 2-foot long serrated copper plate with #4/0 tinned copper conductor terminated 10-foot welded pigtail connection, ALT Fabrication Item #3280-40 or equal. 2.5 MISCELLANEOUS A.Conduit Ground Fittings: Fittings for bonding ground cable to the conduit will be FC1 Burndy Corp., type NE or Thomas & Betts No. 3951 series. B. Ground Rod Boxes: Precast Box with cast iron lid. Lid will read "ground rod" on lid. Brooks Precast Model. "3-RT" or approved equal. Ground rod boxes located in driveway areas will have an AASHTO HS-20 rating. D. Exothermic Welding Process: Cadweld Materials -as manufactured by ERICO products or approved equal. 2.6 PROCESSES A.AII grounding system connections to building steel and ground rods will be exothermically welded including all cable connections, and cable steel terminations. The use of mechanical type connections is not acceptable. E. Any concealed connection (buried, encased in concrete or otherwise sealed) will be done only with exothermic welds. B. All materials involved must be from the same sources to insure compatibility. Connections made from this process will meet the requirements of IEEE Standards 80 and 837 and as listed in MIL 419 and other standards, National Electrical Code, etc. 2.7 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 will be installed and sized in accordance with the National Electrical Code. PART 3 - EXECUTION 3.1 APPLICATIONS A. Conductors: Install solid conductor for No. 10 AWG and smaller, and stranded conductors for No. 8 AWG and larger unless otherwise indicated. B.Underground Grounding Conductors: Install bare, tin-plated copper conductor, No. 2/0 AWG minimum. 1. Bury at least 30 inches below grade. 2. Duct -Bank Grounding Conductor: Place conductor on top of duct bank prior to back filling above duct bank when indicated as part of duct -bank installation. C.Isolated Grounding Conductors: Green -colored insulation with continuous yellow stripe. On feeders with isolated ground, identify grounding conductor where visible to normal inspection, with alternating bands of green and yellow tape, with at least three bands of green and two bands of yellow. D.Grounding Bus: Install in electrical equipment rooms, in rooms housing service equipment, and elsewhere as indicated. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 260526-4 GROUNDING AND BONDING FOR ELECTRICAL. SYSTEMS Page 4 of 9 1. Install bus horizontally, on insulated spacers 2 inches minimum from wall, 6 inches above finished floor unless otherwise indicated. 2. Where indicated on both sides of doorways, route bus up to top of door frame, across top of doorway, and down; connect to horizontal bus. E. Conductor Terminations and Connections: 1. Pipe and Equipment Grounding Conductor Terminations: Bolted/clamp type connectors. 2. Underground Connections: Exothermically welded connectors. 3. Connections to Ground Rods at Test Wells: Bolted/clamp type connectors.. 4. Connections to Structural Steel: Exothermically welded connectors. 5. Connections to Equipment: NEMA ground pads and insulated jumpers. 6. Connections to Ground Pad: Exothermic. 7. The use of "pig tails" for connections to ground loops or equipment will not be allowed. 3.2 GROUNDING AT THE SERVICE A.Equipment grounding conductors and grounding electrode conductors will be connected to the ground bus. Install amain bonding jumper between the neutral and ground buses as indicated on the grounding drawing. 3.3 GROUNDING SEPARATELY DERIVED SYSTEMS A.Generator: Install grounding electrode(s) at the generator location. The electrode will be connected to the equipment grounding conductor and to the frame of the generator. 3.4 GROUNDING UNDERGROUND DISTRIBUTION SYSTEM COMPONENTS A.Comply with IEEE C2 and NFPA 70 grounding requirements. B. Grounding Manholes and Hndholes: 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. 1/0 AWG bare, tinned -copper conductor from ground rod 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. Seal floor opening with waterproof, nonshrink grout. C.Grounding Connections to Manhole Components: Bond exposed -metal parts such as inserts, cable racks, pulling irons, ladders, and cable shields within each 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. Connect to cable armor and cable shields according to written instructions by manufacturer of splicing and termination kits. D.Pad-Mounted Transformers and Switches: Install two ground rods and ground ring around the pad. Ground pad -mounted equipment and noncurrent -carrying metal items associated with substations by connecting them to underground cable and grounding electrodes. Install tinned - copper conductor not less than No. 2 AWG for ground ring and for taps to equipment grounding terminals. Bury ground ring not less than 6 inches from the foundation. 3.5 EQUIPMENT GROUNDING A.Install insulated equipment grounding conductors with all feeders and branch circuits. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 260526-5 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS Pagc 5 of 9 B. InstalI insulated equipment grounding conductors with the following items, in addition to those required by NFPA 70: 1. Feeders and branch circuits. 2. Lighting circuits. 3. Receptacle circuits. 4. Single-phase motor and appliance branch circuits. 5. Three-phase motor and appliance branch circuits. 6. Flexible raceway runs. 7. Armored and metal -clad cable runs. 8. Busway Supply Circuits: Install insulated equipment grounding conductor from grounding bus in the switchgear, switchboard, or distribution panel to equipment grounding bar terminal on busway. 9. Computer and Rack -Mounted Electronic Equipment Circuits: Install insulated equipment grounding conductor in branch -circuit runs from equipment -area power panels and power - distribution units. C. Air -Duct Equipment Circuits: Install insulated equipment grounding conductor to duct -mounted electrical devices operating at 120 V and more, including air cleaners, heaters, dampers, humidifiers, and other duct electrical equipment. Bond conductor to each unit and to air duct and connected metallic piping. D.Water Heater, Heat -Tracing, and Antifrost Heating Cables: Install a separate insulated equipment grounding conductor to each electric water heater and heat -tracing cable. Bond conductor to heater units, piping, connected equipment, and components. E.Isolated Grounding Receptacle Circuits: Install an insulated equipment grounding conductor connected to the receptacle grounding terminal. Isolate conductor from raceway and from panelboard grounding terminals. Terminate at equipment grounding conductor terminal of the applicable derived system or service unless otherwise indicated. F. Isolated Equipment Enclosure Circuits: For designated equipment supplied by a branch circuit or feeder, isolate equipment enclosure from supply circuit raceway with a nonmetallic raceway fitting listed for the purpose. Install fitting where raceway enters enclosure, and install a separate insulated equipment grounding conductor. Isolate conductor from raceway and from panelboard grounding terminals. Terminate at equipment grounding conductor terminal of the applicable derived system or service unless otherwise indicated. I . Signal and Communication Equipment: For telephone, alarm, voice and data, and other communication equipment, provide No. 4 AWG minimum insulated grounding conductor in raceway from grounding electrode system to each service location, terminal cabinet, wiring closet, and central equipment location. 2. Service and Central Equipment Locations and Wiring Closets: Terminate grounding conductor on a 1/4-by-2-by-12-inch grounding bus. G.Terminal Cabinets: Terminate grounding conductor on cabinet grounding terminal. H.Poles Supporting Outdoor Lighting Fixtures: Bond grounding conductor installed with branch - circuit conductors to ground stud in steel or aluminum poles. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 260526-6 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS Page 6 of 9 3.6 INSTALLATION A.Grounding Conductors: Route along shortest and straightest paths possible unless otherwise indicated or required by Code. Avoid obstructing access or placing conductors where they may be subjected to strain, impact, or damage. B.Ground Bonding Common with Lightning Protection System: Comply with NFPA 780 and UL 96 when interconnecting with lightning protection system. Bond electrical power system ground directly to lightning protection system grounding conductor at closest point to electrical service grounding electrode. Use bonding conductor sized same as system grounding electrode conductor, and install in conduit. C.Ground Rods: Drive rods until tops are 12 inches below finished floor or final grade unless otherwise indicated. 1. Interconnect ground rods with grounding electrode conductor below grade and as otherwise indicated. Make connections without exposing steel or damaging coating if any. 2. For grounding electrode system, install at least three rods spaced at least one -rod length from each other and located at least the same distance from other grounding electrodes, and connect to the service grounding electrode conductor. D.Test Wells: Ground rod driven through bottom of Ground Rod Box. Ground Rod Box will be at least 12 inches deep, with cover. 1. Test Wells: Install at least one test well for each service unless otherwise indicated. Install at the ground rod electrically closest to service entrance. Set top of test well flush with finished grade or floor. E. Bonding Straps and Jumpers: Install in locations accessible for inspection and maintenance except where routed through short lengths of conduit. t. Bonding to Structure: Bond straps directly to basic structure, taking care not to penetrate any adjacent parts. 2. Bonding to Equipment Mounted on Vibration Isolation Hangers and Supports: Install bonding so vibration is not transmitted to rigidly mounted equipment. 3. Use exothermic -welded connectors for outdoor locations; if a disconnect -type connection is required, use a bolted clamp. F. Grounding and Bonding for Piping: 1. 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; use a bolted clamp connector or bolt a lug -type connector to a pipe flange by 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. GrBonding Interior Metal Ducts: Bond metal air ducts to equipment grounding conductors of associated fans, blowers, electric heaters, and air cleaners. Install bonding jumper to bond across flexible duct connections to achieve continuity. FREESE AND NICHOLS, INC. Lake Arlington Litt Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 260526-7 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS Page 7 of 9 H.Grounding for Steel Building Structure: Install a driven ground rod at base of each corner column and at intermediate exterior columns at distances not more than 60 feet apart. I. Concrete -Encased Grounding Electrode (Ufer Ground): Fabricate according to NFPA 70; using electrically conductive coated steel reinforcing bars or rods, at least 20 feet long. If reinforcing is in multiple pieces, connect together by the usual steel tie wires or exothermic welding to create the required length. 1. Bond grounding conductor to reinforcing steel in at least four locations and to anchor bolts. Extend grounding conductor below grade and connect to building's grounding grid or to grounding electrode external to concrete. J. Ground electrical Work in accordance with the National Electrical Code Article 250 and local codes. K.Install ground cables continuously between connections. Splices will not be permitted, except where indicated on the Drawings. Where ground cables pass through floor slabs. buildings, etc., and when not in metallic enclosures, provide a sleeve of approved, non-metallic materials. L. Install a green -colored, equipment grounding conductor in raceways. Size conductors in accordance with NEC Article 250 or as indicated in the drawings. M. Where ground wire is directly buried in earth or concrete, use stranded bare tinned copper cable, in all other cases install a green -colored insulation, equipment grounding conductor in accordance with Section 26 05 19 "Low -Voltage Electrical Power Conductors and Cables." Size conductors in accordance with NEC Article 250. Provide grounding conductors as required per the NEC. N.Metal conduits stubbed up into switchgear, motor control center or other electrical equipment will 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 exothermic weld connection for extension to existing stub -up ground conductors. 0.Liquid tight flexible metal conduit in sizes 1-1/2 feet or larger will have bonding jumpers. Bonding jumpers will be external, run in parallel (not spiraled) and fastened with plastic tie wraps. Contractor will provide bonding jumpers sized in accordance with the National Electrical Code. P. 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, will be grounded and bonded in accordance with the NEC. Provide grounding and bonding jumpers as required per the NEC. Q.Ground transformer neutrals to the nearest available grounding electrode with a conductor sized in accordance with NEC Article 250 or as indicated in the drawings. R. Where exothermic bonding is used, molds will be of the appropriate size for the wire and rod used. All bonds will remain exposed for inspection of the Owner's Representative. S. 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. T. Ground pad will be installed in concrete foundations or pad for connections to equipment and grounding system. Flat plate all copper alloy Erico CADWELD BI64-2Q or equal Ground pad will be exothermic weld connection for connection to ground cable. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 26 05 26 - 8 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS Page 8 of 9 1. Transformer Pads: Provide a ground pad in the concrete pad. Provide a #2/0 bare copper to the grounding system. Provide two -hole spade terminals connected to a #2/0 bare copper conductor at each end and connect to the transformer enclosure and to the ground pad. 2. The use of "pig tails" for connections to ground loops or equipment will not be allowed. U.Provide a minimum of two ground connections to all medium voltage equipment including VFDs and transformer frames. 3.7 FIELD QUALITY CONTROL A.Testing Agency: Engage a qualified testing agency to perform tests and inspections. Testing will be in accordance with Section 26 01 26 "Testing of Electrical Systems and the latest version of NETA Acceptance Testing Specification. B. Tests and Inspections: l . After installing grounding system but before permanent electrical circuits have been energized, test for compliance with requirements. 2. Inspect the grounding and bonding system conductors and connections for tightness and proper installation. 3. Inspect physical and mechanical condition. Verify tightness of accessible, bolted, electrical connections with a calibrated torque wrench according to manufacturer's written instructions. C.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. D.AII test equipment provided under this Section will be approved by the Engineer. E. Resistance to ground testing will be performed during dry weather. Submit test results in the form of a graph showing the number of points measured (12 minimum) and the numerical resistance to ground. The Contractor will test the grounding system at each ground rod shown on the Drawings. F. Testing will be performed before energizing the distribution system. G.A separate test will be conducted for each building or system. 1. Notify the Engineer immediately if the resistance to ground for any building or system is greater than 5 ohms. Provide additional ground rods and conductors as required to bring the resistance to 5 ohms. 2. Test completed grounding system at each location where a maximum ground -resistance level is specified, at service disconnect enclosure grounding terminal, and at ground test wells. Make tests at ground rods before any conductors are connected. a. Measure ground resistance no fewer than 2 full days after last trace of precipitation and without soil being moistened by any means other than natural drainage or seepage and without chemical treatment or other artificial means of reducing natural ground resistance. b. Perform tests by fall -of -potential method according to IEEE 81. 3. Prepare dimensioned Drawings locating each test well, ground rod and ground -rod assembly, and other grounding electrodes. Identify each by letter in alphabetical order, and key to the record of tests and observations. Include the number of rods driven and their depth at each location, and include observations of weather and other phenomena that may affect test results. Describe measures taken to improve test results. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 260526-9 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS Page 9 of 9 H.Grounding system will be considered defective if it does not pass tests and inspections. 1. Prepare test and inspection reports. J. Report measured ground resistances that exceed the following values: 1. Power and Lighting Equipment or System with Capacity of 500 kVA and Less: 10 ohms. 2. Power and Lighting Equipment or System with Capacity of 500 to 1000 kVA: 5 ohms. 3. Power and Lighting Equipment or System with Capacity More Than 1000 kVA: 3 ohms. 4. Power Distribution Units or Panelboards Serving Electronic Equipment: 3 ohms. 5. Substations and Pad -Mounted Equipment: 5 ohms. 6. Manhole Grounds: 10 ohms. 7. Variable Frequency Drive (VFD): 5 ohms. K.Excessive Ground Resistance: If resistance to ground exceeds specified values, notify Engineer promptly and include recommendations to reduce ground resistance. END OF SECTION FREESE AND NICHOLS, INC. Lake Arlington Lill Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 PAGE INTENTIONALLY LEFT BLANK 26 05 29 - 1 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS Page 1 of 5 SECTION 26 05 29 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS PART1- GENERAL 1.1 WORK INCLUDED A.Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the various Items bid. 2. Payment a. 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. 1.3 SUMMARY A, Section Includes: 1. Hangers and supports for electrical equipment and systems. 2. Construction requirements for concrete bases. 1.4 SUBMITTALS A.Submittals will be in accordance with Section 01 33 00 "Submittals" and will include: Product Data: For each type of product. a. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for the following: 1) Hangers. 2) Steel slotted support systems. 3) Nonmetallic support systems. 4) Trapeze hangers. 5) Clamps. 6) Turnbuckles. 7) Sockets. 8) Eye nuts. 9) Saddles. 10) Brackets. b. Include rated capacities and furnished specialties and accessories. 1.5 INFORMATIONAL SUBMITTALS A. Coordination Drawings: Reflected ceiling plan(s) and other details, drawn to scale, on which the following items are shown and coordinated with each other, using input from installers of the items involved: FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 260529-2 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS Page 2 of 5 PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Delegated Design: Engage a qualified professional engineer to design hanger and support system. 1. Component Importance Factor: 1.0. B. Surface -Burning Characteristics: Comply with ASTM E84; testing by a qualified testing agency. Identify products with appropriate markings of applicable testing agency. 1. Flame Rating: Class 1. 2. Self -extinguishing according to ASTM D635. 2.2 SUPPORT, ANCHORAGE, AND ATTACHMENT COMPONENTS A. Steel Slotted Support Systems: Comply with MFMA-4 factory -fabricated components for field assembly. I. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Allied Tube & Conduit; a part of Atkore International. b. B-line, an Eaton business. c. ERICO International Corporation. d. Flex -Strut Inc. e. GS Metals Corp. f. G-Strut. g. Thomas & Betts Corporation, A Member of the ABB Group. h. Unistrut; Part of Atkore International. 2. Material: Stainless Steel, Type 304. 3. Channel Width: 1-518 inches. 4. Nonmetallic Coatings: Manufacturer's standard PVC, polyurethane, or polyester coating applied according to MFMA-4. 5. Protect finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. 6. Channel Dimensions: Selected for applicable load criteria. B.Aluminum 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. Cooper Industries, Inc. b. Flex -Strut Inc. c. Haydon Corporation. d. Thomas & Betts Corporation, A Member of the ABB Group. e. Unistrut; Part of Atkore International. 2. Channel Width: [ 1-5/8 inches. 3. Nonmetallic Coatings: Manufacturer's standard PVC, polyurethane, or polyester coating applied according to MFMA-4. 4. Protect finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. 5. Channel Dimensions: Selected for applicable load criteria. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 260529-3 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS Page 3 of 5 C.Nonmetallic Slotted Support Systems: Structural -grade, factory -formed, glass -fiber -resin channels and angles with minimum 13/32-inch-diameter holes at a maximum of 8 inches o.c., in at least one surface. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Allied Tube & Conduit; a part of Atkore International. b. B-line, an Eaton business. c. Fabco Plastics Wholesale Limited. d. G-Strut. e. Haydon Corporation. f. Seasafe, Inc.; AMICO, a Gibraltar Industries Company, 2. Channel Width: 1-5/8 inches. 3. Fittings and Accessories: Products provided by channel and angle manufacturer and designed for use with those items. 4. Fitting and Accessory Materials: Same as those for channels and angles , except metal items may be 304 stainless steel. 5. Rated Strength: Selected to suit applicable load criteria. 6. Protect finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. D.Conduit and Cable Support Devices. 304 ,Stainless -steel hangers, clamps, and associated fittings, designed for types and sizes of raceway or cable to be supported. E. Support for Conductors in Vertical Conduit: Factory -fabricated assembly consisting of threaded body and insulating wedging plug or plugs for nonarmored electrical conductors or cables in riser conduits. Plugs will have number, size, and shape of conductor gripping pieces as required to suit individual conductors or cables supported. Body will be made of malleable iron. F. Structural Steel for Fabricated Supports and Restraints: ASTM A361A36M steel plates, shapes, and bars; black and galvanized. G.Mounting, Anchoring, and Attachment Components: Items for fastening electrical items or their supports to building surfaces include the following: 1. Powder -Actuated Fasteners: Threaded -steel stud, for use in hardened portland cement concrete, steel, or wood, with tension, shear, and pullout capacities appropriate for supported loads and building materials where used. a. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1) Hilti, Inc. 2) ITW Ramset/Red Head; Illinois Tool Works, Inc. 3) MKT Fastening, LLC. 4) Simpson Strong -Tie Co., Inc. 2. Mechanical -Expansion Anchors: Insert-wedge-type,316 Stainless Steel, for use in hardened portland cement concrete, with tension, shear, and pullout capacities appropriate for supported loads and building materials where used. a. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1) B-line, an Eaton business. 2) Empire Tool and Manufacturing Co., Inc. 3) Hilti, Inc. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 26 05 29 - 4 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS Page 4 of 5 4) ITW Ramset/Red Head; Illinois Tool Works, Inc. 5) MKT Fastening, LLC. 3. Concrete Inserts: Steel or malleable -iron, slotted support system units are similar to MSS Type 18 units and comply with MFMA-4 or MSS SP-58. 4. Clamps for Attachment to Steel Structural Elements: MSS SP-58 units are suitable for attached structural element. 5. Through Bolts: Structural type, hex head, and high strength. Comply with ASTM A325. 6. Toggle Bolts: Stainless -steel springhead type. 7. Hanger Rods: 304 Threaded stainless steel. 2.3 FABRICATED METAL EQUIPMENT SUPPORT ASSEMBLIES A.Description: Welded or bolted structural -steel shapes, shop or field fabricated to fit dimensions of supported equipment. B.Materials: Comply with requirements in Section 05 50 00 "Metal Fabrications" for steel shapes and plates. PART 3 - EXECUTION 3.1 APPLICATION A. Comply with NECA 1 and NECA 101 for application of hangers and supports for electrical equipment and systems unless requirements in this Section are stricter. B. Comply with requirements for raceways and boxes specified in Section 26 05 33 "Raceways and Boxes for Electrical Systems." C. Maximum Support Spacing and Minimum Hanger Rod Size for Raceway: Space supports for EMTs, IMCs, and RMCs as required by NFPA 70. Minimum rod size will be 3/8 inch in diameter. D.Multiple Raceways or Cables: install trapeze -type supports fabricated with 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 two -bolt conduit clamps. 3.2 SUPPORT INSTALLATION A. Comply with NECA 1 and NECA 101 for installation requirements except as specified in this article. B.Raceway Support Methods: In addition to methods described in NECA 1, RMCs may be supported by openings through structure members, according to 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 loading limits. Minimum static design load used for strength determination will be weight of supported components plus 200 pounds. D.Mounting and Anchorage of Surface -Mounted Equipment and Components: Anchor and fasten electrical items and their supports to building structural elements by the following methods unless otherwise indicated by code: 1. To Wood: Fasten with lag screws or through bolts. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Projcct Number: 100995 Revised March 24, 2020 260529-5 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS Page 5 of 5 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: Welded threaded studs complying with AWS D 1.1/D 1.1 M with lock washers and nuts. Beam clamps (MSS SP-58, Type 19, 21, 23, 25, or 27), complying with MSS SP-69. 6. To Light Steel: Sheet metal screws. E. Drill holes for expansion anchors in concrete at locations and to depths that avoid the need for reinforcing bars. 3.3 INSTALLATION OF FABRICATED METAL SUPPORTS A. Comply with installation requirements in Section 05 50 00 "Metal Fabrications" for site - fabricated metal supports. B. Cut, fit, and place miscellaneous metal supports accurately in location, alignment, and elevation to support and anchor electrical materials and equipment. C.Field Welding: Comply with AWS Dl.1/D1.1M. 3.4 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 diameters from edge of the base. B. Use 3000-psi, 28-day compressive -strength concrete. Concrete materials, reinforcement, and placement requirements are specified in Section 03 30 00 "Cast -In -Place Concrete". C.Anchor equipment to concrete base as follows: 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. 3.5 PAINTING A.Touchup: Comply with requirements in Section 09 9100 " Painting" for cleaning and touchup painting of field welds, bolted connections, and abraded areas of shop paint on miscellaneous metal. B. Galvanized Surfaces: Clean welds, bolted connections, and abraded areas and apply galvanizing - repair paint to comply with ASTM A780. END OF SECTION FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Ntnnben 100995 Revised March 24, 2020 PAGE INTENTIONALLY LEFT BLANK 260533-1 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 1 of 13 SECTION 26 05 33 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS PARTI- GENERAL 1.1 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install a complete conduit system for each type of electrical system. Electrical Work will be in accordance with Division 26. B. Furnish labor, materials, equipment and incidentals necessary to install concrete electrical manholes and pull boxes, as specified and indicated on the Drawings. Manhole sizes shown on the Drawings are the minimum size allowed. Contractor will be responsible for sizing all manholes and pull boxes in accordance with the latest edition of the National Electrical Code (NEC), Article 370 and relevant sections of the NEC. Contractor will be responsible for setting elevations at manhole and cable entry locations to meet the intent of the Contract Documents. C. Contractor will be responsible for sizing all pull boxes and junction boxes per the NEC Article 314 and all other relevant sections of the NEC. Electrical Work will be in accordance with Section 26 05 00 "Common Work Results for Electrical". 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment I. Measurement a. Measurement for this Item will be by lump sum. 2. Payment a. The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for electrical boxes and pull boxes. 3. The price bid shall include: a. Furnishing and installing electrical boxes and pull boxes as specified by the Drawings b. Mobilization 1.3 SUMMARY A. Section Includes: 1. Metal conduits, tubing, and fittings. 2. Nonmetal conduits, tubing, and fittings. 3. Metal wireways and auxiliary gutters. 4. Nonmetal wireways and auxiliary gutters. 5. Surface raceways. 6. Boxes, enclosures, and cabinets. 7. Handholes and boxes for exterior underground cabling. 1.4 DEFINITIONS A. ARC: Aluminum rigid conduit. B. LFMC: Liquidtight flexible metallic conduit. C. LFNC: Liquidtight flexible nonmetallic conduit. FREESE AND NICHOLS, iNC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 26 05 33 - 2 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 2 of 13 D. RNC: Rigid nonmetallic conduit. 1.5 SUBMITTALS A. Submittals will be in accordance with Section 01 33 00 "Submittals" and will include: 1. Product Data: For surface raceways, wireways and fittings, floor boxes, hinged -cover enclosures, and cabinets. 2. Shop Drawings: For custom enclosures and cabinets. Include plans, elevations, sections, and attachment details. 3. Contractor will provide detailed conduit layout showing number, size, and location of conduits entering the manholes. Cables routed in conduits will be clearly identified. Details will also show elevation of conduits entering manholes. Manhole details will be submitted to the Engineer for approval prior to the duct bank/manhole system being installed. 4. Manholes, Pull and Junction Boxes Sizing Calculations: Detailed calculations will be submitted to the Engineer with the manholes, pull and junction boxes' initial submittal. Submittals submitted without sizing calculations will not be accepted. PART 2 - PRODUCTS 2.1 METAL CONDUITS, TUBING, AND FITTINGS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. AFC Cable Systems; a part of Atkore International. 2. Allied Tube & Conduit; a part of Atkore International. 3. Anamet Electrical, Inc. 4. Electri-Flex Company. 5. FSR Inc. 6. O-Z/Gedney; a brand of Emerson Industrial Automation. 7. Picoma Industries, Inc. 8. Republic Conduit. 9. Robroy Industries. 10. Calbond. 11. Southwire Company. 12, Thomas & Betts Corporation, A Member of the ABB Group. 13. Western Tube and Conduit Corporation. 14. Wheatland Tube Company. B. Listing and Labeling: Metal conduits, tubing, and fittings will be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. ARC: Comply with ANSI C80.5 and UL 6A. D. PVC -Coated Aluminum Conduit: PVC -coated. 1. Comply with UL 6A. 2. Exterior Coating Thickness: 0.040 inch, minimum. E. LFMC: Flexible steel conduit with PVC jacket and complying with UL 360, FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 260533-3 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 3 of 13 F. Fittings for Metal Conduit: Comply with NEMA FB 1 and UL 514B. 1. Conduit Fittings for Hazardous (Classified) Locations: Comply with UL 886 and NFPA 70. 2. Fittings for Rigid Aluminum: a. Material: Aluminum. 1) Type: Form 7. b. Class I and II Hazardous Locations: 1) Material: Copper -free aluminum. 2) Type: Series OE, LBH and LBY. 3) Covers: Copper -free aluminum. 3. Fittings for PVC Coated Rigid Aluminum: a. Material: PVC Coated Cast Aluminum. b. Type: Form Form 7. c. Coating for Fittings for PVC -Coated Conduit: Minimum thickness of 0.040 inches, with overlapping sleeves protecting threaded joints. G. Expansion Fittings: PVC, aluminum, or steel to match conduit type, complying with UL 651, rated for environmental conditions where installed, and including flexible external bonding jumper, Crouse Hinds XJG 4 inches or equal with bonding jumper for aluminum or steel. Where expansion/deflection fitting is specified on the Drawings, provide Crouse Hinds XJGD or equal. H. Insulated Grounding Bushings: Threaded bushings, O-Z Type ABLG with lay -in means of grounding conduit. I. Fittings for LFMC: 1. Fittings for aluminum LFMC will be aluminum with reinforced sealing gaskets with Thomas and Betts stainless steel retaining ring, external grounding lugs, and insulated throat. Fittings will be Emerson STB-L or equal. 2. Fittings for steel LFMC will be steel with reinforced sealing ring, external grounding lug, and insulated throat. Fittings will be Emerson STB-L or equal. J. Joint Compound for ARC: Approved, as defined in NFPA 70, by authorities having jurisdiction for use in conduit assemblies, and compounded for use to lubricate and protect threaded conduit joints from corrosion and to enhance their conductivity. 1. Aluminum Conduit. Penetrox A-13 or approved equal. a. UL Listed. b. Compatible with insulating materials such as rubber, or polyethylene. c. Rated for all voltages. K. Sealing Compound: 1. Hazardous Locations: Chico "A" or Chico SpeedSeal, Hydra -Seal S-60 or approved equal. L. Lubricants: 1. Hazardous locations Class 1, Div. I[ Locations: a. Metal -to -Metal Joint: STL thread lubricant. 1) Applicable to dissimilar metals. 2) Maintain grounding continuity. b. Lighting Fixture Threaded Joint: HTL high temperature lubricant. 1) Applicable to dissimilar metals. 2) Maintain grounding continuity. FREESE AND NICHOLS, INC. Lake Arlington Lilt Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 260533-4 RACEWAYS AND BOXES FOR ELECTRICAL, SYSTEMS Page 4 of 13 2.2 NONMETALLIC CONDUITS, TUBING, AND FITTINGS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. AFC Cable Systems; a part of Atkore International. 2. Anamet Electrical, Inc. 3. Amco Corporation. 4. CANTEX INC. 5. CertainTeed Corporation. 6. Condux International, Inc. 7. Electri-Flex Company, 8. Kraloy. 9. Lamson & Sessions. 10. Niedax Inc. 11, RACO; Hubbell. 12. Thomas & Betts Corporation, A Member of the ABB Group. B. Listing and Labeling: Nonmetallic conduits, tubing, and fittings will be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. RNC: Type EPC-40-PVC complying with NEMA TC 2 and UL 651 unless otherwise indicated. D. LFNC: Comply with UL 1660. E. Fittings for RNC: Comply with NEMA TC 3; match to conduit or tubing type and material. F. Fittings for LFNC: Comply with UL 51413. 2.3 METAL WIREWAYS AND AUXILIARY GUTTERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. B-line, an Eaton business. 2. Hoffman; a brand of Pentair Equipment Protection. 3. MonoSystems, Inc. 4. Square D. B. Description: 1. Sheet metal, complying with UL 870 and NEMA 250, Type 4X 316 stainless steel unless otherwise indicated, and sized according to NFPA 70. 2. Metal wireways installed outdoors will be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. Fittings and Accessories: Include covers, couplings, offsets, elbows, expansion joints, adapters, hold-down straps, end caps, and other fittings to match and mate with wireways as required for complete system. D. Wireway Covers: Hinged type with luggage type clasps unless otherwise indicated. E. Finish: Manufacturer's standard enamel finish. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 260533-5 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 5 of 13 F. Wireways will come with a threaded grounding post welded to the enclosure used for grounding. 2.4 BOXES, ENCLOSURES, AND CABINETS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: I. Adalet. 2. Crouse -Hinds, an Eaton business. 3. EGSIAppleton Electric. 4. Erickson Electrical Equipment Company. 5. FSR Inc. 6. Hoffman; a brand of Pentair Equipment Protection. 7. Hubbell Incorporated. 8. Kraloy. 9. Milbank Manufacturing Co. 10, MonoSystems, Inc. 11. Oldcastle Enclosure Solutions. 12. O-Z/Gedney; a brand of Emerson Industrial Automation. 13. RACO; Hubbell. 14, Robroy Industries. 15. Spring City Electrical Manufacturing Company. 16. Stahlin Non -Metallic Enclosures, 17. Thomas & Betts Corporation, A Member of the ABB Group. 18. Wiremold / Legrand. B. General Requirements for Boxes, Enclosures, and Cabinets: Boxes, enclosures, and cabinets installed in wet locations will be listed for use in wet locations. C. Sheet Metal Outlet and Device Boxes: Comply with NEMA OS I and UL 514A. D. Cast -Metal Outlet and Device Boxes: Comply with NEMA FB 1, aluminum, Type FD, with gasketed cover. 1. Outlet Boxes for Rigid Aluminum: a. Material: Aluminum. 1) Type: Form 7. b. Class I and II Hazardous Locations: 1) Material: Copper -free aluminum. 2) Type: Series GUA. 3) Covers: Copper -free aluminum. 2. Outlet Boxes for PVC Coated Rigid Aluminum: a. Material: PVC Coated Cast Aluminum. b. Type: Form 7. c. Coating for Fittings for PVC -Coated Conduit: Minimum thickness of 0.040 inches, with overlapping sleeves protecting threaded joints. E. Nonmetallic Outlet and Device Boxes: Comply witb NEMA OS 2 and UL 514C. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 260533-6 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 6 of 13 F. Luminaire Outlet Boxes: Nonadjustable, designed for attachment of luminaire weighing 50 pounds. Outlet boxes designed for attachment of luminaires weighing more than 50 pounds will be listed and marked for the maximum allowable weight. G. Small Sheet Metal Pull and Junction Boxes: NEMA OS 1. H. Cast -Metal Access, Pull, and Junction Boxes: Comply with NEMA FB 1 and UL 1773, cast aluminum with gasketed cover. 1. Box extensions used to accommodate new building finishes will be of same material as recessed box. J. Device Box Dimensions: 4 inches square by 2-1/8 inches deep. K. Gangable boxes are allowed. L. Cabinets: 1. NEMA 250, Type 1,Steel, box with removable interior panel and removable front, finished inside and out with manufacturer's standard enamel. 2. Hinged door in front cover with flush latch and concealed hinge. 3. Key latch to match panelboards. 4. Metal barriers to separate wiring of different systems and voltage. 5. Accessory feet where required for freestanding equipment. 6. Nonmetallic cabinets will be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. 7. Cabinet will include a grounding kit. 2.5 HANDHOLES AND BOXES FOR EXTERIOR UNDERGROUND WIRING A. General Requirements for Handholes and Boxes: 1. Boxes and handholes for use in underground systems will be designed and identified as defined in NFPA 70, for intended location and application. 2. Boxes installed in wet areas will be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. B. Fiberglass Handholes and Boxes: Molded of fibcrglass-reinforced polyester resin, with frame and covers of hot -dip galvanized -steel diamond plate. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Armorcast Products Company. b. Carson Industries LLC. c. NewBasis. d. Nordic Fiberglass, Inc. e. Oldcastle Precast, Inc. f. Quazite: Hubbell Power Systems, Inc. g. Synertech Moulded Products. 2. Standard: Comply with SCTE 77. 3. Color of Frame and Cover: Gray. 4. Configuration: Designed for flush burial with closed bottom unless otherwise indicated. 5. Cover: Weatherproof, secured by tamper -resistant locking devices and having structural load rating consistent with enclosure and handhole location. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 260533-7 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 7 of 13 6. Cover Finish: Nonskid finish will have a minimum coefficient of friction of 0.50. 7. Cover Legend: Molded lettering, "ELECTRIC.". 8. Handholes 24 Inches Wide by 24 Inches Long and Larger: Have inserts for cable racks and pulling -in irons installed before concrete is poured. 2.6 SOURCE QUALITY CONTROL FOR UNDERGROUND ENCLOSURES A. Handhole and Pull -Box Prototype Test: Test prototypes of handholes and boxes for compliance with SCTE 77. Strength tests will be for specified tier ratings of products supplied. 1. Strength tests of complete boxes and covers will be by either an independent testing agency or manufacturer. A qualified registered professional engineer will certify tests by manufacturer. 2. Testing machine pressure gages will have current calibration certification complying with ISO 9000 and ISO 10012 and traceable to NIST standards. PART 3 - EXECUTION 3.1 CONDUIT INSTALLATION SCHEDULE A. Conduit types will be installed in accordance with the following schedule: 1. Buried or Concrete Encased Conduit: Type EPC-40-PVCunless noted otherwise. Conduit below grade will not be smaller than 2 inches. a. Elbows 2 Inches and Larger: PVC coated ARC. b. Elbows Below 2 Inches Where Allowed: Type EPC-40-PVC. 2. Above Grade Non Concealed Conduit: ARC unless noted otherwise. 3. PVC Coated Rigid Aluminum Conduit: Will be used for conduit stub -ups through concrete and concrete wall penetrations. 4. Rigid Aluminum Conduit: May be used in all locations. PVC coated rigid aluminum conduit will be used in corrosive environments or where in contact with concrete. 5. Concealed Conduit (Through Concrete or Masonry), Aboveground: PVC coated ARC. 6. Liquid Tight Flexible Metallic Conduit: Will only be used to equipment in non -hazardous locations not subject to physical damage or excessive temperatures, requiring vibration isolation unless otherwise indicated, 6 feet maximum length. The bending radius will be in accordance with Chapter 9, Table 2 of the NEC and will not deform or alter the flex jacket. 7. Connection to Vibrating Equipment (Including Transformers and Hydraulic, Pneumatic, Electric Solenoid, or Motor -Driven Equipment): LFNC. 8. Boxes and Enclosures, Aboveground: NEMA 250, NEMA 4X316 stainless steel. 9. Boxes and Enclosures, Aboveground for Class I, Div. 2 hazardous locations: NEMA 250 cast aluminum Type 7. 10, 600 Volt and Below Electrical Rooms: a. Exposed Conduit: ARC. b. Boxes and Enclosures: Painted steel NEMA 250,Type 1. B. Minimum Raceway Size: 1. Exposed 1/2 inch for light fixture whips, 3/4 inch trade size. 2. Underground: 2 inches in duct banks, 1-inch independent conduits for power to light poles. C. Raceway Fittings: Compatible with raceways and suitable for use and location. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 260533-8 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 8 of 13 1. Rigid Aluminum Conduit: Use threaded rigid aluminum conduit fittings unless otherwise indicated. Comply with NEMA FB 2.10. 2. PVC Externally Coated, Rigid Aluminum Conduits: Use only fittings listed for use with this type of conduit. Patch and seal all joints, nicks, and scrapes in PVC coating after installing conduits and fittings. Use sealant recommended by fitting manufacturer and apply in thickness and number of coats recommended by manufacturer. 3. Flexible Conduit: Use only fittings listed for use with flexible conduit. Comply with NEMA FB 2.20. D. Where raceways are installed for such circuits and pass through concrete, install PVC coated rigid aluminum extending 6 inches past the top of the concrete slab where conduit does not terminate in a floor mounted enclosure. E. Do not install aluminum conduits, boxes, or fittings in contact with concrete or earth. 3.2 CONDUIT INSTALLATION A. Comply with NECA 1 and NECA 101 for installation requirements except where requirements on the Drawings or in this article are stricter. Comply with NECA 102 for aluminum conduits. Comply with NFPA 70 limitations for types of raceways allowed in specific occupancies and number of floors. B. Use the conduit route where shown on the Drawings. Route conduits that do not have a specified route in the most direct path between the two points, i.e. home runs shown with an arrow symbol. Route conduits parallel to building lines. Concealed conduits on the Drawings will be below grade, within walls, or above ceilings. C. Route conduit through roof openings for piping and ductwork where possible. Otherwise, route conduit through the roof with pitch pocket. Conduit will not penetrate ductwork. Exposed conduit will not be installed on the roof without the Engineer's prior approval. D. 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 will not be placed in close proximity to equipment, systems, and service lines. Maintain a minimum of 3 inches of separation, except in crossing which will be a minimum of 1 inch. Conduits will not be installed/concealed in water bearing walls. E. Conduits in buildings will be exposed on unfinished ceilings and basements, as shown on the Drawings. Rigidly support conduits to the building structures using hardware bolted or screwed to the structure. The mounting hardware will not mount the conduit directly on concrete walls and ceilings, but will space the conduit away from the surfaces using strut channel clamps, or one hole straps with clamp backs. F. 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 percent conduit. G. Parallel runs of conduit will 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 will be removed and reinstalled at the Contractor's expense. Conductors that are installed will be removed and replaced at the Contractor's expense. H. Conduits installed in parallel will be arranged such that crossings are eliminated. I. Nuts, bolts, concrete anchor bolts and other metallic fasteners will be 304L stainless steel. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Numbm 100995 Revised March 24, 2020 260533-9 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 9of13 J. Install conduit with threaded couplings and other threaded fittings. Threadless, or clamp type fittings will not be used on metallic conduit. Rigid aluminum conduit will have each set of threads coated with an oxidation inhibitor, Ilsco, De-Ox, ITT Noalox, Blackburn Contax or approved equal. K. Use suitable conduit caps to protect installed conduit against entry of dirt and moisture. The use of duct tape or any other tape will be prohibited. L. Use watertight hubs to fasten conduit to metal boxes, etc. in wet or damp locations per the National Electrical Code. M. Provide at least 1/4 inch air space between the back of boxes, equipment and the wall. N. Size conduits as required by the National Electrical Code for the number and sizes of wires to be drawn into the conduit where conduit size is not specifically indicated in the drawings. O. Conduits terminating inside an air conditioned space from outside will be sealed to prevent moisture/condensation from entering the enclosure. P. Keep raceways at least 6 inches away from parallel runs of flues and steam or hot-water pipes. Install horizontal raceway runs above water and steam piping. Q. Where applicable, aluminum conduit, straps, and struts will not be in direct contact with concrete. Provide a neoprene washer between the two materials. R. PVC conduit will not be installed above grade level, above concrete slab level, or for any exposed installations unless specified. S. Conduit system will be swabbed clean prior to installation of conductors. T. Ground conduits in accordance with the National Electrical Code and Section 26 05 26 "Grounding and Bonding for Electrical Systems." U. Install manufactured PVC coated aluminum conduit elbows for stub -ups at poles and equipment and at building entrances through floor. Encase elbows for stub -up ducts throughout length of elbow.] V. Complete raceway installation before starting conductor installation. W. Cut conduit perpendicular to the length. For conduits 2 inches trade size and larger, use roll cutter or a guide to make cut straight and perpendicular to the length. X. Comply with requirements in Section 26 05 29 "Hangers and Supports for Electrical Systems" for hangers and supports. Y. Arrange stub -ups so curved portions of bends are not visible above finished slab. Z. Install no more than the equivalent of four 90-degree bends in any conduit run except for control wiring conduits, for which fewer bends are allowed. Support within 18 inches of changes in direction or where conduit penetrates through a floor, wall, or transitions from underground. Conduits transitioning from underground to be supported by a structure will include an expansion fitting before the conduit is strapped at its first conduit support. AA. Install measuring line in empty raceways. Use line with not less than 1000-pound tensile strength. Leave at least 12 inches of slack at each end of pull line. Cap underground raceways designated as spare above grade alongside raceways in use. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 260533-10 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 10 of 13 3.3 CONDUITS THROUGH CONCRETE: A. Conduit will not be placed horizontally in a concrete floor slab or a beam without the Engineer's written approval. B. Conduit passing through concrete will be PVC coated aluminum. Conduit will extend 6 inches above concrete transition. Aluminum conduit which penetrates into concrete will be factory - coated with 0.40 inches of polyvinylchloride, per Spec. MIL-P-15147. C. Conduit extending into concrete will not be closer than 3 inches from adjacent conduit and will not be closer than 1 inch from any reinforcement bars. D. Where conduits stub up through a floor slab from below finished floor level for multi -level structures, install a threaded fitting with PVC plug so that the top of the fitting is flush with the concrete or finished floor surface. 3.4 RACEWAYS EMBEDDED IN SLABS A. Run conduit larger than 1 inch trade size, parallel or at right angles to main reinforcement. Where at right angles to reinforcement, place conduit close to slab support. Secure raceways to reinforcement at maximum I 0-foot intervals. B. Arrange raceways to cross building expansion joints at right angles with expansion fittings. C. Arrange raceways to keep a minimum of2 inches of concrete cover in all directions. D. Do not embed threadless fittings in concrete unless specifically approved by the Engineer for each specific location. 3.5 SURFACE RACEWAY INSTALLATION A. Install surface raceway with a minimum 2 inches radius control at bend points. B. Secure surface raceway with screws or other anchor -type devices at intervals not exceeding 48 inches and with no less than two supports per straight raceway section. Support surface raceway according to manufacturer's written instructions. Tape and glue are not acceptable support methods. 3.6 HAZARDOUS LOCATION CONDUIT INSTALLATION A. Install raceway sealing fittings at accessible locations according to NFPA 70 and fill them with listed sealing compound. For concealed raceways, install each fitting in a flush steel box with a blank cover plate having a finish similar to that of adjacent plates or surfaces. Install raceway sealing fittings according to NFPA 70. Sealing fittings will be filled with compound rated for hazardous locations Class I, Div.2 for conduits leaving classified areas as indicated on the Drawings. B. Install devices to seal raceway interiors at accessible locations. Locate seals so no fittings or boxes are between the seal and the following changes of environments. Seal the interior of all raceways at the following points: 1. Where conduits pass from warm to cold locations, such as boundaries of refrigerated spaces. 2. Where an underground service raceway enters a building or structure. 3. Where otherwise required by NFPA 70. C. Comply with manufacturer's written instructions for solvent welding RNC and fittings. FREESE AND NICIIOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 260533-11 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page I of 13 3.7 EXPANSION FITTING INSTALLATION A. Expansion Fittings: 1. Expansion fittings used with aluminum conduit will be installed in the following locations: a. At construction joints. b. In conduit runs longer than 100 feet. c. Transitions from underground to above elevation (exposed). 2. Install in each run of aboveground RMC conduit that is located where environmental temperature change may exceed 100 deg. F and that has straight -run length that exceeds 100 feet. 3. Install expansion fittings at all locations where conduits, concealed or surface mount, cross building, structure, construction and seismic expansion joints. 4. Install each expansion joint fitting with position, mounting, and piston setting selected according to manufacturer's written instructions for conditions at specific location at time of installation. Install conduit supports to allow for expansion movement. 5. Acceptable expansion/deflation fittings made of neoprene in outdoor applications will have aluminum lagging over the neoprene held in place with stainless steel tie -wraps. 3.8 LIQUID TIGHT FLEXIBLE CONDUIT INSTALLATION 3.9 JUNCTION BOX AND PULL BOX INSTALLATION A. Mount boxes at heights indicated on the Drawings. If mounting heights of boxes are not individually indicated, give priority to ADA requirements. Install boxes with height measured to center of box unless otherwise indicated. B. Recessed Boxes in Masonry Walls: Saw -cut opening for box in center of cell of masonry block, and install box flush with surface of wall. Prepare block surfaces to provide a flat surface for a raintight connection between box and cover plate or supported equipment and box. C. Horizontally separate boxes mounted on opposite sides of walls so they are not in the same vertical channel. D. Locate boxes so that cover or plate will not span different building finishes. E. Support boxes of three gangs or more from more than one side by spanning two framing members or mounting on brackets specifically designed for the purpose. F. Fasten junction and pull boxes to or support from building structure. Do not support boxes by conduits. G. Set metal floor boxes level and flush with finished floor surface. H. Set nonmetallic floor boxes level. Trim after installation to fit flush with finished floor surface. I. Drilling holes in boxes to support the box will not be allowed. 3.10 SIZING AND INSTALLATION OF WIREWAYS, PULL BOXES AND JUNCTION BOXES A. Contractor will be responsible for providing and sizing all wireways, pull boxes and junction boxes per the National Electrical Code (NEC) Article 314 and all other relevant sections of the NEC. B. Install Products in accordance with manufacturer's instructions. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 260533-12 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 12 of 13 C. Use screws, clips, and straps to fasten raceway channel to surfaces. Mount plumb and level. D. Use suitable insulating bushings and inserts at connections to outlets and corner fittings. E. Wireway Supports: Per manufacturer's recommendations. Contractor will support the wireway rigidly to the building structures using hardware bolted or screwed to the structure. Supporting wireways from corrugated metal structures will not be allowed. F. Close ends of wireway and unused conduit openings. G. Use separate pull boxes and junction boxes for electric power, control and communication systems. H. Install pull boxes in interior conduit at not more than 100 feet apart when conduit runs are not broken by junction or outlet boxes. 1. Pull and junction boxes will be accessible and not buried. J. Do not install boxes back to back in walls and provide a minimum of 6 inches separation, except in acoustic -rated walls, provide 24 inches separation. K. Support boxes independently of conduit except for cast boxes that is connected to two rigid metal conduits, both supported within 12 inches of box. L. Box will be mounted using mounting lugs. Drilling through the box to mount is prohibited. Any box drilled to mount will be rejected and will be removed and replaced at the Contractor's expense. 3.11 PROTECTION A. Protect coatings, finishes, and cabinets from damage and deterioration. 1. Repair damage to galvanized finishes with zinc -rich paint recommended by manufacturer. 2. Repair damage to PVC coatings or paint finishes with matching touchup coating recommended by manufacturer. 3.12 CONDUIT TERMINATIONS A. Conduit terminations at enclosures will maintain the NEMA rating of the enclosure. Conduit terminations damaging enclosures will not be permitted. Damaged enclosures will not be accepted and will be replaced at the Contractor's expense. B. Use grounding Myers hubs for termination of conduits into enclosures. C. Locknut termination of conduits will not be used on this Project except where liquid tight fittings require locknuts to maintain UL listings. Locations utilizing liquid tight fittings will include a stainless steel banded sealing gasket. Damaged bands or gaskets due to overtightening will be replaced by the Contractor. D. For exterior, wet locations, and where conduit enters from exterior or wet locations, conduit terminations will not penetrate the top of ANY enclosures. Enclosures with top penetrations will be removed and replaced with conduits re-routed for side or bottom penetration at the Contractor's expense. If conductors have been installed and are too short to accommodate the re- routed conduit, then they will be removed and replaced at the Contractor's expense. E. Raceway Terminations at Locations Subject to Moisture or Vibration: Use insulating bushings to protect conductors including conductors smaller than No. 4 AWG. F. Use suitable conduit caps to protect installed conduit against entry of dirt and moisture. The use of duct tape or any other tape will be prohibited. FREESE AND NICHOLS, INC. Lake Adington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 20211 26 05 33 - 13 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 13 of 13 G. Conduits terminating inside an air conditioned space from outside will be sealed to prevent moisture/condensation from entering the enclosure. H. Where locknuts are allowed, do not rely on locknuts to penetrate nonconductive coatings on enclosures. Remove coatings in the Iocknut area prior to assembling conduit to enclosure to ensure a continuous ground path. I. Install raceways square to the enclosure and terminate at enclosures with Myers hubs. Install Myers hub hand tight plus 1/4 turn more. 3.13 JUNCTION BOX INSTALLATION A. Junction boxes will be installed so they are accessible from the front. B. Junction boxes will have terminal strips/distribution blocks for splicing conductors where approved by the Engineer or as shown/specified on the Drawings. Terminal strips will be manufactured by Allen-Bradley, Phoenix Contact or approved equal. Distribution blocks will be per Section 26 05 19 "Low Voltage Electrical Power Conductors and Cables." No top entry in junction boxes with a terminal strip. C. Use watertight hubs to fasten conduit to metal boxes, etc. in wet or damp locations per the National Electrical Code. D. Metallic Junction boxes will be grounded with NEC approved grounding fasteners and by means allowed by the enclosure manufacturer. Enclosures drilled for grounding fasteners that do not meet code will be replaced at the cost of the Contractor. END OF SECTION FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 PAGE INTENTIONALLY LEFT BLANK 26 05 36.01 - 1 CABLE TRAYS FOR ELECTRICAL SYSTEMS Page 1 of 6 SECTION 26 05 36.01 CABLE TRAYS FOR ELECTRICAL SYSTEMS PART1- GENERAL 1.1 WORK INCLUDED A.Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item will be by lump sum. 2. Payment a. The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for cable trays. 3. The price bid shall include: a. Furnishing and installing cable trays as specified by the Drawings b. Mobilization 1.3 SUMMARY A.Section Includes: 1. Ladder cable trays. 2. Single -rail cable trays. 3. Trough cable trays. 4. Fiberglass cable trays. B. Related Requirements: 1.4 SUBMITTALS A.Submittals will be in accordance with Section 0133 00 "Submittals" and will include: 1. Product Data: For each type of product. Include data indicating dimensions and finishes for each type of cable tray indicated. 2. Shop Drawings: For each type of cable tray. Show fabrication and installation details of cable trays, including plans, elevations, and sections of components and attachments to other construction elements. Designate components and accessories, including clamps, brackets, hanger rods, splice -plate connectors, expansion joint assemblies, straight lengths, and fittings. 3. Coordination Drawings: Floor plans and sections, drawn to scale, on which the following items are shown and coordinated with each other, using input from installers of the items involved: a. Include scaled cable tray layout and relationships between components and adjacent structural, electrical, and mechanical elements. b. Vertical and horizontal offsets and transitions. c. Clearances for access above and to side of cable trays. d. Vertical elevation of cable trays above the floor or below bottom of ceiling structure. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 260536.01-2 CABLE TRAYS FOR ELECTRICAL SYSTEMS Page 2 of 6 PART 2 - PRODUCTS 2.1 GENERAL REQUIREMENTS FOR CABLE TRAYS A.Cable Trays and Accessories: Identified as defined in NFPA 70 and marked for intended location, application, and grounding. 1. Source Limitations: Obtain cable trays and components from single manufacturer. B.Sizes and Configurations: See the cable tray annotations on the Drawings for specific sizes, and configurations. C.Structural Performance: See articles on individual cable tray types for specific values for the following parameters: 1. Uniform Load Distribution: Capable of supporting a uniformly distributed load on the indicated support span when supported as a simple span and tested according to NEMA VE 1. 2. Concentrated Load: A load applied at midpoint of span and centerline of tray. 3. Load and Safety Factors: Applicable to both side rails and rung capacities. 2.2 LADDER CABLE TRAYS A.Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Allied Tube & Conduit; a part of Atkore International. 2. B-line, an Eaton business. 3. Superior Tray Systems Inc. 4. MonoSystems, Inc. 5. MP Husky USA Cable Tray & Cable Bus. 6. Niedax Inc. 7. Thomas & Betts Corporation, A Member of the ABB Group. 8. Cablofil / PW Cable Tray, B. Description: 1. Configuration. Two I-beam side rails with transverse rungs welded to side rails. 2. Rung Spacing: 9 inches o.c. 3. Radius -Fitting Rung Spacing: 9 inches at center of tray's width. 4. Minimum Cable -Bearing Surface for Rungs: 7/8-inch width with radius edges. 5. No portion of the rungs will protrude below the bottom plane of side rails. 6. Structural Performance of Each Rung: Capable of supporting a maximum cable load, with a safety factor of 1.5, plus a 200-pound concentrated load, when tested according to NEMA VE 1, 7. Minimum Usable Load Depth: 6 inches. S. Straight Section Lengths: 10 feet except where shorter lengths are required to facilitate tray assembly. 9. Width: As indicated on the Drawings. 10. Fitting Minimum Radius: 12 inches. 11. Class Designation: Comply with NEMA VE 1, Class 12A. 12, Splicing Assemblies: Bolted type using serrated flange locknuts. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 260536.01-3 CABLE TRAYS FOR ELECTRICAL SYSTEMS Page 3 of 6 13. Hardware and Fasteners: ASTM F593 and ASTM F594 stainless steel, Type 304. 14. Splice Plate Capacity: Splices located within support span will not diminish rated loading capacity of cable tray. 2.3 MATERIALS AND FINISHES A.Aluminum: 1. Materials: Alloy 6063-T6 according to ANSI H35.1/H 35.IM for extruded components, and Alloy 6061-T6 according to ANSI H35.1/H 35.1M for fabricated parts. 2. Hardware: Stainless steel, Type 304, ASTM F593 and ASTM F594] 3. Hardware for Aluminum Cable Tray Used Outdoors: Stainless steel, Type 316, ASTM F593 and ASTM F594, 2.4 CABLE TRAY ACCESSORIES A.Fittings: Tees, crosses, risers, elbows, and other fittings as indicated, of same materials and finishes as cable tray. B. Barrier Strips: Same materials and finishes as for cable tray. C. Cable tray supports and connectors, including bonding jumpers, as recommended by cable tray manufacturer. 2.5 WARNING SIGNS A. Lettering: 1-1/2-inch high, black letters on yellow background with legend "Warning! Not To Be Used as Walkway, Ladder, or Support for Ladders or Personnel." B.Comp ly with requirements for fasteners in Section 26 05 53 "Identification for Electrical Systems." 2.6 SOURCE QUALITY CONTROL A.Testing: Test and inspect cable trays according to NEMA VE 1. PART 3 - EXECUTION 3.1 CABLE TRAY INSTALLATION A.Install cable trays according to NEMA VE 2. B.InstaIl cable trays as a complete system, including fasteners, hold-down clips, support systems, barrier strips, adjustable horizontal and vertical splice plates, elbows, reducers, tees, crosses, cable dropouts, adapters, covers, and bonding. C.Install cable trays so that the tray is accessible for cable installation and all splices are accessible for inspection and adjustment. D.Remove burrs and sharp edges from cable trays. E. Join aluminum cable tray with splice plates; use four square -neck carriage bolts and locknuts. F. Fasten cable tray supports to building structure. G.Design fasteners and supports to carry cable tray, the cables, and a concentrated load of 200 pounds. Comply with requirements in Section 26 05 29 "Hangers and Supports for Electrical Systems." FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 26 05 36.01 - 4 CABLE TRAYS FOR ELECTRICAL SYSTEMS Page 4 of 6 H.Place supports so that spans do not exceed maximum spans on schedules and provide clearances shown on the Drawings. Install intermediate supports when cable weight exceeds the load - carrying capacity of the tray rungs. 1. Construct supports from channel members, threaded rods, and other appurtenances furnished by cable tray manufacturer. Arrange supports in trapeze or wall -bracket forth as required by application. J. Support bus assembly to prevent twisting from eccentric loading. K.Locate and install supports according to NEMA VE 2. Do not install more than one cable tray splice between supports. L. Make changes in direction and elevation using manufacturer's recommended fittings. M. Make cable tray connections using manufacturer's recommended fittings. N.Install cable trays with enough workspace to permit access for installing cables. O.Install warning signs in visible locations on or near cable trays after cable tray installation. P. Install the cable tray according to the manufacturer's printed instructions. Support the cable tray on trapeze type hangers, 1-5/8-inch by 1-5/8-inch channel or 1/2-inch diameter, threaded, rod hangers. All supporting devices will be 316 stainless steel including nuts and washers. Maximum spacing will be 12 feet. Coordinate with structural reinforcement. Q.Provide bonding continuity between cable tray sections and fittings according to the manufacturer's instructions. R. Provide aluminum ladder drop -out at end of tray runs to prevent damage to cable insulation. S. Cable tray will be anchored to prevent both horizontal and vertical movement. T. For cable tray penetrations into electrical room, provide fire barrier self-locking pillows manufactured by 3M, Nelson or approved equal. 3.2 CABLE TRAY GROUNDING A.Ground cable trays according to NFPA 70 unless additional grounding is specified. Comply with requirements in Section 26 05 26 "Grounding and Bonding for Electrical Systems." B. Cable trays with electrical power conductors will be bonded together with splice plates listed for grounding purposes or with listed bonding jumpers. C.When using epoxy- or powder -coat painted cable trays as a grounding conductor, completely remove coating at all splice contact points or ground connector attachment. After completing splice -to -grounding -bolt attachment, repair the coated surfaces with coating materials recommended by cable tray manufacturer. D.Bond cable trays to power source for cables contained within with bonding conductors sized according to NFPA 70, Article 250.122, "Size of Equipment Grounding Conductors." 3.3 CABLE INSTALLATION A.Install cables only when each cable tray run has been completed and inspected. B. Fasten cables on horizontal runs with cable clamps or cable ties according to NEMA VE 2. Tighten clamps only enough to secure the cable, without indenting the cable jacket. Install cable ties with a tool that includes an automatic pressure -limiting device. C.Fasten cables on vertical runs to cable trays every 18 inches. FREESE AND NICHOLS, INC. Lake Arlington Lill Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 26 05 36,01 - 5 CABLE TRAYS FOR ELECTRICAL SYSTEMS Page 5 of 6 D.Fasten and support cables that pass from one cable tray to another or drop from cable trays to equipment enclosures. Fasten cables to the cable tray at the point of exit and support cables independent of the enclosure. The cable length between cable trays or between cable tray and enclosure will be no more than 36 inches. 3.4 CONNECTIONS A.Remove paint from all connection points before making connections. Repair paint after the connections are completed. B. Connect raceways to cable trays according to requirements in NEMA VE 2. 3.5 FIELD QUALITY CONTROL A.Perform the following tests and inspections: 1. After installing cable trays and after electrical circuitry has been energized, survey for compliance with requirements. 2. Visually inspect cable insulation for damage. Correct sharp corners, protuberances in cable trays, vibrations, and thermal expansion and contraction conditions, which may cause or have caused damage. 3. Verify that the number, size, and voltage of cables in cable trays do not exceed that permitted by NFPA 70. Verify that communications or data-processing circuits are separated from power circuits by barriers or are installed in separate cable trays. 4. Verify that there are no intruding items such as pipes, hangers, or other equipment in the cable tray. 5. Remove dust deposits, industrial process materials, trash of any description, and any blockage of tray ventilation. 6. Visually inspect each cable tray joint and each ground connection for mechanical continuity. Check bolted connections between sections for corrosion. Clean and retorque in suspect areas. 7. Check for improperly sized or installed bonding jumpers. 8. Check for missing, incorrect, or damaged bolts, bolt heads, or nuts. When found, replace with specified hardware. 9. Perform visual and mechanical checks for adequacy of cable tray grounding; verify that all takeoff raceways are bonded to cable trays. Test entire cable tray system for continuity. Maximum allowable resistance is 1 ohm. B. Prepare test and inspection reports. 3.6 PROTECTION A.Protect installed cable trays and cables. B. Install temporary protection for cables in open trays to safeguard exposed cables against falling objects or debris during construction. Temporary protection for cables and cable tray can be constructed of wood or metal materials and will remain in place until the risk of damage is over. C. Repair damage to galvanized finishes with zinc -rich paint recommended by cable tray manufacturer. D.Repair damage to paint finishes with matching touchup coating recommended by cable tray manufacturer. FREESE AND NICHOLS, INC. Lake Arlington Litt Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 26 05 36.01 - 6 CABLE TRAYS FOR ELECTRICAL SYSTEMS Page 6 of 6 3.7 INSTALLATION A.Install the cable tray according to the manufacturer's printed instructions. Support the cable tray on trapeze type hangers, 1-5/8-inch by 1-5/8-inch channel or 1/2-inch diameter, threaded, rod hangers. All supporting devices will be 316 stainless steel including nuts and washers. Maximum spacing will be 12 feet. Coordinate with structural reinforcement. B, Connect sections of the cable tray together with edges free from burrs and sharp projections. Use expansion connectors where indicated by NEMA VEL C. Provide bonding continuity between cable tray sections and fittings according to the manufacturer's instructions. D.Provide a grounding jumper between each cable tray section and ground cable tray per the National Electrical Code, E. Provide aluminum ladder drop -out at end of tray runs to prevent damage to cable insulation. F. Cable tray will be anchored to prevent both horizontal and vertical movement. G.For cable tray penetrations into electrical room, provide fire barrier self-locking pillows manufactured by 3M, Nelson or approved equal. END OF SECTION FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 QSECTION 26 06 36.02 2 CABLE SUS PART1- GENERAL 1.1 WORK INCLUDED 26 05 36.02 - 1 CABLE BUS Page I of 5 A.Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 PRICE AND PAYMENT PROCEDURES A.Measurement and Payment 1. Measurement a. Measurement for this Item will be by lump sum. 2. Payment a. The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for cable bus. 3. The price bid shall include: a. Furnishing and installing cable bus as specified by the Drawings b. Mobilization 1.3 SUMMARY A. Section Includes: 1. Cable Bus 2. Tap Box B.Related Requirements: 1.4 SUBMITTALS A.Submittals will be in accordance with Section 0133 00 "Submittals" and will include: 1. Product Data: For each type of product. Include data indicating dimensions and finishes for each type of cable bus indicated. 2. Shop Drawings: For each type of cable bus. Show fabrication and installation details of cable bus, including plans, elevations, and sections of components and attachments to other construction elements. Designate components and accessories, including clamps, brackets, hanger rods, splice -plate connectors, expansion joint assemblies, straight lengths, and fittings. 3. Coordination Drawings: Floor plans and sections, drawn to scale, on which the following items are shown and coordinated with each other, using input from installers of the items involved: a. Include scaled cable bus layout and relationships between components and adjacent structural, electrical, and mechanical elements. b. Vertical and horizontal offsets and transitions. c. Clearances for access above and to side of cable bus. d. Dimensioned drawings of tap box including busses and mounting methods. 4. Electrical and performance analysis. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 260536.02-2 CABLE BUS Page 2 of 5 PART2- PRODUCTS 2.1 GENERAL REQUIREMENTS A.Source Limitations: Obtain cable bus system and tap box from single manufacturer. B.Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Advanced Cable Bus 2. MP Husky 3. Superior Tray Systems Inc. C. Size and Configuration: 1. Cable bus will be sized for a 480Y/277V 3P,4W, 4000A, 65KA available fault current. Refer to drawings for length and installation routing. 2. Cable bus will be ventilated type suitable for outdoor installation. 3. Cable bus will be installed below grade in a ventilated cable trench before penetrating the exterior wall of a building. 4. Tap box will be installed indoors in an air conditioned environment. 5. Tap box will be sized for 4000A bus bars. Refer to drawings for number and size of conductors connected between tap box and switchboard. 2.2 CABLE BUS SYTEM A complete NEC compliant ventilated metal enclosed system designed to suit site conditions will be provided including all necessary fittings, enclosures, connectors, weather tight entrance fittings, electrical connectors, terminating kits and other accessories as required. 2. System will be UL certified as a grounding conductor. 3. The bus system will be suitable for indoor and/or outdoor use with conductor spacing and ventilation maintained throughout the system. 4. All elements of the bus enclosure will be so designed to eliminate any sharp edges or projections that may injure conductor insulations or personnel. 5. Cable bus will have all conductors in a common enclosure. 6. The cable bus system will be supplied complete with 31) layout drawings, enclosure drawings, wall/equipment seal drawings, cut sheets, short circuit bracing and impedance analysis package, and installation manual. 2.3 TAP BOX 1. Tap box will be sized to accept 4000A cable bus on one side, and up to (12) 4" rigid aluminum conduits on the bottom. 2. Bus bars in the tap box will accommodate all conductors from the cable bus as well as 12 conductors per phase for the connection to the switchboard. 3. Bus bars will be pre -drilled for two -hole compression lugs. 4. Tap box will be rated NEMA 12. 5. Tap box will have integral grounding lug capable of accepting a 4/0 conductor. 6. Tap box will have integral mounting flanges on the top with holes sized to accept up to 1/2" threaded rod for suspension. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 26 05 36.02 - 3 CABLE BUS Page 3 of 5 2.4 STANDARDS A.The equipment will be manufactured, tested, rated and furnished in accordance with the latest standards and regulations of the following: NIiPA 70 2. IEEE C37.23-2015 — IEEE Standard for Metal -Enclosed Bus 2.5 CONSTRUCTION A.Bus enclosure fittings will have a typical inner radius of twenty-four (24) inches unless specified otherwise. Bus rails and rungs are to be manufactured from 6063-T6 aluminum. Rungs are to be welded to side rails to provide sufficient short circuit withstand. B.The top and bottom surfaces of the cable bus enclosure will be aluminum with punched slotted holes for ventilation. Punched, slotted boles will restrict entry of objects larger than 0,25" in diameter and will provide a minimum of 25% total open space in the top and bottom cover surfaces for efficient passage of air. The bottom covers will be factory welded to the side rails and the top cover will be a removable, bolt -on type. C. Splice joints between sections of the bus enclosure will be attached using UL certified bonding connectors and the expansion joint will be a limited -slip type. D.Conductor support block assemblies will be self -extinguishing UL94 VO rated, UV hardened, and non -hygroscopic. Cable support blocks must withstand specified short circuit forces, and secure the cables such that the cables do not move. Ensure there are no edges that may damage cable insulation during installation. Support block will be mounted in a support structure to resist the full forces of a short circuit load. The blocks will be designed in segments to maintain a minimum of one conductor diameter in both the horizontal and vertical planes. Where the bus runs horizontally, the cable support structure will not exceed 36" spacing; vertical runs will not exceed an 18" spacing. Cable guide holes are to be round and sized to support the cables in all directions without pinching cable insulation (tolerance-0.000"/+0.0625" of cable OD). E. Termination, entrance and tap boxes will be manufactured in a material comparable with the cable bus enclosure and will minimize galvanic corrosion effects. Weather proof seals will be supplied with a rigid metallic mounting plate thick enough to resist buckling and deformation on uneven surfaces. The assembled seal will prevent moisture from passing in all weather conditions. The normal operating temperature of the seal will be between -I SC and 80C and will be made of material that is non-magnetic and nonhydroscopic. The seal will be electrical isolated from the bus and made of a nonconductive material. Areas where cables come into contact with the seal will be made of a soft, impact absorbing material and free from any sharp corners. All materials must have UL94 V-0 non flammability rating and an F2 LTV rating for outdoor suitability per UL746C. Terminations for systems under I OOOV will be NEMA two (2) hole compression lugs supplied with heat shrink tubing. F. All hardware supplied will be of non-magnetic stainless steel 304 or better. G.The channel design is such that it is self-supporting and can be set above or below grade level if required. 2.6 ELECTRICAL A.AII current carrying conductors will be UL certified for 90°C operating temperatures. 600V cables will have XHHW-2 insulation. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 26 05 36.02 - 4 CABLE BUS Page 4 of 5 B. The conductors will be phased and supported to maintain low impedance and assure the mechanical strength necessary to prevent cable movement or damage under short circuit currents. Assembly must be designed to withstand a minimum of 65KA symmetrical fault current for a duration of 60 cycles. C.Maximum conductor ampacities will not exceed allowable ampacities listed in the NEC. D.The cable bus will be designed so that the overall voltage drop from the source to termination point will not be greater than 2% at 3000A. Calculations will be included with the submittal to illustrate the compliance with this requirement. E. The conductors will be arranged in a phasing pattern which exhibits minimal interphase unbalance. No more than 5% impedance unbalance will be allowed between any phase conductor and the nominal 3 phase impedance. F. Conductors will be continuous length and pulled in after the bus enclosure is in place. Electrical connectors will be used only at the termination of the conductor runs. G.The bus enclosure will be grounded at sufficient intervals for the purpose of preventing a potential above ground on the bus enclosure in the event of a fault. Cable bus enclosure will be UL certified as a grounding conductor. H.Each cable bus system will come with a report specific to the required loading, maximum system temperature, and on site maximum ambient temperature. The analysis will take into account proximity effect and skin effect on AC parallel conductors and will include: 1. Loading on individual conductors in the cable bus system, voltage drop of each phase, impedance of each conductor and phase, and the heat generation of the system. 2. Temperature rise of the conductors, insulation, enclosure and air leaving the system at the required loading and maximum ambient temperature of the site. 2.7 ACCESSORIES A.Environmental water -tight seal for building penetration B. S-fittings (low profile entry fittings) PART 3 - EXECUTION 3.1 INSTALLATION A.Install cable bus as a complete system, including fasteners, hold-down clips, support systems, barrier strips, adjustable horizontal and vertical splice plates, elbows, reducers, adapters, covers, and bonding. B. Remove burrs and sharp edges from cable bus. C.Join aluminum cable bus sections with splice plates. D.Fasten cable bus to building structure. E. Fasten cable bus in ventilated trench no less than 6" above bottom of trench. Ensure cable bus is level in the trench to within 118" in a 10' span or the manufacturers leveling specification. Adhere to the more stringent specification. F. Make changes in direction and elevation using manufacturers supplied fittings. G.Provide bonding continuity between cable bus sections and fittings according to the manufacturer's instructions. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 260536.02-5 CABLE BUS Page 5 of 5 3.2 CABLE BUS GROUNDING A.Ground cable bus according to NFPA 70 unless additional grounding is specified. Comply with requirements in Section 26 05 26 "Grounding and Bonding For Electrical Systems". B. Cable bus will be bonded together with splice plates listed for grounding purposes or with listed bonding jumpers. 3.3 CABLE INSTALLATION A.Install cables only when the entire cable bus has been completed and inspected. B.Install one extra cable support assembly within the secondary compartment of the utility transformer to provide necessary bracing under short circuit conditions. C. Install one extra cable support assembly within the tap box above the switchboard to provide necessary bracing under short circuit conditions. 3.4 FIELD QUALITY CONTROL A.Prior to energization: 1. Visually inspect cable insulation for damage. Correct sharp corners, protuberance, vibrations, and thermal expansion/contraction conditions which may cause or have caused damage. 2. Remove dust deposits, industrial process materials, trash of any description, and any blockage of tray ventilation. 3. Visually inspect each cable bus joint and each ground connection for mechanical continuity. Check bolted connections between sections for corrosion. Clean and retorque in suspect areas. 4. Check for improperly sized or installed bonding jumpers. 5. Check for missing, incorrect, or damaged bolts, bolt heads, or nuts. When found, replace with specified hardware. 6. Test entire cable bus system for continuity. 7. Test cables in accordance with Section 26 0126 "Testing of Electrical Systems". B.Post Energization 1. With system under the nominal load of two pumps running, odor control system active, and HVAC operating in cooling mode, perform thermographic imaging of transformer secondary lugs, tap box bus bars, and switchboard main breaker (line side). Record temperatures for each conductor termination at both ends of each phase conductor and neutral cable. Submit a report of findings to the engineer of record and the owner. END OF SECTION FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised TMarch 24, 2020 PAGE INTENTIONALLY LEFT BLANK 26 05 43 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Pagel of 6 SECTION 26 05 43 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS PART1- GENERAL 1,1 SUMMARY A. Section Includes. 1. Direct -buried conduit, ducts, and duct accessories. 2. Concrete -encased conduit, ducts, and duct accessories. 3. Handholes and boxes. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item will be by lump sum. 2. Payment a. The work performed and materials furnished in accordance with this Item will be paid for at the lump surd price bid for cable trench and duct banks. 3. The price bid shall include: a. Furnishing and installing cable trench and duct banks as specified by the Drawings b. Mobilization 1.3 ACTION SUBMITTALS A. Product Data. For ducts and conduits, duct -bank materials, manholes, handholes, and boxes, and their accessories, submit in accordance with specification 0133 00 "Submittals". B. Shop Drawings: Precast or Factory -Fabricated Underground Utility Structures: a. Include plans, elevations, sections, details, attachments to other work, and accessories. b. Include duct entry provisions, including locations and duct sizes. c. Include reinforcement and joint details, frame and cover design, and manhole frame support rings. 2. Factory -Fabricated Handholes and Boxes Other Than Precast Concrete: a. Include dimensioned plans, sections, elevations, accessory locations, and fabrication and installation details. b. Include duct entry provisions, including locations and duct sizes. 1.4 INFORMATIONAL SUBMITTALS A. Duct -Bank Coordination Drawings: Show duct profiles, locations of expansion fittings, and coordination with other utilities and underground structures on Drawings signed and sealed by a qualified professional engineer. B. Product Certificates: For concrete and steel used in precast concrete manholes and handholes, as required by ASTM C 858. C. Qualification Data: For professional engineer and testing agency responsible for testing nonconcrete handholes and boxes. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 26 05 43 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 2 of 6 D. Source quality -control reports. E. Field quality -control reports. 1.5 QUALITY ASSURANCE A. Testing Agency Qualifications: Qualified according to ASTM E 329 for testing indicated. PART 2 - PRODUCTS 2.1 GENERAL REQUIREMENTS FOR DUCTS AND RACEWAYS A. Comply with IEEE C2. 2.2 CONDUIT A. RN C: NEMA TC 2, Type EPC-40-PVC, UL 651, with matching fittings by same manufacturer as the conduit complying with NEMA TC 3 and UL 514B. 2.3 PRECAST CONCRETE HANDHOLES AND BOXES A. Comply with ASTM C 858 for design and manufacturing processes. B. Description: Factory -fabricated, reinforced -concrete, monolithically poured walls and bottom unless open -bottom enclosures are indicated. Frame and cover shall form top of enclosure and shall have load rating consistent with that of handhole or box. Unit Compressive Strength: Provide units with minimum average net -area compressive strength of 2000 psi. 1. Frame and Cover: Weatherproof cast-iron frame, with cast-iron cover with recessed cover hook eyes and tamper -resistant, captive, cover -securing bolts. 2. Cover Finish: Nonskid finish shall have a minimum coefficient of friction of 0.50. 3. Cover Legend: Molded lettering, "ELECTRIC" or "INSTRUMENTATION". Decorative CMUs: ASTM C90. 4. Configuration: Units shall be designed for flush burial and have integral closed bottom unless otherwise indicated. 5. Joint Sealant: Asphaltic -butyl material with adhesion, cohesion, flexibility, and durability properties necessary to withstand maximum hydrostatic pressures at the installation location with the ground -water level at grade. 6. Windows: Precast, reinforced openings in walls, arranged to match dimensions and elevations of approaching ducts and duct banks, plus an additional 12 inches vertically and horizontally to accommodate alignment variations. 7. Duct Entrances in Handhole Walls: Cast end -bell or duct -terminating fitting in wall for each entering duct. 8. Handholes 24 inches wide by 24 inches long and larger shall have inserts for cable racks and pulling -in irons installed before concrete is poured. 2.4 HANDHOLES AND BOXES OTHER THAN PRECAST CONCRETE A. General Requirements for Handholes and Boxes: Comply with SCTE 77. Comply with tier requirements in "Underground Enclosure Application" Article. 1. Color: Green. 2. Configuration: Units shall be designed for flush burial and have integral closed bottom unless otherwise indicated. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 26 05 43 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 3 of 6 3. Cover: Weatherproof, secured by tamper -resistant locking devices and having structural load rating consistent with enclosure. 4. Cover Finish: Nonskid finish shall have a minimum coefficient of friction of 0.50. 5. Cover Legend: Molded lettering, "ELECTRIC." and "INSTRUMENTATION". 6. Handholes 24 inches wide by 24 inches long and larger shall have factory -installed inserts for cable racks and pulling -in irons. B. Fiberglass Handholes and Boxes: Molded of fiberglass -reinforced polyester resin, with covers made of hot -dip galvanized -steel diamond plate. C. High -Density Plastic Boxes: Where not subject to foot traffic or vehicular traffic, injection molded of high -density polyethylene or copolymer -polypropylene. Cover shall be made of plastic. PART 3 - EXECUTION 3.1 UNDERGROUND DUCT APPLICATION A. Ducts for Electrical Feeders 600 V and Less: RNC, NEMA Type EPC-40-PVC, in direct -buried duct bank unless otherwise indicated. B. Ducts for Electrical Branch Circuits: RNC, NEMA Type EPC-40-PVC, in direct -buried duct bank unless otherwise indicated. 3.2 UNDERGROUND ENCLOSURE APPLICATION A. Handholes and Boxes for 600 V and Less: I. Units in Driveway, Parking Lot, and Off -Roadway Locations, Subject to Occasional, Nondeliberate Loading by Heavy Vehicles: Precast concrete, H-20 structural load rating. 2. Units Subject to Light -Duty Pedestrian Traffic Only: High -density plastic, structurally tested according to SCTE 77 with 3000-lbf vertical loading. 3. Cover design load shall not exceed the design load of the handhole or box. 3.3 EARTHWORK A. Excavation and Backfill: Comply with Section 3123 10 "Structural Excavation and Backfill", but do not use heavy-duty, hydraulic -operated compaction equipment. 3.4 DUCT INSTALLATION A. Install ducts according to NEMA TCB 2. B. Slope: Pitch ducts a minimum slope of 1:300 down toward handholes and away from buildings and equipment. Slope ducts from a high point in runs between two handholes, to drain in both directions. Mortar for Unit Masonry: As indicated on the Drawings. C. Curves and Bends: Use 5-degree angle couplings for small changes in direction. Use manufactured long sweep bends with a minimum radius of 24 inches, both horizontally and vertically, at other locations unless otherwise indicated. D. Joints: Use solvent -cemented joints in ducts and fittings and make watertight according to manufacturer's written instructions. Stagger couplings so those of adjacent ducts do not lie in same plane. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 26 05 43 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 4 of 6 E. Installation Adjacent to High -Temperature Steam Lines: Where duct banks are installed parallel to underground steam lines, perform calculations showing the duct bank will not be subject to environmental temperatures above 30 deg C. Where environmental temperatures are calculated to rise above 30 deg C, and anywhere the duct bank crosses above an underground steam line, install insulation blankets listed for direct burial to isolate the duct bank from the steam line. F. Duct Entrances to Concrete and Polymer Concrete Handholes: Use end bells, spaced a minimum of 7.5 inches o.c. for 4-inch ducts, and 5.5 inches o.c. for 2-inch ducts. 1. Begin change from regular spacing to end -bell spacing 10 feet from the end bell without reducing duct line slope and without forming a trap in the line. 2. Grout end bells into structure walls from both sides to provide watertight entrances. G. Sealing: Provide temporary closure at terminations of ducts that have cables pulled. Seal spare ducts at terminations. Use sealing compound and plugs to withstand at least 15-psig hydrostatic pressure. H. Pulling Cord: Install 100-lbf measuring line in empty ducts. L Concrete -Encased Ducts: Support ducts on duct separators. 1. Excavate trench bottom to provide firm and uniform support for duct bank. Prepare trench bottoms as specified in Section 31 23 10 "Structural Excavation and Backfill". 2. Depth: Install top of duct bank at least 24 inches below finished grade in areas not subject to deliberate traffic. Do not exceed maximum bury depth indicated in drawings without prior approval of engineer. 3. Support ducts on duct separators coordinated with duct size, duct spacing, and outdoor temperature. 4. Separator Installation: Space separators close enough to prevent sagging and deforming of ducts, with not less than five spacers per 20 feet of duct. Secure separators to earth and to ducts to prevent floating during concreting. Stagger separators approximately 6 inches between tiers. Tie entire assembly together using fabric straps; do not use tie wires or reinforcing steel that may form conductive or magnetic loops around ducts or duct groups. 5. Minimum Space between Ducts: 4 inches between ducts and exterior envelope wall, and 18 inches between power and signal ducts. 6. Elbows: Use manufactured, PVC coated rigid aluminum conduit elbows for stub -ups at poles and equipment, at building entrances through floor, and at changes of direction in duct run. a. Couple PVC coated aluminum conduits to ducts with adapters designed for this purpose. 7. Reinforcement: Reinforce concrete -encased duct banks where they cross disturbed earth and where indicated. Arrange reinforcing rods and ties without forming conductive or magnetic loops around ducts or duct groups. 8. Forms: Use walls of trench to form side walls of duct bank where soil is self-supporting and concrete envelope can be poured without soil inclusions; otherwise, use forms. 9. Concrete Cover: Install a minimum of 4 inches of concrete cover at top and bottom, and a minimum of 4 inches on each side of duct bank. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECIINICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Nunibcr: 100995 Revised March 24, 2020 26 05 43 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 5 of 6 10. Pouring Concrete: Comply with requirements in "Concrete Placement" Article in Section 03 30 00 "Cast -in -Place Concrete." Place concrete carefully during pours to prevent voids under and between conduits and at exterior surface of envelope. Do not allow a heavy mass of concrete to fall directly onto ducts. Allow concrete to flow to center of bank and rise up in middle, uniformly filling all open spaces. Do not use power -driven agitating equipment unless specifically designed for duct -bank application. J. Warning Tape: Bury warning tape in accordance with section 26 05 53 "Identification for Electrical Systems". 3.5 INSTALLATION OF CONCRETE MANHOLES, HANDHOLES, AND BOXES A. Precast Concrete Manhole Installation: 1. Comply with ASTM C 991 unless otherwise indicated. 2. Install units level and plumb and with orientation and depth coordinated with connecting ducts, to minimize bends and deflections required for proper entrances. 3. Unless otherwise indicated, support units on a level bed of crushed stone or gravel, graded from 1-inch sieve to No. 4 sieve and compacted to same density as adjacent undisturbed earth. B. Waterproofing: Apply waterproofing to exterior surfaces of handholes after concrete has cured at least three days. Waterproofing materials and installation are specified in [Section 071353 "Elastomeric Sheet Waterproofing."] [Section 071354 "Thermoplastic Sheet Waterproofing."] <Insert waterproofing Section.> After ducts have been connected and grouted, and before backfilling, waterproof joints and connections, and touch up abrasions and scars. Waterproof exterior of manhole chimneys after mortar has cured at least three days. C. Dampproofing: Apply dampproofing to exterior surfaces of handholes after concrete has cured at least three days. Dampproofing materials and installation are specified in Section 071113 "Bituminous Dampproofing." After ducts are connected and grouted, and before backfilling, dampproof joints and connections, and touch up abrasions and scars. Dampproof exterior of manhole chimneys after mortar has cured at least three days. D. Hardware: Install removable hardware, including pulling eyes, cable stanchions, and cable arms as required for installation and support of cables and conductors and as indicated. E. Field -Installed Bolting Anchors in Concrete Handholes: Do not drill deeper than 2 inches in handholes for anchor bolts installed in the field. Use a minimum of two anchors for each cable stanchion. 3.6 INSTALLATION OF HANDHOLES AND BOXES OTHER THAN PRECAST CONCRETE A. Install handholes and boxes level and plumb and with orientation and depth coordinated with connecting ducts, to minimize bends and deflections required for proper entrances. Use box extension if required to match depths of ducts, and seal joint between box and extension as recommended by manufacturer. B. Unless otherwise indicated, support units on a level bed of crushed stone or gravel, graded from 1/2-inch sieve to No. 4 sieve and compacted to same density as adjacent undisturbed earth. C. Elevation: In paved areas and trafficways, set cover flush with finished grade. Set covers of other handholes 1 inch above finished grade. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 26 05 43 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 6 of 6 D. Install removable hardware, including pulling eyes, cable stanchions, and cable arms as required for installation and support of cables and conductors and as indicated. Select arm lengths to be long enough to provide spare space for future cables, but short enough to preserve adequate working clearances in enclosure. E. Field cut openings for ducts and conduits according to enclosure manufacturer's written instructions. Cut wall of enclosure with a tool designed for material to be cut. Size holes for terminating fittings to be used, and seal around penetrations after fittings are installed. 3.7 GROUNDING A. Ground underground ducts and utility structures according to Section 26 05 26 "Grounding and Bonding for Electrical Systems." 3.8 FIELD QUALITY CONTROL A. Perform the following tests and inspections and prepare test reports: 1. Demonstrate capability and compliance with requirements on completion of installation of underground ducts and utility structures. 2. Pull solid aluminum or wood test mandrel through duct to prove joint integrity and adequate bend radii, and test for out -of -round duct. Provide a minimum 6-inch long mandrel equal to 90 percent fill of duct. If obstructions are indicated, remove obstructions and retest. 3. Test handhole grounding to ensure electrical continuity of grounding and bonding connections. Measure and report ground resistance as specified in Section 26 05 26 "Grounding and Bonding for Electrical Systems." B. Correct deficiencies and retest as specified above to demonstrate compliance. 3.9 CLEANING A. Pull leather -washer -type duct cleaner, with graduated washer sizes, through full length of ducts. Follow with rubber duct swab for final cleaning and to assist in spreading lubricant throughout ducts. B. Clean internal surfaces of manholes, including sump. Remove foreign material. END OF SECTION FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION ,SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 26 05 53 - 1 IDENTIFICATION FOR ELECTRICAL SYSTEMS Page I of 11 SECTION 26 05 53 IDENTIFICATION FOR ELECTRICAL SYSTEMS PART 1 - GENERAL. 1.1 WORK INCLUDED A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the various Items bid. 2. Payment a. 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. 1.3 SUMMARY A. This Section includes the following: 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, including arc -flash warning labels. S. Miscellaneous identification products. 1.4 SUBMITTALS A. Product Data: For each type of product. B. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for electrical identification products. C. Samples: For each type of label and sign to illustrate composition, size, colors, lettering style, mounting provisions, and graphic features of identification products. D. Identification Schedule: For each piece of electrical equipment and electrical system components to be an index of nomenclature for electrical equipment and system components used in identification signs and labels. Use same designations indicated on the Drawings. PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Comply with NFPA 70. B. Comply with 29 CFR 1910.144 and 29 CFR 1910.145. 1. Comply with ANSI Z535.4 for safety signs and labels. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECiF1CATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 26 05 53 -2 IDENTIFICATION FOR ELECTRICAL SYSTEMS Page 2 of 11 C. Adhesive -attached labeling materials, including label stocks, laminating adhesives, and inks used by label printers, will comply with UL 969. Thermal Movements: Allow for thermal movements from ambient and surface temperature changes. a. Temperature Change: 120 deg F, ambient; 180 deg F, material surfaces. 2.2 COLOR AND LEGEND REQUIREMENTS A. Raceways and Cables Carrying Circuits at 600 V or Less: 1. Black letters on an orange field. 2. Legend: Indicate voltage and system or service type. B. Warning labels and signs will include, but are not limited to, the following legends: 1. 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." 3. Are Flash Label requirements can be found in 26 05 73 "Overcurrent Protective Device Coordination Study", 2.3 LABELS A. Vinyl Labels for Raceways Carrying Circuits at 600 V or Less: Preprinted, flexible labels laminated with a clear, weather and chemical resistant coating and matching wraparound clear adhesive tape for securing label ends. B. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Brady Corporation. 2. Champion America. 3. emedco. 4. Grafoplast Wire Markers. 5. LEM Products Inc. 6. Marking Services, Inc. 7. Panduit Corp. 8. Seton Identification Products. C. Snap -Around Labels for Raceways and Cables Carrying Circuits at 600 V or Less: Slit, pretensioned, flexible, preprinted, color -coded acrylic sleeves, with diameters sized to suit diameters of raceways they identify, and that stay in place by gripping action. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Brady Corporation. b. Marking Services, Inc. c. Panduit Corp. d. Seton Identification Products. 2. Preprinted 3-mil-thick, vinyl flexible label with acrylic pressure -sensitive adhesive. a. Self -Lamination: Clear; UV-, weather- and chemical -resistant; self -laminating, protective shield over the legend. Labels sized to fit the cable diameter, such that the clear shield overlaps the entire printed legend. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 26 05 53 - 3 IDENTIFICATION FOR ELECTRICAL SYSTEMS Page 3 of 11 3. Marker for Tags: Machine -printed, permanent, waterproof, black ink recommended by printer manufacturer. 2.4 BANDS AND TUBES A. Snap -Around, Color -Coding Bands for Raceways and Cables: Slit, pretensioned, flexible, solid -colored acrylic sleeves, 2 inches long, with diameters sized to suit diameters of raceways or cables they identify, and that stay in place by gripping action. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Brady Corporation. b. Marking Services, Inc. c. Panduit Corp. 8. Heat-Sbrink Preprinted Tubes: Flame-retardant polyolefin tubes with machine -printed identification labels, sized to suit diameters of and shrunk to fit firmly around cables they identify. Full shrink recovery occurs at a maximum of 200 deg F. Comply with LTL 224. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Brady Corporation. b. Panduit Corp. 2.5 TAPES AND STENCILS A. Marker Tapes: Vinyl or vinyl -cloth, self-adhesive wraparound type, with circuit identification legend machine printed by thermal transfer or equivalent process. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Carlton Industries, LP. b. Champion America. c, Ideal Industries, Inc. d. Marking Services, Inc. e. Panduit Corp. B. Self -Adhesive Vinyl Tape: Colored, heavy duty, waterproof, fade resistant; not less than 3 mils thick by 1 to 2 inches wide; compounded for outdoor use. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Brady Corporation. b. Carlton Industries, LP. c. emedco. d. Marking Services, Inc. C. Tape and Stencil for Raceways Carrying Circuits 600 V or Less. 4-inch-wide black stripes on 10-inch centers placed diagonally over orange background that extends full length of raceway or duct and is 12 inches wide. Stop stripes at legends. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. LEM Products Inc. b. Marking Services, Inc. c. Seton Identification Products. FREESE AND NICHOLS, INC. Lake Arlington Litt Station TEC14NICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 10099S Revised March 24, 2020 26 05 53 - 4 IDENTIFICATION FOR ELECTRICAL SYSTEMS Page 4 of 11 D. Floor Marking Tape: 2-inch-wide, 5-mil pressure -sensitive vinyl tape, with yellow and black stripes and clear vinyl overlay. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Carlton Industries, LP. b. Seton Identification Products. E. Underground -Line Warning Tape: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Brady Corporation. b. Ideal Industries, Inc. c. LEM Products Inc. d. Marking Services, Inc. e. Reef Industries, Inc. f. Seton Identification Products. 2. Tape: a. Recommended by manufacturer for the method of installation and suitable to identify and locate underground electrical and communications utility lines. b. Printing on tape will be permanent and will not be damaged by burial operations. c. Tape material and ink will be chemically inert and not subject to degradation when exposed to acids, alkalis, and other destructive substances commonly found in soils. 3. Color and Printing: a. Comply with ANSI Z535.1, ANSI Z535.2, ANSI Z535.3, ANSI Z535.4, and ANSI Z535.5. b. Inscriptions for Red -Colored Tapes: "ELECTRIC LINE, HIGH VOLTAGE". c. Inscriptions for Orange -Colored Tapes: "TELEPHONE CABLE, CATV CABLE, COMMUNICATIONS CABLE, OPTICAL FIBER CABLE". 4. Tag: Type L• a. Pigmented polyolefin, bright colored, compounded for direct -burial service. b. Width: 3 inches. c. Thickness: 4 mils. d. Weight: 18.5 lb/1000 sq. ft. c. Tensile according to ASTM D882: 30 lbf and 2500 psi. 5. Tag: Type II: a. Multilayer laminate, consisting of high -density polyethylene scrim coated with pigmented polyolefin; bright colored, compounded for direct -burial service. b. Width: 3 inches. c. Thickness: 12 mils. d. Weight: 36.1 lb/1000 sq. ft. e. Tensile according to ASTM D882: 400 lbf and 11,500 psi. 6. Tag: Type ID: a. Detectable three -layer laminate, consisting of a printed pigmented polyolefin film, a solid aluminum -foil core, and a clear protective film that allows inspection of the continuity of the conductive core; bright colored, compounded for direct -burial service. b. Width: 3 inches. c. Overall Thickness: 5 mils. d. Foil Core Thickness: 0.35 mil. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 260553-5 IDENTIFICATION FOR ELECTRICAL SYSTEMS Page 5 of 11 c. Weight: 28 lb/1000 sq, ft. f. Tensile according to ASTM D882: 70 lbf and 4600 psi. 7. Tag: Type 1113: a. Reinforced, detectable three -layer laminate, consisting of a printed pigmented woven scrim, a solid aluminum -foil core, and a clear protective film that allows inspection of the continuity of the conductive core; bright -colored, compounded for direct - burial service. b. Width: 3 inches. c. Overall Thickness: 8 mils. d. Foil Core Thickness: 0.35 mil. e. Weight: 341b/1000 sq. ft. f. Tensile according to ASTM D882: 300 lbf and 12,500 psi. 2.6 TAGS A. Metal Tags: Brass or aluminum, 2 by 2 by 0.05 inch, with stamped legend, punched for use with self-locking cable tie fastener. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Brady Corporation. b. Carlton Industries, LP. c. emedco. d. Marking Services, Inc. e. Seton Identification Products. B. Nonmetallic Preprinted Tags: Polyethylene tags, 0.023 inch thick, color -coded for phase and voltage level, with factory printed permanent designations; punched for use with self-locking cable tie fastener. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: a. Brady Corporation. b. Carlton Industries, LP. c. emedco. d. Grafoplast Wire Markers. e. LEM Products Inc. f. Marking Services, Inc. g. Panduit Corp. h. Seton Identification Products. C. Polyester Tags: 0.015 inch thick, with corrosion -resistant grommet and cable tie for attachment to raceway, conductor, or cable. Marker for Tags: Machine -printed, permanent, waterproof, black ink marker recommended by printer manufacturer. 2.7 SIGNS A. Baked -Enamel Signs: Preprinted aluminum signs, punched or drilled for fasteners, with colors, legend, and size required for application. 1. 1/4-inch grommets in corners for mounting. 2. Nominal Size: 7 by 10 inches. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 260553-6 IDENTIFICATION FOR ELECTRICAL SYSTEMS Page 6of11 3. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: a. Carlton Industries, LP. b. Champion America. c, emedco. d. Marking Services, Inc. B. Metal -Backed Butyrate Signs: Weather -resistant, nonfading, preprinted, cellulose -acetate butyrate signs, with 0.0396-inch galvanized -steel backing and with colors, Iegend, and size required for application. 1/4-inch grommets in corners for mounting. Nominal Size: 10 by 14 inches. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Brady Corporation. b. Champion America. c. emedco. d. Marking Services, Inc. C. Laminated Acrylic or Melamine Plastic Signs: I. Engraved legend with white letters on a dark grey background. 2. Thickness: a. For signs up to 20 sq. inches, minimum 1/16 inch thick. b. For signs larger than 20 sq. inches, 1/8 inch thick. 3. Punched or drilled for mechanical fasteners. 4. Framed with mitered acrylic molding and arranged for attachment at applicable equipment. 5. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Brady Corporation. b. Carlton Industries, LP. c. emedco. d. Marking Services, Inc. 2.8 CABLE TIES A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Ideal Industries, Inc. 2. Marking Services, Inc. 3. Panduit Corp. B. General -Purpose Cable Ties: Fungus inert, self -extinguishing, one piece, self-locking, Type 6/6 nylon. I. Minimum Width: 3/16 inch. 2. Tensile Strength at 73 deg F according to ASTM D638: 12,000 psi. 3. Temperature Range: Minus 40 to plus 185 deg F. 4. Color: Black, except where used for color -coding. C. UV -Stabilized Cable Ties: Fungus inert, designed for continuous exposure to exterior sunlight, self -extinguishing, one piece, self-locking, Type 6/6 nylon. 1. Minimum Width: 3/16 inch. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 260553-7 IDENTIFICATION FOR ELECTRICAL SYSTEMS Page 7 of I I 2. Tensile Strength at 73 deg F according to ASTM D638: 12,000 psi. 3. Temperature Range: Minus 40 to plus 185 deg F. 4. Color: Black. 2.9 MISCELLANEOUS IDENTIFICATION PRODUCTS A. Fasteners for Labels and Signs: Self -tapping, stainless -steel screws or stainless -steel machine screws with nuts and flat and lock washers. Where use of screws would compromise the NEMA rating of an outdoor enclosure or device, stainless steel rivets will be used. PART 3 - EXECUTION 3.1 PREPARATION A. Self Adhesive Identification Products: Before applying electrical identification products, clean substrates of substances that could impair bond, using materials and methods recommended by manufacturer of identification product. 3.2 INSTALLATION A. Verify and coordinate identification names, abbreviations, colors, and other features with requirements in other Sections requiring identification applications, Drawings, Shop Drawings, manufacturer's wiring diagrams, and operation and maintenance manual. Use consistent designations throughout Project. B. Install identifying devices before installing acoustical ceilings and similar concealment. C. Verify identity of each item before installing identification products. D. Install identification materials and devices at locations for most convenient viewing without interference with operation and maintenance of equipment. Install access doors or panels to provide view of identifying devices. E. Apply identification devices to surfaces that require finish after completing finish work. F. Attach signs and plastic labels that are not self-adhesive type with mechanical fasteners appropriate to the location and substrate. G. Cable Ties: For attaching tags. Use general-purpose type, except as listed below: H. Outdoors: UV -stabilized nylon. I. In Spaces Handling Environmental Air: Plenum rated. J. Painted Identification: Comply with requirements in painting Sections for surface preparation and paint application. K. Aluminum Wraparound Marker Labels and Metal Tags: Secure tight to surface of conductor or cable at a location with high visibility and accessibility. L. During backfilling of trenches, install continuous underground -line warning tape directly above cable or raceway 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. 3.3 IDENTIFICATION SCHEDULE A. Accessible Raceways and Metal -Clad Cables, 600 V or Less, for Service, Feeder, and Branch Circuits, More Than 20 A and 120 V to Ground: Identify with self-adhesive vinyl label. Install labels at 10-foot maximum intervals. FREESE AND NICHOLS, INC. Lake Arlington Lilt Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 260553-8 IDENTIFICATION FOR ELECTRICAL SYSTEMS Page 8 of 11 I. Accessible Raceways and Cables within Buildings: Identify the covers of each junction and pull box of the following systems with self-adhesive vinyl labels containing the system voltage. System legends will be as follows: a. "EMERGENCY POWER." b. "POWER." c. "I&C." B. Power and Control Cable Identification: All markings to labels, schedules, tags or nameplates will be machine printed only. Hand printing is prohibited. Circuits will be tagged at terminations (both ends), in pull boxes, cabinets, and enclosures as follows: 1. Tags relying on adhesives or tape -on markers are not acceptable. 2. Provide conductor tags for conductors No. 10 AWG and below with legible permanent sleeve of yellow or white PVC with machine printed black markings. 3. Tags will be imprinted with panelboard and panelboard position number (e.g. LA3-23) for conductors fed from panelboards. Other conductors will have tags imprinted with the MCC or device which feeds the conductors (e.g. MCC 1, VFD 1). 4. Switchlegs will have the designation described above on their tags, plus an "S" suffix. Travelers will have the designation described above on their tags, plus a "T" suffix. 5. Where more than one neutral is present with a group of conductors, a tag will be applied to each neutral indicating which phase conductors are served by each neutral (e.g. HA-2, 4, 6). C. Power -Circuit Conductor Identification, 600 V or Less: Color -Coding for Phase -and Voltage -Level Identification, 600 V or Less: Use colors listed below for ungrounded service, feeder, and branch -circuit conductors. a. Color will be factory applied to all conductors regardless of size. b. Colors for 120/240-V Circuits: 1) Phase A: Black. 2) Phase B: Red. 3) Neutral: White. 4) Equipment Ground Conductor: Green. c. Colors for 208/120-V, 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: Violet. 4) Neutral: White. 5) Equipment Grounding Conductor: Green. D. Install instructional sign, including the color code for grounded and ungrounded conductors using adhesive -film -type labels. E. Control -Circuit Conductor Identification: For conductors and cables in pull and junction boxes, manholes, and handholes, use self-adhesive vinyl labels with the conductor or cable designation, origin, and destination. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 260553-9 IDENTIFICATION FOR ELECTRICAL SYSTEMS Page 9 of l I F. Control -Circuit Conductor Termination Identification: For identification at terminations, provide heat -shrink preprinted tubes with the conductor designation. G. Auxiliary Electrical Systems Conductor Identification: Identify field -installed alarm, control, and signal connections. I . Identify conductors, cables, and terminals in enclosures and at junctions, terminals, and pull points. Identify by system and circuit designation. 2. Use system of marker -tape designations that is uniform and consistent with system used by manufacturer for factory -installed connections. 3. Coordinate identification with Project Drawings, manufacturer's wiring diagrams, and operation and maintenance manual. H. Conduit Identification Plate: A conduit identification plate will be installed on all power, control and instrumentation conduits at the end of each run and at the conduit ends inside intermediate junction and pull boxes, manholes, hndholes, etc. I. Conduit plates will be installed before conductors are pulled into the conduits. 2. Exact identification plate location will be coordinated with the Owner/Engineer at the time of installation. The conduit identification tags will identify the cable numbers as shown on the FNI plans and the "to" and "from" information. 3. 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. L Locations of Underground Lines: Identify with underground -line warning tape for power, lighting, communication, and control wiring and optical -fiber cable. 1. Install underground -line warning tape for direct -buried cables and cables in raceways. 2. Identifying line will be continuous along the entire underground route. J. Workspace Indication: Install floor marking tape to show working clearances in the direction of access to live parts. Workspace will comply with NFPA 70 and 29 CFR 1926.403 unless otherwise indicated. Do not install at flush -mounted panelboards and similar equipment in finished spaces. K. Warning Labels for Indoor Cabinets, Boxes, and Enclosures for Power and Lighting: Engraved phenolic label 1. Comply with 29 CFR 1910.145. L. Identify system voltage with black letters on an orange background. Apply to exterior of door, cover, or other access. 1. 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. M. Equipment Identification Labels: On each unit of equipment, install unique designation label that is consistent with wiring diagrams, schedules, and 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 unless equipment is provided with its own identification. 1. Labeling Instructions: FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number; 100995 Revised March 24, 2020 260553 -10 IDENTIFICATION FOR ELECTRICAL SYSTEMS Page 10 of 11 a. Indoor Equipment: Engraved, laminated acrylic or melamine plastic label, punched or drilled for mechanical fasteners. Unless otherwise indicated, provide a single line of text with 1/2-inch-high letters on t - 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. Unless labels are provided with self-adhesive means of attachment, fasten them with appropriate mechanical fasteners that do not change the NEMA or NRTL rating of the enclosure. 2. Equipment to be Labeled: a. Panelboards: Computer printed directory of circuits in the location provided by panelboard manufacturer. Panelboard identification will be in the form of an engraved laminated acrylic or melamine label. b. Enclosures and electrical cabinets. c. Access doors and panels for concealed electrical items. d. Switchgear. e. Switchboards. f. Transformers: Label that includes tag designation shown on Drawings for the transformer, feeder, and panelboards or equipment supplied by the secondary. g. Substations. h. Emergency system boxes and enclosures. i. Motor -control centers. j. Enclosed switches. k. Enclosed circuit breakers. 1. Enclosed controllers. in. Variable Frequency Drives. n. Push-button stations. o. Power transfer equipment. p. Contactors. q. Remote -controlled switches, dimmer modules, and control devices. r. Battery -inverter units. s. Battery racks. t. Power -generating units. u. Monitoring and control equipment, v. UPS equipment. w. Conduits. 3.4 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. 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. FREESE AND NICIIOLS, INC. bake Arlington Lill Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 260553 -11 IDENTIFICATION FOR ELECTRICAL SYSTEMS Page 11 of 11 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. END OF SECTION FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 PAGE INTENTIONALLY LEFT BLANK 26 05 73 - I OVERCURRENT PROTECTIVE DEVICE COORDINATION STUDY Page I of 8 SECTION 26 05 73 OVERCURRENT PROTECTIVE DEVICE COORDINATION STUDY PART1- GENERAL ilfiIIIIIIIII7DIYO7IW0141 I A. General: This Section specifies that the Contractor prepare a short circuit relay coordination study, an arc flash hazard analysis, load flow study, and motor starting study for the electrical power system as shown on the plans. B. Short Circuit and Relay Coordination Study, Arc Flash Analysis, Load Flow Study, and Motor Starting Study: The short circuit and relay coordination study will 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 Study will include settings for all motor protective relays and electric system monitoring devices. a. Scope: 1) The Contractor will obtain from the Engineer the electrical model used during system design. This model will be in ETAP version 19.1 file format and will be modified by the Contractor with as -built information. At the conclusion of the study, the modified model will be supplied to both the Engineer and Owner in electronic format for future use. Include all library and data files used in the study. 2) The Contractor is responsible for providing all pertinent information necessary for the successful completion of the Short Circuit and Relay Coordination Study, Are Flash Analysis, Load Flow Study, and Motor Starting Study. All cable and raceway data, data for new, future and existing motors, data from all new Switchgear, motor control centers, panelboards, and separately mounted fuses, starters or circuit breakers will be obtained by the Contractor. Obtain all existing or new protective device information to include all present settings. The Contractor will obtain any needed data or information from Contract Documents, various suppliers, the Electric Utility and from conducting his own field investigations. The data obtained will be organized and submitted to the Engineer to show that all the necessary data gathering work has been done. 3) Calculations will utilize actual X/R and three-phase short circuit values obtained by the contractor from the Electric Utility. 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 will be thoroughly addressed in the study. The study will assume all motors operating at rated voltage with the exception that motors identified as "standby" will not be included. Electrical equipment bus impedance will be assumed zero. Short circuit momentary duties and interrupting duties will be calculated on the basis of maximum available fault current at the electrical equipment busses. The Study will be performed using actual available short circuit currents available and system impedances as obtained from the Electric Utility. An assumption of infinite bus for the purposes of the Study is not acceptable. Study will use actual motor X/R and subtransient reactance data obtained from equipment suppliers. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 260573-2 OVERCURRENT PROTECTIVE DEVICE COORDINATION STUDY Page 2 of 8 5) A relay coordination study will be performed to determine appropriate relay settings. The study will include all electrical equipment provided under this contract and any up -stream equipment that has an impact on the coordination study. The study will show transformer damage curves, cable short circuit withstand curves and motor curves. Include all medium and low voltage switchgear, distribution switchboards, motor control centers, 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 will 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 or variable frequency drives) will 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 11 x 17 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. 7) An equipment evaluation study will 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, cable bus, switches, and fuses by tabulating and comparing the short circuit ratings of these devices with the available fault currents. 8) Provide are flash hazard analysis in accordance with the IEEE-1584 2018 standard. 9) Provide a load flow study in accordance with IEEE 399. 10) Provide a Motor Starting Study. 11) The studies will be performed, sealed and signed by a professional engineer licensed in the state where the Project is located. 12) Any problem areas or inadequacies in the equipment will be promptly brought to the Engineer's attention. 13) The Contractor will coordinate with the local Utility, Oncor Electric Delivery, Contacts: Joshua Ellis: PH 817-876-5025 for electrical data required for the short circuit and relay coordination study. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the various Items bid. 2. Payment a. 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. 1.3 REFERENCES A. This Section contains references to the following documents. They are a part 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 will prevail. 1. Ins titute of Electrical and Electronic Engineers IEEE Standards: IEEE 141 Recommended Practice for Electric Power Distribution for Industrial Plants FREESE AND NICIIOLS, INC. Lake Arlington LiR Station TECHNICAL CONSTRICTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 260573-3 OVERCURRENT PROTECTIVE DEVICE COORDINATION STUDY Page 3 of 8 IEEE 242 Recommended Practice for Protection and Coordination of Industrial and Commercial Power Systems IEEE 399 Recommended Practice for Industrial and Commercial Power Systems Analysis IEEE 1584 IEEE Guide for Performing Arc -Flash Hazard Calculations 2, National Fire Protection Association (NFPA) Standards: NFPA 70E I Handbook for Electrical Safety in the Workplace 3. National Electrical Code (NEC). 1.4 SCHEDULE A. The approved reports will be completed and a copy sent to the electrical distribution equipment manufacturer 45 days before the equipment is shipped to the Work site. The report will be provided to the Engineer no later than 90 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. 1.5 SUBMITTALS A. Submittals will be in accordance with Section 0133 00 "Submittals" and will include: 1. Short Circuit and Relay Coordination Study. Provide a color hard copy study report bound in a three-ring binder or ring comb binder. Time current curves will be on I 1 x 17 log -log type paper. The Contractor can provide time current curves on 8-1/2 x l I log -log type paper as a supplement but not as a replacement. 2. Are Flash Hazard Analysis: Provide a copy of project specific Are Flash labels for each panelboard, switchboard, VFDs, disconnect, Motor Control Center, etc. 3. Load Flow Study. 4. Motor Starting Study. 5. Two Software copies of actual project data files burned in on a CD. The Contractor will 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 summary data tables. This will include any library files used for circuit breakers, fuses, etc. for the power system analysis. PART 2 - PRODUCTS 2.1 REPORTS A. The product will be a certified report summarizing the short circuit and coordination study and conclusions or recommendations that may affect the integrity of the electric power distribution system. As a minimum, the report will include the following: 1. The equipment manufacturer's information used to prepare the study. 2. Assumptions made during the study. 3. Provide a One -Line diagram showing the short circuit calculations listing short circuit levels at each bus. Provide the same data in tabular from. Use the same names to designate the various pieces of equipment as employed in the Contract Documents. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 26 05 73 -4 OVERCURRENT PROTECTIVE DEVICE COORDINATION STUDY Pagc 4 of 8 4. Coordination study time -current curves (I I x 17 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. Place no more than one branch on a single drawing. Ground fault time current curves will be on a separate sheet. 5. Comparison of short circuit duties of each bus to the interrupting capacity of the equipment that is protecting that bus. 6. All data that was used as input to the report. This data will include cable impedance, conduit type, source impedance, equipment ratings, motor X/R and subtransient reactance data, etc. 7. One bound copy and one electronic copy in PDF format of the completed short circuit and relay coordination study, the are flash analysis, load flow study and the motor starting study will be submitted to the Engineer for approval. PART 3 - EXECUTION 3.1 GENERAL A. Provide a short-circuit and relay coordination study and arc flash hazard analysis on the electrical power distribution system, as specified. The studies will be performed in accordance with IEEE Standards 141 and 242, IEEE 1584 2018, ANSI, and the NEC and will utilize the ANSI method of short circuit analysis in accordance with ANSI C37.010. The studies will be performed using actual equipment data for all equipment. The coordination studies will use the data from the manufacturer of protective devices. 3.2 QUALIFICATIONS A. The studies will be performed by the by an electrical manufacturer/consultant service/electrical testing agency who is regularly engaged in power system studies. A Licensed Professional Engineer with proficiency in electrical power engineering will conduct the studies and will seal and sign the studies. The professional engineer will be licensed to practice engineering in the state where the Project is located. A study submitted without a Professional Engineer's seal will not be reviewed and returned Not Approved, Revise & Resubmit. 3.3 SHORT CIRCUIT STUDY A. The Contractor will be responsible for obtaining and verifying all data needed to perform the study. B. As a minimum, each short circuit study will include the following: 1. 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 (i.e. Impedenee, XIR, etc.) of the actual transformers being provided where available and ANSI standard values where actual data is not 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. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 26 05 73 - 5 OVERCURRENT PROTECTIVE DEVICE COORDINATION STUDY Page 5 of 8 f. Sources of snort circuit currents such as utility ties, generators, synchronous motors, and induction motors. Provide short circuit studies using each source of power separately. The study will 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 will determine if the equipment can safely interrupt the fault if the greater power source is connected. Additional short circuit calculations will include emergency as well as normal switching conditions as well as normal and emergency power sources described herein. g. All significant circuit elements such as transformers, cables, breakers, fuses, reactors, etc. will be included. h. The time -current setting of existing adjustable relays and direct -acting trips, if applicable. 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. e. Cable impedances. £ Equipment impedances. g. System voltages. h. Grounding scheme (resistance grounding, solid grounding, or no grounding). i. Motor contribution assuming the new and future motors as shown on the plans all running at the same time. 3. Calculations: a. Determine the paths and situations where short circuit currents are the greatest. Assume bolted faults and calculate the three-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 will be called to the attention of the Engineer and recommendation made for improvements. e. One bound copy and one electronic copy in PDF format of the completed short circuit study will be submitted to the Engineer. 3.4 RELAY COORDINATION STUDY A. As a minimum, the coordination study for the power distribution system will include the following on five -cycle, log -log graph paper: 1. Time -current curves for each device will be positioned to provide for maximum selectivity to minimize system disturbances during fault clearing. Where selectivity cannot be achieved, the Engineer will be notified as to the cause. 2. Time -current curves and points for cable and equipment damage. 3. Circuit interrupting device operating and interrupting times. 4. Indicate maximum fault values on the graph. 5. Sketch of bus and breaker arrangement. 6. One bound copy and one electronic copy in PDF format of the completed relay coordination study will be submitted to the Engineer. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 260573-6 OVERCURRENT PROTECTIVE DEVICE COORDINATION STUDY Page 6 of 8 3.5 ARC FLASH HAZARD ANALYSIS A. The study will be performed in accordance with the IEEE 1584 2018 standard. B. The contractor will model the Schweitzer Engineering Laboratories (SEL) are flash relays provided for dedicated are flash protection. Coordinate with SEL for proposed initial relay settings. Selective coordination will not be compromised to provide reduced arc flash hazard. C. The contractor will 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. D. The contractor will provide project specific arc -flash labeling. The arc -flash labeling will be placed on the outside of the cover of the panelboard, switchboard, distribution panel, VFD, and all electrical panels, etc. such that it can be read without opening the electrical equipment. Mount arc - flash labels a maximum of 6 feet-6 inches above the finished floor, include the housekeeping pad in the mounting height. E. Arc Flash Labels will 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 will be performed by thermal transfer print. 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 will include the Flash Protection Boundary, Limited Approach Boundary, Restricted Approach Boundary and the Prohibited Approach Boundary. G. The arc -flash analysis will be based on calculated fault from the Short Circuit Study at each respective bus. The arc -flash software program will 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 will 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. I. One bound copy and one electronic copy in PDF format of the completed arc -flash hazard analysis will be submitted to the Engineer's Representative. J. Arc Flash labels will be similar to the following example: FREESE AND NICHOLS, INC. Lake Arlington Lill Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 I:.4 260573-7 OVERCURRENT PROTECTIVE DEVICE COORDINATION STUDY Page 7 of 8 ,A�,WARNI IG Am Flash and Shock Hord Appropriate PPE Required ,13 tnc €h Flash Hazard E'oundary 0.67 caYcrriF Fish Hazard at 18 inches PPE Gaiegofy 480 VAC Shock Hazard when clever is removed 0 Giove Class 42 tncFt Urnrtod r�oproach 12 inrh Restric#eafAppi each 13.692 kA Calculated Avaiiable Fault Current Equip. ID: Panell..P1 Protected By: 1 5A CB: T 1 (480V MCCI) Stud+ Date: May 4. 2016 U p strearn Protective Deuice: Panel HP1 C€rctdt "l 6 L. LOAD FLOWN STUDY M. Scope: Determine the active and reactive power, voltage, current, and power factor throughout the electrical system. Provide an analysis of all possible operating scenarios. N. Procedure: The load flow study will be performed in accordance with the recommended practices and procedures set forth in IEEE 399, O. Study Report: Results of the load flow study will 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- will identify percentage of rated load and the scenario for which the percentage is based. Overloaded equipment will be clearly noted. 5. Tabulation of system voltage versus equipment ratings. The tabulation will 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 will be clearly noted. 6. Tabulation of system real and reactive power losses with area of concern clearly noted. 7. Conclusions and recommendations. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 260573-8 OVERCURRENT PROTECTIVE DEVICE COORDINATION STUDY Page 8 of 8 3.6 MOTOR STARTING STUDY A. The motor starting study will provide an evaluation of the electrical power system when starting the motors for all operating scenarios. The motor starting study will evaluate the following scenarios: 1. One duty pump starting on VFD with all other plant loads operating at a nominal condition. 2. One duty pump running. One duty pump starting on VFD. All other plant loads operating at a nominal condition. 3. Two duty pumps running. One duty pump starting on VFD. All other plant loads operating at nominal condition. 4. Three duty pumps executing emergency start on VFD. Assume 10s start ramp. B. Scope: 1. Contractor will provide a motor starting/toad flow study for the work performed at the pump station. The study will show that starting pump motor under the worst case conditions meets or exceeds the voltage flicker requirement of the local Utility and does not drop out the existing pump station loads. The Contractor will coordinate with the Utility for all voltage flicker requirements and is responsible for obtaining all pertinent data from the utility and other equipment manufacturers to perform the study. 2. Contractor will obtain any information required for the motor starting/load flow study including utility available fault current, utility system impedance, motor data (i.e., sub transient reactance, etc.), transformer data (i.e. impedance, XIR, etc.), cable data, etc. 3. The study will be submitted to the Engineer and approved prior to final approval of the electrical equipment shop drawings and release of any electrical equipment for manufacturing. 4. The study will include as a minimum the following: a. Single line diagram. b. Bus Voltage and power flow. c. Information on the computer program used for the study and also will include a general discussion of the procedure, items, and data considered in preparing the study. d. Description and analysis of all results. e. Suggested changes to the equipment selection that will result in improved system performance. 5. The study will be performed, sealed and signed by a Registered Professional Engineer licensed in the state where the electric equipment is to be installed. END OF SECTION PREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 26 05 73.01 - I ELECTRICAL POWER SYSTEM STUDIES Page 1 of 8 SECTION 26 05 73.01 ELECTRICAL POWER SYSTEM STUDIES PART1- GENERAL 1.1 DESCRIPTION A.The Contractor shall prepare a short circuit and protective device coordination study, load flow and motor starting study, and an arc flash hazard analysis for the electrical power system as shown on the plans. B.NO EQUIPMENT IS TO BE ENERGIZED UNTIL THE POWER SYSTEM STUDIES HAVE BEEN APPROVED BY THE ENGINEER, THE PROTECTIVE RELAYS AND BREAKERS HAVE BEEN SET PER THE SHORT CIRCUIT AND RELAY COORDINATION STUDY AND THE ARC FLASH LABELS HAVE BEEN INSTALLED ON THE EQUIPMENT. NO EXCEPTIONS. C. The short circuit and protective device coordination study shall provide an evaluation of the electrical power system and the model numbers and settings of the protective relays, circuit breakers, or devices and metering or motor monitoring devices for setting by the Contractor. The Study shall include settings for all arc flash relays, circuit breakers, and electric system meters and monitoring devices. Studies shall also include setting for breakers associated with the stand- by generator. The Contractor shall obtain any needed data or information for the stand-by generator from Contract Documents, various suppliers, and from conducting his own field investigations. D.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, Are Flash Analysis, Load Flow and Motor Starting Study. All cable and raceway data, data for new, future and existing motors, data from all new switchboards, motor control centers, panelboards, 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. 3. The electrical system can be served by the Utility or by a permanent onsite generator. The power system studies shall model both scenarios. The Contractor shall coordinate with the Utility for information on the primary and secondary distribution circuit. The studies shall clearly indicate which models are using the utility feed data and which models are using the generator data. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Niunbec 100995 Revised April 7, 2020 26 05 73.01 -2 ELECTRICAL POWER SYSTEM STUDIES Page 2 of 8 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. The study shall assume all motors operating at rated voltage with the exception that motors identified as "standby" shall not be included. Electrical equipment bus impedance shall be assumed zero. Short circuit momentary duties and interrupting duties shall be calculated on the basis of maximum available fault current at the electrical equipment busses. The Study shall be performed using actual available short circuit currents available and system impedances as obtained from the Electric Utility. An assumption of infinite bus for the purposes of the Study is not acceptable. 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 and circuit breaker 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, VFDs, soft starters, and panelboards main circuit breakers. Complete the short circuit study down to the main breaker or main lugs on all 120V 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 or variable frequency drives) 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, transformer magnetization points, and cable short circuit withstand curves. Coordination study time -current curves (l lxl7 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. 8. Provide arc flash hazard analysis in accordance with the IEEE 1584-2018 standard. 9. Provide a load flow study in accordance with IEEE 399. 10. Provide a Motor Starting Study. 11. The studies shall be performed, sealed and signed by a Registered Professional Engineer licensed in the state of Texas. 12. Any problem areas or inadequacies in the equipment shall be promptly brought to the Engineer's attention. 13. An existing electrical model was developed during design using ETAP 19.5. The model will be provided to the study engineer for completion with field obtained values. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Devised April 7, 2020 26 05 73.01 - 3 ELECTRICAL POWER SYSTEM STUDIES Page 3 of 8 14. 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. 15. The report shall include all data that was used as an input to the report. The data shall include cable impedance, conduit type, source impedance, equipment ratings, transformer impedance and X/R, and motor X/R and subtransient reactance data, etc. 16. The Contractor shall coordinate with the local Utility Oncor Electric Delivery, for electrical data required to perform the studies. Contact Joshua Ellis, 817-876-5025 17. The studies shall include and model the different operating configurations that may be encountered at the site where the studies are being performed. The studies shall clearly identify the particular operating configuration being evaluated. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the various Items bid. 2. Payment a. 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. 1.3 REFERENCES A.This Section contains references to the following documents. They are a part 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 Electrical Safety in the Workplace IEEE 1584 IEEE Guide for Performing Arc -Flash Hazard Calculations NEC National Electrical Code 1.4 SCHEDULE A.The approved reports shall be completed and a copy sent to the electrical distribution equipment manufacture 60 days before the equipment is shipped to the Work site. The report shall be provided to the Engineer NO LATER THAN 90 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. 1.5 SUBMITTALS A. Submittals shall include the following: 1. Short Circuit and Protective Device Study 2. Load Flow Study 3. Motor Starting Study 4. Arc Flash Hazard Analysis a. Provide a color copy of project specific Arc Flash labels for each panelboard, pump bus gutter, switchboard, VFDs, disconnect, etc. FREESE AND NICHOLS, INC. Lake Arlington Lilt Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised April 7, 2020 26 05 73.01 - 4 ELECTRICAL POWER SYSTEM STUDIES Page 4 of 8 b. Provide an l 1x17 copy of the one -line diagram color -coded to show the incident ranges & clothing classifications at each bus. Provide a table indicating the color coding used for each incident range & clothing classification. The following is a recommended color coding for the following Hazard/Risk Category numbers: 1) Blue to indicate up to:A cal/cm' 2) Brown to indicate >4 cal/cm2 to <g ca1/cm2 3) Yellow to indicate >8 cal/cm' to <25 cal/cm' 4) Orange to indicate >25 cal/cm2 to <40 cal/cm' 5) Red to indicate Above 40 cal/cm' 5. Two Software copies of actual project data files and a PDF copy of the Report saved on removable USB drive media (thumb drive). The Contractor shall provide an electronic copy on a thumb drive 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 summary data tables. 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, are flash hazard analysis, load flow and motor starting study 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 the by a consultant service/electrical testing agency who is regularly engaged in power system studies. Electrical equipment manufacturers will not be allowed to perform the required 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. 2.3 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, magnetization point, etc.) of the actual transformers being provided. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised April 7, 2020 26 05 73.01 - 5 ELECTRICAL POWER SYSTEM STUDIES Page 5 of 8 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. 2) Use the same names to designate the various pieces of equipment as employed in the Contract Documents. 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. 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. e. Cable impedances. f. Equipment impedances. g. System voltages. h. Grounding scheme (resistance grounding, solid grounding, or no grounding). i. Motor contribution assuming the new and future motors as shown on the plans all running at the same time. 3. 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. 2.4 PROTECTIVE DEVICE COORDINATION STUDY A.As a minimum, the coordination study for the power distribution system shall include the following on log -log graph paper: 1. The time -current coordination analysis shall be performed with a dedicated software package. ETAP, SKM Power Tools, or Easy Power are acceptable. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised April 7, 2020 260573.01-6 ELECTRICAL POWER SYSTEM STUDIES Page 6 of 8 a. Tirane -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 and points for cable and equipment damage. 3. Circuit interrupting device operating and interrupting times. 4. Indicate maximum fault values on the graph. 5. Sketch of bus and breaker arrangement. 2.5 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. 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 panelboard, switchboard, distribution panel, VFD, and all electrical panels, etc. such that it can be read without opening the electrical equipment. Mount arc -flash labels a maximum of 6' AFF, include the housekeeping pad in the mounting height. 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. 1. 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 40cal/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, ANSI 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. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised April 7, 2020 260573.01-7 ELECTRICAL POWER SYSTEM STUDIES Page 7 of 8 I. Arc Flash labels shall be similar to the following example and contain all information required by the latest edition of NFPA 70E and the edition of NFPA 70 adopted by the authority having jurisdiction at the time of the study. WARNING Are Flush and Shock Hazard Appropriate PPE Required 3 inr-h Flasl- Hazard Rminc ary 0.67 calIGM2 Flash Hazawd at 18 frches 3 PPE ^rlegory 480 VAC Shack HazarC v.hen cover is -'err ajel 0 Glove Class 42 latch Limner Approach 12 irchn Restricted ApproacI 10.682 kA Calculated Available Fault Cu�mnt Equlp.ID; Panel L.PI Protecte0 i3y: 125A CB: TX 1480V MCC-1 Study 1)abe: December 15, 2014 J. All values shown on the final label shall be the calculated values for the equipment that the label will be placed on. 2.6 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. 1. Normal operation will be with one pumps/motors running and one pump/motor starting. 2. A maximum of one pump/motor may run at once under emergency situations. 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. Conclusions and recommendations. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised April 7, 2020 26 05 73.01 - 8 ELECTRICAL POWER SYSTEM STUDIES Pagc 8 of S 2.7 MOTOR STARTING STUDY A.The motor starting study shall provide an evaluation of the electrical power system when starting the motors for all operating scenarios. The motor starting study shall evaluate all different operating scenarios. Specify operating scenarios: 1. Normal Operation: a. No motors running with ancillary loads b. Starting one (1) pump motor with ancillary loads. c. One (1) pump motor running with one (1) pump motor starting with ancillary loads 2. Emergency Operation: a. No motors running with ancillary loads b. Starting one (1) pump motor with ancillary loads. B.Scope: l . Contractor shall provide a motor starting/load flow study for the work performed at the lift station. The study shall evaluate all operating scenarios. See electrical plans for detailed one -line diagram of the electrical distribution system. The Contractor shall coordinate with the Utility for all voltage flicker requirements and is responsible for obtaining all pertinent data from the utility and other equipment manufacturers to perform the study. 2. Contractor shall obtain any information required for the motor starting/load flow study including utility available fault current, utility system impedance, motor data (i.e., sub transient reactance, etc.), transformer data (i.e. impedance, X/R, etc.), cable data, etc. 3. The study shall be submitted to the Engineer and approved prior to final approval of the electrical equipment shop drawings and release of any electrical equipment for manufacturing. 4. The study shall include as a minimum the following: a. Single line diagram showing voltages for all major busses down to 120/208V panel. b. Bus Voltage and power flow c. Information on the computer program used for the study and also include a general discussion of the procedure, items, and data considered in preparing the study. d. Description and analysis of all results. e. Suggested changes to the equipment selection that will result in improved system performance. 5. The study shall be performed, sealed, and signed by a Registered Professional Engineer licensed in the state where the electric equipment is to be installed. END OF SECTION FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised April 7, 2020 SECTION 26 09 23 LIGHTING CONTROL DEVICES PART1- GENERAL 1.1 SCOPE 26 09 23 - 1 LIGHTING CONTROL DEVICES Pagel of 3 A. Provide lighting controls as required by the Drawings and Specifications. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the various Items bid. 2. Payment a. 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. 1.3 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. B. Materials and Work not listed in Section 26 09 23 "Lighting Control Devices" shall be in accordance with Division 26 Specifications. 1.4 SUMMARY A. This Section includes the following lighting control devices: 1. Outdoor and indoor photoelectric switches. 2. Lighting contactors. B. Related Sections include the following: 1. Division 26 27 26 "Wiring Devices" for manual light switches. 1.5 DEFINITIONS A. LED: Light -emitting diode. 1.6 SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: 1. Show installation details for occupancy and light -level sensors. 2. Product cut sheets. 3. Interconnection diagrams showing field -installed wiring. C. Field quality -control test reports. D. Operation and Maintenance Data: For each type of product to include in emergency, operation, and maintenance manuals. 1.7 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. FREESE AND NICHOLS, INC. Lake Arlington Lilt Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 26 09 23 - 2 LIGHTING CONTROL DEVICES Page 2 of 3 1.8 COORDINATION A. Coordinate layout and installation of ceiling -mounted devices with other construction that penetrates ceilings or is supported by them, including light fixtures, HVAC equipment, fire alarm devices, fire -suppression system, cable trays, bus ducts, and partition assemblies. PART 2 - PRODUCTS 2.1 LIGHTING CONTACTORS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Allen-Bradley/Rockwell Automation. 2. Eaton Electrical Inc.; Cutler -Hammer Products. 3. GE Industrial Systems; Total Lighting Control. 4. Hubbell Lighting. 5. Lithonia Lighting; Acuity Lighting Group, Inc. 6. Square D; Schneider Electric. 7. TORK. 8. Watt Stopper (The). 9. Intermatic B. Description: Electrically operated and mechanically held, combination type with fusible switch, complying with NEMA ICS 2 and UL 508. 1. Current Rating for Switching: Listing or rating consistent with type of load served, including tungsten filament, inductive, and high -inrush ballast (ballast with 15 percent or less total harmonic distortion of normal load current). 2. Fault Current Withstand Rating: Equal to or exceeding the available fault current at the point of installation. 3. Coil voltage: as shown on plans/details 4. Contact rating: As shown on plans/details 5. Enclosure: Comply with NEMA 250. a. Indoor: NEMA 12 b. Outdoor: NEMA 4X 316 Stainless Steel 6. Provide with control and pilot devices as indicated on Drawings, matching the NEMA type specified for the enclosure. PART 3 - EXECUTION 3.1 INSTALLATION A. Sensors: Photosensors will be installed not less than 6' horizontally or less than 2' vertically from any light fixture. Orient sensor to the North. B. Contactors: Mount electrically held lighting contactors with elastomeric isolator pads, to eliminate structure -borne vibration, unless contactors are installed in an enclosure with factory - installed vibration isolators. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 260923-3 LIGHTING CONTROL DEVICES Page 3 of 3 3.2 WIRING INSTALLATION A. Wiring Method: Comply with Division 26 05 19 "Low -Voltage Electrical Power Conductors and Cables" and Division 26 05 23 "Control -Voltage Electrical Power Cables." Minimum conduit size shall be 3/4 inch. B. Wiring within Enclosures: Comply with NECA 1. Separate power -limited and non -power limited conductors according to conductor manufacturer's written instructions. C. Size conductors according to lighting control device manufacturer's written instructions, unless otherwise indicated. D. Splices, Taps, and Terminations: Make connections only on numbered terminal strips in junction, pull, and outlet boxes; terminal cabinets; and equipment enclosures. Wire nuts, butt splicing, and soldering are not allowed. KIRMT101►11-11101 141r M [9101 A. Identify components and power and control wiring according to Division 26 05 53 "Identification for Electrical Systems." 1. Identify controlled circuits in lighting contactors. 2. Identify circuits or luminaries controlled by photoelectric and occupancy sensors at each sensor. B. Label contactors with a unique designation. 3.4 FIELD QUALITY CONTROL A. Perform the following field tests and inspections and prepare test reports: 1. After installing time switches and sensors, and after electrical circuitry has been energized, adjust and test for compliance with requirements. 2. Operational Test: Verify operation of each lighting control device, and adjust time delays. B. Lighting control devices that fail tests and inspections are defective Work. END OF SECTION FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 PAGE INTENTIONALLY LEFT BLAND 2622 13- 1 LOW VOLTAGE DISTRIBUTION TRANSFORMER Page 1 of 5 SECTION 26 22 13 LOW VOLTAGE DISTRIBUTION TRANSFORMERS PART1- GENERAL 1.1 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install transformers. Electrical work will be in accordance with Section 26 05 00, COMMON WORK RESULTS FOR ELECTRICAL. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item will be by lump sum. 2. Payment a. The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for transformers. 3. The price bid shall include: a. Furnishing and installing transformers as specified by the Drawings b. Mobilization c. Power quality meter d. Arc flash relay and optical sensors e. Thermal monitoring system 1.3 QUALITY ASSURANCE A. Transformers will comply with the specifications and will be produced by the following Manufacturers: I . Acme Electric 2. Eaton/Cutler-Hammer 3. General Electric 4. Power Quality International 5. Square D 6. Siemens B. All others will 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 will not be evaluated. Qualifications will include equipment manufacturer who have had at least 10 years of successful experience in providing equipment for similar projects with a generator and pump station configurations. Qualifications will include a list of similar projects within the last 5 years with the name of the project and contact information of the Owner. 1.4 SUBMITTALS A. Submittals will be in accordance with Section 01 33 00, Submittal Procedures and will include: 1. Bill of Material 2. Equipment Data Sheets showing impedance weights, dimensions, etc. for each transformer. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 262213-2 LOW VOLTAGE DISTRIBUTION TRANSFORMER Page 2 of 5 3. Product data on specified product documenting the following: a. Dimensions b. Weight c. KVA d. Voltage e. % Impedance f. Taps g. Insulation Class h. Sound Level i. Wiring Diagram j. Installation Instructions 1.5 STANDARDS A. The applicable provisions of the following standards will apply as if written here in their entirety: ANSI/IEEE C57.96 Distribution and Power Transformers, Guide for Loading Dry -Type appendix to ANSI C57.12 standards ANSIJEEE C89.2 Dry Type Transformers for General Applications IEEE C57.12.01 General Requirements for Dry -Type Distribution and Power Transformers Including Those with Solid Cast and / or Resin - Encapsulated Windings IEEE C57.12.91 1. Test Code for Dry -Type Distribution and Power Transformers UL 506 Specialty Transformers NEMA/ANSI ST20 Dytype transformers for General Applications IEEE Institute of Electrical and Electronic Engineers NEMA TR1 Transformers Regulators and Reactors NEMA TP-1 2002 Guide for Determining Energy Efficiency for Distribution Transformers PART 2 - PRODUCTS A. DRY TYPE TRANSFORMERS 1. Provide dry type, 3-phase, delta wye connected transformers with KVA rating as required. 2. Transformers will be suitable for indoor or outdoor installation as indicated on the plans, or as required by conditions. Transformers 75 KVA and less will be suitable for floor, wall or trapeze mounting. Transformers larger than 75 KVA will be suitable for floor or trapeze mounting. 3. Transformer will be enclosed in a steel enclosure with covers secured with captive type hardware. Transformer will be cooled by natural convection of air. The transformer enclosure will be degreased, cleaned, phosphatized, primed and finished with a gray baked on enamel. 4. The average audible sound level will not exceed 50 DB for transformers rated at 75 KVA and below, nor 60 DB for transformers rated above 75 KVA, when measured in accordance with NEMA Standard TR1. 5. The percent impedance for transformers will not exceed 4.6 for up to 112 1/2 KVA 6 for 150 KVA to 750 KVA. 6. The transformers will have the following characteristics: FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 262213-3 LOW VOLTAGE DISTRIBUTION TRANSFORMER Page 3 of 5 a. CIass H insulation b. 150 degree Centigrade temperature rise rating at 40 degrees C ambient at full rated load. c. Compartment for primary and secondary connections. d. Transformer coils will be of continuous copper wound construction with terminations brazed or welded. Coils will be impregnated with non hygroscopic, thermosetting varnish. e. The maximum temperature of top of the enclosure will not exceed 50 degrees C rise above a 40 degrees C ambient. f. The core of the transformer will be visibly grounded to the enclosure by means of a flexible copper grounding conductor sized in accordance with applicable NEMA, IEEE, or ANSI standards. g. Transformers will have two (2) 2-1/2% full ampacity taps below and two (2) 2-1/2% taps above rated voltage in primary. h. The basic impulse level will be 10 KV for transformers less than 30 KVA, 30 KV for transformers 300 KVA and larger. i. Transformer primary and secondary windings will be copper. Aluminum windings will not be permitted. j. Transformers will have efficiencies in accordance with DOE 2016 Efficiency. Provide written documentation as part of submittal process stating this and showing actual transformer efficiencies. 7. Three-phase transformer efficiency, total losses, will not exceed losses at 35% of nameplate rated load and 75°C per the NEMA Premium program tested per 10 CFR. Part 431.193 ("Test Procedures for Distribution Transformers"). PART 3 - EXECUTION 3.1 LOCATION A. Electrical Contractor to verify proper location for the unit. B. The transformer will be installed in a location where the sides with ventilated openings are a minimum distance of six inches from noncombustible structures or equipment to ensure adequate air circulation 3.2 INSTALLATION A. Set the transformer plumb and level. Provide solderless lug bonding connection on the inside of the transformer enclosure in accordance with the NEC. Make primary and secondary connections with liquid tight flexible metal conduit to isolate transformer noise from the building structure or conduit system. B. When final connection has been made, check secondary voltage at dry transformers and make tap adjustments required to obtain correct voltage. C. Perform the following isolation procedures in addition to those provided by the transformer Manufacturer. Provide pad -type vibration isolators or waffle pads sized to load 50 pounds per square inch. Install one (1) at each corner of the transformer at floor mount or trapeze installations. Locate pads between hanger and wall for wall hung installations For critical installations, spring type isolation may be required by the Engineer consisting of steel, spring -type isolators, sized for 1/2" deflection based on the weight of the transformer. Install at each corner or in hanger rods so that vibration is not transmitted to the building structure. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 2622 13 - 4 LOW VOLTAGE DISTRIBUTION TRANSFORMER Page 4 of 5 D. Secure transformer to concrete base according to manufacturer's written instructions. E. Secure covers to enclosure and tighten all bolts to manufacturer -recommended torques to reduce noise generation. 3.3 CONNECTIONS A. Ground equipment according to Section 26 05 26 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS. B. Tighten electrical connectors and terminals according to manufacturer's published torque - tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A- 486B. C. Provide flexible connections at all conduit and conductor terminations and supports to eliminate sound and vibration transmission to the building structure. 3.4 FIELD QUALITY CONTROL A. Inspect installed dry type transformers for anchoring, alignment, grounding and physical damage. B. Check tightness of all accessible mechanical and electrical connections with calibrated torque wrench. Minimum acceptable values are specified in manufacturer's instructions. 3.5 CLEANING A. Repaint scratched or marred exterior surfaces to match original finish. 3.6 TESTING A. Testing: All testing required will be per Specification 26 0126 Testing of Electrical Systems. B. Transformers furnished to this specification will receive the following production tests: 1. Perform each visual and mechanical inspection and electrical test stated in META ATS for dry -type, air-cooled, low -voltage transformers. Certify compliance with test parameters. 2. Applied Potential; 3. Induced Potential; 4. No Load Losses; 5. Voltage Ratio; 6. Polarity; 7. Continuity C. Manufacturer will perform the following additional tests on units identical to the design type being supplied to this specification. Manufacturer will provide on request test data sheets to prove performance of these tests. 1. Sound Levels 2. Temperature Rise Tests 3. Full -Load Losses 4, Regulation 5. Impedance FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 262213-5 LOW VOLTAGE DISTRIBUTION TRANSFORMER Page 5 of 5 3.7 ADJUSTING A. Record transformer secondary voltage at each unit for at least 48 hours of typical occupancy period. Adjust transformer taps to provide optimum voltage conditions at secondary terminals. Optimum is defined as not exceeding nameplate voltage plus 5 percent and not being lower than nameplate voltage minus 3 percent at maximum load conditions. Submit recording and tap settings as test results. B. Output Settings Report: Prepare a written report recording output voltages and tap settings. END OF SECTION FREESE AND NICHOLS, YNC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 PAGE INTENTIONALLY LEFT BLANK SECTION 26 24 13 SWITCHBOARDS PART1- GENERAL 1.1 WORK INCLUDED 2624 13- 1 SWITCHBOARDS Page 1 of 15 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. B. The manufacturer will be responsible to coordinate the design, testing and installation of the switchboard and generators. The manufacturer will be responsible for the adequacy and compatibility of the switchboard and generators. The switchboard will provide a representative who is capable of coordinating the design, testing, and installation of the automatic throw over systems and generators. 1. The switchboard and generator will be completely compatible for automatic and manual operation. The switchboard manufacturer and generator manufacturer will together issue a guarantee of compatibility at the time of submittal. The switchboard manufacturer and generator manufacturer will determine the start, stop, run times, cool down times, etc. for a complete and operational system. C. The manufacturer will provide the services of factory field engineers for startup, field tests, troubleshooting, Owner training and the supervision of storage and installation. The minimum time required for the manufacturer field services to be on -site will include a minimum of the following. These t: mes do not include travel time and include a minimum of 8 hours workin Vi€�I(I 'festal Star[-11p 2 days (2 trips minimum) T$'nuhleshaafing 1 day (1 trip minimum) 0%vner''ruining 1 day (1 trip minimum) 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item will be by lump sum. per day. 2. Payment a. The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for switchgear. 3. The price bid shall include: a. Furnishing and installing switchgear as specified by the Drawings b. Mobilization 1.3 SUMMARY A. Section Includes: 1. Service and distribution switchboards rated 600 volts and less. 2. Surge protection devices. 3. Disconnecting and overcurrent protective devices. 4. Instrumentation. 5. Control power. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 262413-2 SWITCHBOARDS Page 2 of 15 6. Accessory components and features. 7. Identification. 1.4 SUBMITTALS A. Submittals will be in accordance with Section 01 33 00 "Submittals" and will include: 1. Product Data: a. For each switchboard, overcurrent protective device, surge protection device, ground - fault protector, accessory, and component. b. Include dimensions and manufacturers' technical data on features, performance, electrical characteristics, ratings, accessories, and finishes. 2. Pre -and Post -Submittal Meeting a. Supplier will 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 will be held before any shop drawings are submitted. A post -submittal meeting will be held after the Engineer's shop drawing review comments have been submitted. b. As a minimum the following will attend each of the meetings: Switchboard Supplier and Engineer. l) General Contractor, Electrical Contractor, Switchboard Supplier and Engineer. Representative(s) from the Switchboard Supplier will 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. c. Any shop drawings submitted before the pre -submittal meeting will be rejected and sent back Not Approved, Revise and Re -submit. d. The Switchboard Supplier will 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. Shop Drawings: For each switchboard and related equipment. a. Include dimensioned plans, elevations, sections, and details, including required clearances and service space around equipment. Show tabulations of installed devices, equipment features, and ratings. b. Detail enclosure types for types other than NEMA 250, Type 1. c. Detail bus configuration, current, and voltage ratings. d. Detail short-circuit current rating of switchboards and overcurrent protective devices. e. Detail utility company's metering provisions with indication of approval by utility company. f. Detail features, characteristics, ratings, and factory settings of individual overcurrent protective devices and auxiliary components. g. Product Data Sheets for Switchboard, Meter, and Circuit Breakers, automatic throw over controls, miscellaneous electrical equipment, etc. clearly identifying exact model numbers of each component. h. Provide a drawing of the front view elevation with designation of equipment and devices on doors, and clearly indicating on the drawing or with a notation on the sheet the maximum mounting height of devices on doors i. 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 switchboard. Coordinate with the Electrical Contractor on this prior to submitting information to the Engineer. j. Include schematic and wiring diagrams for power, signal, and control wiring. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Ntunber: 100995 Revised March 24, 2020 262413-3 SWITCHBOARDS Page 3 of 15 k. Project Specific Wiring Diagram: Detail wiring diagram and differentiate between manufacturer -installed 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. 1. Terminal strip layout showing customer field connections. The terminal strip layout will also include a label next to each connection indicating signal description. in. Bill of Material. n. Nameplate Schedule. o. Warranty Information. p. Switchboard and Generator letter of compatibility. 4. Operation and Maintenance Data: For switchboards and components to include in emergency, operation, and maintenance manuals. 5. Operation and maintenance manuals will be prepared by the equipment manufacturer and will contain the final certified shop drawings, submittals, list of manufacturer recommended spare parts, schematics, and maintenance procedures and field test data. O&M manuals will include all field changes made during startup and testing. 6. Operation and maintenance manuals will include warranty information as well as a warranty information page that will include information on the warranty start and end date as well as contact information for service. a. In addition to items specified in Section 01 78 23 "Operation and Maintenance Data," include the following: 1) Routine maintenance requirements for switchboards and all installed components. 2) Manufacturer's written instructions for testing and adjusting overcurrent protective devices. 3) Time -current coordination curves for each type and rating of overcurrent protective device included in switchboards. Submit on translucent log -log graft paper; include selectable ranges for each type of overcurrent protective device. 7. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. a. Potential Transformer Fuses: Equal to .10 percent of quantity installed for each size and type but no fewer than two of each size and type. b. Control -Power Fuses: Equal to 10 percent of quantity installed for each size and type, but no fewer than two of each size and type. c. Fuses and Fusible Devices for Fused Circuit Breakers: Equal to 10 percent of quantity installed for each size and type but no fewer than three of each size and type. d. Fuses for Fused Switches: Equal to 10 percent of quantity installed for each size and type but no fewer than three of each size and type. e. Fuses for Fused Power -Circuit Devices: Equal to 10 percent of quantity installed for each size and type but no fewer than three of each size and type. f. Indicating Lights: Equal to 10 percent of quantity installed for each size and type but no less than one of each size and type. 1.5 QUALITY ASSURANCE A. Installer Qualifications: An employer of workers qualified as defined in NEMA PB 2.1 and trained in electrical safety as required by NFPA 70E. B. Testing Agency Qualifications: Member company of NETA. C. Testing Agency's Field Supervisor: Certified by NETA to supervise on -site testing. FREESE AND NICHOLS, INC. Take Arlington Litt Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 262413-4 SWITCHBOARDS Page 4 of 15 1.6 DELIVERY, STORAGE, AND HANDLING A. The manufacturer will be responsible for delivery of the equipment, and accessories, io.b. to the job site or to such storage site as may be designated by the Owner or Construction Contractor, in good condition and undamaged. B. Unloading and storage of the equipment will be the responsibility of the Construction Contractor who will inspect the equipment for apparent damage. Equipment which is found to be damaged will not be accepted until properly repaired or replaced by the Vendor. C. Handling and shipment of the equipment will 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 will 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. E. Deliver switchboards in sections or lengths that can be moved past obstructions in delivery path. F. Remove loose packing and flammable materials from inside switchboards and install temporary electric heating (250 watts per section) to prevent condensation. G. Handle and prepare switchboards for installation according to NECA 400. 1.7 FIELD CONDITIONS A. Installation Pathway: Remove and replace access fencing, doors, lift -out panels, and structures to provide pathway for moving switchboards into place. B. Environmental Limitations: 1. Do not deliver or install switchboards until spaces are enclosed and weathertight, wet work in spaces is complete and dry, work above switchboards is complete, and HVAC system is operating and maintaining ambient temperature and humidity conditions at occupancy levels during the remainder of the construction period. 2. Rate equipment for continuous operation under the following conditions unless otherwise indicated: a. Ambient Temperature: Not exceeding 95 deg F. b. Altitude: Not exceeding 1000 feet. 1.8 COORDINATION A. Coordinate layout and installation of switchboards and components with other construction that penetrates walls or is supported by them, including electrical and other types of equipment, raceways, piping, encumbrances to workspace clearance requirements, and adjacent surfaces. Maintain required workspace clearances and required clearances for equipment access doors and panels. B. Coordinate sizes and locations of concrete bases with actual equipment provided. Cast anchor - bolt inserts into bases. Concrete, reinforcement, and formwork requirements are specified with concrete. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 262413-5 SWITCHBOARDS Page 5 of 15 1.9 WARRANTY A. Manufacturer's Warranty: Manufacturer agrees to repair or replace switchboard enclosures, buswork, overcurrent protective devices, accessories, and factory installed interconnection wiring that fail in materials or workmanship within specified warranty period. 1. Warranty Period: 3 years from date of Substantial Completion, B. Manufacturer's Warranty: Manufacturer's agrees to repair or replace surge protection devices that fail in materials or workmanship within specified warranty period. 1. Warranty Period: 10 years from date of Substantial Completion. PART 2 - PRODUCTS 2.1 SWITCHBOARDS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Eaton. 2. Siemens Power Transmission & Distribution, Inc. 3. Square D; by Schneider Electric. B. Source Limitations: Obtain switchboards, overcurrent protective devices, components, and accessories from single source from single manufacturer. C. Product Selection for Restricted Space: Drawings indicate maximum dimensions for switchboards including clearances between switchboards and adjacent surfaces and other items. Comply with indicated maximum dimensions. D. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. E. Comply with NEMA PB 2. F. Comply with NFPA 70. G. Comply with UL 891. H. Front -Connected, Front -Accessible Switchboards: 1. Main Devices: Fixed, individually mounted. 2. Branch Devices: Panel mounted. 3. Sections front and rear aligned. 1. Nominal System Voltage: 480Y/277 volts. J. Main -Bus Continuous: 4000 amps. K. SCCR and AIC rating: 65 kA L. Indoor Enclosures: Steel, NEMA 250, Type 1. M. Enclosure Finish for Indoor Units. Factory -applied finish in manufacturer's standard gray finish over a rust -inhibiting primer on treated metal surface. N. Service Entrance Rating: Switchboards intended for use as service entrance equipment will contain from one to six service disconnecting means with overcurrent protection, a neutral bus with disconnecting link, a grounding electrode conductor terminal, and a main bonding jumper. PREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 2624 13 - 6 SWITCHBOARDS Page 6 of 15 O. Hinged Front Panels: Allow access to circuit breaker, metering, accessory, and blank compartments. l . Set back from front to clear circuit -breaker removal mechanism. 2. Removable covers will form top, front, and sides. Top covers at rear will be easily removable for drilling and cutting. 3. Bottom will be insulating, fire -resistive material with separate holes for cable drops into switchboard. 4. Cable supports will be arranged to facilitate cabling and adequate to support cables indicated, including those for future installation. P. Buses and Connections: Three-phase, four -wire unless otherwise indicated. 1. Provide phase bus arrangement A, B, C from front to back, top to bottom, and left to right when viewed from the front of the switchboard. 2. Phase- and Neutral -Bus Material: Hard -drawn copper of 98 percent conductivity, tin- plated. 3. Copper feeder circuit -breaker line connections. 4. Ground Bus: Minimum -size required by UL 891, hard -drawn copper of 98 percent conductivity, tin-plated, equipped with mechanical connectors for feeder and branch -circuit ground conductors. 5. Main -Phase Buses and Equipment -Ground Buses: Uniform capacity for entire length of switchboard's main and distribution sections. Provide for future extensions from both ends. S. Disconnect Links: a. Isolate neutral bus from incoming neutral conductors. b. Bond neutral bus to equipment -ground bus for switchboards utilized as service equipment or separately derived systems. 7. Neutral Buses: Ampacity equal to the ground bus and equipped with mechanical connectors for outgoing circuit neutral cables. Brace bus extensions for busway feeder neutral bus. 2.2 SURGE PROTECTION DEVICES A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Eaton. 2. Emmerson/Sola HD 3. Liebert 4. Siemens Power Transmission & Distribution, Inc. 5, Square D; by Schneider Electric. B. SPDs: Comply with UL 1449 41t' Edition, Type 1 and 2 as required. SPDs with the following features and accessories: a. Integral disconnect switch for Type 1 only. b. Internal thermal protection that disconnects the SPD before damaging internal suppressor components. c. Indicator light display for protection status (failed MOV module). d. EMI/RFI filter e. Surge counter. FREESE AND NICIIOLS, INC. Lake Arlington Lilt Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 262413-7 SWITCHBOARDS Page 7of15 C. Peak Surge Current Rating: The minimum single -pulse surge current withstand rating per phase will not be +/- 10% of the value specified in the panel schedules or on the drawings. The peak surge current rating will be the arithmetic sum of the ratings of the individual MOVs in a given mode. D. Protection modes and UL 1449 4th Edition VPR for grounded Wye circuits with 480Y/277 volts, three-phase, four -wire circuits will not exceed the following: 1. Line to Neutral: 1200 volts for 480Y/277 volts. 2. Line to Ground: 1200 volts for 480Y/277 volts. 3. Line to Line: 2500 volts for 480Y/277 volts. E. SCCR: Equal or exceed 200 kA. F. Nominal Rating: 20 kA. 2.3 DISCONNECTING AND OVERCURRENT PROTECTIVE DEVICES A. Molded -Case Circuit Breaker (MCCB): Comply with UL 489, with interrupting capacity to meet available fault currents. I. Thermal -Magnetic Circuit Breakers. Inverse time -current element for low-level overloads and instantaneous magnetic trip element for short circuits. Adjustable magnetic trip setting for circuit -breaker frame sizes 125 amps and larger. 2. Electronic trip circuit breakers with rms sensing; field -replaceable rating plug or field- replicable electronic trip; and the following field -adjustable settings: a. Instantaneous trip. b. Long- and short -time pickup levels. c. Long and short time adjustments. d. Ground -fault pickup level, time delay, and 12t response. e. Auxiliary trip input for integration with are flash relay system on breakers 1000 A and Iarger. MCCB Features and Accessories: a. Standard frame sizes, trip ratings, and number of poles. b. Lugs: Mechanical style, suitable for number, size, trip ratings, and conductor material. Reference drawings for number and size of conductors. c. Ground -Fault Protection: Integrally mounted or remote -mounted relay and trip unit with adjustable pickup and time -delay settings, push -to -test feature, and ground -fault indicator. Reference drawings for mounting style. d. Auxiliary Contacts: One SPDT switch with "a" and "b" contacts; "a" contacts mimic circuit -breaker contacts, "b" contacts operate in reverse of circuit -breaker contacts. B. Insulated -Case Circuit Breaker (ICCB): 100 percent rated, sealed, insulated -case power circuit breaker with interrupting capacity rating to meet available fault current. I . Fixed circuit -breaker mounting. 2. Two-step, stored -energy closing. 3. Full -function, microprocessor -based trip units with interchangeable rating plug, trip indicators, and the following field -adjustable settings: a. Instantaneous trip. b. Time adjustments for long- and short -time pickup. c. Ground -fault pickup level, time delay, and 12t response. d. Auxiliary trip input for integration with are flash relay system on breakers 1000 A and larger. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 262413-8 SWITCHBOARDS Page 8 of 15 2.4 INSTRUMENTATION A. Instrument Transformers: NEMA EI 21.1, and the following: 1. Potential Transformers: NEMA El 21.1; 120 volts, 60 Hertz, single secondary; disconnecting type with integral fuse mountings. Burden and accuracy will be consistent with connected metering and relay devices. 2. Current Transformers: NEMA EI 21.1; 5 amps, 60 Hertz, secondary; wound type; single secondary winding and secondary shorting device. Burden and accuracy will be consistent with connected metering and relay devices. 3. Control -Power Transformers: Dry type, mounted in separate compartments for units larger than 3 kVA. 4. Current Transformers for Neutral and Ground -Fault Current Sensing: Connect secondary wiring to ground overcurrent relays via shorting terminals to provide selective tripping of main circuit breaker. Coordinate with feeder circuit -breaker, ground -fault protection. 2.5 CONTROL POWER A. Control Circuits: 120 VAC, supplied through secondary disconnecting devices from control - power transformer. B. Electrically Interlocked Utility Main and Generator Main Breakers: Two control -power transformers in separate compartments, with interlocking relays, connected to the primary side of each control -power transformer at the line side of the associated main circuit breaker. 120-volt secondaries connected through automatic transfer relays to ensure a fail-safe automatic transfer scheme. C. Control -Power Fuses: Primary and secondary fuses for current -limiting and overload protection of transformer and fuses for protection of control circuits. D. Control Wiring: Factory installed, with bundling, lacing, and protection included. Provide flexible conductors for No. 8 AWG and smaller, for conductors across hinges, and for conductors for interconnections between shipping units. 2.6 AUTOMATIC THROW OVER A. Provide automatic throw over scheme to transfer between one Utility Main breaker and two Generator Breakers. B. Open Transition with control program interlocking to prevent paralleling the generator with the utility. The main utility circuit breakers will operate under normal conditions with the generator circuit breakers opened. When the utility source fails, the transfer controls wilt transfer to the generator sources. When the utility source returns, the transfer controls will transfer to the utility source and open the generator circuit breakers. When the system is run from the utility source or the generator sources, a signal will be sent to SCADA via normally open Form C (5A/250VAC) contacts for customer's use. C. PROGRAMMABLE LOGIC CONTROLLER (PLC): The automatic load transfer controls shall be via PLC for the switchboard breaker controls. The Owner shall have access to all programming in the PLC without any further licenses, fees or passwords. The manufacturer will provide a licensed version of the software registered in the name of the Owner. The PLC shall communicate via Ethernet with the Owner's PLC. All alarms, breaker open/close status, run status, etc. shall be communicated via Ethernet to the Owner's PLC. Provide all hardware and software as required. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 262413-9 SWITCHBOARDS Page 9 of 15 D. Provide uninterruptible power supply for ATO. UPS will be fed from control power transformers connected to the Utility Main and first Generator Breaker with relay transfer between power sources. UPS will have a normally open, Form C (5A/250VAC) dry contact to indicate a general UPS fault. E. ATO will close in both Generator Breakers simultaneously upon utility power failure. F. ATO will only provide generator ran/stop commands to generators. Paralleling will be accomplished by onboard engine controller networked between both generators. G. Provide externally mounted selector switch for all three phases connected to the potential sensing element of the ATO. Operator will simulate utility power failure by switching off one or multiple phases. H. Provide means for automatic exercising of generator(s) on a weekly schedule including transfer of power from utility to generator and back. ATO must have capability for measuring bus loading and inhibit exercising of generator if the load on the generator is less than 30% of generator capacity. This parameter must be operator adjustable. L Provide one Form C dry contact (5A/250VAC) for general fault indication of any component within the ATO system including but not limited to UPS, ATO controller, Control power transfer system. J. Provide operator adjustable parameters on the ATO for the following, including but not limited to: 1. Utility undervoltage. 2. Utility overvoltage. 3. Utility out of frequency range. 4. Duration of Utility abnormality before disconnecting Utility Main breaker. 5. Duration of Utility within normal parameters before transfer from Generator to Utility. 6. Duration of generator cool down after transfer back to Utility. 7. Day of week for generator exercise. 8. Time of day for generator exercise. 9. Option for exercise with or without plant load. 10. Duration of generator exercise. 11. Duration of generator cool down (if selected to exercise with load). K. Time Delay for Retransfer to Normal source will be adjustable from 0 to 60 minutes; factory set for 30 minutes. Provide automatic defeat on loss of voltage or sustained under voltage of emergency source, provided normal supply has been restored. Provide a countdown timer on the transfer control HMI that shows the amount of time left for retransfer to the normal source. L. Controls, indicating lights, selector switches, test switch, and graphic user interface will be located no greater than 6'-0" above finished floor. In addition to the required indicating lights and selector switches associated with automatic/manual breaker controls, the following door -mounted control switches and indicating lights will be supplied and mounted on the door. M. Include a test switch for the current transformers and voltage transformers to disconnect the CT/PT from the ATO control system and simulate power outages. The test switch will be the ABB FT-1 Flexitest switch, rated for 600V and 30 amps, meeting or exceeding all requirements of ANSI/IEEE C37-90. Test switch will be surface mounted on the switchboard. The switches will be labeled on the cover (inside of the cover) for the phase and functionality of the test switch. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 26 24 13 - 10 SWITCHBOARDS Page 10 of 15 2.7 ACCESSORY COMPONENTS AND FEATURES A. Spare -Fuse Cabinet: Suitably identified, wall -mounted, lockable, compartmented steel box or cabinet. Arrange for wall mounting. B. Mounting Accessories: For anchors, mounting channels, bolts, washers, and other mounting accessories. C. INFRARED INSPECTION WINDOWS: The front of each main breaker section and each distribution section will be provided with an infrared inspection window. The window will be permanently Pitted into the indicated electrical equipment to give permanent access for infrared inspections. Window material must be transparent to visual, infrared and ultraviolet energy (corona) bands. Window will be manufactured by HUSS and will be Platinum Series CAP-CT-12 model. D. Metering. The metering device will incorporate the following functions and features: a. Metering Functions with accuracy of 0.05 percent for A & V and 0.04 percent for power parameters. Meter will comply with ANSI C12.20.5 class for revenue meters. 1) A, V, VA, W, var, KWH, KVARH, PF, Hz 2) W, var, A VA Demand 3) A, V, Unbalance 4) Total Harmonic Distortion (THD) of each current and voltage up to the 63' harmonic 5) 128 samples per cycle waveform Capture 6) Data Logging 7) Communications: RS485 Modbus connection with a Serial to Ethernet converter, or a native Ethernet port with Modbus TCP protocol. b. User Interface 1) The digital meter will have the following user interfaces: a) Integrated keypad to access actual values and set points. 2) Relay output will be through alarm, auxiliary and pulse output functions. 3) The meter will provide a user configurable pulse output base on KWH, KVARH, or KVAH. 4) The meter will include a simulation mode capability for testing the functionality and meter response to programmed conditions without the need for external inputs. 2. The metering device shall be: a. Schweitzer Engineering Laboratories: Basis of design model: SEL-735 with 5" touchscreen 1) Basis of design has been selected to match the City's existing power quality meters and provide both functionality and method of operation that City operators are already familiar with. b. Approved equal 1) Approved equal must meet all functionality of the basis of design. E. ARC FLASH PROTECTIVE RELAYS 1. Furnish and install where shown on the plans a feeder management and protective relay. 2. Protective functions shall include: Phase overload standard curves (51), overload by custom programmable curve (51), short circuit (50), overcurrent (50), Directional Power (32), ground fault (50g/50n/51g/51n), are flash detection, under voltage (27) and over voltage (59). FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 262413-11 SWITCHBOARDS Page 11 of 15 3. Management functions shall include Statistical Data, Pre -trip Data, ability to learn, display and integrate critical parameter to maximize feederprotectionand communication with external devices. 4. The relay shall be installed in a drawout case with wiring terminated at the rear of the fixed case. Shorting contacts shall be provided for the CT inputs and output relay contacts to allow for removal of the relay for bench testing without feeder shutdown. A test plug shall be provided for testing while in the case. 5. Provide and install are flash point sensor(s) in each compartment and fiber optic loop sensor(s) along each phase bus bar of the equipment in accordance with the project drawings. Switchboard manufacturer will provide grommeted pathways between sections for safe routing of optical sensors. Installation programming, and commissioning of the are flash relays, point sensors, and fiber optic loop sensors shall be field installed by authorized manufacturer service representative. 6. The are flash relay shall be: a. Schweitzer Engineering Laboratories: Basis of design model: SEL-751 with 5" touchscreen and arc flash detection inputs. 1) Basis of design has been selected based on the products ability to send a trip signal to the circuit breaker within 2mS for enhanced arc flash protection. b. Approved Equal 1) Approved equal must meet all functionality of the basis of design. 7. Provide ABB FT-1 Flexitest switch, rated for 600V and 30 amps, meeting or exceeding all requirements of ANSI/IEEE C37-90. Test switch will be surface mounted on the switchboard. The switches will be labeled on the cover (inside of the cover) for the phase and functionality of the test switch for testing of SEL-751 relay. 8. Communications protocol shall be Modbus RTU. Manufacturer shall provide all hardware, firmware and software to permit communications using Modbus RTU protocol. F. Thermal Monitoring System l , Asset monitoring solution must be an integrated solution measuring for contact temperature, humidity, and ambient temperature. 2. Must have HMI for local display and access to data. 3. Contact Temperature Sensors and supporting equipment must be permanently installed in equipment, and able to communicate data 24/7. 4. Contact Temperature Sensors must work up to 125 degrees Celsius and survive 150 degrees. 5. Contact Temperature Sensors should be passive SAW (surface acoustic wave), not require a battery, or use power harvesting electronics. 6. System must be FCC certified. 7. Sensors must operate when system is energized, and de -energized. 8. Provide thermal monitoring system on the load side of the main circuit breaker and on the load side of each generator circuit breaker. 9. System will communicate with plant PLC via an onboard Ethernet port and Modbus TCP protocol. 10. Thermal monitor system shall be: a. Rosemont: Basis of design model: 1ntehiSAW FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 26 24 13 - 12 SWITCHBOARDS Page 12 of 15 1) Basis of design has been selected for compatibility with the City's PLC system and to eliminate interference between wireless temperature sensors and City's Ethernet radio system. b. Approved Equal 1) Approved equal must meet all functionality of the basis of design. G. Nameplates. I. 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 skull indicate equipment designations as shown on the drawings. 2. Provide legend plates or 1 in, by 3 in. engraved nameplates with t/4 in. lettering for identification of all pilot devices and meters. Legend nameplates shall be secured with stainless steel screws. 3. 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". PART 3 - EXECUTION 3.1 EXAMINATION A. Receive, inspect, handle, and store switchboards according to NECA 400. 1. Lift or move panelboards with spreader bars and manufacturer -supplied lifting straps following manufacturer's instructions. 2. Use rollers, slings, or other manufacturer -approved methods if lifting straps are not furnished. 3. Protect from moisture, dust, dirt, and debris during storage and installation. 4. Install temporary heating during storage per manufacturer's instructions. B. Examine switchboards before installation. Reject switchboards that are moisture damaged or physically damaged. C. Examine elements and surfaces to receive switchboards for compliance with installation tolerances and other conditions affecting performance of the Work or that affect the performance of the equipment. D. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2. INSTALLATION A. Install switchboards and accessories according to NECA 400. B. Equipment Mounting: Install switchboards on concrete base, 4-inch nominal thickness. Comply with requirements for concrete base specified in Section 03 30 00 "Cast -In -Place Concrete." I . Install conduits entering underneath the switchboard, entering under the vertical section where the conductors will terminate. Install with couplings flush with the concrete base. Extend 2 inches above concrete base after switchboard is anchored in place. 2. Install dowel rods to connect concrete base to concrete floor. Unless otherwise indicated, install dowel rods on 18-inch centers around the full perimeter of concrete base. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 26 24 13 - 13 SWITCHBOARDS Page 13 of 15 3. For supported equipment, install epoxy -coated anchor bolts that extend through concrete base and anchor into structural concrete floor. 4. Place and secure anchorage devices. Use setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 5. Install anchor bolts to elevations required for proper attachment to switchboards. 6. Anchor switchboard to building structure at the top of the switchboard if required or recommended by the manufacturer. C. Temporary Lifting Provisions. Remove temporary lifting eyes, channels, straps and brackets, and temporary blocking of moving parts from switchboard units and components. D. Operating Instructions: Frame and mount the printed basic operating instructions for switchboards, including control and key interlocking sequences and emergency procedures. Fabricate frame of finished wood or metal and cover instructions with clear acrylic plastic. Mount on front of switchboards. E. InstaIl filler plates in unused spaces of panel -mounted sections. F. Install overcurrent protective devices, surge protection devices, and instrumentation. 1. Set field -adjustable switches and circuit -breaker trip ranges. G. Install spare -fuse cabinet. H. Comply with NECA 1, latest edition. 3.3 CONNECTIONS A. Comply with requirements for terminating cable trays specified in Section 26 05 36.01 "Cable Trays for Electrical Systems." Drawings indicate general arrangement of cable trays, fittings, and specialties. B. Comply with requirements for terminating cable bus specified in Section 26 05 36.02 "Cable Bus for Electrical Systems". C. Bond conduits entering underneath the switchboard to the equipment ground bus with a bonding conductor sized per NFPA 70. D. Support and secure conductors within the switchboard according to NFPA 70. E. Extend insulated equipment grounding cable to busway ground connection and support cable at intervals in vertical run. 3.4 IDENTIFICATION A. Identify field -installed conductors, interconnecting wiring, and components; provide warning signs complying with requirements for identification specified in Section 26 05 53 "Identification for Electrical Systems." B. Switchboard Nameplates: Label each switchboard compartment with a nameplate complying with requirements for identification specified in Section 26 05 53 "Identification for Electrical Systems." C. Device Nameplates: Label each disconnecting and overcurrent protective device and each meter and control device mounted in compartment doors with a nameplate complying with requirements for identification specified in Section 26 05 53 "Identification for Electrical Systems." FREESE AND NIC:HOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number; 100995 Revised March 24, 2020 26 24 13 - 14 SWITCHBOARDS Page 14 of 15 3.5 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified testing agency to perform tests and inspections. B. Manufacturer's Field Service: Engage a factory -authorized service representative to inspect, test, and adjust components arc flash relay components including relays, current transformers, and optical sensors. C. Switchboard will be considered defective if it does not pass tests and inspections. 3.6 ADJUSTING A. Adjust moving parts and operable components to function smoothly, and lubricate as recommended by manufacturer. B. Set field -adjustable circuit -breaker trip ranges as specified in Section 26 05 73 "Overcurrent Protective Device Coordination Study." 3.7 PROTECTION A. Temporary Heating: Apply temporary heat, to maintain temperature according to manufacturer's written instructions, until switchboard is ready to be energized and placed into service. 3.8 DEMONSTRATION A. Engage a factory -authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain switchboards, overcurrent protective devices, instrumentation, and accessories. 3.9 TRAINING A. Contractor will provide a training session for the Owner's representatives for 8 hours at the Site or other office location chosen by the Owner. The 1-day, 8-hour training session will be broken up into two segments each of 4 hours with a 15-minute break every 2 hours. Lunch break will be 1 hour. Training session will be scheduled and coordinated with the Owner. B. The training session will be conducted by a manufacturer's qualified representative. C. A training outline and manual of training course material will be provided to the Owner 2 weeks in advance of the course. Training will be for four members of the Owner's staff. D. The training program will consist of the following: l . Review of the switchboard one -line drawings and schedules. 2. Review of the factory record Shop Drawings. 3. Review of each type of cell, components within, control, and power wiring. 4. Discuss the maintenance timetable and procedures to be followed in an ongoing maintenance program. 5. Provide three-ring binders to participants complete with copies of drawings and other course material covered. 6. Training will include an overview of the operation, application and troubleshooting of the power meter. 7. Training will include theory of operation, application and troubleshooting of the switchboard. 8. All costs (travel expenses, testing equipment, etc.) required for the startup, testing and training will be the responsibility of the equipment manufacturer/Contractor. FREESE AND NIC1 OLS, INC. Lake Arlington Lilt Station TEC11NICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 2624 13 - 15 SWITCHBOARDS Page 15 of 15 1:h11ZI)MICIGl 16101 FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 PAGE INTENTIONALLY LEFT BLANK SECTION 26 24 16 PANELBOARDS PART1- GENERAL 1.1 WORK INCLUDED 262416- 1 PANELBOARDS Page 1 of 9 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item will be by lump sum. 2. Payment a. The work performed and materials furnished in accordance with this Item will be paid for at the Iump sum price bid for panelboards. 3. The price bid shall include: a. Furnishing and installing panelboards as specified by the Drawings b. Mobilization 1.3 SUMMARY A. Section Includes: 1. Distribution panelboards. 2. Lighting and appliance branch -circuit panelboards. 3. Load centers. 1.4 DEFINITIONS A. GFCI: Ground -fault circuit interrupter. B. GFEP: Ground -fault equipment protection. C. MCCB: Molded -case circuit breaker. D. SPD: Surge protective device. 1.5 ACTION SUBMITTALS A. Submittals will be in accordance with Section 0133 00 "Submittals" and will include: 1. Product Data: For each type of panelboard and will include: a. Include materials, switching and overcurrent protective devices, SPDs, accessories, and components indicated. b. Include dimensions and manufacturers' technical data on features, performance, electrical characteristics, ratings, and finishes. 2. Shop Drawings: For each panelboard and related equipment. a. Include dimensioned plans, elevations, sections, weight and details. b. Show tabulations of installed devices with nameplates, conductor termination sizes, equipment features, and ratings. c. Detail enclosure types including mounting and anchorage, environmental protection, knockouts, corner treatments, covers and doors, gaskets, hinges, and locks and NEMA rating. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 262416-2 PANELBOARDS Page 2 of 9 d. Detail bus configuration, current, and voltage ratings. c. Short-circuit current rating of panelboards and overcurrent protective devices. f. Detail features, characteristics, ratings, and factory settings of individual overcurrent protective devices and auxiliary components. g. Include wiring diagrams for power, signal, and control wiring. h. Key interlock scheme drawing and sequence of operations. i. Include an Internet link for electronic access to downloadable PDF of the time -current coordination curves. 1.6 INFORMATIONAL SUBMITTALS A. Qualification Data: For testing agency. B. Panelboard Schedules: For installation in panelboards. 1.7 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: For panelboards and components to include in emergency, operation, and maintenance manuals. Include the following: 1. Manufacturer's written instructions for testing and adjusting overcurrent protective devices. 2. Time -current curves, including selectable ranges for each type of overcurrent protective device that allows adjustments. 1.8 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Keys: Two spares for each type of panelboard cabinet lock. 2. Fuses for Fused Switches: Equal to 10 percent of quantity installed for each size and type, but no fewer than three of each size and type. 3. Fuses for Fused Power -Circuit Devices: Equal to 10 percent of quantity installed for each size and type, but no fewer than three of each size and type. t.9 QUALITY ASSURANCE A. Manufacturer Qualifications: ISO 9001 or 9002 certified. B. Source Limitations: Obtain panelboards, overcurrent protective devices, components, and accessories from single source from single manufacturer. Manufacturer of panelboards will be the same as that for switchboards. C. Product Selection for Restricted Space: Drawings indicate maximum dimensions for panelboards including clearances between panelboards and adjacent surfaces and other items. Comply with indicated maximum dimensions. D. Use panelboards manufactured and tested in accordance with NECA 407. E. Provide circuit breakers that are manufactured and tested in accordance with UL 489. F. Comply with NFPA 70. 1.10 DELIVERY, STORAGE, AND HANDLING A. Remove loose packing and flammable materials from inside panelboards; install temporary electric heating (100 watts per panclboard) to prevent condensation. B. Handle and prepare panelboards for installation according to NECA 407. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 262416-3 PANELBOARDS Page 3 of 9 1.11 FIELD CONDITIONS A. Environmental Limitations: 1. Do not deliver or install panelboards until spaces are enclosed and weathertight, wet work in spaces is complete and dry, work above panelboards is complete, and temporary HVAC system is operating and maintaining ambient temperature and humidity conditions at occupancy levels during the remainder of the construction period. 2. Rate equipment for continuous operation under the following conditions unless otherwise indicated: a. Ambient Temperature: Not exceeding 40 deg. F to +95 deg. F. b. Altitude: Not exceeding 1000 feet. NECA 407Comply with NFPA 70E. L12 WARRANTY A. Manufacturer's Warranty: Manufacturer agrees to repair or replace panelboards that fail in materials or workmanship within specified warranty period. 1. Panelboard Warranty Period: years from date of Substantial Completion. B. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace SPD that fails in materials or workmanship within specified warranty period. 1. SPD Warranty Period: 1(1- years from the date of Substantial Completion. PART 2 - PRODUCTS 2.1 PANELBOARDS AND LOAD CENTERS COMMON REQUIREMENTS A. Product Selection for Restricted Space: Drawings indicate maximum dimensions for panelboards including clearances between panelboards and adjacent surfaces and other items. Comply with indicated maximum dimensions. B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. Comply with NECA 407. D. Comply with NFPA 70. E. Enclosures: Surface -mounted, dead -front cabinets. Rated for environmental conditions at installed location. a. Indoor Dry and Clean Locations: NEMA 250, Type 1. b. Outdoor Locations: NEMA 250, Type 4X 316 Stainless Steel. 2. Height: 84 inches maximum. 3. Hinged Front Cover: Entire front trim hinged to box and with standard door within hinged trim cover. Trims will cover all live parts and will have no exposed hardware. 4. Finishes: a. Panels and Trim: Steel, factory finished immediately after cleaning and pretreating with manufacturer's standard two -coat, baked -on finish consisting of prime coat and thermosetting topcoat. b. Back Boxes: Same finish as panels and trim. F. Incoming Mains: 1. Location: Bottom. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL, CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 262416-4 PANELBOARDS Page 4 of 9 G. Phase, Neutral, and Ground Buses: 1. Material: Tin-plated copper. a. Plating will run entire length of bus. b. Bus will be fully rated the entire length. 2. Interiors will be factory assembled into a unit. Replacing switching and protective devices will not disturb adjacent units or require removing the main bus connectors. 3. Equipment Ground Bus: Adequate for feeder and branch -circuit equipment grounding conductors; bonded to box. 4. Full -Sized Neutral: Equipped with full -capacity bonding strap for service entrance applications. Mount electrically isolated from enclosure. Do not mount neutral bus in gutter. H. Conductor Connectors: Suitable for use with conductor material and sizes. 1. Material: Tin-plated aluminum. 2. Terminations will allow use of 75 deg. C rated conductors without derating. 3. Size: Lugs suitable for indicated conductor sizes, with additional gutter space, if required, for larger conductors. 4. Main and Neutral Lugs: Mechanical type, with a lug on the neutral bar for each pole in the panelboard. 5. Ground Lugs and Bus -Configured Terminators: Mechanical type, with a lug on the bar for each pole in the panelboard. 1. Future Devices: 1. Panelboards or load centers will have mounting brackets, bus connections, filler plates, and necessary appurtenances required for future installation of devices as indicated in the panelboard schedules in the drawings. J. Panelboard Short -Circuit Current Rating: Fully rated to interrupt symmetrical short-circuit current available at terminals. Assembly listed by an NRTL for 100 percent interrupting capacity. 1. Panelboards and overcurrent protective devices rated 240 volts or less will have short- circuit ratings as shown on the Drawings, but not less than 10,000 amps RMS symmetrical. 2. Panelboards and overcurrent protective devices rated above 240 volts and less than 600 volts will have short-circuit ratings as shown on the Drawings, but not less than 14,000 amps RMS symmetrical. 2.2 DISTRIBUTION PANELBOAR.DS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Eaton. 2. Siemens Energy. 3. Square D; by Schneider Electric. B. Panelboards: NECA 407, distribution type. C. Doors: 1. Secured with vault -type latch with tumbler lock; keyed alike. 2. For doors more than 36 inches high, provide two latches, keyed alike. D. Mains: As indicated on panel schedule. FREESE AND NICHOLS, INC. Lake Arlington Lilt Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 262416-5 PANELBOARDS Page 5 of 9 E. Branch Overcurrent All Protective Devices for Circuit -Breaker Frame: Bolt -on circuit breakers. F. Branch Overcurrent Protective Devices: As indicated on the Drawings. 2.3 LIGHTING AND APPLIANCE BRANCH -CIRCUIT PANELBOARDS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Eaton. 2. Siemens Energy. 3. Square D; by Schneider Electric. B. Panelboards: NECA 407, lighting and appliance branch -circuit type. C. Mains: As indicated on panel schedule. D. Branch Overcurrent Protective Devices: Bolt -on circuit breakers, replaceable without disturbing adjacent units. E. Doors: Door -in -door construction with concealed hinges; secured with multipoint latch with tumbler lock; keyed alike. Outer door will permit full access to the panel interior. Inner door will permit access to breaker operating handles and labeling, but current carrying terminals and bus will remain concealed. 2.4 LOAD CENTERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Eaton. 2. Siemens Energy. 3. Square D; by Schneider Electric. B. Load Centers: Comply with UL 67. C. Mains: As indicated on panel schedule. D. Branch Overcurrent Protective Devices: Plug-in circuit breakers, replaceable without disturbing adjacent units. E. Doors: Concealed hinges secured with flush latch with tumbler lock; keyed alike. F. Conductor Connectors: Mechanical type for main, neutral, and ground lugs and buses. 2.5 DISCONNECTING AND OVERCURRENT PROTECTIVE DEVICES A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Eaton. 2. Siemens Energy. 3. Square D; by Schneider Electric. B. MCCB: Comply with UL 489, with interrupting capacity to meet available fault currents. 1. Thermal -Magnetic Circuit Breakers: a. Inverse time -current element for low-level overloads. b. Instantaneous magnetic trip element for short circuits. c. Adjustable magnetic trip setting for circuit -breaker frame sizes 100 amps and larger. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 262416-6 PANELBOARDS Page 6 of 9 2. Adjustable Instantaneous -Trip Circuit Breakers: Magnetic trip element with front -mounted, field -adjustable trip setting. 3. Electronic Trip Circuit Breakers: a. RMS sensing. b. Field -replaceable rating plug or electronic trip. c. Digital display of settings, trip targets, and indicated metering displays. d. Multi -button keypad to access programmable functions and monitored data. c. Ten -event, trip -history log. Each trip event will be recorded with type, phase, and magnitude of fault that caused the trip. f. Integral test jack for connection to portable test set or laptop computer. g. Field -Adjustable Settings: 1) Instantaneous trip. 2) Long- and short -time pickup levels. 3) Long and short time adjustments. 4) Ground -fault pickup level, time delay, and 12T response. 4. Current -Limiting Circuit Breakers: Frame sizes 400 amps and smaller; let -through ratings less than NEMA FU 1, RK-5. 5. GFCI Circuit Breakers: Single- and double -pole configurations with Class A ground -fault protection (6-mA trip). 6. GFEP Circuit Breakers: Class B ground -fault protection (30-mA trip). 7. MCCB Features and Accessories: a. Standard frame sizes, trip ratings, and number of poles. b. Breaker handle indicates tripped status. c. UL listed for reverse connection without restrictive line or load ratings. d. Lugs: Mechanical style, suitable for number, size, trip ratings, and conductor materials. e. Ground -Fault Protection: Integrally mounted relay and trip unit with adjustable pickup and time -delay settings, push -to -test feature, and ground -fault indicator. f. Rating Plugs: Three -pole breakers with ampere ratings greater than 100 amps will have interchangeable rating plugs or electronic adjustable trip units. g. Multipole units enclosed in a single housing with a single handle. h. Handle Padlocking Device: Fixed attachment, for locking circuit -breaker handle in off position when indicated on the panel schedules or drawings. 2.6 IDENTIFICATION A. Panelboard Label: Manufacturer's name and trademark, voltage, amperage, number of phases, and number of poles will be located on the interior of the panelboard door, complying with requirements for identification specified in Section 26 05 53 "Identification for Electrical Systems". B. Breaker Labels: Faceplate will list current rating, UL and IEC certification standards, and AIC rating. C. Circuit Directory: 1. Create a computer printed circuit directory mounted inside panelboard door with transparent plastic protective cover to indicate installed circuit loads after installation. Incorporate the Owner's final room designations. Obtain approval before installing. Hand written directories are not acceptable. 2. Circuit directory will identify specific purpose with detail sufficient to distinguish it from all other circuits. FREESE AND NICHOL.S, INC. Lake Arlington Lift Station TECHNICAL, CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 262416-7 PANELBOARDS Page 7 of 9 2.7 ACCESSORY COMPONENTS AND FEATURES PART 3 - EXECUTION 3.1 EXAMINATION A. Verify actual conditions with field measurements prior to ordering panelboards to verify that equipment fits in allocated space in, and comply with, minimum required clearances specified in NFPA 70. B. Receive, inspect, handle, and store panelboards according to NECA 407. C. Examine panelboards before installation. Reject panelboards that are damaged, rusted, or have been subjected to water saturation. D. Examine elements and surfaces to receive panelboards for compliance with installation tolerances and other conditions affecting performance of the Work. E. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Coordinate layout and installation of panelboards and components with other construction that penetrates walls or is supported by them, including electrical and other types of equipment, raceways, piping, encumbrances to workspace clearance requirements, and adjacent surfaces. Maintain required workspace clearances and required clearances for equipment access doors and panels. B. Comply with NECA 1. C. Install panelboards and accessories according to NECA 407. D. Equipment Mounting: 1. Attach panelboard to the vertical finished or structural surface behind the panelboard. E. Temporary Lifting Provisions: Remove temporary lifting eyes, channels, and brackets and temporary blocking of moving parts from panelboards. F. Mount top of trim such that the operating handle of the top most switch or circuit breaker is not higher than 79 inches above finished floor. G. Mount panelboard cabinet plumb and rigid without distortion of box. H. Mount recessed panelboards with fronts uniformly flush with wall finish and mating with back box. 1. Mounting panelboards with space behind is recommended for damp, wet, or dirty locations. The steel slotted supports in the following paragraph provide an even mounting surface and the recommended space behind to prevent moisture or dirt collection. J. Mount surface -mounted panelboards to steel slotted supports 1-5/8 inches in depth. Orient steel slotted supports vertically. K. Install overcurrent protective devices and controllers not already factory installed. 1. Set field -adjustable, circuit -breaker trip ranges. 2. Tighten bolted connections and circuit breaker connections using calibrated torque wrench or torque screwdriver per manufacturer's written instructions. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 262416-8 PANELBOARDS Page 8 of 9 L. Make grounding connections and bond neutral for services and separately derived systems to ground. Make connections to grounding electrodes, separate grounds for isolated ground bars, and connections to separate ground bars. M. Install filler plates in unused spaces. 3.3 IDENTIFICATION A. Identify field -installed conductors, interconnecting wiring, and components; install warning signs complying with requirements in Section 26 05 53 "Identification for Electrical Systems." B. Create a directory to indicate installed circuit loads . Incorporate Owner's final room designations. Obtain approval before installing. Handwritten directories are not acceptable. Install directory inside panelboard door. C. Panelboard Nameplates: Label each panelboard with a nameplate complying with requirements for identification specified in Section 26 05 53 "Identification for Electrical Systems." D. Install warning signs complying with requirements in Section 26 05 53 "Identification for Electrical Systems" identifying source of remote circuit. 3.4 FIELD QUALITY CONTROL A. Perform tests and inspections. B. Acceptance Testing Preparation: Test insulation resistance for each panelboard bus, component, connecting supply, feeder, and control circuit. 2. Test continuity of each circuit. C. Tests and Inspections: Perform the following infrared scan tests and inspections and prepare reports: a. Initial Infrared Scanning: After Substantial Completion, but not more than 60 days after Final Acceptance, perform an infrared scan of each panelboard. Remove front panels so joints and connections are accessible to portable scanner. b. Follow-up Infrared Scanning: Perform an additional follow-up infrared scan of each panelboard 11 months after date of Substantial Completion. c. Instruments and Equipment: 1) Use an infrared scanning device designed to measure temperature or to detect significant deviations from normal values. Provide calibration record for device. D. Panelboards will be considered defective if they do not pass tests and inspections. E. Prepare test and inspection reports, including a certified report that identifies panelboards included and that describes scanning results, with comparisons of the two scans. Include notation of deficiencies detected, remedial action taken, and observations after remedial action. 3.5 ADJUSTING A. Adjust moving parts and operable components to function smoothly and lubricate as recommended by manufacturer. B. Set field -adjustable circuit -breaker trip ranges as specified in Section 26 05 73 "Overcurrent Protective Device Coordination Study." FREESE AND NICHOLS, INC. Lake Arlington Litt Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 262416-9 PANELBOARDS Page 9 of 9 3.6 PROTECTION A. Temporary Heating: Prior to energizing panelboards, apply temporary heat to maintain temperature according to manufacturer's written instructions. END OF SECTION FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 PAGE INTENTIONALLY LEFT BLANK SECTION 26 27 26 WIRING DEVICES PART1- GENERAL 1.1 WORK INCLUDED 262726- 1 WIRING DEVICES Page 1 of 6 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item will be by lump sum. 2. Payment a. The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for receptacles. 3. The price bid shall include: a. Furnishing and installing receptacles as specified by the Drawings b. MobiIization 1.3 SUMMARY A. Section Includes: 1. Straight -blade convenience receptacles. 2. GFCI receptacles. 3. Toggle switches. 4. Wall plates. 1.4 DEFINITIONS A. Abbreviations of Manufacturers' Names: 1. Cooper: Cooper Wiring Devices; Division of Cooper Industries, Inc. 2. Hubbell: Hubbell Incorporated: Wiring Devices-Kellems. 3. Leviton: Leviton Mfg. Company, Inc. 4. Pass & Seymour: Pass& Seymour/Legrand. B. EMI: Electromagnetic interference. C. GFCI: Ground -fault circuit interrupter. D. Pigtail: Short lead used to connect a device to a branch -circuit conductor. E. RFI: Radio -frequency interference. 1.5 SUBMITTALS A. Submittals will be in accordance with Section 0133 00 "Submittals" and will include: 1. Product Data: For each type of product. 2. Shop Drawings: List of legends and description of materials and process used for premarking wall plates. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 262726-2 WIRING DEVICES Page 2 of 6 3. Field quality -control reports. 4. Operation and Maintenance Data: For wiring devices to include in all manufacturers' packing -label warnings and instruction manuals that include labeling conditions. PART 2 - PRODUCTS 2.1 GENERAL WIRING -DEVICE REQUIREMENTS A. Wiring Devices, Components, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. B. Comply with NFPA 70. C. Source Limitations: Obtain each type of wiring device and associated wall plate from single source from single manufacturer. 2.2 STRAIGHT -BLADE RECEPTACLES A. Duplex Convenience Receptacles: 1. 125 volts, 20 amps; comply with NEMA WD 1, NEMA WD 6 Configuration 5-20R, UL 498, and FS W-C-596. 2. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Eaton (Arrow Hart). b. Hubbell Incorporated; Wiring Device-Kellems. c. Leviton Manufacturing Co., Inc. d. Pass & Seymour/Legrand (Pass & Seymour). 2.3 GFCI RECEPTACLES A. General Description: 1. 125 volts, 20 amps, straight blade, non -feed -through type. 2. Comply with NEMA WD 1, NEMA WD 6 Configuration 5-20R, UL 498, UL 943 Class A, and FS W-C-596. 3. Include indicator light that shows when the GFCI has malfunctioned and no longer provides proper GFCI protection. B. Duplex GFCI Convenience Receptacles: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Eaton (Arrow Hart). b. Hubbell Incorporated; Wiring Device-Kellems. c. Leviton Manufacturing Co., Inc. d. Pass & Seymour/Legrand (Pass & Seymour). 2.4 TOGGLE SWITCHES A. Comply with NEMA WD 1, UL 20, and FS W-S-896. B. Switches, 120/277 Volts, 20 Amps: 1. Weatherproof Switches: Fitted with single switch as specified, and weather proof cover with spring door cover; grey in color for all areas. Switch ratings will be as identified below for the number of poles required. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 262726-3 WIRING DEVICES Page 3 of 6 2. 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. 3. Single -Pole: a. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1) Eaton (Arrow Hart). 2) Hubbell Incorporated; Wiring Device-Kellems. 3) Leviton Manufacturing Co., Inc. 4) Pass & Seymour/Legrand (Pass & Seymour). 4. Two -Pole: a. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1) Eaton (Arrow Hart). 2) Hubbell Incorporated; Wiring Device-Kellems. 3) Leviton Manufacturing Co., Inc. 4) Pass & Seymour/Legrand (Pass & Seymour). Three -Way: a. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1) Eaton (Arrow Hart). 2) Hubbell Incorporated; Wiring Device-Kellems. 3) Leviton Manufacturing Co., Inc. 4) Pass & Seymour/Legrand (Pass & Seymour). 6. Four -Way: a. Manufacturers: Subject to compliance with requirements, provide products by one of the following. 1) Eaton (Arrow Hart). 2) Hubbell Incorporated; Wiring Device-Kellems. 3) Leviton Manufacturing Co., Inc. 4) Pass & Seymour/Legrand (Pass & Seymour). C. Single and combination types will match corresponding wiring devices. 1. Plate -Securing Screws: Metal with head color to match plate finish. 2. Material for Finished Spaces: 0.05-inch thick, anodized aluminum. 3. Material for Damp Locations: Cast aluminum with spring -loaded Iift cover, and listed and labeled for use in wet and damp locations. D. Wet -Location, Weatherproof Cover Plates: NEMA 250, complying with Type 3R, weather - resistant, die-cast aluminum with lockable cover. Thomas & Betts Model No. CKMUV or approved equal. 2.5 FINISHES A. Device Color: 1. Wiring Devices : Gray unless otherwise indicated or required by NFPA 70 or device listing. FREESE AND NICHOLS, INC. Lake Arlington Lilt Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 262726-4 WIRING DEVICES Page 4 of 6 2.6 SWITCH AND RECEPTACLE COVER PLATES. A. The cover plate color shall be 302/304 stainless steel for all areas, unless otherwise indicated or required by the NEC. Screw heads shall have color to match plate. Provide telephone cover plates which are the same as above, except with a single bushed pole for the telephone cable. 1. Mark power/receptacle outlets with voltage, phase, panel name and circuit number. 2. Identify all wall switches, disconnect switches, etc, with nametags, circuit served and panel origin, nametags shall be approved by the ENGINEER/OWNER'S REPRESENTATIVE. Receptacle and light switch cover plates shall be Pass & Seymour, or approved equal, custom laser engraved 3. Identify all push-button stations with their function and equipment served. PART 3 - EXECUTION 3.1 INSTALLATION A. Comply with NECA 1, including mounting heights listed in that standard, unless otherwise indicated. B. Coordination with Other Trades: 1. Protect installed devices and their boxes. 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 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 right 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 will meet provisions of NFPA 70, Article 300, without pigtails. D. Device Installation: 1. Replace devices that have been in temporary use during construction and that were installed before building finishing operations were complete. 2. Keep each wiring device in its package or otherwise protected until it is time to connect conductors. 3. Do not remove surface protection, such as plastic film and smudge covers, until the last possible moment. 4. Connect devices to branch circuits using pigtails that are not less than 6 inches in length. 5. When there is a choice, use side wiring with binding -head screw terminals. Wrap solid conductor tightly clockwise, two-thirds to three -fourths of the way around terminal screw. 6. Use a torque screwdriver when a torque is recommended or required by manufacturer. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 262726-5 WIRING DEVICES Page 5 of 6 7. When conductors larger than No. 12 AWG are installed on 15- or 20-amp circuits, splice No. 12 AWG pigtails for device connections. 8. Tighten unused terminal screws on the device. 9. When mounting into metal boxes, remove the fiber or plastic washers used to hold device - mounting screws in yokes, allowing metal -to -metal contact. E. Receptacle Orientation: 1. Install ground pin of vertically mounted receptacles up, and on horizontally mounted receptacles to the right. F. Device Plates: Do not use oversized or extra -deep plates. Repair wall finishes and remount outlet boxes when standard device plates do not fit flush or do not cover rough wall opening. G. Arrangement of Devices: Unless otherwise indicated, mount flush, with long dimension vertical and with grounding terminal of receptacles on top. Group adjacent switches under single, multigang wall plates. 3.2 GFCI RECEPTACLES A. Install non -feed -through -type GFCI receptacles where protection of downstream receptacles is not required. 3.3 IDENTIFICATION A. Comply with Section 26 05 53 "Identification for Electrical Systems." B. Identify each receptacle with panelboard identification and circuit number. Use hot, stamped, or engraved machine printing with black -filled lettering on face of plate, and durable wire markers or tags inside outlet boxes. 3.4 FIELD QUALITY CONTROL A. Test Instruments: Use instruments that comply with UL 1436. B. Test Instrument for Convenience Receptacles: Digital wiring analyzer with digital readout or illuminated digital -display indicators of measurement. C. Perform the following tests and inspections 1. Test Instruments: Use instruments that comply with UL 1436. 2. Test Instrument for Convenience Receptacles: Digital wiring analyzer with digital readout or illuminated digital -display indicators of measurement. D. Tests for Convenience Receptacles: 1. Line Voltage: Acceptable range is 114 to 126 volts. 2. Percent Voltage Drop Under 15-Amp Load: A value of 3 percent or higher is unacceptable. 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. Tests will 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. E. Wiring device will be considered defective if it does not pass tests and inspections. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 262726-6 WIRING DEVICES Page 6 of 6 F. Prepare test and inspection reports. END OF SECTION FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 26 29 23 - 1 VARIABLE FREQUENCY DRIVES Page 1 of 15 SECTION 26 29 23 VARIABLE FREQUENCY DRIVES PART1- GENERAL 1.1 WORK INCLUDED A. Design, manufacture, factory test, and field start-up variable frequency drives as described herein and shown on the plans. The VFDs will operate on 480 VAC, 3 phase, 60 Hz with drive isolation transformers, and all appurtenances needed to meet the requirements of these specifications. B. The manufacturer will provide the services of factory field engineers for start-up, field tests, troubleshooting, and the supervision of storage and installation. The manufacturer field services will include a minimum of the following: Supervision of storage and installation 3 days Start up 3 days Field tests 2 days Troubleshooting 3 days Owner training 5 days *These times do not include travel time and include a minimum of 8 working hours per day. C. The drive manufacturer will act as a subcontractor to the pump supplier and will coordinate the design, testing and manufacturing of the drives with the pump and motor supplier to provide complete units, free of defects and fully compatible with the pumping units. D. Harmonic analysis, and factory and field tests to verify results. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item will be by lump sum. 2. Payment a. The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for variable frequency drive. 3. The price bid shall include: a. Furnishing and installing variable frequency drive as specified by the Drawings b. Mobilization 1.3 QUALITY ASSURANCE A. Acceptable Manufacturers: 1. The VFD manufacturer will demonstrate 10 years' experience with the drives using phase shift technology of the type and size herein specified. a. Allen-Bradley b. Eaton Cutler -Hammer. c. Siemens Robicon. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 26 29 23 - 2 VARIABLE FREQUENCY DRIVES Page 2 of 15 B. Factory Inspection and Tests: General: a. Equipment furnished under these specifications will be subject to inspection during manufacture by a representative of the Owner who will 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 will 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 will 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 for the re -test will be borne by the manufacturer. Witness tests will be conducted in North America. 2. The VFD manufacturer will provide the following quality assurance steps within his factory: a. Incoming inspection of all components. b. In -process inspection of assemblies. c. MIL STD-C45662 calibration. d. 100 percent test and inspection of power devices. 3. The VFD printed circuit boards will be tested at 50 C for 50 hours. The VFD manufacturer will provide certification that the tests have been completed. 4. Witnessed factory tests will include a test and demonstration of all equipment functions, per manufacturer's standard testing procedures. The purpose of the test will be to verify the functionality, performance and stability of each VFD. The test will include, but not be limited to, a complete operational test demonstrating all controls, trips, inputs, outputs, etc., shown in the drawings. A clearly labeled test box with dedicated switches, lights, etc. for each I/O will be provided and used to demonstrate all controls, trips, inputs, outputs, etc. The manufacturer will submit, 2 weeks in advance of the day that test will be made, a detailed testing plan. This plan will be subject to the Engineer's approval. 5. After all tests have been performed, each adjustable frequency controller will undergo a 24- hour burn -in test. The controllers will 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 VFDs will be measured by simultaneously measuring the total KW input to the VFDs and the KW output of the VFD. Simultaneous KW measurements will be made with two BMI 3030A, Yokogawa Model 2042 wattmeter or equal instruments with required accessories to confirm compliance with specified efficiencies. Measure input and output harmonic spectrum up to the 150" harmonic. Measure the peak voltages and rise time of the drive output. The results of these tests will be submitted to the Engineer for approval prior to the VFD being released for shipment. C. Field Quality Control: The manufacturer will furnish an equipment test report after installation, start-up and testing. 1.4 SUBMITTALS A. Submittals will be in accordance with Section Of 33 00 "Submittals" and will include: 1. Shop Drawings: FREESE AND NICHOLS, INC. Laka Arlington Lilt Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 262923-3 VARIABLE FREQUENCY DRIVES Page 3 of 15 a. Drawings will show equipment dimensions, stub -up locations, shipping splits, shipping weights, ventilation details, catalog cuts of major components, power equipment, control schematics, and wiring diagrams showing terminal strip layouts. b. Harmonic distortion analysis: The manufacturer of the drive equipment will perform a bus voltage and/or current distortion calculation for each bus that supplies a drive. The harmonic study will be performed to determine the harmonic content expected on the Purchaser's supply bus due to the addition of the variable frequency drive. The total harmonic distortion will not exceed THD values as recommended by IEEE - 519, 2014 under normal worst case operating conditions. c. Any deviations from the specifications should be clearly identified on a separate sheet of paper in the shop drawing submittal. d. Size, type, and rating of all system components. e. Internal component layout diagrams f. Drawings will show equipment dimensions stub -up locations and conduit entry and exit Iocations. 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. g. Shipping splits h. Shipping weights i. Ventilation details j. Cable termination sizes. k. Nameplate schedule 1. 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 m. catalog out sheets of major components n. power equipment o. Project specific control schematics and wiring diagrams. Labels on the control schematic for control relays, level switches, indication lights, etc. will 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. p. Provide a drawing showing the Terminal strip layout showing customer field connections. The terminal strip layout will also include a label next to each connection indicating signal description. q. True Power Factor (Displacement + Distortion), efficiency, and a complete bill of material. r. Complete bills of materials with model numbers listed for individual components. s. Catalog cut sheets of major components, power equipment clearly identifying make and model number of device being provided. t. Data sheets of miscellaneous electrical equipment. Where a data sheet is not available provide the equipment ratings and model number for the devices. u. Data sheet of Motor Protection Relay (MPR) clearly indicating what options are included. v. Spare Parts List. w. Warranty information. x. Letter of Compatibility: The VFD supplier in conjunction with the pump/motor supplier will issue a letter of compatibility stating that the VFD and motor are compatible. y. 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. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL. CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 26 29 23 - 4 VARIABLE FREQUENCY DRIVES Page 4 of 15 z. 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. aa. Project specific magnetizing current for the transformer. 2. Factory Test Data. 3. Field Test Data. 4. Operation and Maintenance Data: Operation and maintenance manuals will contain the shop drawings, submittals, spare part lists, schematics, final wiring diagrams and maintenance procedures. 5. PRE -AND POST -SUBMITTAL MEETING: a. Supplier will 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 will be held before any shop drawings are submitted. A post -submittal meeting will be held after the Engineer's shop drawing review comments have been submitted. b. As a minimum the following will attend each of the meetings: Switchboard Supplier and Engineer. c. General Contractor, Electrical Contractor, VFD Supplier and Engineer. Representative(s) from the VFD Supplier will 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. d. Any shop drawings submitted before the pre -submittal meeting will be rejected and sent back Not Approved, Revise and Re -submit. e. The VFD Supplier will 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. 6. Bid Submittal: In order to evaluate the bids, submit the following information: a. 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 will 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. Data Sheets: Submit Data Sheets containing the following information: 1) Complete description of all equipment, including catalogs, cuts and pertinent engineering data. 2) Manufacturer of equipment. 3) Manufacturer's type. 4) Outline dimensions of line-up location of medium voltage cable connections. Dimensions will be provided with a guarantee by the supplier. Changes will 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. 5) Weight of line-up. 6) Parts list. 7) Efficiency at 60 percent, 80 percent and 100 percent loads. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 262923-5 VARIABLE FREQUENCY DRIVES Page 5 of 15 8) True power factor at 60 percent, 80 percent, and 100 percent loads. c. A preliminary harmonic study will be included in the bid proposal and will include the following: 1) Expected harmonic components through 150th harmonic. 2) RMS value of total harmonic distortion of current and voltage expected. 3) Recommended harmonic filter to maintain total harmonic distortion specified above. 4) Proposed harmonic distortion (items "I" and "2") with the installation of filter. 1.5 STANDARDS A. The applicable provisions of the following standards will apply as if written here in their entity: 1. Local Laws and Ordinances. 2. State and Federal Laws. 3. National Electrical Code (NEC). 4. Underwriters' Laboratories (U.L.). 5. American National Standards Institute (ANSI). 6. National Electrical Manufacturers Association (NEMA). 7. Institute of Electrical and Electronics Engineers (IEEE). 1.6 DELIVERY AND STORAGE A. The manufacturer will be responsible for delivery of the equipment and accessories, f.o.b. to the job site or to such storage site as may be designated by the Owner or Installation Contractor in good condition and undamaged. B. Unloading and storage of the equipment will be the responsibility of the Installation Contractor who will inspect the equipment for apparent damage. Equipment which is found to be damaged will not be accepted until properly repaired or replaced by the manufacturer. C. Store materials according to manufacturer's instructions. Equipment will be stored indoors. 1.7 WARRANTY A. All equipment furnished under this Section will be warranted by the manufacturer for a period of 3 years after Final Acceptance, including all parts, labor, and all related expenses. Final acceptance will 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. 1.8 BID EVALUATION A. See Section 44 42 56.04 "Submersible Pumps and Motors" for evaluation of bids. PART 2 - PRODUCTS 2.1 GENERAL A. Any modifications to a standard product required to meet this specification will be performed by the VFD manufacturer only. B. Drive will be air cooled. Liquid cooled systems will not be acceptable. The VFDs will consist of an incoming load -break fused disconnect switch or circuit breaker, input rectifier grade drive isolation transformer, or active front end ^M converter) input converter/DC bus/output inverter and control logic section. All components will be integral to the VFD lineup, factory wired and tested as a complete system. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 26 29 23 - 6 VARIABLE FREQUENCY DRIVES Page 6 of 15 C. VFDs will meet IEEE Std. 519-2014 Recommended Practices and Requirements for Harmonic Control in Electrical Power Systems. The VFDs will not exceed the following harmonic limits at the point of common coupling for any combination of the pump throughout the speed range. I. The point of common coupling (PCC) will be the customer's switchboard bus as shown on the one line diagram. See plans for more detail. 2. The voltage harmonic distortion (THD) at the point of common coupling will not exceed 8 percent as indicated in Table 1 of IEEE Std. 519-2014. 3. The current harmonic distortion at the point of common coupling will not exceed the limits in Table 2 of IEEE Std. 519-2014. Based on the available utility fault current at the time of design, the ratio of short circuit current to operating current was 15.8. VFD manufacturer will obtain updated available utility fault current before calculating ISC/IL. Do not apply any multipliers from Table 5 of IEEE Std. 519-2014. D. The preliminary harmonic analysis must be submitted by the VFD manufacturer at the time of bid, which includes all voltage and current harmonics to the 150th. E. Compliance will be verified by manufacturer or manufacturer's representative 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. F. VFD system will maintain a 0.97 minimum true power factor from 60 to 100 percent load. G. Output topology such that 150' of VFD cable connecting to 75' of submersible cable via a bus gutter may be accommodated at full current output with the following limits: 1. Maximum dV/dt: 500 V/uS 2. Maximum voltage peak: 1 KV 3. Maximum voltage distortion at full current output: 5% total 4. Carrier frequency range: 2 KHz — 8 Khz 2.2 SEQUENCE OF OPERATIONS A. Reference specification section 40 90 02 "Supervisory Control and Data Acquisition" for sequence of operation descriptions. 2.3 VARIABLE FREQUENCY DRIVES A. Ratings: 1. Guaranteed minimum VFD efficiency will be 97 percent at 100 percent speed and 100 percent load and minimum 95 percent at 80 percent speed. Losses will include drive isolation transformer (where applicable), input line reactors (where applicable), converter/DC bus/Inverter, and output harmonic filter. Auxiliary control, such as internal VFD control boards, cooling fans will be included in all loss calculations. 2. Rated Input Power: Non -phase sequence sensitive, 480 volts, 3 phase, 60 Hz. a. Voltage Dip Ride -Through: VFDs will be capable of sustaining continued operation with a 30 percent dip in nominal line voltage. Output speed may decline only if current limit rating of VFD is exceeded. b. Power Loss Ride -Through: VFDs will be capable of five -cycle power loss ride -through without fault activation. c. 24VDC control power will be supplied externally. d. All power for cooling fans or pumps will be fused and supplied by the integral to the VFDs. 3. Output Power: 650A, 480 V, 6 to 60Hz variable. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 26 29 23 - 7 VARIABLE FREQUENCY DRIVES Page 7 of 15 4. Ambient Temperature Range: 0 to 35 C. 5. Humidity: 95 percent non -condensing. 6. Elevation: Up to 3300 feet (1000 meters) above MSL without derating. 7. Power Unit Rating Basis: 100 percent rated current continuous, 150 percent rated current for 1 minute, at rated temperature. B. Construction: The input section will contain a suitably rated, load break disconnect switch with fuses, interlocked with the door. Safety blade position will be visible through the door. A circuit breakers will be accepted as an alternative to a fused load break disconnect switch. Input and output power terminations will be suitable for both bottom entry and bottom exit. Medium voltage cables will be shielded and sufficient space will be provided for termination of stress cones. Low voltage wiring for external field devices will be terminated on a single master set of terminal blocks located on the side or bottom of the control compartment. A minimum of 25 percent spare terminal blocks will be provided. 2. VFDs will be top entry and top exit. C. Basic Features: 1. The VFDs will be capable of producing an adjustable AC voltage/frequency output to provide continuous operation over the normal system 30 to 100 percent speed range. The VFDs must be capable of sustained operation at 1/10 speed to facilitate checkout and maintenance of the driven equipment. 2. The door of each unit will include the door mounted components arranged in a logical manner, subject to the Owner/Engineers approval. Operator interface and control logic will be 24 VDC supplied from an external source. All control and signal wires will be shielded and fully protected against EMI/RFI interference. 3. A door -mounted membrane keypad with integral LCD display will be furnished, capable of controlling the VFDs and setting drive parameters. The keypad will 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 will contain a "self -test" software program which can be activated to verify proper keypad operations. c. The digital keypad will allow the operator to enter exact numerical settings in English engineering units. A plain English user menu will be provided in software as a guide to parameter setting (rather than codes). Driver parameters will be factory set in EEPROM and resettable in the field through the keypad. Six levels of password security will 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 indications will be supplied: 1) Elapsed time running meter (electro mechanical). e. The following door mounted pushbuttons, control switches and indicating lights will be supplied: 1) Emergency Stop pushbutton. 2) Hand -Off -Auto selector switch. 3) Run Pushbutton. 4) Stop Pushbutton. 5) Reset pushbutton (vfd fault). 6) Reset pushbutton (pump fail reset) FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 100995 Revised March 24, 2020 262923-8 VARIABLE FREQUENCY DRIVES Page 8of15 7) Reset pushbutton (shutdown pressure reset) 8) Green push -to -test indicating light (pump stop). 9) Red push -to -test indicating light (pump run). 10) White push -to -test indicating light (control power OK). 11) Blue push -to -test indicating light (run permissive). 12) Amber push -to -test indicating light (motor over temp). 13) Amber push -to -test indicating light (seal leak). 14) Amber push -to -test indicating light (low level). 15) Amber push -to -test indicating light (pump fail). 16) Amber push -to -test indicating light (shutdown pressure). 17) Amber push -to -test indicating light (vfd fault). f. VFDs will be capable of direct communication to a computer with Microsoft Windows operating system. Communications for setup of parameters, fault diagnostics, trending and diagnostic log downloading will be via either a door -mounted Ethernet port will or USB type B connector. D. Enclosure: All VFD components including input switch and transformer (where applicable) will 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 will be NEMA-1 design. 1. All relays, pushbuttons, etc. will be housed in a separate 20" auxiliary equipment enclosure that will be a part of the VFD enclosure. The control relays, timing relays, terminal strips will 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. 2. Maximum dimensions for VFD enclosure, including transformer, will be 101" H x 120" W x 32" D. 3. VFD will be top entry for incoming conductors and conduit and top exit for outgoing conductors and conduits. Incoming conductors and conduit will be 3 sets each (3-350kcmii, #210G., 4"C.) Outgoing conductors and conduit will be 3 sets each (3-500kcmil, 346G., 4"C.) 4. Printed circuit boards will be conformal coated 5. All relays and pushbuttons will be NEMA rated. IEC or dual rated IEC/NEMA rated equipment is not acceptable. 6. All power conductors (bus or cable) will be insulated. 7. Indicating lights will be push -to -test (cluster LED type). Lamps will be easy to change. 8. Terminal blocks will be NEMA rated, 600V. Stacking (two -high) terminal blocks is not acceptable. 9. VFD will be provided with an elapsed time meter, Simpson Model 109ET Wide-Vue, or approved equal. The meter will be of a non -reset type, for totalizing of hours and will operate on 24 VDC. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 26 29 23 - 9 VARIABLE FREQUENCY DRIVES Pagc9of15 2. INSTRUMENT CURRENT TRANSFORMERS: Each instrument current transformer will be indoor wound type, meter class. Insulation will 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 will exceed the heating limits specified in the IEEE standards. Each current transformer will be capable of carrying continuously, its rated primary amperes, under conditions of accidental open secondary circuit, without damage to the primary insulation. Accuracy will have ANSI accuracy classification C400. 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 will have the capability of having contact decks added in the field. Contacts will be field convertible to normally open or normally closed. Coils and contacts will each be replaceable without replacing any other part of the relay. Where control relays are indicated on the drawings, industrial control relays will be furnished whether the relay coil is operated with 120 VAC or 24 VDC. 4. TIMING RELAYS: Solid state. Ranges will be as shown on the Plans. The timing relays will have both normally open and normally closed contacts by having two sets of form C contacts. Timing relays where shown on the Plans will 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 will be provided with restraining strap. 10. INDICATING LIGHTS, SWITCHES, PUSHBUTTONS: Heavy duty and oil tight (30 mm); Square D Class 9001 or approved equal. Pilot lights will be push to test (Cluster LED type) and will be Square D SK or approved equal. 11. Externally visible, permanent nameplates will be provided to identify each instrument, switch, indicating light, etc. Equipment and terminal blocks will be suitably identified. This will include items on the back side of doors and panel mounted items. Nameplates will be black with white lettering and attached with stainless steel screws. 12. Microprocessor and control logic boards and their power supplies will be housed in a sealed, non -ventilated NEMA-1 section, safely accessible without exposure to high voltages and without drive shutdown. 13. All wiring will be located internally within the VFD enclosure. External ductwork or wireways will not be utilized. 14. All wiring will be identified with wiring markers with alphanumeric characters. The identification of each wire will be the same as that shown on the electrical schematic. Each wire will be so identified at each end. Each end of every wire will 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. 15. Redundant cooling fans, each sized for 100 percent capacity cooling, with automatic switchover in the event of a blower failure, will be furnished. Cooling fans will be alternating and will have an adjustable timer. Maximum allowable audible noise from the VFD will be 75 dBA at a distance of 3 feet. 16. Air filters for VFD enclosure will be able to change out during operation without opening the enclosure. 17, Maximum door swing clearance will not exceed 36 inches. 18. After fabrication, metal structures will 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 will be gray ANSI-61. Instruments, relays, and meters will have dull black standard finish. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 26 29 23 - 10 VARIABLE FREQUENCY DRIVES Page 10 of 15 19. VFD manufacturer will 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. 20. Provide a print pocket pouch with the control schematic drawings on the inside of the VFD door. The control schematic drawings will be the final version of the drawings and will include any field revisions made during start-up. 21, Lights, pushbuttons, switches, displays, motor protection relay, etc. will be mounted no higher than 5'-6" AFF. Front drive panel layout showing exact mounting heights will be submitted to the Engineer for approval. E. NAMEPLATES 1. Externally visible, permanent nameplates will be provided to identify each instrument, switch, indicating light, etc. Equipment and terminal blocks will be suitably identified. This will include items on the back side of doors and panel mounted items. Nameplates will be black with white lettering and attached with stainless steel screws. 2. Equipment nameplates and designations will be 2 in. by 5 in. minimum, not less than 1/16 in, thick, engraved laminated plastic fastened with stainless steel screws. Nameplates will be 1 in. white lettering on black background, and will indicate equipment designations as shown on the drawings. 3. Provide legend plates or 1 in. by 3 in. engraved nameplates with '/4 in. lettering for identification of all pilot devices and meters. Legend nameplates will 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". 5. Provide arc flash labeling in accordance with the National Electrical Code Article 110.16 and per the Are Flash Hazard Analysis (performed by other). See Specification 26 05 73 "OVERCURRENT PROTECTIVE DEVICE COORDINATION STUDY" for more information. F. Protective Features and Circuits: 1. The VFD will 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 thermistor 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 phase of input power. e. Motor regeneration due to backspin or loss of VFD input power. 2. The VFDs will 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. c. The VFD will have auto frequency roll -back capability during overload or overtemperature and conditions to minimize nuisance tripping. d. A PLC (Programmable Logic Controller) will be located in the lift station. The VFDs will be capable of communicating setup parameters, fault diagnostics, trending information and diagnostic log over an Ethernet connection to the PLC. The VFD and PLC will communicate via DNP3 protocol. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 202© 26 29 23 - 11 VARIABLE FREQUENCY DRIVES Page 1 I of 15 G. Parameter Settings: The following system configuring settings will be provided, without exception, field adjustable through the keypad/display unit or via the Ethernet or USB 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 fall load amps. 6) Motor kW. 7) Current Iimit, max. b. VFD Limits: 1) Manual accel rate. 2) Manual decel rate. 3) Auto accel rate. 4) Auto decel rate. 5) Motor flux buildup delay: time/amount. 6) I boost. 7) Overload trip curve select (Inverse or Constant). 8) Min/Max speed (frequency). 9) Auto reset for load or voltage trip select. 10) Slip compensation. 11) Catch -A -Spinning -Load select. 12) Overload trip time set. c. VFD Parameters: 1) Voltage loop gain. d. Controller Adjustments: 1) PID control enable/disable. 2) Setpoint select. 3) Proportional band select. 4) Reset time select. 5) Rate time select. 6) Input signal scaling. 7) Input signal select (4-20 mA/0-5 volts). 8) Auto start functions: On/Off, Delay On/Off. a) Level Select On/Off. 9) Speed Profile: Entry, Exit, Point Select. 10) Min, Max Speed Select. 11) Inverse Profile Select. 12) Critical speed avoidance select. 2. All drive setting adjustments and operation parameters will be stored in a parameter log which lists allowable maximum and minimum points as well as the present set values. H. Diagnostic Features and Fault Handling: 1. The VFDs will 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). FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 202I1 26 29 23 - 12 VARIABLE FREQUENCY DRIVES Page 12 of 15 A "FAULT LOG" will record, store, display and print upon demand, the following for the 50 most recent events: a. VFD mode (HAND-SCADA-OFF). b. Date and time of day. c. Type of fault. d. Reset mode (Auto/Manual). A "HISTORIC LOG" will 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: a. VFD mode (HAND-OFF-SCADA). b. Speed demand. c. VFD output frequency. d. Demand (output) Amps. e. Feedback (motor) Amps. f. VFD output volts. g. Type of fault. h. SCADA enable. PART 3 - EXECUTION 3.1 INSTALLATION AND START-UP A. The Construction Contractor will assemble and install the equipment in accordance with instructions and directions furnished by the Manufacturer, and as detailed on the Construction Plans. Manufacturer's representative will be available to advise and assist the Contractor in this work. Make all electrical connections to all equipment specified. B. Furnish the services of a competent factory technician who wilt be experienced in the assembly and wiring of the VFD drive units of similar size and character. He will direct the installation of the equipment and will assist and advise with the electricians or other workmen who are performing the actual work of installing the VFD drive units. He also will assist in the adjustment and testing of the equipment. C. Adjust the calibration of protective relays according to the schedule 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. Time spent on the job by the service representative will be adequate for performing the above functions. E. All costs (travel expenses, testing equipment, etc.) required for testing start-up, and training will be the responsibility of the equipment manufacturer/Contractor. 3.2 TRAINING A. The Contractor will 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 will 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 will 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 job site or other office location chosen by the Owner. Each eight hour training session will 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 will be scheduled and coordinated with the Owner. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 26 29 23 - 13 VARIABLE FREQUENCY DRIVES Page 13 of 15 C. Training sessions will be conducted by VFD manufacturer personnel. D. Training will be for four members of the Owner's staff. E. Supplier will 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 (1) eight (8) hour day. 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 will be the responsibility of the equipment manufacturer/contractor 3.3 FIELD QUALITY CONTROL A. Startup procedures, testing and troubleshooting of the VFDs will be performed under the supervision of the manufacturer's representative. Energization of the drives will not be permitted without the manufacturer's representative permission. B. Once the drive has been installed, testing will be provided by the manufacturer to verify conformance with the specifications for the following: 1. Harmonics. 2. Efficiency. 3. True Power Factor (Displacement + Distortion). 4. Note: Tests are to be conducted on normal utility power and stand-by generator power. The harmonics, efficiency and power factor tests will be measured at the input to each drive and point of common coupling and data will be taken at the different operating speeds (50%-100% speed in 5% increments). Readings with printouts will be provided for the harmonics, efficiency and true power factor in the report to be submitted to the Engineer. C. The tests will be witnessed by the Owner and Engineer. Provide at least 3 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 tests described above and agree with the test results. Provide test report with results to Engineer for approval. D. The VFD manufacturer or manufacturer representative will submit a written Equipment Installation Report certifying the equipment is properly installed and has been operated under all operating conditions and is operating satisfactorily per the requirements of the specification. E. Provide for the Engineer's review a complete list of test procedures, standards, equipment and calibration reports of the measuring and testing equipment used. F. Any deficiencies with regard to these specifications will be corrected by the manufacturer at no expense to the Owner. Prior to any corrective action, a plan of correction will be submitted to the Engineer for approval. G. The type of instruments' make, model and manufacturer that are used in the field testing will be submitted along with the report. H. A description of the testing procedures will be sent to the Engineer prior to testing taking place. I. Prepare for acceptance tests as follows: Test insulation resistance for each enclosed controller element, bus, component, connecting supply, feeder, and control circuit. FREESE AND NICHOLS, INC. Lake Arlington Lill Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 26 29 23 - 14 VARIABLE FREQUENCY DRIVES Page 14 of 15 2. Test continuity of each circuit. J. 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. 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. K. The VFD Supplier will provide readings with printouts of the harmonic current at each harmonic as well as the total voltage distortion up to the 15011 harmonic. The following readings will be provided: 1. At point of common coupling: a. With all drives running with load at the different operating speeds (50%-100% speed in 5% 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 (50%-100% speed in 5% increments). a. With drive off. 3. All the above data including the efficiency and true power factor data, complete with meter reading and recordings, where applicable, will 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 will 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. L. For Final O&M manual, the Manufacturer will 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. 3.4 SPARE PARTS A. The following spare parts of the type and size furnished will beprovided: Qty. I tent 10 Each type of power and control fuse rated 600 V or less 6 Each type of fuse rated greater than 600 V 10 Each type of panel lamp 1 Each type of printed circuit board, including diagnostic systems 1 Spare EEPROM chip for each VFD 1 Microprocessor -based interface display and monitoring panel, and keypad 1 Spare relay and timer of each type FREESE AND NICHOLS, INC. Lake Arlington Lill Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 26 29 23 - 15 VARIABLE FREQUENCY DRIVES Page 15 of 15 I Each fan or blower installed. 1 PWM power cell or SGCT for each VFD 3.5 CLEAN AND ADJUST A. The manufacturer will 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 FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 PAGE INTENTIONALLY LEFT BLANK SECTION 26 32 13 ENGINE GENERATORS PART1- GENERAL 1.1 RELATED DOCUMENTS 2632 13- 1 ENGINE GENERATORS Page 1 of 16 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. B. Generator manufacturer will refer to the controls listed in 26 24 13 Switchboards. C. The engine manufacturer's authorized distributor will supply the complete power system to include the generator and related components specified in this section, so that there is one source of responsibility for coordination and testing. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item will be by lump sum. 2. Payment a. The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for 750kVA generator. 3. The price bid shall include: a. Furnishing and installing 750kVA generator as specified by the Drawings b. MobiIization 1.3 SUMMARY A. This Section includes packaged diesel engine generator sets with the following features and accessories: l . Battery charger. 2. Sub -base fuel tank. 3. Engine generator set. 4. Muffler. 5. Outdoor enclosure. 6. Remote annunciator. 7. Remote stop switch. 8. Starting battery. 9. Fuel Maintenance system 10. Generator Set Controller and Panel. Ill . Onboard Paralleling Controller. 12. Onboard controllable output breaker. B. Equipment that will be provided by the generator manufacturer that is further specified in other sections of these documents is as follows: 1. Section 26 05 19 Low -Voltage Electrical Power Conductors and Cables FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 263213-2 ENGINE GENERATORS Page 2 of 16 2. Section 26 05 23 Control -Voltage Electrical Power Cables 3. Section 26 05 26 Grounding and Bonding for Electrical Systems 4. Section 26 05 29 Hangers and Supports for Electrical Systems 5. Section 26 05 33 Raceways and Boxes for Electrical Systems 6. Section 26 24 16 Panelboards 7. Section 26 27 26 Wiring Devices. 1.4 DEFINITIONS A. Standby Rating: Power output rating equal to the power the generator set delivers continuously under normally varying load factors for the duration of a power outage. B. Operational Bandwidth: The total variation from the lowest to highest value of a parameter over the range of conditions indicated, expressed as a percentage of the nominal value of the parameter. C. Steady State Voltage Modulation: The uniform cyclical variation of voltage within the. operational bandwidth, expressed in Hertz or cycles per second. LS SUBMITTALS A. Product Data: Include data on features, components, ratings, and performance. Include the following: 1. Dimensioned outline plan and elevation drawings of engine generator set and other components specified. 2. Thermal damage curve for generator. 3. Time current characteristic curves for generator protective device. B. Shop Drawings: Indicate fabrication details, dimensions, weights, loads, required clearances, method of field assembly, components, and location and size of each field connection. 1. Design Calculations: Calculate requirements for selecting vibration isolators and seismic restraints and for designing vibration isolation bases. 2. Vibration Isolation Base Details: Detail fabrication, including anchorages and attachments to structure and to supported equipment. Include base weights. 3. Wiring Diagrams: Detail wiring for power and control connections and differentiate between factory installed and field installed wiring. 4. Generator sizing analysis. a. Detailed sizing analysis will clearly identify assumptions made for loads being started/operated by the generator. 1) The maximum voltage drop allowed will be 20%. 2) The maximum frequency dip allowed will be 10%. 3) The generator will be sized as follows: a) The generator will be sized to start and nin one 550HP (650A) VFD driven pump and motor with all other connected ancillary loads/equipment. Manufacturer will certify that the generator will not stall under these conditions. 4) Ambient temperature will be a minimum of 50 C. 5) Calculations will be for a Diesel Fuel generator set. b. The generator manufacturer and Contractor will be responsible for obtaining all information to run the generator sizing analysis, including nameplate rating listed on the motors. The manufacturer/Contractor will be responsible for obtaining actual load data. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 263213-3 ENGINE GENERATORS Page 3 of 16 c. The kW rating shown on the plans is anticipated, but will not be used to determine the actual size of the generator provided for this project 5. Provide a detailed layout of the generator enclosure that shows the location of the terminal box, generator control panel, lights, receptacles, panelboard, etc. 6. Provide out sheets for all equipment being provided for the generator including: a. Generator and Enclosure b. Panelboard c. Exhaust Fans and louvers d. Conduits e. Wiring f. Lights g. Switches h. Receptacles i. Batteries and charging system j. Service Platform k. Fuel Maintenance System 1. Starters, disconnects, pushbutton, etc. 7. Provide a detailed panelboard schedule for the panelboard provided in the generator enclosure. C. Qualification Data: For firms and persons specified in "Quality Assurance" Article. D. Field Test and Observation Reports: Indicate and interpret test results and inspection records relative to compliance with performance requirements. E. Certified Summary of Prototype Unit Test Report. F. Certified Test Reports: For components and accessories that are equivalent, but not identical, to those tested on prototype unit. G. Factory Test Reports: For units to be shipped for this Project, showing evidence of compliance with specified requirements. H. Equipment installation report. L Certified summary of prototype -unit test report. J. O&M manual. K. Pre -and Post -Submittal Meeting I. Supplier will include in his bid the cost of attending a one -day pre -submittal meeting and a one -day post -submittal meeting in the City of Fort Worth or Freese and Nichols, Inc. Fort Worth office — exact location to be determined at a later date. A pre -submittal meeting will be held before any shop drawings are submitted. A post -submittal meeting will be held after the Engineer's shop drawing review comments have been submitted. Vendor will determine the exact number of people attending the meeting per the specification requirements and cover each person's cost. 2. Any shop drawings submitted before the pre -submittal meeting will be rejected and sent back Not Approved, Revise and Re -submit. The Generator Supplier will 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. 3. As a minimum the following will attend the meeting: a. General Contractor. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECIINICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 263213-4 ENGINE GENERATORS Page 4 of 16 b. Electrical Contractor. Generator Supplier and Engineer. Representatives from the Generator Supplier will include: 1) The Project Manager who will be responsible for putting together the submittal and who will be responsible for the project at the factory, no exceptions. 2) The Project Engineer at the factory who has technical knowledge of the equipment, no exceptions. 4. A sales person may attend, but not as a substitute for the Project Manager and/or Project Engineer. 5. A preliminary sizing analysis will be included in the bid proposal and will include the following: a. The sizing analysis will clearly identify assumptions made for loads being started/operated by the generator. 1) The maximum voltage drop allowed will be 20%. 2) The maximum frequency dip will be 10% 3) The generator will be sized as follow: a) The generator will be sized to start and run one 550HP (650A) VFD driven pump and all other connected ancillary loads/equipment. Manufacturer will certify that the generator will not stall under these conditions. 4) Ambient temperature will be a minimum of 50 C. 5) Calculations will be for a Diesel Fuel generator set. 1.6 QUALITY ASSURANCE A. Manufacturer Qualifications: Maintain a service center capable of emergency maintenance and repairs at the Project with 12 hours maximum response time. B. Source Limitations: Obtain packaged engine generator and auxiliary components specified in this Section through one source from a single manufacturer. C. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction. D. Comply with NFPA 70, 99, 101, and 110, latest edition. E. Comply with NFPA 110 requirements for Level 2 emergency power supply system. F. Engine Exhaust Emissions: Comply with applicable state and local government requirements. G. Submit written reports for all required factory and field tests. H. Comply with NEMA MG-1 and SG-1. L Comply with UL 1008. 1.7 FACTORY INSPECTION AND TESTS A. TESTS 1. GENERAL a. Equipment furnished under these specifications will be subject to inspection during manufacturing by representatives of the Owner who will be afforded proper facilities for determining compliance with the specifications. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 263213-5 ENGINE GENERATORS Page 5 of 16 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. The costs for a maximum of one representative for the Factory Inspection and Test will be included in the base bid. c. If tests are to be witnessed by the Owner or Owner's representative, the manufacturer will notify the Owner at least 30 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 cost for the travel, lodging expenses, meals and transportation for OWNER/ENGINEER personnel (one maximum) to witness the factory generator inspections and tests will also be included in the bid price. The Manufacturer or Vendor will pay for the cost of the representative's (travel lodging, meals and other expenses for the tests, for a maximum of one trip. The manufacturer will 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 for the re -test will be borne by the manufacturer. d. Witness tests will be conducted in continental United States. No testing will be conducted in Mexico nor any other foreign country. e. All travel arrangements are subject to approval by the OWNER and ENGINEER. The Equipment Manufacturer will be responsible for making all travel arrangements. f. Generator manufacturer will provide to the Engineer a complete list of all tests to be performed on the generator as a formal submittal to the Engineer prior to the generator being tested. g. The Contractor will notify the Owner/Engineer a minimum of one month in advance of the dates when equipment is scheduled for inspections and tests so that the Owner/Engineer can schedule accordingly. 1) A detailed testing package will be submitted at bid time listing dates and times of each component of the test with copies of all relevant standards used during the testing. A Manufacturer's technical representative will be present throughout the testing period to aid the Engineer in performing and verifying all calculations. The technical representative will be fully versed in the testing methods and calculations and will be capable of certifying test results. h. The costs to perform the factory inspections and tests will be included in the bid price. The travel, transportation, and lodging expenses for Owner/Engineer personnel (one maximum) to witness the tests will also be included in the bid price. i. If an inspection and/or test must be re -run due to failure in meeting the specified requirements, then the witness labor and travel expenses for the re -test will be borne by the Manufacturer or Vendor 2. Witnessed factory tests will include a test and demonstration of all equipment functions, per manufacturer's standard testing procedures. The purpose of the test will be to verify the functionality, performance and stability of each generator. The test will include, but not be limited to, a complete operational test demonstrating all controls, inputs, outputs, etc., shown per the plans and specifications. The manufacturer will submit two weeks in advance of the day that test will be made a detailed testing plan. This plan will be subject to the Engineer's approval. 3. The generator manufacturer will provide the actual test data, observations and certification that the tests have been completed prior to shipment to the Engineer for approval B. Factory Testing. FREESE AND NICIIOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 2632 13 - 6 ENGINE GENERATORS Page 6 of 16 1. The generator set manufacturer will perform a complete operational test on the generator set prior to shipping from the factory. All testing will be conducted at the factory. No exceptions. A certified test report will be provided. All testing will be performed with calibrated metering. 2. Factory testing may be witnessed by the one representative from the Owner/Engineer. Travel expenses for I attendee will be the responsibility of the generator manufacturer. 3. Generator set factory tests on the equipment will be performed at rated load and rated power factor. Generator sets that have not been factory tested at rated power factor will not be acceptable. Tests will include: a. Resistive Load Bank Testing, 20 minutes at 25% load, 20 minutes at 50% load, 20 minutes at 75% load, 4 hours at 100% load. b. Transient testing, 0-25-0%, 0-50-0%, 0-75-0%, 0-100-0%. c. Standard factory test procedures: maximum power, voltage regulation, transient and steady-state governing, single step load pickup, and function of safety shutdowns. d. Provide a certified copy of the testing report to the engineer after shipment. 4. Provide sound testing at the Generator Manufacturer's factory with unit operating at full load and no load. Measurements will be at all points around the enclosure at 5.5 feet above grade, 23 feet away, to insure compliance with sound levels specified. 1.8 DELIVERY, STORAGE, AND HANDLING A. Deliver engine generator set and system components to their final locations in protective wrappings, containers, and other protection that will exclude dirt and moisture and prevent damage from construction operations. Remove protection only after equipment is safe from such hazards. B. Store the generator as recommended by manufacturer. 1.9 WARRANTY A. General Warranty: Special warranty specified in this Article will not deprive Owner of other rights Owner may have under other provisions of the Contract Documents and will be in addition to, and run concurrent with, other warranties made by Contractor under requirements of the Contract Documents. B. Special Warranty: Written warranty, executed by manufacturer agreeing to repair or replace packaged engine generator and auxiliary components that fail in materials or workmanship within specified warranty period. 1. Warranty Period: 2 years from date of Substantial Completion. C. Manufacturer will send a representative out to the job site 1 year after final completion to re -test the generator at no extra cost to the owner. 1.10 EXTRA MATERIALS A. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Fuses: One for every ten of each type and rating, but not less than one of each. 2. Indicator Lamps: Two for every six of each type used, but not less than two of each. FREESE AND NICHOLS, INC. Lake Arlington Lin Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 263213-7 ENGINE GENERATORS Page 7 of 16 PART 2- PRODUCTS 21 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Caterpillar, Inc.; Engine Div. 2. Cummins Power Generation/Onan. (Basis of Design) 3. No approved equals. 2.2 ENGINE GENERATOR SET A. Furnish a coordinated assembly of compatible components. B. Output Connections: Three phase, four wire. C. Safety Standard: Comply with ASME B 15.1. D. Nameplates: Each major system component is equipped with a conspicuous nameplate of component manufacturer. Nameplate identifies manufacturer of origin and address, and model and serial number of item. Limiting dimensions indicated for system components are not exceeded. E. Power Output Ratings: Nominal ratings as indicated, with capacity as required to operate as a unit as evidenced by records of prototype testing. F. Skid: Adequate strength and rigidity to maintain alignment of mounted components without depending on a concrete foundation. Skid is free from sharp edges and corners. Lifting attachments are arranged to facilitate lifting with slings without damaging any components. 2.3 GENERATOR SET PERFORMANCE A. Steady State Voltage Modulation Frequency: Less than 1 Hz. B. Transient Voltage Performance: Not more than 20 percent variation for 50 percent step load increase or decrease. Voltage recovers to remain within the steady state operating band within 3 seconds. C. Steady State Frequency Operational Bandwidth: 0.5 percent of rated frequency from no load to full load. D. Steady State Frequency Stability: When system is operating at any constant load within rated load, there are no random speed variations outside the steady state operational band and no hunting or surging of speed. E. Transient Frequency Performance: Less than 5 percent variation for a 50 percent step load increase or decrease. Frequency recovers to remain within the steady state operating band within 5 seconds. F. Output Waveform: At no load, harmonic content measured line to line or line to neutral does not exceed 5 percent total and 3 percent for single harmonics. The telephone influence factor, determined according to NEMA MG 1, will not exceed 50. G. Sustained Short Circuit Current: For a three-phase, bolted short circuit at system output terminals, the system will supply a minimum of 250 percent of rated full load current for not less than 10 seconds and then clear the fault automatically, without damage to any generator system component. H. Start Time: Comply with NFPA 110, Level 2, system requirements. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 263213-8 ENGINE GENERATORS Page 8 of 16 I. Generator will produce 480Y/277 V, 60 Hz, J. Generator set size will be a minimum of 750 kW including a 20 percent spare load capacity. 1. Generator manufacturer will provide a detailed sizing analysis to the Engineer for approval. Detailed sizing analysis will clearly identify assumptions made for loads being started/operated by the generator. When conducting the generator sizing analysis the voltage drop of the generator will be set at a maximum of 20%. The generator manufacturer and Contractor will be responsible for obtaining all information to run the generator sizing analysis. Any changes to the generator size will be brought to the Engineer's attention. Sizing analysis will be submitted to the Engineer with the generator's initial submittal. 2.4 SERVICE CONDITIONS A. Environmental Conditions: Engine generator system withstands the following environmental conditions without mechanical or electrical damage or degradation of performance capability: 1. Ambient Temperature: -15 to + 50 C. 2. Altitude: 585 feet. 2.5 ENGINE A. Comply with NFPA 37. B. Fuel: Fuel oil, Grade DF 2. C. Rated Engine Speed: 1800 rpm. D. Maximum Piston Speed for Four -Cycle Engines: 2250 fpm. E. Lubrication System: Pressurized by a positive displacement pump driven from engine crankshaft. The following items are mounted on engine or skid: 1. Filter and Strainer: Rated to remove 90 percent of particles 5 micrometers and smaller while passing full flow. 2. Thermostatic Control Valve: Controls flow in system to maintain optimum oil temperature. Unit is capable of full flow and is designed to be fail-safe. 3. Crankcase Drain: Arranged for complete gravity drainage to an easily removable container with no disassembly and without use of pumps or siphons or special tools or appliances. F. Engine Fuel System: Comply with NFPA 37. System includes the following: I. Main Fuel Pump: Mounted on engine. Pump ensures adequate primary fuel flow under starting and load conditions. 2. Relief/Bypass Valve: Automatically regulates pressure in fuel line and returns excess fuel to source. 3. Fuel cooler, radiator mounted, sized as recommended by the engine manufacturer to cool fuel prior to return to the engine fuel tank. 4. Primary filter/water separator mounted at engine pump inlet, Racor Model 791000FHV, triplex unit with isolation valves and 30 micron filter cartridges. G. Coolant Jacket Heater: Electric immersion type, factory installed in coolant jacket system. Comply with NFPA 110 requirements for Level 2 equipment. Jacket heater will operate on 208 V. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Numbcr: 100995 Revised March 24, 2020 263213-9 ENGINE GENERATORS Page 9 of 16 2.6 GOVERNOR A. The engine governor will be a electronic Engine Control Module (ECM) with 24-volt DC Electric Actuator. The ECM will be enclosed in an environmentally sealed, die-cast aluminum housing which isolates and protects electronic components from moisture and dirt contamination. Speed droop will be adjustable from 0 (isochronous) to 10%, from no load to full rated load. Steady state frequency regulation will be +/- 0.25%. Speed will be sensed by a magnetic pickup off the engine flywheel ring gear. A provision for remote speed adjustment will be included. The ECM will adjust fuel delivery according to exhaust smoke, altitude and cold mode limits. In the event of a DC power loss, the forward acting actuator will move to the minimum fuel position. B. Generator will have onboard paralleling controls for connection to a second, future generator of equal size and specifications. 2.7 ENGINE COOLING SYSTEM A. Description: Closed loop, liquid cooled, with radiator factory mounted on engine generator set skid and integral engine driven coolant pump. B. Radiator: Rated for specified coolant. C. Exhaust air shall discharge vertically. D. Coolant: Solution of 50 percent ethylene glycol based antifreeze and 50 percent water, with anticorrosion additives as recommended by engine manufacturer. E. Expansion Tank: Constructed of welded steel plate and equipped with gage glass and petcock. F. Temperature Control: Self-contained, thermostatic control valve modulates coolant flow automatically to maintain optimum constant coolant temperature as recommended by engine manufacturer. G. Coolant Hose: Flexible assembly with inside surface of nonporous rubber and outer covering of aging, ultraviolet, and abrasion resistant fabric. 1. Rating: 50-psig (345-kPa) maximum working pressure with 180 F (92 C) coolant, and non - collapsible under vacuum. 2. End Fittings: Flanges or steel pipe nipples with clamps to suit piping and equipment connections. H. The generator will be rated for continuous standby duty with a temperature rise of 80 C. 2.8 FUEL SUPPLY SYSTEM A. Comply with NFPA 30 and NFPA 37. B. Sub -Base Mounted Fuel Oil Tank: Factory installed and piped, U.L. listed and labeled fuel oil tank. Features include the following: 1. Tank level indicator. 2. The generator sub -base tank will be listed and labeled as UL 2085 special purpose, secondary containment generator base tank. The tank capacity will be rated for 24 hour continuous operation at full load. 3. Vandal resistant Fill cap. 4. Containment Provisions: U. L. listed double wall. 5. Emergency pressure relief vent. 6. Fuel leak alarm. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 2632 13 - 10 ENGINE GENERATORS Page 10 of 16 Low Fuel Alarm with a spare dry contact. The following accessories will be installed in the tank: a. Leak sensor switch installed in interstitial space and wired to generator control panel. b. Low level alarm switch wired to generator control panel. c. Spill containment fill, 7.5 gallon capacity, affixed to the top of the tank. Provide a handle pull drain to allow spilled fuel to return to the tank. d. Mechanical fill limiter, Morrison 9095A or equal, with tight fill adapter, installed inside spill containment fill area. e. Mechanical level gauge. f. Engine supply pick-up tube and return connections with suction drop tube. g. Electrical stub -up, rectangular type, located directly beneath the generator terminal box and beneath the generator control panel. h. High level alarm at tank fill with audible and visual alarms at 90% and 95% capacity. 2.9 ENGINE EXHAUST SYSTEM A. Muffler: Residential type, sized as recommended by engine manufacturer. Measured sound level at a distance of 10 feet (3 m) from exhaust discharge, is 85 dBA or less. B. Connection from Exhaust Pipe to Muffler: Stainless steel expansion joint with liners. C. Generator mufflers will be mounted on the roof of the enclosure to isolate vibration, reduce heat build-up and to provide quality support. 2.10 STARTING SYSTEM A. Description: 24-V electric, with negative ground and including the following items: 1. Components: Sized so they will not be damaged during a full engine cranking cycle with ambient temperature at maximum specified in "Environmental Conditions" Paragraph in "Service Conditions" Article above. 2. Cranking Motor: Heavy duty unit that automatically engages and releases from engine flywheel without binding. 3. Cranking Cycle: As required by NFPA 110 for system level specified. 4. Battery: Adequate capacity within ambient temperature range specified in "Environmental Conditions" Paragraph in "Service Conditions" Article above to provide specified cranking cycle at least three times without recharging. 5. Battery Cable: Size as recommended by generator set manufacturer for cable length indicated. Include required interconnecting conductors and connection accessories. 6. Battery Charging Alternator: Factory mounted on engine with solid state voltage regulation and 35-A minimum continuous rating. 7. Battery Charger: Current limiting, automatic equalizing and float charging type. Unit complies with UL 1236 and includes the following features: a. Operation: Equalizing charging rate of 10-A is initiated automatically after battery has lost charge until an adjustable equalizing voltage is achieved at battery terminals. Unit then automatically switches to a lower float charging mode and continues operating in that mode until battery is discharged again. b. Automatic Temperature Compensation: Adjusts float and equalizes voltages for variations in ambient temperature from minus 40 C to plus 60 C to prevent overcharging at high temperatures and undercharging at low temperatures. c. Automatic Voltage Regulation: Maintains output voltage constant regardless of input voltage variations up to plus or minus 10 percent. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECIINICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 2632 13 - 11 ENGINE GENERATORS Page 11 of 16 d. Ammeter and Voltmeter: Flush mounted in door. Meters indicate charging rates. e. Safety Functions: Include sensing of abnormally low battery voltage arranged to close contacts providing low battery voltage indication on control and monitoring panel. Also include sensing of high battery voltage and loss of ac input or do output of battery charger. Either condition closes contacts that provide a battery charger malfunction indication at system control and monitoring panel. f. Enclosure and Mounting: NEMA 250, Type 1, wall mounted cabinet. g. Charger will operate on 120 V. 2.11 CONTROL AND MONITORING A. Functional Description: When the mode selector switch on the control and monitoring panel is in the automatic position, remote control contacts in one or more separate automatic transfer switches initiate starting and stopping of the generator set. When the mode selector switch is switched to the on position, the generator set manually starts. The off position of the same switch initiates generator set shutdown. When the generator set is running, specified system or equipment failures or derangements automatically shut down the generator set and initiate alarms. Operation of a remote emergency stop switch also shuts down the generator set. B. Configuration: Operating and safety indications, protective devices, basic system controls, and engine gages are grouped on a common control and monitoring panel mounted on the generator set. Mounting method isolates the control panel from generator set vibration. C. Indicating and Protective Devices and Controls: Include the following: 1. AC voltmeter. 2. AC ammeter. 3. AC frequency meter. 4. DC voltmeter (alternator battery charging). 5. Engine coolant temperature gage. 6. Engine lubricating oil pressure gage. 7. Running time meter. 8. Ammeter voltmeter, phase selector switch(es). 9. Generator voltage adjusting rheostat. 10. Start -stop switch. 11. Overspeed shutdown device. 12. Coolant high temperature shutdown device. 13. Oil low pressure shutdown device. D. Supporting Items: Include sensors, transducers, terminals, relays, and other devices, and wiring required to support specified items. Locate sensors and other supporting items on engine, generator, or elsewhere as indicated. Where not indicated, locate to suit manufacturer's standard. 212 GENERATOR OVERCURRENT AND FAULT PROTECTION A. Generator Circuit Breaker: Molded case, thermal magnetic type; 100 percent rated; complying with NEMA AB 1 and UL 489. Low Voltage Power Circuit Breakers complying with UL 1066 are acceptable for units with alternators where the full load current is greater than 1000A. B. Tripping Characteristic: Designed specifically for generator protection. C. Trip Rating: Matched to generator rating. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 2632 13-12 ENGINE GENERATORS Page 12 of 16 D. Shunt Trip: Connected to trip breaker when generator set is shut down by other protective devices. E. Mounting: Adjacent to or integrated with control and monitoring panel. 2.13 GENERATOR, EXCITER, AND VOLTAGE REGULATOR A. Comply with NEMA MG I and specified performance requirements. B. Drive: Generator shaft is directly connected to engine shaft. Exciter is rotated integrally with generator rotor. C. Electrical Insulation: H. D. Stator Winding Leads: Brought out to terminal box to permit future reconnection for other voltages if required. E. Construction prevents mechanical, electrical, and thermal damage due to vibration, overspeed up to 125 percent of rating, and heat during operation at 110 percent of rated capacity. F. Excitation uses no slip or collector rings, or brushes, and is arranged to sustain generator output under short circuit conditions as specified. G. Enclosure: Dripproof. H. Voltage Regulator: Solid state type, separate from exciter, providing performance as specified. 1. Adjusting rheostat on control and monitoring panel provides plus or minus 5 percent adjustment of output voltage operating band. 1. Windings: Two-thirds pitch stator winding and fully linked amortisseur winding. 2.14 OUTDOOR GENERATOR SET ENCLOSURE A. Description: Vandal resistant, weatherproof aluminum housing with sound shield, wind resistant up to 100 mph (160 km/h). Multiple panels are lockable and provide adequate access to components requiring maintenance. Panels are removable by one person without tools. Instruments and control are mounted within enclosure. B. Muffler Location: Generator mufflers will be mounted on the roof of the enclosure to isolate vibration, reduce heat build-up and to provide quality support. C. Engine Cooling Airflow through Enclosure: Adequate to maintain temperature rise of system components within required limits when unit operates at 110 percent of rated load for 2 hours with ambient temperature at top of range specified in system service conditions. D. Louvers: Fixed engine cooling air inlet and discharge. Louvers prevent entry of rain and snow. E. Enclosure will dampen noise to 75 dB within 23 feet of enclosure. The manufacturer will have 3' Party testing performed in the field on the equipment after installation to confirm values are met. If it does not it is the manufacturer's responsibility to make any changes necessary to meet the values specified at no additional cost to the Owner. F. Walls will be constructed of marine grade 0.080 minimum formed aluminum panels. Roof will be constructed of marine grade mill finish 0.125 minimum thickness formed aluminum panels using an interlocking standing seam design capable of supporting 75 pounds per square foot. All external attaching hardware will be stainless steel screw type mechanical fasteners. Enclosure will be equipped with 4 point lifting means to remove the enclosure from the tank. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 2632 13- 13 ENGINE GENERATORS Page 13 of 16 G. Provide a minimum of two entrance doors on each side. Doors will be strategically located to provide easy access and serviceability. One door will be located directly in front of the generator terminal box. Another door will be located directly in front of the generator control panel. Door handles will be two -point pad lockable type. Provide drip rails above each door opening. Provide intrusion detection on each door. Intrusion detection will be accomplished via Hermetically sealed brushed anodized aluminum housing, Rhodium plated switch contacts, industrial wide gap magnetic contacts, UL listed, surface mount, 3' stainless steel armored cable, Sentrol 2500 series. Provide with one normally open and one normally closed set of contact. The intrusion switches will be wired in series such that if any doors is opened, an alarm signal is sent to SCADA. H. Intake air will enter the enclosure through an acoustic baffle section or hood located in the rear wall of the enclosure and will include aluminum birdscreen. Air intake will be 1250 feet per minute of less to minimize water intrusion. The radiator discharge air will pass through a horizontal discharge plenum section, which incorporates a motorized damper and aluminum birdscreen. The air handling system will be engineered and constructed so as not to exceed a total of 0.50 inches of water gauge static pressure drop with minimal water intrusion. I. The manufacturer will provide a minimum of two (2) duplex receptacles in the enclosure. J. The manufacturer will provide a minimum of four (4) LED light fixtures that will be switched. The switch for the light fixture will be located near each main door for the generator unit. The light fixture will be located such that the light illuminates the control panel in the generator. The light fixture wilt be Holophane catalog number HLH-6L-GF100-MVOLT-DNA, no equals. The manufacturer will be responsible for all controls and wiring as required for a complete and operational system. K. Wiring Devices (receptacles, lighting toggle switches, motor rated switches, device covers, etc,) will comply with Specification Sections 26 27 26 Wiring Devices. Outlet Boxes will comply with Specification Sections 26 05 19 Low -Voltage Electrical Power Conductors and Cables. L. VIBRATION ISOLATION DEVICES: Supply vibration isolators as recommended by the manufacturer. 2.15 FUEL MAINTENANCE SYSTEM A. Each fuel storage tank will include two stage fuel maintenance system that will remove dirt and water. The maintenance system will be plumbed into the tank per the manufacturers recommendations. B. The separator will remove 99.9% of the water in the fuel line and 95% of the solids. C. The stabilizer will decontaminate and stabilize the fuel without the use of chemical additives. D. The system will operate on 120V, I phase, 60Hz, 20A circuit breaker. E. Programmable controller: 1. The controller will be a UL 508 listed assembly. 2. Provide dry contact for general alarms. F. The system will be capable of treating the maximum amount of fuel that the entire sub -base tank fuel system is capable of being filled with. Acceptable manufacturer is Fuel Technologies International LLC product number FTI-2.8. G. The fuel tank will be provided with all the necessary and required pipe and fittings for installation and proper operation of the system FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 26 32 13 - 14 ENGINE GENERATORS Pagc 14 of 16 2.16 DISTRIBUTION A. Provide 208Y/120V three phase, 4 wire, panelboard inside enclosure for distributing power to generator block heater, battery charger, lights, receptacles and any other devices requiring 208Y/120V power. Panelboard will be minimum 30 pole with 100 amp, 3 pole main breaker, in a NEMA 4X 316 stainless steel enclosure, have bolt -on breakers with a minimum 10,000 AIC rating and tin-plated copper bus. Panelboards will comply with Specification Section 26 24 16 Panelboards and will be manufactured by Square D, Siemens, or Eaton/Cutler-Hammer. B. Generator manufacturer will be responsible for providing panelboard, Surge Protection Device (SPD), circuit breakers and all associated cabling and conduits to devices requiring power in the generator and the generator enclosure. Cabling will be per Specification 26 05 19 Low -Voltage Electrical Power Conductors and Cables and conduit will be per Specification 26 05 33 Raceways and Boxes for Electrical Systems. C. The Manufacturer will provide the minimum number and ampacity of circuit breakers as follows: 1. One 20A/ 1 P Circuit Breaker for Interior Lights 2. One 20A/1P Circuit Breaker for Receptacles 3. One 20A/1 P Circuit Breaker for Battery Charger 4. One 20A/1P Circuit Breaker for Generator Control Panel 5. One 20A/I P Circuit Breaker for Fuel Maintenance System 6. One Circuit Breaker sized as required for each block heater 2.17 FINISHES A. Indoor Enclosures and Components: Manufacturer's standard enamel over corrosion resistant pretreatment and compatible standard primer. B. Outdoor Enclosure: Manufacturer's standard enamel over corrosion resistant pretreatment and compatible standard primer. 1. Color: coordinate with owner. 2.18 SOURCE QUALITY CONTROL A. Project Specific Equipment Tests: Factory test engine generator set and other system components and accessories before shipment. Perform tests at rated load and power factor. Include the following tests: 1. Full load run. 2. Maximum power. 3. Voltage regulation. 4. Transient and steady state governing. 5. Single step load pickup. 6. Safety shutdown. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas, equipment foundations, and conditions, with Installer present, for compliance with requirements for installation and other conditions affecting packaged engine generator performance. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 2632 13 - 15 ENGINE GENERATORS Page 15 of 16 L Proceed with installation only after unsatisfactory conditions have been corrected. B. Examine roughing in of electrical connections. Verify actual locations of connections before packaged engine generator installation. 3.2 CONCRETE BASES A. Install concrete bases of dimensions indicated for packaged engine generators. 3.3 INSTALLATION A. Comply with packaged engine generator manufacturers' written installation and alignment instructions, and with NFPA 110. B. Set packaged engine generator set on concrete pads. 1. Support generator set mounting feet on rectangular metal blocks and shims or on metal wedges having small taper, at points near foundation bolts to provide 3/4- to 1-1/2-inch gap between pump base and foundation for grouting. 2. Adjust metal supports or wedges until generator is level. C. Install packaged engine generator to provide access for periodic maintenance, including removal of drivers and accessories. D. Electrical Wiring: Install electrical devices furnished by equipment manufacturers but not factory mounted. 1. Verify that electrical wiring is installed according to manufacturers' submittal and installation requirements in Division 26 Sections. Proceed with equipment startup only after wiring installation is satisfactory. 3.4 CONNECTIONS A. Ground equipment: Tighten electrical connectors and terminals according to manufacturer's published torque tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B. 3.S FIELD QUALITY CONTROL A. Manufacturer's Field Service: Engage a factory authorized service representative to inspect field assembled components and equipment installation, including piping and electrical connections, and to assist in testing. Report results in writing. Provide on -site field service as needed for start-up. B. Testing: Perform field quality control testing under the supervision of the manufacturer's factory authorized service representative. C. Tests: Include the following: 1. Tests recommended by manufacturer, including under load tests. 2. NFPA 110 Acceptance Tests: Perform tests required by NFPA 110 that are additional to those specified here including, but not limited to, the following. a. Single step full load pickup test. 3. Battery Tests: Measure charging voltage and voltages between available battery terminals for full charging and float charging conditions. Check electrolyte level and specific gravity under both conditions. Test for contact integrity of all connectors. Perform an integrity load test and a capacity load test for the battery. Verify acceptance of charge for each element of battery after discharge. Verify measurements are within manufacturer's specifications. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 26 32 13 - 16 ENGINE GENERATORS Page 16 of 16 4. Battery Charger Tests: Verify specified rates of charge for both equalizing and float charging conditions. 5. System Integrity Tests: Methodically verify proper installation, connection, and integrity of each element of engine generator system before and during system operation. Check for air, exhaust, and fluid leaks. 6. Voltage and Frequency Transient Stability Tests: Use recording oscilloscope to measure voltage and frequency transients for 50 and 100 percent step load increases and decreases, and verify that performance is as specified. 7. Harmonic Content Tests: Measure harmonic content of output voltage under 25 percent and at 100 percent of rated linear load. Verify that harmonic content is within specified limits. D. Retest: Correct deficiencies identified by tests and observations and retest until specified requirements are met. E. Report results of tests and inspections in writing. Record adjustable relay settings and measured insulation resistances, time delays, and other values and observations. Attach a label or tag to each tested component indicating satisfactory completion of tests. F. Test instruments will have been calibrated within the last 12 months, traceable to standards of the National Institute for Standards and Technology, and adequate for making positive observation of test results. Make calibration records available for examination on request. 3.6 COMMISSIONING A. Battery Equalization: Equalize charging of battery cells according to manufacturer's written instructions. Record individual cell voltages. 3.7 CLEANING A. On completion of installation, inspect system components. Remove paint splatters and other spots, dirt, and debris. Repair damaged finish to match original finish. Clean components internally using methods and materials recommended by manufacturer. 3.8 DEMONSTRATION A. Engage a factory authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain packaged engine generators as specified below: 1. Coordinate this training with that for transfer switches. 2. Train Owner's maintenance personnel on procedures and schedules for starting and stopping, troubleshooting, servicing, and maintaining equipment. 3. Review data in maintenance manuals. Refer to Section 01 78 23 "Operations and Maintenance Data." 4. Schedule training with Owner, with at least 7 days advance notice. 5. Minimum Instruction Period: 8 hours. END OF SECTION FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 2641 13 - 1 LIGHTNING PROTECTION FOR STRUCTURES Page 1 of 4 SECTION 26 41 13 LIGHTNING PROTECTION FOR STRUCTURES PART1- GENERAL 1.1 WORK INCLUDED A. Furnish labor, design, materials, equipment and incidentals necessary to install a complete lightning protection system in accordance with UL 96A, NFPA 780. Lightning protection system will be tied to the lift station grounding system. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item will be by lump sum. 2. Payment a. The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for lightning protection. 3. The price bid shall include: a. Furnishing and installing lightning protection as specified by the Drawings b. Mobilization 1.3 QUALITY ASSURANCE A. The system furnished under this specification will be the standard product of a manufacturer regularly engaged in the production of lightning protection systems and will 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 will 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 It sized components are required for roof levels over 75 feet in height. 1.4 SUBMITTALS A. Submittals will be in accordance with Section 0133 00 "Submittals" and will include: 1. Specifications. 2. Catalog Sheets for All Products Provided. 3. Shop drawings showing type, size and location of all equipment, grounds, cable routings, etc. 4. Continuity Test Report. 5. Copy of U.L. Master Label for the Facility. 1.5 STANDARDS AND REFERENCES A. Refer to Section 26 05 00 "Common Work Results for Electrical" for all standards which apply to this Section. 1. National Electrical Manufacturer Association (NEMA) Standards: FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 2641 13 - 2 LIGHTNING PROTECTION FOR STRUCTURES Page 2 of 4 NFPA 780 1 Standard for the Installation of Lightning Protection Systems 2. Underwriters Laboratories (UL) Standards: UL 96A I Standard for Installation Requirements for Lightning Protection Systems PART 2 - PRODUCTS 2.1 MATERIALS A. Materials used in connection with the installation of the lightning protection systems will be approved for lightning protection systems by the Underwriters' Laboratories, Inc. No combination of materials will 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 will be used. If a mechanical hazard is involved, the conductor size will be increased to compensate therefore, or suitable protection will 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 will be electrically connected to it at its upper and lower ends. B. All equipment used will be new and of a design and construction to suit the application in accordance with UL 96A requirements and will be so marked. 2.2 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 will weigh not less than 187.5 pounds per thousand feet and the size of any wire of this cable will not be less than No. 17 AWG (0.045 inch). Down conductors will be tinned. The thickness of any copper ribbon or strip will be not less than No. 16 AWG (0.051 inch). B. Air Terminals: Air terminals will be tapered to a blunt point. The rod will be of solid copper, 112 inch in diameter. Air terminals and support will be designed over 24 inches to handle a 75- pound per square foot wind load. All air terminals will be supported by a suitable brace, with guide(s) not less than one-half the height of the air terminal. Air terminals will be located in accordance with the requirements of NFPA 780 and UL 96A. Air terminals will extend at least 10 inches above the object or area they are intended to protect. Air terminals will be placed around the perimeter of flat or gently sloping roofs at intervals not exceeding 20 feet. C. Fasteners: Fasteners will be of the same material as the conductor base material or bracket being fastened, or other equally corrosion resistant material. Galvanized or plated materials will not be used. D. Fittings: Fittings/bonding devices, cable splicers, and miscellaneous connectors will be suitable for use with the installed conductor and will be copper, bronze or aluminum with bolt pressure connections to the cable. Cast or stamped crimp type fittings will not be used. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Devised March 24, 2020 2641 13 - 3 LIGHTNING PROTECTION FOR STRUCTURES Page 3 of 4 PART 3 - EXECUTION 3.1 INSTALLATION A. The Contract Drawings (shop drawings) will indicate the extent and general arrangement of the lightning protection system. If any departures from the Contract Drawings (shop drawings) are deemed necessary by the Contractor, details of such departures and the reasons therefore will be submitted to the Engineer for approval. No such departures will be made without the prior written approval of the Engineer. Lightning protection systems for all applications will conform to National Fire Protection Association Code No. 780 and the NEC, whichever is more stringent. B. Installation will be performed by a certified master installer. Installer will provide an Underwriters' Laboratories Master Label for the facilities. C. Air terminals will be provided on the highest projections and at intervals not exceeding 20 feet along the perimeter top surface. Air terminals will extend at least 10 inches above the object or area that they are intended to protect. Air terminals will be connected to the lightning protection system when specifically authorized by the Engineer. D. Roof and down conductors will be stranded and will meet the requirements given in NFPA 780. Roof and down conductors will maintain a horizontal or downward course. No bend in a roof or down conductor will form an included angle of less than 90 degrees, nor will it have a bend radius of less than 8 inches. Conductors will be routed external to buildings and 6 feet or more from power or signal conductors. Down conductors will be routed outside of any structure and will 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 will be supported from and secured to the building exterior using one -hole straps of copper or bronze at maximum intervals of 3 feet. E. Guards will be provided for down conductors located in or next to driveways, walkways or other areas where they may be displaced or damaged. Guards will extend at least 6 feet above and I foot below grade level. Guards will be metal pipe. Metal guards will be bonded to the down conductor at both ends. Bonding jumpers will be of the salve size as the down conductor. Crimp type fittings will 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 6 feet of an exposed lightning protection system element. When these metallic bodies have a metal thickness of 3/16 inch or greater, they will 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 will provide surfaces of not less than 3 square inches. Provisions will 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 will be installed. G. If metallic, the mast of roof mounted antennas and obstruction lightning will be bonded to the nearest roof or down conductor using UL approved fittings and conductors. The bonding jumpers will be of the same size and material as the roof or down conductor to which they are connected. Provide two paths for ground. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 264113-4 LIGHTNING PROTECTION FOR STRUCTURES Page 4 of 4 3.2 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 will be concealed until so authorized by the Engineer. B. The Contractor will establish and maintain quality control for the "Lightning Protection System" installation to assure compliance with contract requirements, and will 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, will be furnished to Owner's Representative. Contractor will obtain an Underwriters' Laboratories Master Label for the facility. C. Testing of Continuity of all Conductors: A copy of these records and tests, as well as the records of corrective action taken, will be furnished to the Owner's Representative. END OF SECTION FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 SECTION 26 50 00 LIGHTING PART1- GENERAL 1.1 WORK INCLUDED 26 50 00 - 1 LIGHTING Pagel of 3 A. Furnish labor, materials, equipment and incidentals necessary to install light fixtures, complete with lamps, ballasts and other incidentals. Electrical work will be in accordance with Section 26 05 00 "Common Work Results for Electrical." 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item will be by lump sum. 2. Payment a. The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for lighting. 3. The price bid shall include: a. Furnishing and installing lighting as specified by the Drawings b. Mobilization 1.3 QUALITY ASSURANCE A. Fixtures and Lamps will be UL Listed. 1.4 STANDARDS A. The applicable provisions of the following standard will apply as if written here in its entirety: 1. NFPA 70. 2. UL 1570. 3, UL 844. 4. UL 1029. 5. ANSI C82.4. 6. UL924. 1.5 SUBMITTALS A. Submittals will be in accordance with Section 01 33 00 "Submittals" and will include: 1. Product data sheets: Product data sheets will be marked for each fixture type, arranged in the order of the fixture designation. Product data will describe fixtures, lamps, ballasts and emergency lighting units and will include the following: a. Outline drawings indicating dimensions and principal features of the fixture. b. Electrical ratings and photometric data provided by certified laboratory tests for the fixture and lamps. c. Battery and charger data for emergency lighting units. 1.6 DELIVERY AND STORAGE A. Ship light fixtures inside protective cartons and keep packaged until installed. Deliver lamps to the job site in the original packing cases and sleeves. FREESE AND NICHOLS, INC. Lake Arlington Lilt Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 26 50 00 - 2 LIGHTING Page 2 of 3 1.7 JOB CONDITIONS A. Provide cold weather ballasts in fixtures which are subject to temperatures below 32 F. B. Provide special mounting, enclosures and fire-safing, as required by the authorities having jurisdiction so that the integrity of the U.L. listed ceiling assembles is maintained. C. Provide U.L. labels where fixtures are subject to moisture. Provide DL or Wl label on fixtures required for the location. PART 2 - PRODUCTS 2.1 MATERIALS A. Photocell. Fully adjustable from 2- to 50-foot candles with SPST contacts; rated 1500 watts at 120 VAC. Cells will have a built in time delay of 5 seconds. B. Exit Lights. Single or double face unit as required for each location, with arrows to clearly define the path of egress. Provide battery -powered exit lights if the exits lights are not served with an emergency power source. Minimum Height of Letters will conform to local code. Lamps will be Light -emitting diodes (LED), 70,000 hours minimum rated life. C. Emergency Lighting Units will include a battery and charger integral to the fixture. Relay will automatically turn lamps on when supply voltage drops to 80 percent of nominal voltage or below. Lamp automatically disconnects from battery when voltage approaches deep -discharge level. Relay disconnects lamps and battery and automatically recharges and floats on trickle charger when normal voltage is restored. PART 3 - EXECUTION 3.1 INSTALLATION A. Provide the lighting fixtures, as specified and scheduled on the plans. If a type designation is omitted, verify the fixture selection with the Engineer before installation. B. Check the architectural finishes and provide fixtures with proper trim, frames, support hangers and other hardware required to coordinate with the proper finishes, regardless of the specified or scheduled catalog number, prefixes and suffixes. C. Test and aim flood lights, when dark outside to provide a uniform and widespread, illuminated area. Direct units as indicated or instructed by the Engineer to prevent objectionable glare. D. Furnish and install photocells where indicated on the plans. Cells will face a northerly direction. E. Furnish and install exit lights where scheduled and indicated on the plans. Locate fixtures on the ceiling or wall, as required by the Engineer. F. Furnish and install a complete exterior lighting control system, as indicated on the plans. Provide materials and equipment to properly interface timing devices and photocells with relays and contactors so that a complete and satisfactory operating system is rendered. G. Fixtures containing emergency ballast will be wired such that a line voltage conductor will keep the ballast energized at all times. If the fixture is also switched, the operation will turn off the emergency ballast with the fixture as long as normal power is available. If normal power is lost, the emergency ballasts will operate the lamp. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 10099S Revised March 24, 2020 265000-3 LIGHTING Page 3 of 3 3.2 CLEAN AND ADJUST A. Immediately before final inspection, clean all fixtures, inside and out, including plastics and glassware. Adjust all trim to properly fit adjacent surfaces, Replace broken or damaged parts. Lamp and test all fixtures for electrical, as well as, mechanical operation. 3.3 SPARE PARTS A. Plastic Diffusers and Lenses: One for every 100 of each type and rating installed. Furnish at least one of each type. B. LED Driver: One for every 100 of each type and rating installed. Furnish at least one of each type. C. Globes and Guards: Five for every 100 of each type and rating installed. Furnish at least one of each type. END OF SECTION FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 PAGE INTENTIONALLY LEFT BLANK DIVISION 1 EARTHWORK PAGE INTENTIONALLY LEFT BLANK SECTION 3105 13 SOILS FOR EARTHWORK PART1- GENERAL 1.1 WORK INCLUDED 31 05 13- 1 SOILS FOR EARTHWORK Page 1 of 1 A. This Section of the specifications describes the various classes of Earth Fill. All of the classes of Earth Fill contained in this specification may not be used on this project. The classes of Earth Fill used on this project are shown on the drawings or specified in other sections of the specifications. This Section does not include specifications for placement and compaction of Earth Fill. Specifications for placement and compaction of Earth Fill are included in other sections of the specifications and/or shown on the drawings. 1.2 STANDARDS A. Soil materials shall be classified into the appropriate class of Earth Fill shown below according to ASTM D2487 "Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System)" or other appropriate methods as designated by the Engineer. PART 2 - PRODUCTS 2.1 MATERIALS; CLASSIFICATIONS A. Class 1 Earth Fill: Limited to clays and sandy clays classified as CH material with a liquid limit greater than or equal to 50, a plasticity index greater than or equal to 25, and a minimum of 60 percent passing the No. 200 sieve, which are free of organic materials. B. Class 2 Earth Fill: Limited to clays and sandy clays classified as CH and CL materials with a coefficient of permeability less than or equal to 1.0 x 10-7 cm/sec, a liquid limit greater than or equal to 30, a plasticity index greater than or equal to 15, and more than 50 percent passing the No. 200 sieve, which are free of organic materials. C. Class 3 Earth Fill: Consist of any materials classified as CH, CL, SM, SP, SP-SM, SC, and GC, which have a minimum plasticity index of 4, which are free of organic materials. D. Class 4 Earth Fill: Consist of materials which are classified as SP, SM, SC, CL, or dual classifications thereof, which have a liquid limit less than or equal to 35 and a plasticity index of a minimum of 4 and a maximum of 15, which are free of organic materials. E. Class 5 Earth Fill: Consist of materials classified as SP or SP-SM which have a plasticity index less than or equal to 4 and a maximum of 12 percent passing the No. 200 sieve, which are free of organic materials. F. Class 12 Earth Fill: Consist of soils suitable for topsoil which are relatively free of stones or other objectionable debris, which have sufficient humus content to readily support vegetative growth. The suitability of soils for topsoil shall be subject to the approval of the Engineer. PART 3 - EXECUTION (NOT APPLICABLE) END OF SECTION FRE.ESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24,2020 PAGE INTENTIONALLY LEFT BLANK 312310-1 STRUCTURAL EXCAVATION AND BACKFILL Pagel of 5 SECTION 31 23 10 STRUCTURAL EXCAVATION AND BACKFILL PART1- GENERAL 1.1 SUMMARY A. This Section specifies excavation, backfill materials, backfill placement and compaction procedures, and other construction activities incidental to project structures. B. The Specification does not include excavation and backfilling for utility lines, manholes, valve boxes, and other minor structures related to utility Iines. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement: Measurement for this Item will be by lump sum. B. Payment: The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for 31 23 10. C. Price: the price shall include: 1. Mobilization as required for installation. 2. Furnishing and installing 31 23 10 as specified here and on the Drawings. 3. Clean up. t.3 QUALIFICATION ASSURANCE A. Testing Agency: An independent testing agency that is AASHTO accredited. S. The City will provide a qualified testing lab full time during this period. The City testing lab will provide results to the Contractor and the City's Inspector upon completion of the testing. A formal report will be posted to the City's electronic document management and collaboration system site within 48 hours. 1.4 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Submittals" and shall include: B. Qualification Data: For testing agency. C. Provide list of compaction equipment to be used. D. Backfill material classifications: For each soil or aggregate backfill material provide a certification by the testing agency. E. Compaction Test Results: Submit test results within 24 hours of successful testing. 1.5 STANDARDS A. Material classification, placing, and testing shall be in compliance with the latest revisions of the following standards, unless otherwise noted in the Contract Documents, 1. AS' 'M International (ASTM) Standards: ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-Ibf/ft3 (600 kN-m/ml)) ASTM D1556 Standard Test Method for Density and Unit Weight of Soil in place by Sand -Cone Method FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 312310-2 STRUCTURAL EXCAVATION AND BACKFILL Page 2of5 ASTM D2487 Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System) ASTM D4253 Standard Test Methods for Maximum Index Density and Unit Weight Of Soils Using a Vibratory Table ASTM D6938 Standard Test Methods for In -Place Density and Water Content of Soil and Soil -Aggregate by Nuclear Methods (Shallow Depth) 1.6 DELIVERY AND STORAGE A. Deposit material to be used for backfill in storage piles at points convenient for handling of the material during the backfilling operations and as required to prevent contamination with other materials. 1.7 JOB CONDITIONS A. Review subsurface investigations. A limited subsurface investigation has been performed by Freese and Nichols. A geotechnical report from that investigation is part of the Construction Documents. However, the precise profile of soil and rock strata beneath this site is not known. B. Review the site and determine the conditions which may affect the structural excavation, prior to the commencement of the excavation. PART 2 - PRODUCTS 2.1 BACKFILL MATERIALS A. Structural Earth Backfill: Structural fill shall be onsite excavated soils free of organic materials and particles larger than 3-inches and PI less than 25. B. Flowable Fill Backfill: Flowable fill (CLSM) used as backfill around structures shall be in accordance with City specifications and a minimum compressive strength of 150 psi. 2.2 COMPACTION EQUIPMENT A. Compaction equipment shall conform to the following requirements. Heavy Compaction Equipment: a. Tamping Compactor: Steel wheels with rectangular face, tapered pads that prevent fluffing the soil. Compactor shall be equipped with cleaning fingers to remove soil accumulation from between pads. 1) Operating weight, minimum: 30,000 pounds. 2) Wheels or drum size, minimum: 4 feet diameter. 3) Travel speed, maximum: 10 mph. b. Pneumatic Rollers: Minimum eight -tire, pneumatic roller with a modular ballast system and flexible operating weight, and which will equally distribute load between tires to provide compaction uniformity. 1) Operating weight range: as required for specified compaction, 36,000 to 50,000 pounds. 2) Tire pressure range: 80 psi to 100 psi. 3) Travel speed, maximum: 10 mph, 4) Distance between edges of adjacent tires: less than 50 percent of tire width. c. Vibratory Rollers: smooth drum roller with 90 percent of the static weight transmitted through a single drum. 1) Static weight, minimum: 20,000 pounds 2) Centrifugal force per drum, minimum: 40,000 pounds 3) Frequency: 1,400 v/min FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 3123 10 - 3 STRUCTURAL EXCAVATION AND BACKFILL Page 3 of 5 4) Drum size: diameter 5 feet, +/- I foot; width between 6 and 9 feet. 5) Travel speed: 5 mph for self-propelled; 2 mph for towed. 6) No backing up of the vibratory roller will be allowed on an embankment unless the vibrating mechanism is capable of being reversed. 2. Hand -Directed Compaction Equipment: Use power tampers and vibratory plate compactors in areas where it is impracticable or unacceptable to use heavy compaction equipment. 17,IWMW401K0Y14191 3.1 PREPARATION A. Clear and grub the area to be excavated prior to the start of excavation. Within the area to be excavated remove trees, shrubs, stumps, roots, and other organic material above and below ground. Ensure below grade organic material is removed to a minimum depth of 18 inches below bottom of footing/structure. 3.2 EXCAVATION FOR FOUNDATIONS A. General. Excavate subgrade to the depth indicated on Drawings, +/- 0.1 feet tolerance. Exposed subgrade surfaces shall be Ievel and of sound, stable material. Where unsound or unstable material is uncovered, notify Owner's Representative. Remove objectionable material and replace after approval is received from Owner's Representative. Replacement material shall be as indicated here unless otherwise indicated on Drawings: 1. Rock subgrade replacement material: Flowable fill. 2. Soil subgrade replacement material: Flowable fill, unless otherwise noted. B. Mud Slab: Where required, install mud slab on exposed foundation subgrade surface within 4 hours of exposure. C. Excavation Safety: All excavations shall be in accordance with OSHA requirements. 3.3 WATER IN FOUNDATION EXCAVATIONS A. General: Prevent water infiltration into foundation excavations. Remove standing water from excavation prior to placing concrete. if removal of standing water is not possible due to continuous water infiltration, then contact Owner's Representative for additional direction regarding placing concrete underwater. 1. Do not dewater a foundation excavation while placing concrete or for a period of at least 24 hours after concrete placement. B. Rock foundation subgrade: If rock material becomes weathered due to water infiltration, then remove weathered material and provide rock replacement material to restore foundation subgrade elevation. C. SoiI foundation subgrade: If foundation subgrade becomes saturated do not disturb the subgrade. Wait for water to evacuate the subgrade and subgrade surface to adequately stiffen prior to placing concrete. If subgrade is disturbed, then wait until subgrade has dried out, excavate disturbed subgrade and provide replacement material as indicated above. 3.4 COMPACTED BACKFILL A. General: Backfill excavated spaces and areas not occupied by the permanent structure. 1. Backfill behind a retaining wall or basement -type wall shall not be placed until the concrete has reached its 28-day compressive strength or 7 days, whichever is longer. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Numb= 100995 Revised March 24, 2020 312310-4 STRUCTURAL EXCAVATION AND BACKFILL Page 4 of 5 a. Unless otherwise indicated on Drawings, structures with a top slab shall not backfilled until the top slab has been in place at least 4 days. 2. Structures with soil on opposing (opposite) sides shall be backfilled to prevent uneven loading of the structure — evenly raise backfill on opposing sides of the structure. The maximum differential backfill height between opposing sides is I foot. 3. Do not permit rollers to operate within 3 feet of structures. 4. Maximum loose lift height: a. Heavy compaction equipment: 8 inches. b. Hand -directed compaction equipment: 4 inches. 5. Previous compacted layer: If backfill placement occurs over a period of time greater than 24 hours, then scarify and recompact the previous day's final compacted layer. a. Scarify and recompact: 6-inch depth; adjust the moisture content; recompact. b. Saturated subgrades shall not be worked on until sufficiently dry and harden so as not to be rutted with compaction equipment. Scarify and recompact layers damaged by weather or construction equipment. B. Moisture: Prior to compacting backfill, mix and aerate or water the loose lift backfill material as necessary to adjust the moisture content and evenly distribute throughout. The material shall contain moisture within the limits specified below. 1. In accordance with D693 8, determine the optimum moisture content for the maximum dry density. Backfill moisture content shall be within the optimum moisture tolerance indicated: a. Class 1 and Class 2 Earth Fill: -0% to + 5% b. Class 3, Class4, and Class 5 Earth Fill: -2% to + 5% c. Structural Earth Fill: -2% to +2% d. Aggregate fill: 1) Completely cohesionless materials, shall be at a moisture content which will allow use of the specified compaction equipment and consistent achievement of the specified density. C. Compaction: As required to achieve the specified density, increase the number of passes above the minimum specified and/or modify the weight of the equipment. 1. A vibratory roller and/or hand -directed vibratory plate compactors shall be required if the material is cohesionless or with less than 15 percent passing the No. 200 sieve. Confirm applicability of vibratory compaction equipment in the field. 2. Overlap passes a minimum of 1 feet for heavy compaction equipment and 50% of the baseplate width for hand -directed equipment. 3. Determine the compaction density in accordance with ASTM D698 for cohesive soils and ASTM D4253 or D4254 for cohesionless soils. Table 1 Backfill Type Heavy Equipment Type; Minimum Passes Densityi,2 Classes I & 2 Tamping Compactor 8 95% Classes 3 & 4 & 5 Tamping Compactor 8 95% Classes 3 & 4 & 5 Alternate Tamping Compactor followed by Pneumatic Roller 4 & 4 95% On -site TaMping Compactor 8 95% 1. The percentage indicated is the minimum required percentage of the maximum dry density as determined by the applicable ASTM. FREESE AND NICHOLS, INC. Lake Arlington Lin Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 3123 10 - 5 STRUCTURAL EXCAVATION AND BACKFILL Page 5 of 5 2. Below vehicular pavement: Scarify to a depth of 8, moisture condition, and recompact to not less than 100 percent of the maximum dry density. 3. For band -directed equipment provide a similar number of passes and density. 3.5 FIELD QUALITY CONTROL A. The Owner is responsible for the costs involved in providing an approved testing agency to perform quality control testing of backfill operations. The testing laboratory shall make tests of in - place density and moisture in accordance with ASTM Standards. The testing agency shall monitor backfill operations continuously or at intervals acceptable to the Owner's Representative. It shall be the responsibility of the Contractor to notify the testing agency a minimum of two business days before backfill operations begin. 1. Unless noted otherwise, in -place density tests shall be conducted at a rate of one test per 1500 square feet for every lift. END OF SECTION FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: t00995 Revised March 24, 2020 PAGE INTENTIONALLY LEFT BLANK 3'1 6329 DRILLED SHAFTS PART1- GENERAL 1.1 WORK INCLUDED 316329-1 DRILLED SHAFTS Page 1 of 7 A. Furnish labor, materials, equipment, and incidentals to drilled shafts for concrete foundations, including the placement of reinforcing and concrete. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement: Measurement for this Item will be by lump sum. B. Payment: The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for 3163 29. C. Price: the price shall include: 1. Mobilization as required for installation. 2. Furnishing and installing 31 63 29 as specified here and on the Drawings. 3. Clean up. 1.3 QUALITY ASSURANCE A. Installer's Qualifications: Shaft driller shall be experienced in this line of work, having performed drilled shafts for similar types of work, and having been in business for at least 5 years. Experience shall be relevant to anticipated subsurface materials, water conditions, shaft sizes and special techniques required. B. Tolerances: Contractor shall provide at his own expense any corrective action required by the Engineer if these tolerances are exceeded. Drilled shafts shall comply with the following tolerances: 1. Casing Diameter: 2 percent of round when installed. 2. Final Shaft Diameter: Sides shall not flair out more than 2 inches at top of shaft. 3. Shaft Vertical Alignment: Shafts shall be drilled to within 1.5 percent of shaft length with a maximum of 6 inches. 4. Variation of Location: The least of either 1/24 of shaft diameter or 2 inches maximum. 5. Concrete cut off elevation: Plus or minus 1/2 inch. C. Furnish labor, materials, equipment and incidentals necessary to drill shafts for concrete foundations, including the placement of reinforcing and concrete. 1.4 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 "Submittals" and shall include: Shop Drawings: a. Reinforcing bar layout drawings with bar lists clearly marked and referenced to the Drawings. b. Submit Drilled Shaft Inspector qualifications for approval. c. Detailed procedures for placement of concrete by tremie when required for underwater placement. 2. Record Drawings: FRE ESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 31 63 29 - 2 DRILLED SHAFTS Page 2 of 7 a. Report of actual location and alignment of shafts along with the final bearing elevation at each shaft. Include any modifications to the information as specified. b. Manufacturers' literature for spacer products. 3. Certified Test Reports: a. Certified mill reports for reinforcing steel. b. Concrete mix designs and material reports. 1.5 QUALITY ASSURANCE A. Testing Agency Qualifications: 1. An independent testing agency, acceptable to authorities having jurisdiction and the Engineer. The Owner will select and pay for this service. 2. The independent testing agency shall be responsible for testing of materials, ready mix, transit mix or central plant concrete. B. Drilled Shaft Inspector: A drilled shaft inspector shall be designated by the [independent testing agency and as approved by the] Engineer. The Drilled Shaft Inspector shall have at least 5 years' experience in similar drilled shaft inspection. If required by the geotechnical report, the Drilled Shaft Inspector shall be understood to also include the Geotechnical Engineer or his representative. C. The following items will be inspected, tested or approved by the Drilled Shaft Inspector: 1. Determination of acceptable bearing elevation. 2. Inspection and approval of drilled shafts. 3. Approval for reinforcement and concrete placement. 4. Other activities listed in this specification. 1.6 STANDARDS A. The applicable provisions of the latest revisions of the following standards shall be considered a part of this Section as if written herein in their entirety, unless otherwise noted. in the Contract Documents, American Societv for Testing and Materials (ASTM) Standards: ASTM A36 Specification for Carbon Structural Steel ASTM A82 Specification for Steel Wire, Plain, for Concrete Reinforcement ASTM A252 Specification for Welded and Seamless Steel Pipe Piles ASTM A615 Specification for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement 2. American Concrete Institute (ACI) Standards: a. The Contractor shall maintain one copy of each of the following standards at the construction field office: ACI 336.1 Specification for the Construction of Drilled Piers 1.7 DELIVERY AND STORAGE A. Deliver reinforcing to site in bundles marked for proper placement. Store reinforcing steel on wood runners raised above grade. Deliver steel casings in undamaged condition and protect from damage until installed. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 31 63 29 - 3 DRILLED SHAFTS Page 3 of 7 1.8 JOB CONDITIONS A. A subsurface investigation has been made by Freese and Nichols, Inc. Logs of borings and test data are available for Contractor's information and for his interpretation as to soil and water conditions that may be encountered at the site. Logs and test data are not representative as being a complete description of the site soil and water information, but only provide information for the borings at the indicated locations. If Contractor is of the opinion that the information is not adequate to establish site conditions, he may obtain additional information at his own option. B. Establish grades in relation to the permanent bench marks and finish floors for buildings. Bottom elevation of drilled shafts as shown are estimated from soil boring data. The Drilled Shaft Inspector shall determine the actual bearing level at site during excavation. C. Give notification to the Engineer at least 24 hours in advance of the time shafts shall be drilled. Give the Drilled Shaft Inspector advance notice to obtain approval to place reinforcing and concrete in shafts. D. Inspection and approval of drilled shafts shall be made by the Drilled Shaft Inspector, prior to placement of reinforcing or concrete. PART 2 - PRODUCTS 2.1 MATERIALS A. Reinforcing Steel: New billet steel conforming to ASTM A615, Grade 60. B. Steel Casings: Non -corrugated round steel casings fabricated of ASTM A252, Grade 2 or ASTM A36 steel. 2.2 MIXES A. Concrete materials, production methods and submittals shall be in accordance with Section 03 30 00 "Cast -In -Place Concrete." 2.3 SPACERS A. Spacers used to center the reinforcement cage within the hole shall be precast mortar blocks with embedded wires for attachment. 2.4 EQUIPMENT A. Furnish drilling rigs of adequate size and power to perform the excavations required. Rigs shall be maintained in good working condition, shall have stable platforms, and run by qualified operators. PART 3 - EXECUTION kIfM7T11 6A1 7%11110 A. The site shall be graded clean and level with excess material removed from the site. Remove obstructions that would interfere with movement of drilling rigs. B. Accurately locate each shaft and mark with color coded stakes in a manner that the color identifies the type of shaft. In addition, provide permanent off set markers outside the construction area to allow rapid checking of shaft locations from fixed reference points. C. Obtain the services of a qualified surveyor to layout shaft locations and determine elevations. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 31 63 29 - 4 DRILLED SHAFTS Page 4 of 7 3.2 INSTALLATION A, Excavate drilled shafts to the dimensions and required elevations. If drawings indicate an allowable service load bearing pressure rather than a depth, extend excavation to suitable material which provides that bearing pressure. B. Shafts shall be drilled accurately with vertical shaft walls. Rigs shall be maintained in a manner that prevents excessive vibration, causing uneven or out of plumb shafts, C. Assign workmen whose responsibility it is to remove dirt away from shaft holes. Dirt shall be moved far enough away from the edges of holes to prevent falling back into shaft. D. Once shafts have been drilled, cover open holes with plywood sheets or other coverings to protect workmen and to prevent debris from entering the hole. 3.3 REINFORCEMENT A. Reinforcing shall be fabricated to the design specified herein. Bars shall be straight and true, without bends or kinks, except where indicated on drawings. Unless otherwise indicated on the Drawings, fabricate cages in a manner to allow a 3-inch clearance around edges of shaft. Make Splices as indicated. No welding of steel reinforcing shall be allowed. Unless otherwise indicated on the Drawings, space bars to maintain a clear distance between steel of not less than 1.5 times the bar diameter, nor 3 times the maximum aggregate size. B. The longitudinal bars and spiral hooping shall be assembled into a rigid unit prior to placing. C. Spacers: 1. Spacers shall be used at the lower end of the cage and along the side, placed at suitable intervals, to ensure accurate location on the cage within the shaft diameter. Provide at least four spacers around the cage perimeter at each support interval. 2. Spacers shall be wired securely to the reinforcement cage with four wire attachments as follows: a. Attach wires at the top and bottom of the spacer to the vertical reinforcement. b. Attach wires at each side of the spacer to the ties (or spirals) in such a way as to keep the spacer from rotating sideways. c. Spacers shall be securely wired in place and not subject to movement. Displaced spacers shall be replaced prior to concrete placement. D. Reinforcement shall be free of mud, oil or other coatings that affect the bond. Reinforcement having rust, scale or other contaminants shall be wire brushed to remove such contaminants, except as allowable by ASTM specifications. 3.4 CONCRETE PLACEMENT A. Start concrete placement within 8 hours after completion of drilling and inspection of shaft. Concrete to be placed in dry openings, with or without casings, shall contain set retarders and water reducing agents. B. Provide a hopper with a minimum 3-foot long drop tube at the top of the shaft to direct concrete vertically down the center of the shaft and prevent unnecessary splashing on the reinforcing steel cage. C. Concrete placement shall be continuous from the beginning of placement in the bottom to the top of shaft or to construction joints. Time intervals are allowed for vibrating or rodding, pulling casing, placing forms and other necessary operations. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICA[, CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 31 63 29 - 5 DRILLED SHAFTS Page 5 of 7 1. At a minimum, consolidate the top 5 feet of the drilled shaft with a vibrator. Increase depth as required for consolidation. 2. Insert dowels at top of shaft prior to initial set and prior to consolidating top of shaft. 3. If temporary casing is used, then vibrate top of drilled shaft only after casing is pulled. D. Wherever casing is used, extend it above the grade of the finished shaft to provide excess concrete placement for the anticipated slump from the casing removal. E. Where a cap block or ground line strut is shown to be placed at the top of the drilled shaft, and the cap or strut is shown to be placed monolithically with the drilled shaft, a time interval is allowed for placing the required form and reinforcing after any necessary casing removal. F. After a placement is completed, cure the top surface and treat construction joint area, as specified. G. If it is clearly demonstrated that ground water cannot be sealed off because of the nature of the foundation formation, the shaft concrete may be placed through water using the following procedures: 1. Contact the Engineer for a revised drilled shaft depth design. 2. Clean the bottom of the shaft hole of mud and loose material. Pump water out to ensure that the bottom is in satisfactory condition. Allow water level to reach equilibrium prior to concrete placement. Verify that material was not washed into the hole. Flowing water is not permitted during placement. 3. The procedures for placement of concrete underwater shall conform to the requirements of ACI 336.1. 3.5 STEEL CASINGS A. When soil or water conditions require that shafts be cased, furnish steel casings for each diameter of shaft to be drilled. Casings shall be required when soil is unstable and likely to cave in, and where water conditions are such that dry holes cannot be drilled or maintained without casing. 1. Subsurface geotechnical investigation indicates that temporary casings may be required while placing the drilled shaft. B. When temporary casings are used, the shaft shall be drilled with an auger until a predetermined depth is reached, then the casing shall be placed into the hole and spun until it reaches the bearing strata and forms a seal against water pressure. The auger shall be refitted and the remainder of the shaft drilled and cleaned out. C. Concrete shall be placed inside the casing to a depth necessary to create a hydrostatic head. As the casing is removed, additional concrete shall be placed inside the shaft, maintaining a head inside the casing. Special care shall be exercised to prevent separations of concrete during removal. D. Steel casings are intended to be temporary in nature and may be removed or left in place. 3.6 FIELD QUALITY CONTROL A. Determination of acceptable bearing elevation. 1. The Contractor shall provide accommodation to the Drilled Shaft Inspector to monitor drilling operations. 2. Explore bearing stratum to a depth equal to the diameter of the bearing area below the bottom of drilled shaft with probe hole if directed by the Drilled Shaft Inspector or the Owner's representative. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: [00995 Revised March 24, 2020 316329-6 DRILLED SHAFTS Page 6 of 7 3. When a minimum penetration is required into the bearing strata, the Contractor shall cease drilling operations to allow the Drilled Shaft Inspector to verify and record the top of bearing strata. Drilling within the bearing strata shall proceed only after the top of bearing strata has been established and recorded. B. Inspection and approval of drilled shafts: 1. The Drilled Shaft Inspector shall verify and document that the bottom of the drilled shaft is free of all loose material. 2. When a minimum penetration is required into the bearing strata, the Drilled Shaft Inspector shall verify that the sides of the excavation, over the length of the penetration, are cleaned of all loose material. 3. The Drilled Shaft Inspector shall inspect the excavation after the placement of the reinforcing cage to ensure no loose material was introduced to the excavation while the reinforcing cage was placed. C. If test results indicate that the stratum is not capable of providing the required service load bearing pressure, the Engineer shall make a determination of adjustments which must be made. D. Provide gas testing equipment, protective cage, temporary casings of proper diameter, length, and thickness; or other safety apparatus as required by law where shafts must be entered by workmen or inspectors. Check shaft for toxic or explosive gases or oxygen deficiency prior to any person entering shafts. Provide portable ventilation equipment to evacuate gases from shafts. IDMI=11UyxWIre►1 FREESE AND NICHOLS, INC. Lake Arlington Litt Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: t00995 Revised March 24, 2020 APPENDIX A A1.00 MEASUREMENT AND PAYMENT A1.01 MEASUREMENT 316329-7 DRILLED SHAFTS Page 7 of 7 A. Drilled shafts shall be measured by the lineal foot of acceptable shafts, in place of the specified diameter from the bottom of the approved excavation to a point 6 inches below finished ground elevation, or to the underside of cap, beams or other footing when the elevation of the underside of such footing is below the elevation of finished ground. A1.02 PAYMENT A. Drilled shafts shall be paid for at the contract unit price per lineal foot of drilled shaft of the specified diameter in place. This price shall be frill compensation for all excavation, placing and removing any required casings, furnishing and placing all reinforcing steel and concrete; forming, curing and finishing the concrete, including removing excess material, furnishing tools and equipment and other incidentals necessary to perform the work. No extra payment will be made for filling oversize excavations or for steel casings left in place. End of Appendix A FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 PAGE INTENTIONALLY LEFT BLANK DIVISION 33 1,1111UM PAGE INTENTIONALLY LEFT BLANK SECTION 33 1110 DUCTILE IRON PIPE PART1- GENERAL 1.1 SUMMARY 33 11 10- 1 DUCTILE IRON PIPE Page 1 of 13 A. Section Includes: 1, Ductile Iron Pipe 3-inch through 64-inch for potable water, wastewater and reuse applications B. Deviations from this City of Fort Worth Standard Specification 1. Modified 2.2.B.15.b.1 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 01 31 — Closed Circuit Television (CCTV) Inspection 4. Section 33 04 10 Joint Bonding and Electrical Isolation 5. Section 33 04 40 -- Cleaning and Acceptance Testing of Water Mains 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 7. Section 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner PIate S. Section 33 1105 Bolts, Nuts, and Gaskets 9. Section 33 11 11 — Ductile Iron Fittings 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Ductile Iron Pipe a. Measurement 1) Measured horizontally along the surface from center line to center line of the fitting, manhole, or appurtenance 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 bid per linear foot for "DIP" installed for: a) Various sizes b) Various types of backfilI c) Various linings d) Various Depths, for miscellaneous sewer projects only e) Various restraints fl Various uses c. The price bid shall include: 1) Furnishing and installing Ductile Iron Pipe with joints as specified by the Drawings CITY OF FORT WORTH Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised December 20, 2012 33 11 10 - 2 DUCTILE IRON PIPE Page 2 of 13 2) Mobilization 3) Polyethylene encasement 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing, placement and compaction of embedment 10) Furnishing, placement and compaction of backfill 11) Trench water stops 12) Thrust restraint, if required in Contract Documents 13) Bolts and nuts 14) Gaskets 15) Clean-up 16) Cleaning 17) Disinfection 18) Testing 1.3 REFERENCES A. Definitions 1. Gland or Follower Gland a. Non -restrained, mechanical joint fitting 2. Retainer Gland a. Mechanically restrained mechanical joint fitting B. 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 Association of State Highway and Transportation Officials (AASHTO). 3. American Society of Mechanical Engineers (ASME): a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 4. ASTM International (ASTM): a. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications b. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both c. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. d. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength, e. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for Water or Other Liquids. f. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. g. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel. 5. American Water Works Association (AWWA): CITY OF FORT WORTH Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised December 20, 2012 33 11 10 - 3 DUCTILE IRON PIPE Page 3 of 13 a. C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - Enamel and Tape - Hot Applied. b. C600, Installation of Ductile -Iron Water Mains and their Appurtenances. c. M41, Ductile -Iron Pipe and Fittings. American Water Works Association/American National Standards Institute (AW WA/ANSI): a. C I04/A21.4, Cement —Mortar Lining for Ductile -Iron Pipe and Fittings. b. C 105/A21.5, Polyethylene Encasement for Ductilc-Iron Pipe Systems. c. C111/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. d. C115/A21.15, Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -Iron Threaded Flanges. e. C150/A21.50, Thickness Design of Ductile -Iron Pipe. f. C151/A21.51, Ductile -Iron Pipe, Centrifugally Cast, for Water. g. C600, Installation of Ductile -Iron Water Mains and their Appurtenances 7. NSF International (NSF): a. 61, Drinking Water System Components - Health Effects. 8. Society for Protective Coatings (SSPC): a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS A. Product Data Interior lining a. If it is other than cement mortar lining in accordance with AWWA/ANSI C 104/A21.4, including: 1) Material 2) Application recommendations 3) Field touch-up procedures 2. Thrust Restraint a. Retainer glands, thrust harnesses or any other means 3. Gaskets a. If hydrocarbon or other special gaskets are required B. Shop Drawings — Furnish for Ductile Iron Pipe used in the water distribution system or for a wastewater force main for 24-inch and greater diameters, including: I. Wall thickness design calculations sealed by a Licensed Professional Engineer in Texas including: a. Working pressure b. Surge pressure c. Deflection CITY OF FORT WORTH Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised December 20, 2012 331t 10-4 DUCTILE IRON PIPE; Page 4 of 13 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed Professional Engineer in Texas, to verify the restraint lengths shown in the Drawings. Lay schedule/drawing for 24-inch and Professional Engineer in Texas including. a. Pipe class b. Joints type c. Fittings d. Stationing e. Transitions f. Joint deflection C. Certificates greater diameters, sealed by a Licensed 1. Furnish an affidavit certifying that all Ductile Iron Pipe meets the provisions of this Section, each run of pipe furnished has met Specifications, all inspections have been made, and that all tests have been performed in accordance with AWWA/ANSI C1511A21.51. 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications Manufacturers a. Finished pipe shall be the product of I manufacturer. 1) Change orders, specials, and field changes may be provided by a different manufacturer upon City approval. b. Pipe manufacturing operations (pipe, lining, and coatings) shall be performed under the control of the manufacturer. c. Ductile Iron Pipe 1) Manufactured in accordance with AWWA/ANSI C151/A21.51 a) Perform quality control tests and maintain results as outlined within standard to assure compliance. 2) Subject each pipe to a hydrostatic test of not less than 500 psi for duration of at least 10 seconds. B. Preconstruction Testing The City may, at its own cost, subject random lengths of pipe for testing by an independent laboratory for compliance with this Specification. a. The compliance test shall be performed in the United States. b. Any visible defects or failure to meet the quality standards herein will be grounds for rejecting the entire order. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Ductile Iron Pipe shall be stored and handled in accordance with the guidelines as stated in AWWA M41. CITY OF FORT WORTH Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised December 20, 2012 33 11 10 - 5 DUCTILE IRON PIPE Page 5 of 13 2. Secure and maintain a location to store the material in accordance with Section 01 6600, 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY (NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS INOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Pipe 1. Pipe shall be in accordance with AWWA/ANSI CI I I/A2111, AWWA/ANSI C150/A21.15, and AWWA/ANSI C151/A21.51. 2. All pipe shall meet the requirements of NSF 61. 3. Pipe shall have a lay length of IS feet or 20 feet except for special fittings or closure pieces and necessary to comply with the Drawings. 4. As a minimum the following pressures classes apply. The Drawings may specify a higher pressure class or the pressure and deflection design criteria may also require a higher pressure class, but in no case should they be less than the following: Diameter (inches) Min Pressure Class (psi) 3 through 12 350 14 through 20 250 24 200 30 through 64 150 5. Pipe markings shall meet the minimum requirements of AWWA/ANSI C151/A21.51. Minimum pipe markings shall be as follows: a. "DI" or "Ductile" shall be clearly labeled on each pipe b. Weight, pressure class and nominal thickness of each pipe c. Year and country pipe was cast d. Manufacturer's mark 6. Pressure and Deflection Design a. Pipe design shall be based on trench conditions and design pressure class specified in the Drawings. CITY OF FORT WORTH Lake Arlington Litt Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised December 20, 2012 331t 10-6 DUCTILE IRON PIPE Page 6 of 13 b. Pipe shall be designed according to the methods indicated in AWWA/ANSI C150/A21.50, AWWA/ANSI C15I/A21.51, and AWWA M41 for trench construction, using the following parameters: 1) Unit Weight of Fill (w) = 130 pcf 2) Live Load = AASHTO HS 20 3) Trench Depth = 12 feet minimum, or as indicated in Drawings 4) Bedding Conditions — Type 4 5) Working Pressure (P,) = 150 psi 6) Surge Allowance (PS) = 100 psi 7) Design Internal Pressure (Pi) = P, + Py or 2:1 safety factor of the actual working pressure plus the actual surge pressure, whichever is greater. a) Test Pressure — (1) No less than 1.25 minimum times the stated working pressure (1.87 psi minimum) of the pipeline measured at the highest elevation along the test section. (2) No less than 1.5 times the stated working pressure (225 psi minimum) at the lowest elevation of the test section. 8) Maximum Calculated Deflection (D,,) = 3 percent 9) Restrained Joint Safety Factor (Sf) = 15 percent c. Trench depths shall be verified after existing utilities are located. 1) Vertical alignment changes required because of existing utility or other conflicts shall be accommodated by an appropriate change in pipe design depth. 2) In no case shall pipe be installed deeper than its design allows. 7. Provisions for Thrust a. Thrust at bends, tees, plugs or other fittings shall be mechanically restrained joints when required by the Drawings. b. Thrust at bends adjacent to casing pipe shall be restrained by mechanical means through casing and for a sufficient distance each side of casing. c. No thrust restraint contribution shall be allowed for the restrained length of pipe within the casing. d. Restrained joints, when required, shall be used for a sufficient distance from each side of the bend, tee, plug, valve or other fitting to resist thrust which will be developed at the design pressure of the pipe. For the purpose of thrust, the following shall apply: 1) Valves shall be calculated as dead ends. 2) Design pressure shall be greater than the working pressure of the pipe or the internal pressure (Pi) whichever is greater. 3) Restrained joints shall consist of approved mechanical restrained or push - on restrained joints as listed in the City's Standard Products List as shown in Section 01 60 00. e. The Pipe Manufacturer shall verify the length of pipe with restrained joints to resist thrust in accordance with the Drawings, AWWA M41, and the following: 1) The weight of earth (Wc) shall be calculated as the weight of the projected soil prism above the pipe, for unsaturated soil conditions. 2) Soil density — 130 pcf (maximum value to be used), for unsaturated soil conditions 3) If indicated on the Drawings and the Geotechnical Borings that ground water is expected, account for reduced soil density. CITY OF FORT WORTH Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 1Q0995 Revised December 20, 2012 33 11 10-7 DUCTILE IRON PIPE Page 7 of 13 S. Joints a. General —Comply with AWWA/ANSI C111/A21.11. b. Push -On Joints c. Mechanical Joints d. Push -On Restrained Joints 1) Restraining Push -on joints by means of a special gasket a) Only those products that are listed in Section 01 60 00 b) The working pressure rating of the restrained gasket must exceed the test pressure of the pipe line to be installed. c) Approved for use of restraining Ductile Iron Pipe in casing with a carrier pipe of 4-inches to 12-inches d) Otherwise only approved if specially listed on the Drawings 2) Push -on Restrained Joint bell and spigot a) Only those products list in the standard products list will be allowed for the size listed in the standard products list per Section 01 60 00. b) Pressure rating shall exceed the working and test pressure of the pipe line. e. Flanged Joints AWWA/ANSI C115/A21.15, ASME B 16.1, Class 125 f. Flange bolt circles and bolt holes shall match those of ASME B16.1, Class 125. g. Field fabricated flanges are prohibited. 9. Gaskets a. Provide Gaskets in accordance with Section 33 1105. 10. Isolation Flanges a. Flanges required by the drawings to be Isolation Flanges shall conform to Section 33 04 10. 11. Bolts and Nuts a. Mechanical Joints 1) Provide bolts and nuts in accordance with Section 33 1105. b. Flanged Ends 1) Meet requirements of AWWA C115. a) Provide bolts and nuts in accordance with Section 33 1105. 12. Flange Coatings a. Connections to Steel Flanges 1) Buried connections with Steel Flanges shall be coated with a Petrolatum Tape System in accordance with Section 33 1105. 13. Ductile Iron Pipe Exterior Coatings a. All ductile iron shall have an asphaltic coating, minimum of 1 mil thick, on the pipe exterior, unless otherwise specified in the Contract Documents. 14. Polyethylene Encasement a. All buried Ductile Iron Pipe shall be polyethylene encased. b. Only manufacturers listed in the City's Standard Products List as shown in Section 01 60 00 will be considered acceptable. c. Use only virgin polyethylene material. d. Encasement for buried pipe shall be S mil linear low density (LLD) polyethylene conforming to AWWA/ANSI C105/A21.5 or 4 mil high density cross-Iaminated (HDCL) polyethylene encasement conforming to AWWA/ANSI C105/A21.5 and ASTM A674. CITY OF FORT WORTH Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised December 20, 2012 33 11 10 - 8 DUCTILE IRON PIPE Page 8of13 e. Marking: At a minimum of every 2 feet along its length, the mark the polyethylene film with the following information. 1) Manufacturer's name or trademark 2) Year of manufacturer 3) AWWA/ANSI C105/A21.5 4) Minimum film thickness and material type 5) Applicable range of nominal diameter sizes 6) Warning — Corrosion Protection — Repair Any Damage f. Special Markings/Colors 1) Reclaimed Water, perform one of the following: a) Label polyethylene encasement with "RECLAIMED WATER", b) Provide purple polyethylene in accordance with the American Public Works Association Uniform Color Code; or c) Attach purple reclaimed water marker tape to the polyethylene wrap. 2) Wastewater, perform one of the following: a) Label polyethylene encasement with "WASTEWATER"; b) Provide green polyethylene in accordance with the American Public Works Association Uniform Color Code; or c) Attach green sanitary sewer marker tape to the polyethylene wrap. g. Minimum widths Polyethylene Tube and Sheet Sizes for Push -On Joint Pipe Nominal Pipe Diameter (inches) Min. Width — Flat Tube (inches) Min. Width — Sheet (inches) 3 14 28 4 14 28 6 16 32 8 20 40 10 24 48 12 27 54 14 30 60 16 34 68 18 37 74 20 41 82 24 54 108 30 67 134 36 81 162 42 81 162 48 95 190 54 108 216 60 108 216 64 121 242 15. Ductile Iron Pipe Interior Lining a. Cement Mortar Lining crrY OF FORT WORTH Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised December 20, 2012 33 11 10 - 9 DUCTILE IRON PIPE Page 9 of 13 1) Ductile Iron Pipe for potable water shall have a cement mortar lining in accordance with AWWA/ANSI C104/A21.04 and be acceptable according to NSF 61. b. Ceramic Epoxy or Epoxy Linings 1) Ductile Iron Pipe for use in wastewater applications shall be lined with Protecto 401 a Ceramic Epoxy or Epoxy lining as designated in the'. Standard r i-st as sI,,.,,.,, i Seel o nt tin nn 2) Apply lining at a minimum of 40 mils DFT. 3) Due to the tolerances involved, the gasket area and spigot end up to 6 inches back from the end of the spigot end must be coated with 6 mils nominal, 10 mils maximum using a Joint Compound as supplied by the manufacturer. a) Apply the joint compound by brush to ensure coverage. b) Care should betaken that the joint compound is smooth without excess buildup in the gasket seat or on the spigot ends. c) Coat the gasket seat and spigot ends after the application of the lining. 4) Surface preparation shall be in accordance with the manufacturer's recommendations. 5) Check thickness using a magnetic film thickness gauge in accordance with the method outlined in SSPC PA 2. 6) Test the interior lining of all pipe barrels for pinholes with a non- destructive 2,500 volt test. a) Repair any defects prior to shipment. 7) Mark each fitting with the date of application of the lining system along with its numerical sequence of application on that date and records maintained by the applicator of his work. 8) For all Ductile Iron Pipe in wastewater service where the pipe has been cut, coat the exposed surface with the touch-up material as recommended by the manufacturer. a) The touch-up material and the lining shall be of the same 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 INSTALLATION A. General 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in AWWA C600, AWWA M41 and in accordance with the pipe manufacturer's recommendations. 2. See Section 33 11 11 for installation requirements for Ductile Iron Fittings. CITY OF FORT WORTH Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised December 20, 2012 331110-10 DUCTII,E IRON PIPE Page 10 of 13 3. Lay pipe to the lines and grades as indicated in the Drawings. 4. Excavate and backflll trenches in accordance with Section 33 05 10. 5. Embed Ductile Iron Pipe in accordance with Section 33 05 10. 6. For installation of carrier pipe within casing, see Section 33 05 24. B. Pipe Handling 1. Haul and distribute pipe and fittings at the project site. 2. Handle piping with care to avoid damage. a. Inspect each joint of pipe and reject or repair any damaged pipe prior to lowering into the trench. b. Do not handle the pipe in such a way that will damage the interior lining. c. Use only nylon ropes, slings or other lifting devices that will not damage the surface of the pipe for handling the pipe. 3. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Joint Making 1. Mechanical Joints a. Bolt the follower ring into compression against the gasket with the bolts tightened down evenly then cross torqued in accordance with AWWA C600. b. Overstressing of bolts to compensate for poor installation practice will not be permitted. 2. Push -on Joints a. Install Push -on joints as defined in AWWA/ANSI CI I I/A21.11. b. Wipe clean the gasket seat inside the bell of all extraneous matter. c. Place the gasket in the bell in the position prescribed by the manufacturer. d. Apply a thin film of non -toxic vegetable soap lubricant to the inside of the gasket and the outside of the spigot prior to entering the spigot into the bell. e. When using a field cut plain end piece of pipe, refinish the field cut and scarf to conform to AWWA C600. Flanged Joints a. Use erection bolts and drift pins to make flanged connections. 1) Do not use undue force or restraint on the ends of the fittings. 2) Apply even and uniform pressure to the gasket. b. The fitting must be free to move in any direction while bolting. 1) Install flange bolts with all bolt heads faced in one direction. 4. Joint Deflection a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines and grades and shown in the Drawings. b. The deflection of each joint must be in accordance with AWWA C600 Table 3. c. The maximum deflection allowed is 50 percent of that indicated in AWWA C600. d. The manufacturer's recommendation may be used with the approval of the Engineer. D. Polyethylene Encasement Installation CITY OF FORT WORTH Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised December 20, 2012 331110-11 DUCTILE IRON PIPE Page 1 i of 13 1. Preparation a. Remove all lumps of clay, mud, cinders, etc., on pipe surface prior to installation of polyethylene encasement. 1) Prevent soil or embedment material from becoming trapped between pipe and polyethylene. b. Fit polyethylene film to contour of pipe to affect a snug, but not tight encase with minimum space between polyethylene and pipe. 1) Provide sufficient slack in contouring to prevent stretching polyethylene where it bridges irregular surfaces such as bell -spigot interfaces, bolted joints or fittings and to prevent damage to polyethylene due to backfilling operations. 2) Secure overlaps and ends with adhesive tape and hold. e. For installations below water table and/or in areas subject to tidal actions, seal both ends of polyethylene tube with adhesive tape at joint overlap. 2. Tubular Type (Method A) a. Cut polyethylene tube to length approximately 2 feet longer than pipe section. b. Slip tube around pipe, centering it to provide 1-foot overlap on each adjacent pipe section and bunching it accordion -fashion lengthwise until it clears pipe ends. c. Lower pipe into trench and make up pipe joint with preceding section of pipe. d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. c. After assembling pipe joint, make overlap of polyethylene tube, pull bunched polyethylene from preceding length of pipe, slip it over end of the new length of pipe and wrap until it overlaps joint at end of preceding length of pipe. f. Secure overlap in place. g. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel of pipe, securing fold at quarter points. h. Repair cuts, tears, punctures or other damage to polyethylene. i. Proceed with installation of next pipe in same manner. 3. Tubular Type (Method B) a. Cut polyethylene tube to length approximately 1 foot shorter than pipe section. b. Slip tube around pipe, centering it to provide 6 inches of bare pipe at each end. c. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel of pipe, securing fold at quarter points; secure ends. d. Before making up joint, slip 3-foot length of polyethylene tube over end of proceeding pipe section, bunching it accordion -fashion lengthwise. e. After completing joint, pull 3-foot length of polyethylene over joint, overlapping polyethylene previously installed on each adjacent section of pipe by at least 1 foot; make each end snug and secure. 4. Sheet Type a. Cut polyethylene sheet to a length approximately 2 feet longer than piece section. b. Center length to provide 1-foot overlap on each adjacent pipe section, bunching it until it clears the pipe ends. c. Wrap polyethylene around pipe so that it circumferentially overlaps top quadrant of pipe. d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. CITY OF FORT WORTH Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised December 20, 2012 33 11 10 - 12 DUCTILE IRON PIPE Page 12 of 13 e. Lower wrapped pipe into trench and make up pipe joint with preceding section of pipe. £ Make shallow bell hole at joints to facilitate installation of polyethylene. g. After completing joint, make overlap and secure ends. h. Repair cuts, tears, punctures or other damage to polyethylene. i. Proceed with installation of next section of pipe in same manner. 5. Pipe -Shaped Appurtenances a. Cover bends, reducers, offsets and other pipe -shaped appurtenances with polyethylene in same manner as pipe and fittings. 6. Odd -Shaped Appurtenances a. When it is not practical to wrap valves, tees, crosses, and other odd -shaped pieces in tube, wrap with flat sheet or split length polyethylene tube by passing sheet under appurtenances and bringing it up around body. b. Make seams by bringing edges together, folding over twice and taping down. c. Tape polyethylene securely in place at the valve stem and at any other penetrations. 7. Repairs a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape or with short length of polyethylene sheet or cut open tube, wrapped around fitting to cover damaged area and secured in place. 8. Openings in Encasement a. Provide openings for branches, service taps, blow -offs, air valves and similar appurtenances by making an X-shaped cut in polyethylene and temporarily folding back film. b. After appurtenance is installed, tape slack securely to appurtenance and repair cut, as well as other damaged area in polyethylene with tape. c. Service taps may also be made directly through polyethylene, with any resulting damaged areas being repaired as described above. 9. Junctions between Wrapped and Unwrapped Pipe: a. Where polyethylene -wrapped pipe joins an adjacent pipe that is not wrapped, extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. b. Secure end with circumferential turns of tape. c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric tape for minimum clear distance of 3 feet away from Cast or Ductile Iron Pipe. 3.5 REPAIR/RESTORATION A. Patching 1. Excessive field -patching is not permitted of lining or coating. 2. Patching of lining or coating will be allowed where area to be repaired does not exceed 100 square inches and has no dimensions greater than 12 inches. 3. In general, there shall not be more than 1 patch on either the lining or the coating of any 1 joint of pipe. 4. Wherever necessary to patch the pipe: a. Make patch with cement mortar as previously specified for interior joints. b. Do not install patched pipe until the patch has been properly and adequately cured and approved for laying by the City. CITY OF FORT WORTFC Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised December 20, 2012 33 11 10 - 13 DUCTILE IRON PIPE Page 13 of 13 5. Promptly remove rejected pipe from the site. 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. Potable Water Mains 1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water main as specified in Section 33 04 40. B. Wastewater Lines 1. Closed Circuit Television (CCTV) Inspection a. Provide a Post -CCTV Inspection in accordance with Section 33 01 3 I. 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 Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A. Lb. — Updated Payment types 12/20/2012 D. Johnson 1.3 — Added definitions of gland types for clarity 2.2.13.9, 10, 11 and 12 — Added reference to Section 33 1105 and removed material specification for bolts, nuts and gaskets CITY OF FORT WORTH Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised December 20, 2012 PAGE INTENTIONALLY LEFT BLANK 33 12 20 - 1 RESILIENT SEATED (WEDGE) GATE VALVE Page I of 11 SECTION 33 12 20 RESILIENT SEATED (WEDGE) GATE VALVE PART1- GENERAL 1.1 SUMMARY A. Section Includes: I. Resilient Seated (Wedge) Gate Valves 4-inch through 48-inch for use with potable water mains and wastewater systems. a. 24-inch and larger valves may require an integral bypass B. Deviations from this City of Fort Worth Standard Specification 1. Modified LI.A.1 2. Added 1.2.A.1.c.20 3. Added 1.3.11.5.b. 4. Added 1.3.B.6.b. 5. Added 1.6.0 6. Added 2.2.C.10. 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 33 11 05 -- Bolts, Nuts, and Gaskets 4. Section 33 11 10 — Ductile Iron Pipe 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Gate Valve a. Measurement 1) Measurement for this Item shall be per each. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Gate Valve" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing Gate Valves with connections as specified in the Drawings 2) Valve box 3) Extension CITY OF FORT WORTH Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number L00995 Revised December 20, 2012 331220-2 RESILIENT SFATFD (WEDGE) GATE VALVE Page 2 of 1 l 4) Extensions for valves in vaults 5) Valve vault and appurtenances (for 16-inch and larger gate valves) 6) Petrolatum tape for connections to steel flanges 7) 2-inch risers (for 16-inch and larger gate valves) 8) Isolation kits when installed with flanged connections 9) Polyethylene encasement 10) Pavement removal 11) Excavation 12) Hauling 13) Disposal of excess material 14) Furnishing, placement and compaction of embedment 15) Furnishing, placement and compaction of backfill 16) Clean-up 17) Cleaning 18) Disinfection 19) Testing 20) Chain wheel and chain 2. Cut -in Gate Valve a. Measurement 1) Measurement for this Item shall be per each. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Cut -in Gate Valve" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing Gate Valves with connections as specified in the Drawings 2) System dewatering 3) Connections to existing pipe materials 4) Valve box 5) Extension 6) Extensions for valves in vaults 7) Valve vault and appurtenances (for 16-inch and larger gate valves) 8) Petrolatum tape for connections to steel flanges 9) 2-inch risers (for 16-inch and larger gate valves) CITY OF FORT wOR rH Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised December 20, 2012 331220-3 RESILIENT SEATED (WEDGE) GATE VALVE Page 3 of 11 10) Isolation kits when installed with flanged connections 11) Valve vault and appurtenances (for 16-inch and larger gate valves) 12) Polyethylene encasement 13) Pavement removal 14) Excavation 15) Hauling 16) Disposal of excess material 17) Furnishing, placement and compaction of embedment 18) Furnishing, placement and compaction of baekfill 19) Clean-up 20) Cleaning 21) Disinfection 22) Testing 1.3 REFERENCES A. Abbreviations and Acronyms 1. NRS — Non Rising Stem 2. OS&Y -- Outside Screw and Yoke B. Reference Standards 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. American Association of State Highway and Transportation Officials (AASHTO). 3. American Society of Mechanical Engineers (ASME): a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125, and 250). 4. American Iron and Steel Institute (AISI). 5. ASTM International (ASTM): a. A48, Standard Specification for Gray Iron Castings. b. A126. Standard Specification for Grav Iron Castings for Valves. Flames. and Pipe Fittings c. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. d. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. e. A536, Standard Specification for Ductile Iron Castings. £ 13117, Standard Practice for Operating Salt Spray (Fog) Apparatus. g. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel. 6. American Water Works Association (AWWA): CITY OF PORT WORTH Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised December 20, 2012 331220-4 RESILIENT SEATED (WEDGE) GATE VALVE Page 4 of 11 a. C509, Resilient -Seated Gate Valves for Water Supply Service. b. CS IS, Reduced -Walt, Resilient -Seated Gate Valves for Water Supply Service. c. C550, Protective Interior Coatings for Valves and Hydrants. d. C900, Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 IN through 12 IN, for Water Transmission and Distribution. 7. American Water Works Association/American National Standards Institute (AW WA/ANSI): a. C105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. b. Cl I I/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. c. Cl 15/A21.15, Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -Iron Threaded Flanges. S. NSF International (NSF): a. 61, Drinking Water System Components - Health Effects. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS A. Product Data 1. Resilient Seated (Wedge) Gate Valve noting the pressure rating and coating system supplied, including: a. Dimensions, weights, material list, and detailed drawings b. Joint type c. Maximum torque recommended by the manufacturer for the valve size 2. Polyethylene encasement and tape a. Whether the film is linear low density or high density cross linked polyethylene b. The thickness of the film provided 3. Thrust Restraint, if required by contract Documents a. Retainer glands b. Thrust harnesses c. Any other means 4. Instructions for field repair of fusion bonded epoxy coating 5. Gaskets B. Certificates CITY OF FORT WORTH Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised December 20, 2012 33 1220-5 RESILIENT SEATED (WF..DGE) GATE VALVE Page 5 of I 1 1. Furnish an affidavit certifying that all Resilient Scated (Wedge) Gate Valves meet the provisions of this Section, each valve meets Specifications, all inspections have been made and that all tests have been performed in accordance with AWWA C509 or AWWA C515. 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. 3. Furnish affidavit that Resilient Seated (Wedge) Gate Valve manufacturer has five years experience manufacturing Resilient Seated Gate Valves of similar service and size with experience record. 4. Furnish affidavit that Resilient Seated (Wedge) Gate Valve manufacturer owns or controls any foreign factory/foundry that supplies valve casings and can certify that the Resilient Seated (Wedge) Gate Valve manufacturer is in control of quality control at the foreign factory/foundry. C. Operations and Maintenance_ Manuals 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Valves 16-inch and larger shall be the product of 1 manufacturer for each project. 1) Change orders, specials and field changes may be provided by a different manufacturer upon City approval. b. For valves less than 16-inch, valves of each size shall be the product of 1 manufacturer, unless approved by the City. 1) Change orders, specials and field changes may be provided by a different manufacturer upon City approval. c. Valves shall meet or exceed AWWA C509 or AWWA C515. d. For valves equipped with a bypass, the bypass valve must be of the same manufacturer as the main valve. e. Resilient Seated Gate Valves shall be new. £ Resilient Seated Gate Valve Manufacturer shall not have less than 5 years of successful experience manufacturing of Resilient Seated Gate Valves of similar service and size, and indicated or demonstrate an experience record that is satisfactory to the Engineer and City. This experience record will be thoroughly investigated by the Engineer, and acceptance will be at the sole discretion of the Engineer and City. g. Casings for Resilient Seated Gate Valve, such as valve body, wedge, and bypass; that are not manufactured within the United States of America, shall be manufactured by factories/foundries that are owned or controlled (partial ownership) such that the Resilient Seated Gate Valve Manufacturer can control and guarantee quality at the foreign factory/foundry. CITY OF FORT WORTH Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number I00995 Revised December 20, 2012 331220-6 RESILIENT SEATED (WEDGE) GATE VALVE Page 6 of l 1 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Protect all parts so that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. 2. Protect all equipment and parts against any damage during a prolonged period at the site. 3. Protect the finished surfaces of all exposed flanges by wooden blank flanges, strongly built and securely bolted thereto. 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 5. Prevent plastic and similar brittle items from being directly exposed to sunlight or extremes in temperature. 6. Secure and maintain a location to store the material in accordance with Section 01 6600. 1.11 FIELD [SITE] CONDITIONS {NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's Warranty shall be in accordance with Division 1. PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [ox] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section. 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Description 1. Regulatory Requirements a. Valves shall be new and meet or exceed AWWA C509 or AWWA C515 and shall meet or exceed the requirements of this Specification. b. All valve components in contact with potable water shall conform to the requirements of NSF 61. C. Materials 1. Valve Body a. Valve body: ductile iron per ASTM A536 b. Flanged ends: Furnish in accordance with AWWA/ANSI C115/A21.1.5. CITY OF FORT WORTH Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised December 20, 2012 331220-7 RESILIENT SEATED (WEDGE) GATE VALVE Page 7 of 11 c. Mechanical Joints: Furnish with outlets which conform to AWWA/ANSI C111/A21.11. d. Valve interior and exterior surfaces: fusion bonded epoxy coated, minimum 5 mils, meeting AWWA C550 requirements e. Buried valves: Provide with polyethylene encasement in accordance with AWWA/ANSI C105/A21.5. 1) Polyethylene encasement: Furnish in accordance with Section 33 11 10. 2. Wedge (Gate) a. Resilient wedge: rated at 250 psig cold water working pressure b. The wedge (gate) for all valve sizes shall be 1 piece, fully encapsulated with a permanently bonded EPDM rubber. 3. Bypass a. For gate valves using a double roller, track and scrapper system, an integrally cast bypass on the body of the valve is required. 1) Orient the bypass on the same side of the gate valve as the spur gear to allow operation of both valves from the manhole opening. 2) The bypass shall be a minimum 4-inch in size. 4. Gate Valve Bolts and Nuts a. Bonnet, Stuffing Box and Gear Box - Hex head bolt, and hex nut: Steel ASTM A307 Gr. B, Zinc Plate per ASTM B633, SC3 for non -buried service (4-inch through 12-inch valves) or as specified in 2.2.C.4.b. b. Hex head bolt and hex nut: AISI 304 stainless steel for buried service (all sizes) and for valves 16-inch through 36-inch (non -buried service) 5. Bolts and Nuts a. Mechanical Joints a) Provide bolts and nuts in accordance with Section 33 1105. b. Flanged Ends 1) Meet requirements of AWWA C115 or AWWA C207 depending on pipe material. 2) Provide bolts and nuts in accordance with Section 33 1105. 3) Flanged isolation kits shall be provided when connecting to buried steel or concrete pressure pipe. Kits shall conform to Section 33 04 10. 6. Joints a. Valves: flanged, or mechanical -joint or any combination of these as specified on the Drawings or in the project Specifications 1) Flanged joints: AWWA/ANSI Cl IS/A21.15, ASME B16.1, Class 125 a) Flange bolt circles and bolt holes shall match those of ASME B 16.1, Class 125. b) Field fabricated flanges are prohibited. CITY OF FORT WORTH Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised December 20, 2012 331220-8 RESILIENT SEATF,D (WEDGE) GATE VALVE Page 8 of I 1 2) Steel or concrete pressure pipe a) Use flange -joints unless otherwise specified in the Contract Documents. 3) Ductile Iron or PVC pressure pipe a) Use mechanical joints with mechanically restrained retainer glands unless otherwise specified in the Contract Documents. 7. Operating Nuts a. Supply for buried service valves b. I-15/16-inch square at the top, 2-inch at the base, and 1-3/4-inch high c. Cast an arrow showing the direction of opening with the word "OPEN" on the operating nut base. d. To open, the operating nut shall be turned to the RIGHT (CLOCKWISE) direction. Nut shall be painted red per AWWA specifications e. Connect the operating nut to the shaft with a shear pin that prevents the nut from transferring torque to that shaft or the gear box that exceeds the manufacturer's recommended torque. f. Furnish handwheel operators for non -buried service, or when shown in the Drawings. 8. Gearing a. Gate valves that are 24 inch and larger: Equip with a spur gear. b. Bevel gears for horizontally mounted valves are not allowed. c. The spur gear shall be designed and supplied by the manufacturer of the valve as an integral part of the gate valve. 9. Gaskets a. Provide gaskets in accordance with Section 33 11 05. 10. Chain Wheel 2.3 ACCESSORIES A. All gate valves shall have the following accessories provided as part of the gate valve installation: 1. A keyed solid extension stem of sufficient length to bring the operating nut up to within 1 foot of the surface of the ground, when the operating nut on the gate valve is 3 feet or more beneath the surface of the ground. Extension Stems are: a. Not required on City stock orders b. Not to be bolted or attached to the valve -operating nut c. To be of cold rolled steel with a cross -sectional area of I square inch, fitting loosely enough to allow deflection 2. Furnish joint components such as gaskets, glands, lubricant, bolts, and nuts in sufficient quantity for assembly of each joint. 3. Cast Iron Valve Boxes: provide for buried service gate valves, cast iron valve boxes and covers CITY OF FORT WORTH Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised December 20, 2012 331220-9 RESILIENT SEATED (WEDGE) GATE VALVE Page 9 of I 1 a. Each valve box for 4-inch through 12-inch valves shall be 2-piece, 5 %4-inch shafts, screw type, consisting of a top section and a bottom section. b. Valve boxes shall be as listed in the City of Fort Worth Standard Products List in attached in Section 0160 00. c. Valve box covers shall be so designed that they can be easily removed to provide access to valve operating nut. d. Valve box covers must be designed to stay in position and resist damage under AASHTO HS 20 traffic loads. e. Each cover shall be tasted with the word "WATER" or "RECLAIMED" in raised letters on the upper surface. f. Cast iron valve boxes and covers shall conform to ASTM A48, Class 35B. 1) Valve box covers shall be round for potable water applications and square for reclaimed water applications. g. Box extension material shall be AWWA C900 PVC or ductile iron. 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 L All valves shall be installed in vertical position when utilized in normal pipeline installation. 2. Valves shall be placed at line and grade as indicated on the Drawings. 3. Polyethylene encasement installation shall be in accordance with Section 33 11 10. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Field Inspections 1. Before acceptance of the installed valve, the City Field Operations Staff shall have the opportunity to operate the valve. 2. The City shall be given the opportunity to inspect all buried flanges before they are covered. 3. The Operator will be assessing the ease of access to the operating nut within the valve box and ease of operating the valve from a fully closed to fully opened position. 4. If access and operation of the valve meet the City's criteria, then the valve will be accepted as installed. CITY OF FORT WORTH Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised December 20, 2012 33 12 20 - 10 RESILIENT SEATED (WEDGE) GATE VALVE Page 10 of 11 B. Non -Conforming Work If access and operation of the valve or its appurtenances does not meet the City's criteria, the Contractor will remedy the situation until it meets the City's criteria, at the Contractor's expense. 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] CITY OF FOR'1' WOR`1'H Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised December 20, 2012 33 12 20 - 11 RESILIENT SEATED (WEDGE) GATE VALVE Page 11 of 11 WIN 1Z1] QM Rim Y low Revision Log DATE NAME SUMMARY OF CHANGE 1. LA — Modified acceptable size range and added requirement for bypass in 30-inch gate valves, Blue text added for exceptions 1.2 Measurement and Payment — Added Cut-Cn Gate Valve 1.2.A. Le and 1.2.A.2.c — added additional items to be included in price bid 1.6.A — removed requirement for product data for bolts and nuts because it is to be included under Section 33 11 05. 12/20/2012 D. Johnson 1.9.A.1 — Added requirement for bypass valve manufacturing 2.2.C. — Added requirement for 30-inch gate valves to have a bypass and bypass material requirements; Added reference to Section 33 11 05 and removed material specification for bolts, nuts and gaskets; Added requirement for flanged isolation kits; Added restraint requirements for mechanical joint connections with ductile iron or PVC pressure pipe. 2.3.3 — Modified acceptable cast iron from Class 40 to Class 35B; Added requirements for reclaimed water applications 1.I.A.2 Revision - Gate valves larger than 24-inches may be approved by the City on a case -by -case basis 1.6.B.3 Added Section, Requires Affidavit for 5 years of experience in manufacturing RS Gate valves of similar size and type. 1.6.B.4 Added Section — Requires Affidavit on Gate Valve manufacturers ownership 6/24/2014 D. Townsend in foreign factories/foundries providing components to certify on -site quality control. 1.9.A. Lf Added Section. Requirement for 5 years of experience in manufacturing RS Gate valves of similar size and type. 1.9.A. Lg Added Section. Requirement for Gate Valve manufacturers ownership (or control) in foreign Factories/foundries providing components to certify on -site quality control 1A.A.1 Revised maximum allowable Resilient Seated (Wedge) Gate Valve from 30-inch to 48-inch 1.I I.A. La Revised minimum size gate valve requiring bypass from 30-inch to 24- inch. 5/6/2015 D. Townsend 2.2.C.3. Changed requirement for an integrally cast bypass from 30-inch and above resilient seated gate valves to all double roller, track and scrapper system resilient seated gate valves 2.2.C.3.2 Added the minimum size bypass shall be 4-inches. 2.2.C.7.d Added that nut shall be painted red per AWWA specifications CITY OF FORT WORTH Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised December 20, 2012 PAGE INTENTIONALLY LEFT" BLANK 33 31 70 - 1 COMBINATION AIR VALVE FOR SANITARY SEWER FORCE MAINS Page 1 of 6 SECTION 33 3170 COMBINATION AIR VALVE FOR SANITARY SEWER FORCE MAINS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. 3-inch through 8-inch Combination Air -Release and Air/Vacuum Valve Assemblies (Combination Air Valves) for sanitary sewer force mains to include: a. Combination air -release and air/vacuum valve b. Tap to force main c. Inlet piping and appurtenances d. Vent piping and appurtenances e. Vault enclosure and appurtenances B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.2.a 2. Modified 1.2.A.3 3. Deleted 1.6.A.7-8 4. Modified 2.2.A 5. Modified 2.3.C. 6. Deleted 2.3.D-F C. Related Specification Sections include, bt are not necessarily limited to: I . Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 05 13 — Frame, Cover and Grade Rings 4. Section 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 5, Section 33 11 10 — Ductile Iron Pipe 6. Section 33 11 11 Ductile Iron Fittings 7. Section 33 12 20 — Resilient Seated (Wedge) Gate Valve S. Section 33 39 20 — Precast Concrete Manholes 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for "Combination Air Valves" shall be per each. 2. Payment a. The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid each "Sewer Air Release Valve and installed for- ]) Various inlet sizes CITY OF FORT WORTH Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised February 14, 2018 333170-2 COMBINATION AIR VALVE FOR SANITARY SEWER FORCE MAINS Page 2 of 6 3. The price bid shall include: a. Furnishing and installing Combination Air Valves with appurtenances as specified in the Drawings 1} AiF al vault and appuAe c. Tapping the main d. Isolation valves e. Fittings f. Vent piping g h-. Vent enel vs Lv uid/ei Ni"v vv, l aru prVLVet1V1, if r[i:iiia 1.3 REFERENCES A. Definitions 1. Combination Air Valve: A device having the features of both an air -release valve and an air/vacuum valve 2. Inlet: The opening at the base of the Combination Air Valve mechanism through which air from the force main enters 3. Inlet Piping: The piping and appurtenances between the force main and the valve inlet 4. Orifice: The opening in the Combination Air Valve mechanism through which air is expelled from or admitted into the force main 5. Outlet. The opening at the top of Combination Air Valve mechanism, including the orifice, through which air enters or exits the force main 6. Vent Piping: The piping and appurtenances from the Combination Air Valve outlet to its termination point outside the vault B. 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 Iron and Steel Institute (AISI). American National Standards Institute (ANSI)/American Water Works Association (AWWA): a. ANSI/AWWA C512 — Air -Release, Air/Vacuum Valves, and Combination Air Valves for Waterworks Service. b. AWWA Manual of Water Supply Practices M51 (AWWA Manual M51) Air - Release, AirNacuum, and Combination Air Valves 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. Combination Air Valves, air/vacuum valves, or combination air valves stating: CITY OF FORT WORTH Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised February 14, 2018 333170-3 COMBINATION AIR VALVE FOR SANITARY SEWER FORCE MAINS Page 3 of 6 a. Application type b. Working pressure rating c. Test pressure rating d. Surge pressure rating e. Inlet size f. Small orifice size g. Large orifice size h. Cleaning ports 2. Valve vault and appurtenances 3. Tapping appurtenances 4. Isolation valves 5. Fittings 6. Vent piping 7-, Vent cover rd/E)F , IOS11 .o 8- Vent I,ellafd tee+lion enclosure and/or pipe p 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Combination Air Valves of the same size shall be the product of 1 manufacturer. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements l . Protect all parts such that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. 2. Protect all equipment and parts against any damage during a prolonged period at the site. 3. Protect the finished surfaces of all exposed flanges by wooden blank flanges, strongly built and securely bolted thereto. 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 5. Prevent plastic and similar brittle items from being directly exposed to sunlight or extremes in temperature. 6. Secure and maintain a location to store the material in accordance with Section 01 6600. 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's Warranty shall be in accordance with Division 1. CITY OF FORT WORTH Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised February I4, 20I8 333170-4 COMBINATION AIR VALVE FOR SANITARY SEWER FORCE MAINS Page 4 of 6 PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers NON 4 - � 3. Combination Air Valve shall be: a. A.R.I. model D-26 NS b. Vent-O-Mat model RGXII c. Vent Tech model SXG 4. The Combination Air Valve shall be new, and the product of a manufacturer regularly engaged in the manufacturing of air release/air vacuum valves having similar service and size. B. Performance / Design Criteria Capacities a. Application — Sanitary Sewer b. Working Pressure from 10 psi to 150 psi c. Test Pressure = 225 psi d. Surge Pressure = 100 psi minimum, unless stated otherwise in the Contract Documents e. Size 1) Each orifice size must be sufficient to meet the requirements set forth in AWWA Manual M51 and indicated on the Drawings. 2. Function a. High volume discharge during force main filling b. High volume intake through the large orifice c. Pressurized air discharge d. Surge Dampening/Controlled discharge rates 1) The valve shall have an integral surge alleviation mechanism which shall operate automatically to limit transient pressure rise or shock induced by closure due to high velocity air discharge or the subsequent rejoining of the separated water columns. The limitation of the pressure rise shall be achieved by decelerating the approaching water prior to valve closure. c. Must operate effectively with the presence of solids encountered in sanitary sewer C. Materials Combination Air Valve a. Internal parts 1) Non -corroding material such as stainless steel or high -density polyethylene b. Valve body 1) SAE 304 or SAE 316 stainless steel 2) Equipped with intake and discharge flanges CITY OF FORT WORTH Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised February 14, 2018 333170-5 COMBINATION AIR VALVE FOR SANITARY SEWER FORCE MAINS Page 5 of 6 c. Inlet/Discharge orifice area 1) Equal to the nominal size of the valve or greater 2.3 ACCESSORIES A. Inlet Piping 1. Shall be in accordance with Drawings B. Isolation Valves 1. Gate valve (flanged) in accordance with Section 33 12 20 with: a. 2-inch operating nut, non -rising stem with enclosed miter gearing for 3-inch and larger gate valves C. Vent Piping 1. 4-inch minimum Duet'le iron nine 316 stainless steel in accordance with Drawings 2. No galvanized piping allowed. D- zrORt SOFevil - , or appf�eved equal IL Vaul ATCYiUV, flat top, n to manhole in rd „t, Seetio JTZ 39 LV. D .l a 32 inch hinged eover with frame and ad- with. Section ZZ 051?_ 4� Secure Air- Valve to vault wall using a galvanized or stainless steel braeke manufaettifed by Gri all or approvedequa4, in aeeordanoe with the it Provide �,o,.1t +;,. .,,,.1l.. additives Co + ZZ ZO 1 fl 1 Section .Z_2._1�24 per-39 1 V and Section JJ JJ 2 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. Testing and inspection of Combination Air Valves shall be in accordance with AWWA C412. PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install in accordance with manufacturer's recommendations and as shown on the Drawings. CITY OF FORT WORTH Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised February 14, 2018 333170-6 COMBINATION AIR VALVE FOR SANITARY SEWER FORCE MAINS Page 6 of 6 2. All ductile iron piping and valves above ground or within the vault interior shall be painted in accordance with City requirements, unless otherwise stated in the Drawings. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Inspections 1. The valve shall perform as intended with no deformation, leaking or damage of any kind for the pressure ranges indicated. 2. Before acceptance of the installed valve, the City Field Operations Staff shall have the opportunity to inspect and operate the valve. 3. The City will assess the ease of access to the operating nut and case of operating the corporation stop. 4. If access and operation of the valve and its appurtenances meet the City Standard Detail, then the valve will be accepted as installed. 5. The Combination Air Valve assembly shall be free from any leaks. B. Non -Conforming Work 1. If access and operation of the valve or its appurtenances does not meet the City's criteria, the Contractor will remedy the situation until it meets the City's criteria, at the Contractor's expense. 3.8 SYSTEM STARTUP [NOT USED] 39 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USEDI 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson General: Modified specification to reflect materials and equipment in City Standard Detail; Removed cast -in --place manhole references CITY OF FORT WORTH Lake Arlington Lilt Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised February 14, 2018 DIVISION 40 PROCESS INTEGRATION PAGE INTENTIONALLY LEFT BLANK 40 05 43 - 1 SECTION 40 05 43 MISCELLANEOUS VALVES FZTIVl "DlelDl,AlI 1.1 WORK INCLUDED MISCELLANEOUS VALVES Pagel of 3 A. Furnish labor, materials, equipment and incidentals necessary to install miscellaneous valves. Valves and accessories specified in this Section are to be installed only in the absence of product specifications in other Sections and must be approved by the Engineer. Review other Sections for specific requirements. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for "Miscellaneous Valves" shall be per Lump Sum. 2. Payment a. The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per Lump Sum for the bid item, "Lift Station Mechanical Valves, Electromagnetic Flow Meter, Gates, Access Hatches, Appurtenances", installed for: 1) Various inlet sizes 3. The price bid shall include: a. Furnishing and installing the "Miscellaneous Valves" with appurtenances as described in Part 2 and as specified in the Drawings 1.3 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 "Submittals" and shall include: 1. Shop Drawings. 2. Operation and Maintenance Manuals. 1.4 GUARANTEE AND WARRANTY A. Manufacturer shall warrant the equipment and materials furnished under this Section against defects in materials and workmanship and operational failure for a period of 1 year from the date of Owner acceptance. B. In the event of failure of any part or parts of the equipment during the first year of service, provided that the equipment has been operated and maintained in accordance with good practice, the Manufacturer shall furnish and deliver a replacement for the defective part or parts at the Manufacturer's own expense. Manufacturer is also responsible for equipment freight. PART 2 - PRODUCTS 2.1 STAINLESS STEEL BALL VALVES 2 A. Stainless Steel Ball Valves shall be furnished as indicated in the Contract Drawings. B. Valves shall be stainless steel, three-piece body, full port, reinforced TFE seat and seal, threaded ends, rated 1000-psi CWP. Conforms to MSS SP-110. C. Type: Non -lubricated and capable of sealing in either direction. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 400543-2 MISCELLANEOUS VALVES Page 2 of 3 D. End Connections: 1. Threaded or solder ends for sizes 3-inch and smaller, 2. Class 150 flanged for sizes larger than 3 inch. Flanges shall conform to ANSI/ASME B16.1 standards. E. Stem Packing: Manually adjustable while valve is under pressure. F. Shafts: Rigidly connected to the ball by a positive means. The connection shall be designed to transmit torque equivalent to at least 75 percent of the torsional strength of the shaft. G. Handles: Stainless steel latch lock handle with vinyl grip and stainless steel nut designed to open and close the valve under operating conditions H. Temperature Limits: Suitable for operation between minus 20 and 350 degrees Fahrenheit. 1. Valves shall be: 1. Apollo® Valves, 2. Metso Automation/Jamesbury, 3. NIBCO, Inc., or 4. Approved equal. 2.2 CORPORATION STOPS A. Corporation stops shall be bronze with tapered plug and flat key operator. B. Unless otherwise indicated, stops shall have iron pipe thread on inlet and outlet, of the size indicated. C. Corporation stops shall be: 1. Mueller H-10046 or 2. Approved equal. 2.3 YARD HYDRANT A. Yard Hydrant shall be automatically draining, backflow protected with standard garden hose thread outlet and lever handle. B. Yard Hydrants shall be: 1. Woodford Model Y2, 2. Jay R. Smith Figure Number 5909, 3. Zurn Z1395, or 4. Approved equal. 2.4 GLOBE VALVES A. Globe Valves, where indicated shall be Crane Figure 351 or approved equal with American Standard Class 125 flanges. B. Globe valves for screwed piping shall be equal to Crane No. 1. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 400543-3 MISCELLANEOUS VALVES Page 3 of 3 2.5 DRAIN (MUD) VALVES A. Mud valves shall be stainless steel with resilient seats as described herein. Valves shall be the non -rising stem type and be a heavy duty design. The body flange, yoke, guides and gate shall be cast stainless steel, type 316. After machining, all castings shall be passivated in accordance with ASTM A-380. Valves which include components welded from stainless steel are not acceptable. The stem shall have a permanently bonded coating to prevent galling with other stainless components. The coating shall be safe for potable water use and capable of enduring a minimum of 15,000 open -close cycles without galling or excessive wear. The manufacturer shall support cycle testing with a report from an independent test laboratory. Valves shall be furnished with handwheels. B. Drain valves shall be by: 1. Trumbull Industries, Inc. or 2. Approved equal. 2.6 DUCKBILL CHECK VALVES A. Duck bill check valves shall be furnished on all drain lines emptying into all structures/basin- and as otherwise indicated. Duck bill check valves shall be of the flow -operated check type with a slip-on end connection. Inlet port areas shall be 100 percent of the mating pipe port size. The port area shall contour down to a duckbill which shall allow passage of flow in one direction while preventing reverse flow. Valves shall open in the proper direction under 2 inches or more of pressure, and shall withstand up to 10 feet of back pressure. Valves shall be designed to slip over the specified pipe outside diameter, and shall be attached to the pipe by means of clamps furnished by the valve manufacturer. Valves shall be of one-piece neoprene rubber construction with a fabric reinforcement, with a protective EPDM exterior wrapping for protection against ultraviolet radiation. Valves shall be Red Valve Tide Flex Check Valves or approved equal. PART 3 - EXECUTION 3.1 INSTALLATION A. Carefully handle and install valves in a manner that prevents damage to any part of the valves. Install valves in accordance with the Manufacturer's instructions. END OF SECTION FREESE AND NICHOLS, INC. Lake Arlington Litt Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 PAGE INTENTIONALLY LEFT BLANK SECTION 40 05 50 FABRICATED GATES PARTI- GENERAL 1.1 WORK INCLUDED 40 05 50 - 1 FABRICATED GATES Page 1 of 8 A. Furnish labor, materials, equipment and incidentals necessary to install slide gates or sluice gates as shown in the gate schedule with operators, gate stems, frames, gate guides, wall thimbles and other related appurtenances. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for "Fabricated Gates" shall be per Each. 2. Payment a. The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per Each for the bid item, "Sluice Gate". 3. The price bid shall include: a. Furnishing and installing Sluice Gate and all appurtenances as specified and shown in the Drawings, including but not limited to: 1) Frame 2) Slide and Guides 3) Gate Stem 4) Manual Operator b. Installation c. Testing d. Clean -Up 1.3 QUALITY ASSURANCE A. Acceptable Manufacturers: 1. Whipps. 2. Fontaine. 3. GoIden Harvest. 4. Hydro Gate. B. Manufacturer's Representative for Startup and Testing: The services of the manufacturer's technical representative shall be provided for pre -startup installation checks, startup assistance, training of Owner's operating personnel, troubleshooting and other services as required in Section 0175 00 "Starting and Adjusting." 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. Training shall be conducted for a minimum of 4 hours by the manufacturer's representative. The Contractor shall submit the training schedule to the Owner for approval a minimum 2 weeks from the proposed training. C. The fully assembled gates shall be shop inspected, tested for operation and leakage, and adjusted before shipping. Manufacturer shall provide test certificates to show that they meet the leakage rate required in this Section. There shall be no assembling or adjusting on the Site other than for the lifting mechanism FRE ESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 400550-2 FABRICATED GATES Page 2 of 8 1.4 MANUFACTURER'S QUALITY CONTROL SYSTEM A. The gate manufacturer shall be ISO 9001 certified and compliant or have an approved Quality Assurance Policy. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 "Submittals" and shall include: 1. Shop Drawings. 2. Operation and Maintenance Manuals. 1.6 STANDARDS A. The applicable provisions of the following standard shall apply as if written here in its entirety: 1. American Water Works Association (AWWA) Standards: AWWA C513-05 Open Channel Fabricated Metal -Slide Gates and Open Channel Fabricated Metal -Weir Gates AWWA C561-04 Fabricated Stainless Steel Slide Gates 1.7 EXPERIENCE REQUIREMENTS A. The equipment Supplier shall have at least 10 years' experience in the design, application and supply of stainless steel fabricated gates in wastewater service. The equipment Supplier shall submit a list of not less than 10 operating installations in the United States with similar size gate as scheduled, as evidence of meeting the experience requirement. Installation list shall be submitted with the Shop Drawings. 1.8 GUARANTEE AND WARRANTY A. Manufacturer shall warrant that the complete system shall be free from defective material and workmanship for a period of I year from date of Owner acceptance. PART 2- PRODUCTS W =u K I DI IF W A. Materials in fabricated gates and appurtenances shall conform to the requirements of the applicable specifications listed below for the alloy, grade, type, or class of material and the condition and finish appropriate to the structural and operational requirements: 1. Stainless Steel: ASTM A167, ASTM A276 or ASTM A582, Type 302, 303, 304 or 304L. 2. Bronze Bar, Rods, Shapes: ASTM B21 or ASTM B98. 3. Cast Bronze: ASTM B584. 4. Rubber for Gaskets and Seals: ASTM D2000, Grade R-62. 5. UHMW Polyethylene: ASTM D4020. 2.2 GATE DEFINITIONS A. Sluice gates are defined as fabricated gates with top, bottom and side seals. Sluice gates are typically used at pipe ends in basins or influent and effluent boxes and fully submerged wall openings and/or orifices. FIWESE AND NICHOLS, INC. Lake Arlington Lilt Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number; 100995 Revised March 24, 2020 ts91176YIUM FABRICATED GATES Page 3 of 8 B. Weir gates are defined as fabricated gates with bottom and side seals. Weir gates are typically used as overflow downward opening adjustable weirs. The top of weir gates are typically submerged and set at the desired overflow elevation. Weir gates are mounted flush to the wall surface at the weir opening in the structural wall. 2.3 FABRICATED GATES A. General: 1. Gates shall be as specified herein and have the characteristics and dimensions shown on the Contract Documents. 2. Gates shall have two permanent lifting eyes. 3. Leakage for fabricated gates shall not exceed 0.10 GPM/FT of wetted seal perimeter in seating and unseating head conditions. 4. The maximum allowable leakage for stop gates and stop logs shall be 0.40 GPM/LF of wetted seal perimeter in seating and unseating head conditions. 5. The gate seal design shall meet the latest applicable AWWA standards. 6. All structural components of the frame and slide shall be constructed of fabricated stainless steel [cast iron, aluminum, non-metal (FRP) having a minimum thickness of 1/4 inch and shall have adequate strength to prevent distortion during normal handling, during installation and while in service. 7. All welding shall be performed by welders with AWS certification and be completed in the manufacturing facility. No welding is allowed in the field during installation. 8. Materials: Components Materials Frame Assembly and Retainers 304 L stainless steel Slide and Stiffeners 304 L stainless steel Stem 304 L stainless steel Fasteners, Nuts and Bolts 304 L stainless steel Invert Seal (Upward Opening Gates only) EPDM Seat/Seals and Facing UHMWPE Lift Nuts Bronze Pedestal and Wall Brackets Stainless steel Operator Housing stainless steel Wall Thimble 304 L stainless steel B. Frames: 1. Frame shall be formed or extruded construction consisting of guides and invert members and top member where top closure is required. Suitable reinforcements will be provided to resist all operating loads. 2. Frame shall be designed for various mounting styles as shown on the Drawings. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECI INICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 400550-4 FABRICATED GATES Page 4 of 8 3. The structural portion of the frame that incorporates the seat/seals shall be formed into a one-piece shape for rigidity. Guide members that consist of two or more bolted structural members are not acceptable. Guide member designs where water loads are transferred through the assembly bolts are not acceptable. 4. On self-contained gates, a yoke shall be provided across the top of the frame. The yoke shall be formed by two structural members affixed to the top of the side frame members to provide a one-piece rigid assembly. The yoke shall be designed to allow removal of the slide. The maximum deflection of the yoke shall be 1/360 of the gate's span. 5. A rigid stainless steel invert member shall be provided across the bottom of the opening. The invert member shall be of the flushbottom type on upward opening gates. Flushbottom seal shall incorporate an embedded frame channel gate for new construction or an existing channel gate mount for existing channels. 6. A rigid stainless steel top seal member shall be provided across the top of the opening on gates designed to cover submerged openings. C. Slides and Guides: 1. The slide and reinforcing stiffeners shall be constructed of stainless steel plate. All structural components shall have a minimum thickness of 1/4 inch. 2. The gate slide deflection shall not exceed 1/360th of gate width at maximum design head or 1/16 inch at seal points, whichever is less. 3. Reinforcing stiffeners shall be welded to the slide and mounted horizontally. Vertical stiffeners shall be welded on the outside of the horizontal stiffeners for additional reinforcement. 4. The stem connector shall be constructed of two angles or plates. The stem connector shall be welded to the slide. A minimum of two bolts shall connect the stem to the stem connector. 5. The gate guides shall be designed for maximum rigidity, having a weight of not less than 2- 1/2 pounds for aluminum stop gates, 5 pounds for aluminum slide gates, and 9 pounds for stainless steel. The guides shall be of sufficient length to support two-thirds of the height of the slide when the gate is fully open. On self-contained gates, where the guides extend above the operating floor, they shall be strong enough so that no further reinforcing shall be required. 6. When a wall thimble is specified or shown it shall be 304 L stainless steel and of the section, type and depth required. The front flange shall match the gate frame and drilled and tapped to accurately receive the gate attachment studs. Gaskets or mastic to be installed between the thimble and the gate frame shall conform to the recommendation of the gate manufacturer and shall be furnished with the thimble. 7. Downward opening weir gates shall have a self -containing frame that extends beyond the weir elevation so that the top of gate slide elevation is lower than the weir elevation when fully open. D. Gate Stem and Lift: 1. Stems shall be of suitable length with minimum 1.5-inch diameter, and ample strength for the intended service. The operating stem shall be rising. The stem diameter shall be capable of withstanding twice the rated output of the operator at 40 pounds crank or hand wheel pull and shall be capable of moving the gate slide with the specified seating and unseating head against the gate. FIiEESE AND NICHOLS, INC. Lake Arlington Lilt Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 FABRICATED GATES Page 5 of 8 2. The stem shall be furnished in sections as necessary to permit reasonable ease in installation. Couplings shall be bolted, pinned or machine -cut ACME threads of sufficient length to completely open the gate. The threads shall be smooth and of uniform lead and cross-section, such that the nut can travel the full length without binding or excessive friction. The stem shall be threaded for connection to the stem block or thrust nut on the gate slide. The entire stem shall be of solid stainless steel material and the threaded portion of the stem shall have a rolled or machine cut ACME threads. Stem extension pipes are not acceptable unless approved prior to installation by the Engineer. 3. Stem guides shall be fabricated with UHMWPE bushed collars. Stem guide spacing shall be as recommended by the manufacturer, but in no case shall it exceed slenderness ratio l/r ratio of 200, or 9 feet-0 inches center to center spacing. 4. An adjustable bronze stop collar shall be provided to limit both upward and downward travel of the fabricated gate. 5. Provision shall be made to prevent stem rotation within the thrust nut at the connection with the gate slide. 6. For weir gates, provide a spreader bar to connect the stem to the gate so that the stern is not in the flow stream. E. Seals: 1. All gates shall be equipped with UHMW polyethylene side and bottom seat/seals to restrict leakage and to prevent metal to metal contact between the frame and slide. 2. The seatiseals shall extend to accommodate the two-thirds the height of the slide when the slide is in the fully closed or fully opened position. 3. All upward opening gates shall be provided with a resilient seal to seal the bottom portion of the gate. The seal shall be attached to the invert member or the bottom of the slide and it shall be held in place with stainless steel attachment hardware. 4. The seal system shall be durable and shall be designed to accommodate high velocities and frequent cycling without loosening or suffering damage. 5. All seals must be bolted or otherwise mechanically fastened to the frame or slide. Arrangement with seals that are force fit or held in place with adhesives are unacceptable. 6. The seals shall be mounted so as not to obstruct the gate opening. 7. The seal system shall be factory tested to confirm negligible wear (less than 0.01 inch) and proper sealing. F. Manual Operators: Gates shall be operated by a manual handwheel or crank -operated gearbox. The operator shall be mounted on the yoke of self-contained gates or on the pedestal of non -self- contained gates. 1. The gate manufacturer shall select the proper gear ratio to ensure that the gate can be operated with no more than a 40-pound effort when the gate is in the closed position and experiencing the maximum operating head. 2. An arrow with the word "OPEN" shall be permanently attached or cast onto the operator to indicate the direction or rotation to open the gate. 3. Manufacturer shall provide the appropriate operator (handwheel, crank -operated gearbox, off -set crank, or other approved mechanism) at 36 inches above operating floor unless noted otherwise in the schedule or the Drawings. 4. Handwheel operators shall be fully enclosed and shall have a cast aluminum housing. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 4005 50 - 6 FABRICATED GATES Page 6 of 8 a. Handwheel operators shall be provided with a threaded cast bronze lift nut to engage the operating stem. b. Handwheel operators shall be equipped with roller bearings above and below the operating nut. c. Positive mechanical seals shall be provided above and below the operating nut to exclude moisture and dirt and prevent leakage of lubricant out of the hoist. d. The handwheel shall be removable and shall have a minimum diameter of 15 inches. Crank -operated gearboxes shall be fully enclosed and shall have a cast aluminum housing. a. Gearboxes shall have single gear reduction. b. Gearboxes shall be provided with a threaded cast bronze lift nut to engage the operating stem. c. Bearings shall be provided above and below the flange on the operating nut to support both opening and closing thrusts. d. Gears shall be steel with machined cut teeth designed for smooth operation. e. The pinion shaft shall be stainless steel and shall be supported on ball or tapered roller bearings. f. Positive mechanical seals shall be provided on the operating nut and the pinion shafts to exclude moisture and dirt and prevent leakage of lubricant out of the hoist. g. The crank shall be cast aluminum with a revolving nylon grip. h. The crank shall be non removable. Provide a crank for every gate. 6. All gates having widths in excess of 72 inches and widths greater than twice their height shall be provided with two gearboxes connected by an interconnecting shaft for simultaneous operation. a. Interconnecting shafting shall be constructed of stainless steel. b. Flexible couplings shall be provided at each end of the interconnecting shaft. c. One crank shall be provided to mount on the pinion shaft of one of the gearboxes. 7. Pedestals shall be constructed of stainless steel. Aluminum pedestals are not acceptable. a. The pedestal height shall be such that the handwheel or pinion shaft on the crank - operated gearbox is located 36 inches above the operating floor. b. Wall brackets shall be used to support floor stands where shown on the Drawings and shall be constructed of stainless steel. c. Wall brackets shall be reinforced to withstand in compression at least two times the rated output of the operator with a 40-pound effort on the crank or handwheel. d. The design and detail of the brackets and anchor bolts shall be provided by the gate manufacturer and shall be approved by the Engineer. The gate manufacturer shall supply the bracket, anchor bolts and accessories as part of the gate assembly. S. Operators shall be equipped with fracture resistant clear butyrate or lexan plastic stem covers. a. The top of the stem cover shall be closed. b. The bottom end of the stem cover shall be mounted in a housing or adapter for easy field mounting. c. Stem covers shall be complete with indicator markings to indicate gate position. d. Vent holes shall be provided to prevent condensation. e. Cover shall not become brittle or discolored when subjected to local weather conditions for a minimum of 5 years after installation. Replacement of covers less than 5 years after installation shall be provided under warranty, 9. When shown in Paragraph 3.04, provide 2-inch square nut, mounted in a floor box, with a non -rising stem. a. The square nut shall be constructed of stainless steel. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 40 05 50 - 7 FABRICATED GATES Page 7 of 8 b. The floor box shall be constructed of stainless steel or cast iron and shall be set in the concrete floor above the gate as shown. c. Provide one stainless steel T-handle wrench for operation. PART 3 - EXECUTION 3.1 INSTALLATION A. Fabricated gates shall be installed in accordance with the recommendations of the gate manufacturer. Guide frames for fabricated gates shall be as shown on the schedule. The bottom of the fabricated gate structure shall be embedded flush bottom, unless otherwise indicated. B. InstalI the gates in a manner that will prevent leakage around the seats and binding of the gates during operation. Keep surfaces where metal and the concrete placed come in contact free from oil, grease, loose mill scale, loose paint, surface rust, and other debris or objectionable coatings. Secure anchor bolts, thimbles and spigot frames in true position in the forms and hold in alignment during the placement of the concrete. Finish surfaces to provide a smooth and uniform contact surface where concrete and rubber seals come in contact and where flat frames or plates are installed. When a flat frame is installed against concrete, the Contractor shall either install using double -nuts and a grout pad or a minimum 1/2-inch EPDM or 1/2-inch non -shrink grout shall be placed between the gate and the concrete. When the gate is attached to a thimble, apply non shrink grout or a resilient gasket material with a minimum of 60 durometer hardness between the gate frame and the thimble. C. Carefully align gate stems, stem guides and gate lifts so the stem is parallel to the guide bars or angles on the gate frame after installation. 3.2 FIELD QUALITY CONTROL A. Prior to final acceptance by the Owner, the slide gates shall be tested in the presence of the Engineer. A seating head corresponding to the maximum water level shall be placed on the slide gate and the gate examined for leakage. The maximum allowable leakage for fabricated gates shall be as specified. Manufacturer shall provide test certificates to show that they meet the leakage rate required in this Section. The sluice gate shall be opened from the fully closed position under maximum seating head, and closed from the fully open position under average flow conditions to verify that the gate lift is operational and in satisfactory working order. K �K �►�V 1 1 111.V A. After installation, clean, lubricate, and otherwise service the gate and lift in accordance with the manufacturer's instructions. 3.4 SCHEDULES A. Sluice gates shall be supplied in accordance with the following schedule: The required slide gates and certain pertinent data are given below. This list is given to facilitate description of the various gates and as an aid to plan take -off, and is not guaranteed to be complete. seating{ No. I(1aCAt oi1 IfI} {}tsening ()peninl; Irate Crate 11 ounc Un9Laiing Operalur Req%] i ervice Tag Size Direcllun Type 'Mawrial Read Type (feet) 20/25 HW I Wet well 78" Diam. Upward SLU 304 SS PC influent FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 400550-8 FABRICATED GATES Page 8of8 LEGEND Opening Upward (Fabricated Gates) Direction Downward Weir Gates Gate Sluice Gate (SLU) Type Weir Gate WG End of Pipe Mount Flush Pipe in Concrete Wall PC Operator Floor Mounted Handwheel (HW) Type END OF SECTION FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 SECTION 40 05 65.23 SWING CHECK VALVES 1 NUMIi=e0i1 Ot7\_I 1.1 WORK INCLUDED 40 05 65.23 - I SWING CHECK VALVES Page I of 3 A. Furnish labor, materials, equipment and incidentals necessary to install swing check valves (external weight and lever and oil damper) 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. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for "Swing Check Valve" shall be per Each. 2. Payment a. The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per Each for the bid item, "Swing Check Valve", installed For: 1) Various sizes 3. The price bid shall include: a. Furnishing and installing "Swing Check Valves" and all appurtenances as specified and shown in the Drawings b. Coating c. Testing d. Clean -Up 1.3 QUALITY ASSURANCE A. 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. B. Acceptable manufacturers and models: A1. DeZURIK APCO 2. Val-Matic 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. 1.4 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 "Submittals" and shall include: 1. Shop Drawings. 2. Operation and Maintenance Manuals. FREESE AND NICHOLS, INC. Lace Arlington Lift Station TFC14NICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 40 05 65.23 - 2 SWING CHECK VALVES Page 2 of 3 3. Head Loss Charts. 1.5 STANDARDS A. The following standards shall apply as if they are included in these documents: 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 2. American Water Works Association (AWWA) Standards: AWWA C508 Swing -Check Valves for Waterworks Service, 2- through 24-incb NPS AWWA C550 Fusion Bonded Epoxy Pain PART 2- PRODUCTS 2.1 SWING CHECK VALVES A. Check valves shall be Oil Control Bottom Buffer Cushioned Swing Check. The valve body and cover shall be ASTM A126 Grade B Cast Iron or ASTM A536 Ductile Iron as required to handle design pressure, and shall be provided with a flush and drain hole. The body seat shall be locked in place with stainless steel lock screws. The single continuous pivot shaft shall be high strength T303 stainless steel and attached to the external weight and lever. The disc shall be ductile iron utilizing a double clevis hinge, and be connected to a ductile iron disc arm assembly which shall be suspended from the shaft. The valve must be equipped with a bottom hydraulic buffer to permit free open, but positive non -slam control closure of the disc. The hydraulic buffer and oil system shall be removable without need to remove the entire valve, and the oil system shall be totally independent from the main line to prevent corrosion or contamination to the main line media. B. The valve disc shall absolutely prevent the return of water or sewage 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 ANSI 125/.150 pound flat faced flanges. Valve exterior and interior to be painted with Fusion Epoxy Paint per AWWA C550. D. The closing and opening rate of the valve shall be field adjustable. E. Coat the valves with fusion bonded epoxy paint per AWWA C550 in the color selected by the Owner. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 40 05 65.23 - 3 SWING CHECK VALVES Page 3 of 3 PART 3 - EXECUTION 3.1 INSTALLATION A. Carefully handle and lower the valves into position so to prevent damage to any part of the valves. 3.2 CLEAN AND ADJUST A. Adjust weight position and air cushion operation in accordance with manufacturer recommendations and per the Owner's and Engineer's direction during startup. END OF SECTION FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised ;March 24, 2020 PAGE INTENTIONALLY LEFT BLANK 406666-1 COMMUNICATION TOWERS Page I of 6 SECTION 40 66 66 COMMUNICATION TOWERS PART1- GENERAL 1.1 SCOPE OF WORK A.Fumish engineering design, labor, materials, and equipment required for self-supporting towers as shown on the Drawings. B. Wind and seismic loading requirements defined in TIA-222-H standard will be used for the tower and foundation design. The tower manufacturer will design the bases for towers and any retaining walls required about the tower base. Contractor will provide the project geotechnical report to the tower manufacturer as a basis of design. If a project geotechnical report is not available, contractor will obtain the required geotechnical sample, test in accordance with the tower manufacturers requirements, and provide geotechnical report to tower manufacturer. Tower foundation design will be signed and sealed by a professional engineer registered in the state of Texas. C.Perform a full tower mapping and a structural analysis. D.Wind loading requirements defined in TIA-222-H standard will be used for the addition of antennas to existing towers. E. New and existing towers will be risk category 2 structures. F. Coordinate and comply with FAA for all erected tower and modifications to existing towers. Coordination includes OE/AAA filing process and submission of all required forms including but not limited to form 7460-1 & 7460-2 prior to construction of new towers. G.Provide obstruction lighting per FAA requirements for all towers erected over 200 Ft AGL and under 200 Ft where required by the FAA. Contractor is responsible for providing all necessary power, panelboard circuit breakers, cable, conduit, ancillary equipment as required for a complete and operational obstruction lighting system. Provide a signal (dry contact closure) to the local SCADA system for obstruction light failure. H.Coordination meetings with contractors responsible for the SCADA and Communications contracts with the City of Fort Worth. Purpose of coordination meetings is to discuss scheduling between contracts. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item will be by lump sum. 2. Payment a. The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for antenna tower. 3. The price bid shall include: a. Furnishing and installing antenna tower as specified by the Drawings b. Mobilization c. Optical interface touchpanel d. Ethernet radio FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: I00995 Revised March 24, 2020 406666-2 COMMUNICATION TOWERS Page 2 of 6 e. PLC and 1/0 modules 1.3 RELATED WORK A. Section 03 30 00 Cast -in -Place Concrete A.Section 3123 10 Structural Excavation and Backfill B.Division 26 Electrical C. Division 40 Process Integration 1.4 SUBMITTALS A. Submit the following information for the tower in accordance with 01 33 00 "Submittals": I. Shop and erection drawings of tower foundation, tower, and all accessories signed and sealed by a Texas Registered Professional Engineer. The drawings will include: a. Materials, dimensions, welds, member sizes and plate thicknesses; use welding symbols recommended by AWS. b. Complete details of the foundation system. c. Details for connection of tower to foundation system. 2. Proposed sequence of erection. Three copies of design computations signed and sealed by a Texas Registered Professional Engineer. a. The calculations will show conformance to all criteria listed in Paragraph 2.04 including all loading criteria and any assumptions used for all components of the complete communications tower including the foundation, steel tower and ladders. b. The structural computations will outline the foundation design and show all reactions between the tower and the concrete foundation. B. Submit a report indicating the proposed antenna arrangement on existing towers meet the wind loading requirements defined in TIA-222-H. 1.5 CONTRACT PERFORMANCE REQUIREMENTS A. Towers, electric equipment, materials and installation will comply with the latest edition of the requirements from: I. Structural Standard for Steel Antenna Towers and Antenna Supporting Structures ANSI/TIA/EIA- 222-H. 2. American Institute of Steel Construction (AISC). 3. American Concrete Institute (ACI). 4. American Welding Society (AWS). B.Motorola R56 Design Guide C.American Concrete Institute Standard "Building Code Requirements for Reinforced Concrete" (ACI 318 - Latest Edition). D.American Society for Testing and Materials (ASTM) as pertaining to the steel, concrete and admixtures used in pole fabrication. 1.6 QUALITY ASSURANCE A. Contractor must have a minimum of 15 years experience in designing, erecting and commissioning communication towers and tower foundations. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCOMENT City Project Number: 100995 Revised March 24, 2020 40 66 66 - 3 COMMUNICATION TOWERS Page 3 of 6 1.7 DELIVERY, STORAGE AND HANDLING A. Coordinate with Owner for location for on -site storage of towers. PART 2 - PRODUCTS Z.1 TOWERS A. General Minimum tower height will be 60 Ft AGL. 2. All fabricated tower members will be hot -dip galvanized. B. Self-supporting Towers (50 Ft AGL and taller) 1. Self-supporting tower will be heavy duty with 3 legs and will be assembled using 20 Ft sections. a. Provide climbing ladders. b. Provide safety cable c. The exact type and sizes of the tower structure members will be determined bythe tower manufacturer. 2. Manufacturers a. ROHN Products, LLC b. Sabre Industries c. Approved Equal 2.2 ACCESSORIES A. Provide necessary brackets for antenna mounting. B. Provide coaxial cable hangers to support cable at intervals not to exceed 5'. Cable hanger will be a barrel cushion type with rubber cushion and stainless steel hardware. A. Obstruction Lighting System 1. For towers higher than 200 Ft and under 200 Ft and where required by the FAA, provide white and red medium intensity strobe light system to meet FAA requirements. Provide and install all required LED beacons, LED marker lights, controllers, and wiring between all components for a fully operational system. 2. Lighting system input voltage will be 120 VAC. 3. Double obstruction lighting 4. Provide dry contact for light failure. 5. Do not exceed 3% voltage drop from panel to lights. 6. Size conductors per NEC, minimum size will be #10 AWG. 7. Manufacturers a. Flash Technology, Vanguard If LED b. Approved equal. B. Safety Cable 1. Provide safety cable assembly including medium size harness with safety clamps, all necessary restrainers, top and bottom attachments, required length of extra high strength (EHS) cable to reach the top of the ladder, and all necessary nuts and bolts. 2.3 GROUNDING A. Provide grounding for towers, with a resistance to ground of 5 Ohms or less. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 406666-4 COMMUNICATION TOWERS Page 4of6 A.Provide the tower base grounding ]tits for a complete tower grounding system. B. Provide all necessary ground lugs and clamps. C.Ground towers per TIA/EIA-222-H standard and the Motorola R56 Design Guide. D.See specification 26 05 26, "Grounding and Bonding for Electrical Systems" for additional requirements. 2.4 STRUCTURAL CRITERIA A. Loading requirements, wind criteria and seismic criteria are defined in TIA/EIA-222-H standard. A.Design Criteria: 1. Foundation structure: a. The tower foundation will be a reinforced concrete structure. The size and depth will be determined by the tower engineer based on system requirements. b. Provide all of the materials for the reinforced concrete foundation in accordance with specification 03 30 00, "Cast -in -Place Concrete". c. The concrete foundation will be designed in accordance with ACI 318. Minimum specified compressive strength will be 3,000 psi at 28 days. d. Anchor bolts for tower base connection are to be designed and provided by the tower manufacturer. Provide anchor bolts with templates or setting drawings in time to permit casting the anchor bolts when the drilled shafts are placed. 2. Tower structure: a. All steel tower components, including steel plates, structural shapes and filler metals will be in accordance with TIA-222-H. b. Twist and sway on towers will not introduce greater than 3 dB signal level degradation for antennas provided under this contract. c. The steel tower will withstand the following loads and forces acting separately or together as required by the applicable sections of TIA-222-H: weight of the structure, ice load, and wind load. The calculation of the above loads will be in accordance with TIA- 222-H. PART 3 - EXECUTION 3.1 GENERAL A. The tower manufacturer will maintain the highest quality steel manufacturing standards for production. Only AWS certified welders will be employed for tower fabrication. A fully qualified quality control department will be employed with a quality control manual maintained to establish minimum acceptable fabrication standards, procedures, and requirements for documentations. 3.2 TOWER FOUNDATION A. Concrete Construction: Reinforcement placed adjacent to crushed granite around the tower base will have a 2-inch minimum cover, and will be supported by precast concrete block, metal or plastic bar supports. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Numbev 100995 Revised March 24, 2020 406666-5 COMMUNICATION TOWERS Page 5 of 6 2. The sides of foundations will be formed using any suitable system conforming to ACT 318. Earth cuts will not be used as forms for vertical surfaces. Forms will be provided on top sloping surfaces steeper than 2.5 horizontal to 1 vertical. Straight form panels may be used to form circular foundation shapes. The minimum design radius will be maintained at all sections. 3. Concrete break tests are required for all towers. See specification 03 30 00, "Cast -In -Place Concrete" for additional requirements. 3.3 TOWER ERECTION A. Steel tower structures will be erected in accordance with American Institute of Steel Construction, the Drawings and Specifications, and the fabrication and erection drawings prepared by the tower fabricator. Erection equipment and procedures will be suitable for a safe, efficient tower erection without overstressing structural components and without damaging or endangering existing facilities orpersonnel. A.Bent, twisted or otherwise deformed members will be straightened or replaced as directed by the Engineer. Members that are, in the opinion ofthe Engineer, damaged in a manner causing a reduction in their strength will be replaced. Special care will be taken to prevent injury to the galvanized surfaces. B. Erect each tower plumb with a tolerance of one unit in 500 units of height as measured with a transit. See TIA-222-H. C. CIean contact surfaces of joints of dirt and other foreign materials before assembly. Reaming of mismatched holes will not be permitted. Any error in shop work which prevents the proper assembly and fitting of parts by the moderate use of drift pins will be immediately reported to the Engineer and will then be corrected as directed by the Engineer. D.Accurately align connection holes to prevent damage to the threads and galvanized finish of the bolts inserted therein. E. Handle and install nuts in a manner that will not damage or impair the effectiveness of the galvanized finish. Wrenches which deform the nut or bolt head or which mar the galvanized finish will be repaired or removed from construction operations and replaced in a manner acceptable to the Engineer. Replace damaged bolts and nuts with new, undamaged bolts and nuts of the same type, size, quality and manufacturer as the original bolts. Torque bolts per tower manufacturer's recommendations. Provide inspection of installation in accordance with 2018 IBC, Section 1704.3. F. Towers will be clean of dirt or other foreign material when erected. In muddy or marshy areas, the towers will be kept clear of the ground during assembly and erection. G.Protect all existing buildings, structures, vehicles and equipment during the fabrication and erection of the towers. The Contractor will be liable for any damage caused to such buildings, structures, vehicles and equipment. H.A Rigging plan compliant with ANSI A 10.48 is required. L Provide a crushed granite base around tower. Granite base will extend five feet beyond the extents of the tower. J. Grounding 1. InstaIl all grounding connections from the towers to the ground ring. Ground ring will be installed by the Electrical Contractor. Coordinate timing with Electrical contractor for connection of tower to ground ring. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 406666-6 COMMUNICATION TOWERS Page 6 of 6 K.Field Painting 1. Galvanized surfaces scratched or otherwise damaged during delivery, unloadingor erection will be thoroughly cleaned by wire brushing the damaged area to remove all loose, cracked or bruised galvanizing. Cleaned areas will then be painted with galvanizing repairpaint. 2. Prepare the surface to be painted so that it is clean and free of all dust, dirt, oil, grease, earth, moisture, loose rust, loose scale and other undesirable residue immediately before the application of paint. Mechanical cleaning will be used to remove solid residue such as rust and earth by scraping, wire brushing or sanding until a sound metal or painted surface remains. All paint will be thoroughly mixed immediately prior to and during the application of paint. Paint will be not be applied to surfaces which are more than 5 degrees F below the air temperature. Paint will not be applied in rain, fog, mist, snow or when relative humidity exceeds 85 percent. END OF SECTION FREESE AND NICIFOGS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2420 SECTION 40 90 01 INSTRUMENTATION PART1- GENERAL 1.1 WORK INCLUDED 409001-1 INSTRUMENTATION Page 1 of 7 A. Furnish labor, materials, equipment and incidentals necessary to install all equipment for complete instrumentation and controls. Contractor's work will include but not be limited to the following: 1. InstalIation of equipment furnished under this contract. 2. Interconnections between equipment furnished under this contract. B. The Contractor's attention is directed to the fact that instrumentation is an integrated system and as such will be furnished by one vendor or system integrator who will 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 will be provided by the Contractor. Installation work will 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. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item will be by lump sum. 2. Payment a. The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for instrumentation. 3. The price bid shall include: a. Furnishing and installing instrumentation as specified by the Drawings b. Mobilization 1.3 QUALITY ASSURANCE A. GENERAL: Equipment will 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 will be compatible with the functions required and the equipment furnished by the Contractor. B. OPERATING VOLTAGE. Electrical components of the system will operate on 24 volt DC, 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 will be furnished with the instrumentation. D. PROTECTION FREESE AND NICHOLS, INC. Lake Arlington Li (l Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number; 100995 Revised March 24, 2020 409001 -2 INSTRUMENTATION Page 2 of 7 1. The instrumentation system supplier will 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 which extends outside the PLC enclosure will be protected by insertion of a 1/16 amp fuse, Buss Type MKB. Fuses will be installed in fuse blocks behind the PLC enclosure door. Fuse blocks will have a blown fuse indication light. 3. The necessary fuses or switches required by the Instrumentation Manufacturer will be provided with the equipment. The instruments requiring an internal power supply will have an internal ON -OFF switch. E. INPUT/OUTPUT 1. In general and unless specifically stated otherwise, inputs and outputs involving instrumentation systems shown will be 4-20 mA DC process measurement signals. Current loop isolators, current repeaters, or other signal isolators will be furnished and installed as required to meet instrument specifications and to make instrumentation system fully operational. 1.4 SUBMITTALS A. Submittals will be in accordance with Section 0133 00, SUBMITTALS and will include: 1. Shop Drawings a. Shop drawings will be submitted to the Engineer for approval before fabrication or shipment to the job. Equipment will not be fabricated or shipped to the job before receipt of approved shop drawings from the Engineer. Submittals for approval will include component manufacturing data sheet indicating pertinent data and identifying each component by item number and nomenclature: b. The submittal will be organized with a cover shect listing each instrument being provided. Each instrument will be listed with the associated tag name, model number, and specified options. c. Separated by tabbed sections, each section will include the product cut sheets from the manufacturer. d. Component drawing showing: dimensions, mounting, external connection details e. Wiring schematic f. Component identification on the schematic g. The contractor will be responsible for preparation of the required sets of these drawings for distribution as indicated in Division 0 and Division 1 specifications. h. Shop drawings submitted for all equipment furnished under this section of the specifications, will be submitted at the same time in the saute package. Partial submittals will not be reviewed. Sales bulletins and other general publications are not acceptable as submittals for approval. 2. Equipment installation Report. a. Contractor will provide an Equipment Installation Report for each instrument (flow meter, level transmitter, etc.) to the Engineer for approval. The equipment installation report will include documentation stating that the instrument was installed and properly calibrated per the manufacturer's recommendations by an Authorized representative of the instrument manufacturer. All parameters required for programming of the instrument will 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 will be provided as well. 3. Operation and Maintenance Manuals FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number! 100995 Revised March 24, 2020 409001 -3 INSTRUMENTATION Page 3 of 7 a. Operating instructions will incorporate a functional description of the entire system including the system schematics which reflect "as -built" modifications. b. Wiring diagrams will clearly show terminal numbers and wire numbers as they actually are in the instrumentation system. c. Instrument panel wiring will be such that each wire installed has its own number designation at each end and such that no number is repeated. d. Setup parameters: O&M will include an ISA datasheet with each instrument. The ISA form will be filled out with ordering information, setup parameters, ranges, and approximate location. e. Special maintenance requirements particular to the system will be clearly defined along with special calibration and test procedures. 1.5 STANDARDS A. The applicable provisions of the following standards will apply as if written herein their entirety: 1. ASTM A-126 Specification for Gray Iron Castings for Valves, Flanges and Pipe Fittings 2. ASTM B-61 Specification for Steam and Valve Bronze Castings 1.6 JOB CONDITIONS A. SPARE PARTS 1. Furnish all standard recommended spare parts as indicated in the Manufacturer's instruction manuals, for each component in the system. 2. Furnish the following non-standard spare parts: a. Four (4) of each different type and size of fuses. B. 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 will be furnished. 1 W."t, n c _WIIT1111000 2.1 ENCLOSURES/PANELS A. Enclosures and panels as indicated on the plans and in this specification will be furnished, installed, and wired. Enclosures will be NEMA 4X, 316 stainless steel for outdoor environments and NEMA 12 enclosures for indoor environments, unless specifically stated otherwise. 2.2 SUBMERSIBLE LEVEL TRANSMITTER A. The submersible level transmitter will be a two -wire device that provides a 4-20 mA output proportional to level and will be powered by 24 VDC. B. The level transmitter will consist of a submersible bonded strain gauge pressure -sensing element, encased in a watertight case with 316 stainless steel wetted materials. The unit will be designed for severe service/high solids environment with turbulence and have a 316 SS cage with welded end cap and NPT conduit connection. The unit will have NEMA 6P, IP 68 environmental protection rating. It will be supplied with standard polyurethane shielded and vented cable, with enough cable to meet the application per the plans. Unit will be supplied with a lifting ring to support the pressure transducer with stainless steel cable. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 409001 -4 INSTRUMENTATION Page 4 of 7 C. Mount level transmitter in a stilling well. Well will be constructed of 6" diameter schedule 80 PVC with 0.5" holes drilled on each side of the pipe every 12" from top to bottom. Stilling well will be cut at a 45 degree angle on the bottom with the cut side facing away from the direction of influent flow. Mount bottom of stilling well 2" above the bottom of the wet well. Extend the top of the stilling well so that it extends to within 4' above the mounting point of the wet well high level float. Mount stilling well in accordance with the project drawings. D. The cable can be connected directly to the signal input terminals on the PLC without intervening calibration device required. The device will require a 10-30 VDC low voltage power supply. The output will be a standard 4-20 mA DC control signal, factory set proportional to the selected fixed range of the transducer, and will have an accuracy of 0.25% of full scale (including the effects of non -linearity, hysteresis, non -repeatability, zero point and full scale errors). Repeatability will 0.5% of full scale or better. The units will have a three (3) year warranty from date of shipment. E. The level transmitter will be a Noshok Model 613 Series Cage Protected Submersible Level Transducer or ore-annroved eaual by addendum lnr nnnent TAg SarvW RAngy LE-100-1 WET WELL LEVEL 0-45 FT LE-100-2 WET WELL LEVEL 0-45 FT 2.3 ELECTROMAGNETIC FLOW TRANSMITTER A. Magnetic Flowmeter meter systems will include a magnetic flow tube and a microprocessor - based "smart" transmitter that is capable of converting and transmitting a signal from the flow tube. Magnetic flow meters will utilize the characterized field principle of electromagnetic induction, and will produce DC signals directly proportional to the liquid flow rate. Meters will be capable of bidirectional flow and totalize for forward, reverse and net totals. Each meter will be furnished with a stainless steel metering tube and carbon steel flanges with a polyurethane liner (or as required by the applications) and 316 SS or Nickel Alloy 276 electrodes. Linerless designs are unacceptable. Line protectors will be provided on all flow tubes. NSF Drinking Water approval will be required for all sizes 4" or greater on potable water applications. Grounding rings will be 316 SS and will be supplied with the meter (grounding electrodes are not acceptable). The flow element will be NEMA 4 water tight construction unless supplied in a meter vault/below ground installations in which they will be of IP 68 construction (factory installed). B. Accuracy will be 0.25% of rates over a velocity range of 1 to 30 ft/sec. Repeatability will be 0. l % of rate: minimum turndown will be 100:1. C. The transmitter will provide a pulsed DC coil drive current to the flow tube and will convert the returning signal to a linear, isolated 4 20 mA DC signal. The transmitter will utilize "smart" electronics and will contain automatic, continuous zero correction, signal processing routines for noise rejection. The transmitter will have low flow cut-off that is user configurable. The transmitter will be remote mounted and have a polyurethane painted dual compartment aluminum, NEMA 4X housing. Plastic housings are not acceptable. The transmitter will utilize a 24 VDC power supply and have outputs including 4-20 mA (Hart), scalable frequency (0-10,000 Hz) pulse output, and two (2) discrete outputs (to 30 VDC). D. The Magmeter will have built-in self-diagno sties with troubleshooting codes and meter verification capability to include: 1. Coil resistance. 2. Coil signature value. 3. Electrode resistance FREESE AND NICHOLS, INC. Lake Arlington IJft Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 409001-5 INSTRUMENTATION Page 5 of 7 4. High process noise detection 5. Electronics temperature monitoring 6. Wiring and grounding verification 7. Coil fault detection 8. Empty pipe detection E. Sufficient special cable will be provided for interconnection between the flow element and the transmitter. Cable(s) will facilitate both signal and power for the flow element. Cabling will be provided by the manufacturer and installed in a conduit(s). F. Electromagnetic flowmeters will be Rosemount 8712 transmitter with 42" 8705 series flanged sensor, or pre -approved equal by addendum. Tn Flow Range Line Size Streum Duscri Ilan Service FIT-104-1 0 - 32,000 GPM 42" Wastewater Dischar a Header 2.4 TEMPERATURE TRANSMITTER A. Transmitter will be loop powered. Transmitter will be equipped with a 1000 ohm platinum RTD, 4-20 mA output proportional to temperature, housing with integrally mounted RTD, -300C to + 60°C operating range, 0-95% non -condensing relative humidity, 20V/m @ 20-1000 MHZ RFI/EMI Immunity, output accuracy = +0.2, stability. Kele Solutions Model ST-T91 E. Servic.L Range. Electrical Building -6.70 C to + 48.8o C (200 F to 1200 TE-203-1 Ambient Temperature F SCADA Cabinet -6.70 C to + 48.80 C (20° F to 1200 TE-205 2 Ambient Temperature F) 2.5 INTRUSION ALARM A. Hermetically scaled brushed anodized aluminum housing, Rhodium plated switch contacts, industrial wide gap magnetic contacts, UL listed, surface mount, 3' stainless steel armored cable, Sentrol 2500 series or approved equal. Provide with one normally open and one normally closed set Of contacts. XE-208-1 Electrical Building door 1 alarm XE-208-2 Electrical Building door 2 alarm XE-208-3 Electrical Building door 3 alarm XE-208-4 Electrical Building door 4 alarm XE-208-5 GEN 1 door 1 alarm XE-208-6 GEN 1 door 2 alarm XE-208-7 GEN 1 door 3 alarm XE-208-8 GEN 1 door 4 alarm XE-208-9 Wet Well Hatch I alarm XE-208-10 Wet Well Hatch 2 alarm XE-208-11 Wet Well Hatch 3 alarm XE-208-12 Wet Well Hatch 4 alarm XE-208-13 Electrical Pull Box 1 lid I alarm XE-208-14 Electrical Putt Box I lid 2 alarm XE-208-15 Electrical Pull Box 2 lid 1 alarm XE-208-16 Electrical Pull Box 2 lid 2 alarm XE-208-17 Electrical Pull Box 3 lid I alarm XE-208-18 Electrical Pull Box 3 lid 2 alarm XE-208-19 Electrical Pull Box 4 lid 1 alarm FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 409001 -6 INSTRUMENTATION Page 6 of 7 XE-208-20 I Electrical Pull Box 4 lid 2 alarm 2.6 PRESSURE TRANSMITTER A. Gauge Pressure transmitter will be of the capacitance type with a process isolated diaphragm with silicone oil fill, microprocessor based "smart" electronics, and a field adjustable rangeablility of 20:1 input range. Span and zero will be continuously adjustable externally over the entire range. Span and zero adjustments will be capable of being disabled internally. Transmitters will be NEMA 4X weatherproof and corrosion resistant construction with low copper aluminum body and 316 stainless steel process wetted parts. Accuracy, including nonlinearity, hysteresis and repeatability errors will be plus or minus 0.100 percent of calibrated span, zero based. The maximum zero elevation and maximum zero suppression will be adjustable to anywhere within sensor limits. Output will be linear isolated 4-20 mA DC. Power supply will be 24 VDC, two -wire design. Each transmitter will be furnished with a 4 digit LCD indicator capable of displaying engineering units and/or milliamps and mounting hardware as required. B. Transmitter will be a Rosemount Model 2088 or pre -approved equal by addendum. Transmitter will be supplied with a 316 Stainless Steel Block and Bleed Valve, Rosemount, Noshok or pre - approved equal by addendum. 'i a Hervite Rmn -e PIT-103-1 PUMP 1 Discharge 0-150 PSI PIT-103-2 PUMP 2 Discharge 0- 150 PSI PIT-103-3 PUMP 3 Discharge 0-1.50 PSI PIT-104-1 Discharge Header 0-150 PSI 2.7 COMBUSTIBLE GAS DETECTOR A. Combustible gas detector will be supplied to measure H2S (Hydrogen Sulfide). Detector will operate on 24V DC, accept a remote gas sensor, and output a 4-20mA signal. Detector will be equipped with onboard 5A/250V Form C dry contact with adjustable alarm set point and an onboard Ethernet connection. install a'/a" 316 SS tube between the detector and the sensor located in the wet well for the introduction of calibration gas. Install a'/a turn ball valve at the detector end of the gas tube and a reduction flange suitable for connecting a bottle of calibration gas via flexible tubing. B. Combustible gas detector will be a GDS Corp GDS-58NXP or MSA ULTIMA X5000. No approved equal. Provide the latest version of each detector and sensor head. End -of -life or discontinued eauinment will not be accented. 2.8 CURRENT LOOP SPLITTER/ISOLATOR A. Current isolators will accept an input of 4-20 mA DC and produce a linearly proportional 4-20 mA DC output signal. All outputs will be galvanically isolated from input and power circuitry. Accuracy will be 10.1% of scale. Isolators will operate on 24 VDC. B. Current splitter/isolator will be Acromag Model 653T or TAK Service CS-01 PIT-103-1: Pump 1 discharge pressure CS-02 PIT-103-2: Pump 2 discharge pressure CS-03 PIT-103-3: PumD 3 discharae nressure FREESE AND NICI IOI,S, INC. TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT Revised March 24, 2020 equal by addendum. Lake Arlington Lift Station City Project Number: 100995 409001 -7 INSTRUMENTATION Page 7 of 7 2.9 CURRENT ALARM MODULES A. Each current alarm module will have a set point and deadband adjustment in the same package. The unit will be housed in a DIN rail mount package and be equipped with two independent SPDT outputs. The unit will have two LED's (light emitting diodes) indicating trip status of each output. B. The unit will operate on 24 VDC power and will bean Acromag 361A-DMRN or pre -approved equal b addendum, Tag Service Locutlun Lim Set Polio( Deadbarnl High SO paiiyl Deadband RLY 1 PIT-103-1,2,3 VFD-P1,P2,P3 17 PSI I PSI 70 PSI 5 PSI PART 3 - EXECUTION 3.1 INSTALLATION A. 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 an independent ground wire. 3.2 FIELD QUALITY CONTROL A. The supervisory service of a factory -trained service engineer who is specifically trained on the type of equipment herein specified will 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 will be provided for calibration and start up of the equipment and for instructing the operating personnel. The Manufacturer will provide sufficient service to place the system in satisfactory operation. B. Upon completion of installation of sample pumps, an acceptance test to verify the satisfactory operation of each unit will be conducted. The test will be conducted in a manner approved by and in the presence of the Engineer. The unit will be checked for excessive noise, vibration, alignment, general operation, etc. The unit must perform in a manner acceptable to the Engineer before final acceptance will be made by the Owner. C. Check out and calibrate the system upon completion of the installation. D. Prior to the Owner turning on any form of energy to the system, the Contractor will 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 FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 PAGE INTENTIONALLY LEFT BLAND 40 90 02 - 1 SUPERVISORY CONTROL, AND DATA ACQUISITION Page 1 of 26 SECTION 40 90 02 SUPERVISORY CONTROL AND DATA ACQUISITION PART1- GENERAL 1.1 SCOPE A. This section specifies furnishing, installing, testing, and start-up operations of a complete control system as indicated in the drawings and as specified herein. The system will be totally integrated with the existing SCADA system. The system will be configured to operate over an open system architecture. B. System Components: The system will consist of the following major components and subsystems: 1. Master PLC. 2. PLC 1/0. 3. Operator Interface Touchpanel. 4. Ethernet Switches. 5. DC power supplies and battery system. 6. Ethernet radio 7. Spare parts. C. ACRONYMS AND DEFINITIONS 1. Bumpless: A transition between control methods that does not produce any change in control signals to equipment. 2. LPU: Logical Processor Unit: Cabinet or location containing the PLC, 1/0, and relay logic. 3. PICS: Process Instrumentation and Controls System 4. PLC: Programmable Logic Controller 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item will be by lump sum. 2. Payment a. The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for SCADA. 3. The price bid shall include: a. Furnishing and installing SCADA as specified by the Drawings b. Mobilization 1.3 SYSTEM DESCRIPTION A. Control functions will include digital logic control, PID control, analog scaling and setpoint control, and peer to peer communications. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 409002-2 SUPERVISORY CONTROL AND DATA ACQUISITION Page 2 of 26 B. Include all hardware, firmware, software, and application programming and configuration, as necessary, to make the system completely functional and operational in accordance with the Contract Documents. All necessary components and equipment which are not specifically described in the Contract Documents, but which are necessary to configure an operational distributed control system as described herein, will be identified, furnished, and installed by the CONTRACTOR. The system provided will be the vendor's standard; a prototype system will not be accepted. C. OWNERS existing system: a. HMI: HSQ b. Radio Telemetry: MDS Orbit 900 Licensed Radio c. PLC: HSQ d. Radio Network: Serial 1.4 REFERENCE STANDARDS: 1. American National Standards Institute (ANSI)/Institute of Electrical and Electronic Engineers (IEEE) 2. Electronic Industries Association (EIA) 3. National Electrical Manufacturers Association (NEMA): a. ICS 1, General Standards for Industrial Control and Systems. b. ICS 1. 1, Safety Guidelines for the Application, Installation and Maintenance of Solid State Control. c. ICS 2, Industrial Control and Systems Controllers, Contactors and Overload Relays Rated 600V d. ICS 4, Terminal Blocks for Industrial Use. e. ICS 6, Enclosures for Industrial Controls and Systems. f. ICS 19, Diagrams, Device Designations, and Symbols for Industrial Control and Systems. g. Publication No. 250, Enclosures for Electrical Equipment (1000 V maximum). 4. National Electric Code, 5. ISA Standards 6. IEC 2 KV Isolation test 7. IEEE472/ANSI C37-90A Surge withstand capability test. 8. IEEE 802.3 9. Factory Mutual (FM) 10. Underwriters Laboratories, Inc. (UL) 11. National Fire Protection Association (NFPA) 12. Joint Industrial Council (JIC) 1.5 SUBMITTAL A. Submittals will conform to the requirements set forth in Section 0133 00 "SUBMITTALS". B. Loop diagrams will be prepared according to ISA Standard ISA-S5 and using loop numbers provided. C. Schematic ladder diagrams will include all terminal blocks, hardware devices, software interlocks, software data links, and control. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 409002-3 SUPERVISORY CONTROL AND DATA ACQUISITION Page 3 of 26 D. PLC panel layout, plans, elevations, sections, details, etc. E. A schedule defining all UO, database reference, and point of origin or destination, and PLC system internal address. F. Coordination table of register mapping between station PLC and OWNER installed PLC. G. Software manuals will be provided to configure the central system and technical review information. Provide sample program documentation from previous projects. H. Submit written description of functions, loops, and logic. I. 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. J. Complete spare parts list with catalog and part numbers and quantities. K. Factory Test Reports L. Bill of materials showing product ordering information M. Software being submitted will include the product information and version with the purchased license agreements. Licensed agreements will show product key number, the number of points purchased, and length of purchase agreement. N. Integrator will provide a second submittal that will be approved prior to delivery to the job site and downloaded on the PLC system: 1. At least six weeks prior to start-up, submit detailed programming information consisting of ladder logic and proposed program code, complete input, output, relay, register and controller identification labels, memory allocation table, and written description of program operation. 1.6 QUALITY ASSURANCE A. Suppliers Qualifications: The complete system will be configured, programmed, and installed by one qualified system supplier who is regularly engaged and qualified in designing and building instrument control systems. The systems company will have been in existence under its own name for at least 10 years. Qualifications will include five years of successfully providing similar systems, a qualified local area -based Dallas/Fort Worth technical staff and design office, physical facilities, and personnel to complete the work specified, and competent service personnel to service and operate the equipment provided. The system suppliers will assume complete systems responsibility, including coordination and interfacing with all subsystems and equipment suppliers and manufacturers. The installation supervisor will have had experience in overseeing installation and start-up of at least three similar installations. The bidder will 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 will be assembled and tested both at the company's fabrication facility and at the job site. The OWNER'S representative and the ENGINEER'S presence will be required at the time of final testing at the system supplier's facilities. C. Standards: All applicable NEC, ISA, IEEE, NEMA, UL, ANSI, IEC, FCC, FM standards will apply. All equipment will be new and UL listed and labeled. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 40 90 02 - 4 SUPERVISORY CONTROL AND DATA ACQUISITION Page 4 of 26 D. Assembly, Storage, & Handling: The complete system, including all individual electronic component units, will be assembled and stored in air-conditioned and heated facilities with low humidity. Once assembled and tested, the system will 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. E. Acceptable PLC Manufacturers: 1. Schneider Electric: Basis of design model. Modicon M340 a. Basis of design PLC and I/O modules have been selected for compatibility with the City's existing infrastructure and to be compatible with their inventory of spare parts. 2. Approved Equal a. An approved equal must also be compatible with the city's inventory of spare parts. F. Acceptable Ethernet Radio Manufacturers: 1. GE: Basis of design model: MDS Orbit 900 configured for client's licensed frequencies. a. Basis of design radio been selected for compatibility with the City's existing radio network. 2. Approved Equal a. An approved equal must be compatible with the City's existing radio network. QG. Acceptable SCADA Installers: 1. BL Technologies 2. Trac-N-Trol 3. Prime Controls, 4. WHECO 5. Walker Engineering 6. RLC Controls, Inc. 7. No others approved H. Acceptable DC power system manufacturer 1. Sola HD 2, Phoenix Contact 3. Altech Corp. 4. No others approved 1. Acceptable OIT manufacturer 1. Schneider Electric: Basis of design model: Magelis HMIDT732 with a HMIG3U CPU a. Basis of design OIT has been selected for compatibility with the City's existing OIT programming software and inventory of spare parts. 2. Approved equal: a. An approved equal must be compatible with the programming software required to program the basis of design OTT. 1.7 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 (1) each 1/0 modules for analog and discrete input/output signals. Each module to have a matching number of 1/0 points to the installed modules. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECIINICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 409002-5 SUPERVISORY CONTROL AND DATA ACQUISITION Page 5 of 26 2. Two (2) pushbuttons and five (5) pilot lights of each type fiirnished. 3. Ten (10) fuses of each type and size installed. 4. One (1) spare PLC CPU of each type furnished. 5. One (1) spare PLC power supply. 1.8 WARRANTY A. The Equipment supplier and the CONTRACTOR will warrant to the OWNER that the equipment delivered with reference to this specification complies with this specification. B. The equipment supplier and the CONTRACTOR will warrant the equipment and installation as to defects in material and workmanship for a period of one year from the date of final acceptance of the project. Vendor will include a copy of his special equipment warranty with the shop drawings. The warranty specified by this specification will be exclusive, and in lieu of all other warranties whether written, implied, orally presented, or statutory. PART 2 - PRODUCTS 2.1 PROGRAMMABLE LOGIC CONTROLLERS A. The control system will be configured using microprocessor -based programmable controllers for local process control functions. Each controller will be equipped with central processing unit, power supplies and an uninterruptible DC power system to perform logic control functions based on the program stored in memory and the status of inputs and outputs. Memory will be required such that there is a minimum of 20 percent spare and will be non-volatile. Automatic shutdown feature will be selectable such that the desired field condition will be the default condition in the event of power loss or system failure. Power supplies will be provided for the process controller as required with built-in protection against short-circuits, overcurrent, and overvoltage. The programmable controller will be capable of complete control, including PID control, digital logic control, batch, and setpoint control. The entire PLC system will immediately shut down and annunciate the occurrence of any of the following abnormal circumstances: 1. Memory parity error. 2. Loss of signal communication between CPU and 110's. 3. Loss of logic power to any portion of the system. 4. Halt or interruption of memory scan. 5. Detection of any incomplete relay ladder rungs in memory. B. The PLC system will accomplish the control requirements of the loop descriptions, and Contract Documents. C. The design application and installation of the PLC system will conform to NEMA ICS 1.1. D. PLC programming will be documented annotated in detail, and factory tested. 2.2 STATION ENVIRONMENTAL CONDITIONS A. The PLC system will operate in: 1. Ambient conditions of 32 to 140°F. 2. 0- 95 percent relative humidity without the need for purging or air conditioning. 3. Elevation: 1000' above sea level. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 409002-6 SUPERVISORY CONTROL AND DATA ACQUISITION Page 6 of 26 B. Environmental Controls: 1. Furnish circulation fans with filters in solid state control system enclosures. 2.3 INPUT/OUTPUT CONNECTION REQUIREMENTS: A. Outputs will be fused: 1. External fusing will be provided if output module does not possess internal fusing. 2. Fuses provided external to output model will: a. Be in accordance with module manufacturer's specifications. b. Be installed at terminal block. B. Make connections to 1/0 subsystem by terminating all field wiring on terminal blocks within the I/O enclosure. C. Prewire I/O modules to terminal blocks. D. Provide terminal blocks with continuous marking strip. E. Size terminals to accommodate all active database points and spares. F. Provide terminals for individual termination of each signal shield. Stripping back twisted shielded pair and twisting together all the shields is not acceptable. G. Field wiring will not be disturbed when removing or replacing an I/O module. H. PLC I/O arrangement: 1. Where the PLC is utilized to control multiple trains of equipment, the PLC components (1/0 modules, power supplies, etc.) will be assigned so that the failure of one component does not affect equipment on all trains. I/O modules will be segregated on a train basis unless required otherwise for safety reasons. L All PLC control system components will be capable of meeting or exceeding electromagnetic interference tests per ANSI/IEEE C37.90.2. J. Incorporate the following minimum safety measures: 1. Watchdog Function to Monitor: a. Internal processor clock failure b. Processor memory failure c. Loss of communication between processor and I/O modules d. Processor ceases to execute logic program 2. Safety Function Wiring a. Emergency shutdown switches will not be wired directly into the controller. 3. An emergency power disconnect will be placed in the power circuit feeding the power supply as a means of removing power from the entire PLC system. a. Capacitor will be placed across the disconnect to protect against current outrush through trails. 4. Safe Wiring: a. Equipment failure mode will be selected so that the loss of power or control signal to the equipment will result in the equipment either shutting down or operating safely. b. Activation of alarms and stopping of equipment will result from the de-energization of control circuits, rather than the energization of control circuits. c. Low voltage control signal wires: 1) Place in conduit segregated for that purpose only 2) Twisted shielded wire pair FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 409002-7 SUPERVISORY CONTROL AND DATA ACQUISITION Page 7 of 26 3) Not located in the same conduit or bundle with power wiring 5. Initial Safety Conditions: a. Utilize program module to dictate output states in a known and safe manner prior to running of control program. b. Utilize program each time PLC is re -initialized and the control program activated. Monitoring of Internal Faults and Display: a. Internal PLC system status and faults will be monitored and displayed. Monitored items will include: 1) Memory ok/loss of memory 2) Processor ok/processor fault 3) Battery ok/battery low 4) Power supply ok/power supply fault 5) Isolation failure 6) High CPU temperature 7) Scan time overrun S) Module failure 7. Effects of Failure: a. PLC system will incorporate safe responses to the following failure effects: 1) Power losses, interruptions, excursions, dips, and transients. 2) Loss or corruption of memory 3) Information transfer corruption or loss 4) "Fail on" or "Fail off' of inputs or outputs 5) Unreadable signals 6) Addressing errors 7) Processor faults $. Design PLC system with high noise immunity to prevent occurrence of false logic signals resulting from switching transients, relay and circuit breaker noise or conducted and radiated radio frequency interference. 9. Incorporate noise suppression and inductive load suppression design into input, output, and logic modules. DC control systems will use a flyback diode across the coil of an inductive relay. AC control systems will use an MOV (metal oxide varistor) suppressor across the coil of an inductive relay. 2.4 COMPONENTS A. PLC System Central Processor Unit (CPU): 1. Completely solid state CPU designed to provide: a. Digital relay logic b. Analog loop control c. Other required control functions: 1) Counting 2) Floating point math computations 3) Timing 4) Analog Scaling 2. To provide communications with other control systems and man -machine interfaces as specified. 3. Memory: a. Flash non -battery ram. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 409002-8 SUPERVISORY CONTROL AND DATA ACQUISITION Page 8 of 26 4. 20 percent minimum spare useable memory capacity after all required programming is in place and operating. 5. Capable of executing all control functions required by the Contract Drawings including digital and analog loops. 6. Built-in three -mode (proportional -integral -derivative) control capabilities. a. As directly selectable algorithms requiring no user knowledge of programming languages. 7. On line reconfigurable. 8. Lighted status indicators for "RUN' and "FAILURE." 9. Capable of manual or automatic control mode transfer from the HMI system or from within the control strategy. Transfer will be bumpless. 2.5 INPUT/OUTPUT (I/O) MODULES A. Provide plug-in modular -type UO racks with cables to connect to all other required PLC system components. B. Provide I/O system with: I. I/O solid state boards with status lights indicating I/O status and board failure. 2. Group fused outputs with blown fuses indication. 3. Incorporate noise suppression design. 4. Capable of meeting or exceeding surge -withstand capability tests, per ANSI/IEEE C37.90.1. 5. Capable of meeting or exceeding electrical noise tests, NEMA ICS I C. Discrete I/O Modules: I . Interface to ON/OFF devices 2. I/O status indicator module front 3. Voltage rating to match circuit voltage 4. Output current rating: a. Match maximum circuit current draw b. Minimum 2 A/point for 24 VDC applications 5. Isolated modules for applications where one module interfaces with devices utilizing different sources of power. 6. Individually fused with blown fuse indication. D. Analog 1/0 Modules: 1. Inputs to accept signals indicated on Drawings or Specifications 2. 16 bit resolution (15 bits for value, 1 bit for sign) 3. 1/0 chassis supplied power for powering connected field devices 4. Isolated inputs and outputs 5. User configurable for desired fault response state 6. Provide output signals as indicated on Drawings and Specifications 7. Individual D/A converter for each output module 8. Individual A/D converter for each input module FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 409002-9 SUPERVISORY CONTROL AND DATA ACQUISITION Page 9 of 26 E. Spare I/O Modules: Each LPU-PLC will have a minimum of 20 percent spare analog and 20 percent spare discrete I/O points installed and wired to terminal blocks, isolates, surge devices, and relays inside the LPU. Spare analog and discrete 1/0 quantity will be above and beyond that required for the future equipment shown in the drawings. 2.6 POWER SUPPLY UNITS: Provide regulated power units: a. Designed to operate with PLC system and will provide power to: 1) All components of PLC system 2) Two -wire or four -wire field instruments 3) Other devices as indicated on Drawings or Specifications b. Capable of supplying PLC system when all of the specified spare capacity is utilized. c. Each power supply will be sized such that it will carry no more than 40 percent of capacity under normal loads. d. Power supply ripple will not exceed 2%. 2. Electrical service to PLC system is 24 VDC. 3. Separate AC fuses will be provided for each power supply.. Provide fuses in a switched fuse holder such that power may be turned off and fuse removed to isolate an individual power supply. 4. If the PLC system is field expandable beyond the specified spare capacity, and if such expansion requires power supply modification, note such requirements in the submittals and allow room in the PLC system enclosure. 5. Provide DC power system battery backup to maintain 4 hours upon loss of all AC power. 6. Capable of meeting or exceeding electrical noise tests, NEMA ICS 1 7. Capable of meeting or exceeding surge -withstand capability tests per ANSI/IEEE C37.90.1, 8. Power Distribution: a. Immune to transients and surges resultant from noisy environment. b. Will provide constant voltage level DC distribution to all devices. 2.7 ENCLOSURES FOR PLC A. Housings: Each PLC with DC power system will be housed in a separate, free-standing, NEMA 12 enclosure. It will have lifting eyes and front door(s) provided with a 3 point latching handle. B. The enclosure will be equipped with switched LED service lights free of RFI. All switches, fuses, terminal blocks, etc., will have permanent nameplates or labels for identification affixed to the backplane of the enclosure. C. All equipment will be mounted in such a manner that all maintenance may be accomplished with easy access through the door(s). D. Provide redundant enclosure fans with replaceable or washable filters which activate at 80F to draw ambient air through the enclosure. Size fans for 6 air changes per hour. FREESE AND NICHOLS, INC. Lake Arlington Lin Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 40 90 02 - 10 SUPERVISORY CONTROL AND DATA ACQUISITION Page 10 of 26 2.8 GRAPHIC UNSER INTERFACE TOUCH SCREEN A. Touch screen shall be 15-inch LCD terminals with full touch screen capabilities as manufactured by Magelis OIT Model Number HMIDT732 with a HMIG3U CPU. Each unit will be programmed as required to provide control displays to monitor and control the functions assigned to the PLC's. Automatic and local control interfaces shall be provided. The pump station controls shall be read at the touch screen. Coordinate with Owner for exact information to be read on touch screen. Touch screen shall be located on the front of PLC cabinet at the new electrical building. B. One copy of the manufacturers touch screen development software will be included under this specification. The license for the software shall be registered to the Owner. C. Touch screen shall be mounted to the RTU cabinet at a maximum elevation of 5'-0" AFF, include the housekeeping pad in the mounting height. D. The Contractor shall provide all programming and all required interconnection cables for a complete and operational system. PART 3 - EXECUTION 3.1 INSTALLATION A. System equipment will be installed where indicated in the Contract Documents. Power and signal connections between components will provide the specified functions. Install according to equipment manufacturer's instruction. B. The CONTRACTOR will utilize their own printers, monitor's, and computers for programming, testing, and start-up. The use of the OWNER's computers, monitor's, or printers will not be acceptable until the entire system has been installed, debugged, programmed, and operated to ENGINEERSs satisfaction. 3.2 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 CONTRACTOR will utilize this functional information to develop complete application programming for the PLC equipment provided under this CONTRACT. Programs will be designed to provide fail-safe operation of equipment in case of PC logic or power supply failure. Fail-safe will be defined as "stopped" for all drives and "closed" for valves, unless otherwise specified. Up to twenty (20) graphic pages will be required for the operator -interface, and will be developed via a menu -driven color graphics editor. Interrupting logic between the LPU and central computer system will be required as per system sequence of operation. An additional five (5) graphics pages will be developed in the field in coordination with the OWNER and the ENGINEER. The graphics will be sufficiently detailed to include all equipment, pipes, valves, solenoids, meters, switches, etc. Graphics will include equipment tag numbers and display the current flow rates, levels, quantities, status, elapsed time of equipment, etc. All such work will be done at no extra cost to the OWNER. Before programming the graphics, the CONTRACTOR will furnish a set of drawings for ENGINEERS review. All graphics pages will be presented to the OWNER for approval prior to finalizing the OIT programming. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 409002- 11 SUPERVISORY CONTROL AND DATA ACQUISITION Page l I of 26 3.3 DOCUMENTATION A. Following delivery to the site, the CONTRACTOR, in the presence of the ENGINEER, will demonstrate operation of the complete system. B. The CONTRACTOR will provide documentation for all application software. Documentation system will be diagrams in functional block format and will 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 will show all device codes and functional description used in the project manual, and will also show PLC address codes, element codes, and I/O assembly codes, modules numbers, and terminal numbers. 3.4 TESTS A. All elements of the SCADA system, both hardware and software, will be tested to demonstrate that the total system satisfies all of the requirements of the Specifications. B. The CONTRACTOR will 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 will include the following: 1. Software Acceptance Tests (SAT) 2. Operational Readiness Tests (ORT) 3. Functional Demonstration Tests (F'DT) 4. 30-Day Acceptance Test D. Each test will be in the cause and effect format. The person conducting the test will 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 will be conducted in accordance with ENGINEER -approved procedures and documented. Each specific test to be performed will 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. I. The OWNER and/or ENGINEER will actively participate in many of the tests. The OWNER and/or ENGINEER reserves the right to test or retest any and all specified functions whether or not explicitly stated in the approved test procedures. The OWNER and/or ENGINEER reserves the right to observe and/or inspect the work during any phase. J. The ENGINEER's decision will be final regarding the acceptability and completeness of all testing. 3.5 SOFTWARE ACCEPTANCE TEST (SAT) A. Prior to the start of the witnessed Software Acceptance Test (SAT), the entire system will be installed on site, inspected and tested to ensure that it is fully operational and ready for the SAT demonstration testing. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 40 90 02 - 12 SUPERVISORY CONTROL AND DATA ACQUISITION Page 12 of 26 B. All panels and assemblies of the subsystem will be completely installed except 1/0 signals to field elements or devices will not be connected. The system will be inspected and tested to verify that they are in conformance with related submittals and the Contract Documents. C. The PLC and subsystem primary elements, will be interconnected and tested to ensure that the system is fully operational. The system will 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 will be simulated. D. The system will be tested, installed on site to demonstrate that it is operational and in conformance with the Contract Documents. E. Notify the ENGINEER and 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 ENGINEER in the Project System Plan. F. The purpose of the test will 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 will be judged successful. Successful completion of this test will be the basis for approval of the system. G. The Software Acceptance tests will be performed on all the equipment installed including the HMI system, PLC panels and subsystems. The SAT will be a three-part procedure; Part I will include the PLC sub -system to verify all I/O addresses and proper step sequence for all features. Part 11 will add the OIT to verify all screen displays. Part III will verify the MODBUS register mapping between the station PLC and the OWNER installed PLC. H. Where hardware items are of standard manufacture and in current production, the manufacturer will 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 will accompany the equipment submittals called for in SUBMITTALS of this Section. Any assemblage of devices together with operating programs will be tested together as provided herein. I. The various tests performed during Software Acceptance Test will be designed to demonstrate that the hardware and software fulfill all the requirements of the Contract Documents. The test conditions will resemble, as closely as possible, actual conditions. Any additional hardware or software that may be required to successfully verify system operation will be supplied at no cost to the OWNER. J. Some of tests to be performed will include, but not be limited to, the following: 1. Demonstrate operability of the interfaces (hardware and software). 2. Demonstrate operability of the data communication network. 3. Demonstrate all system software functions specified. 4. Verify the displays and interactive capabilities of an operator's console. 5. Simulate selected normal and abnormal operating conditions to verify the performance of the monitoring and control functions. 6. Simulate every 1/0 point by opening or shorting digital inputs, inject appropriate signals into every analog input point, and measure the output signal from each analog output point. K. All deficiencies identified during these tests will be corrected and retested prior to completing the Software Acceptance Test. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 40 90 02 - 13 SUPERVISORY CONTROL AND DATA ACQUISITION Page I3 of 26 L. The following documentation will 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 will be as follows: I . 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 will be logged, and certified copies of the logs will be provided to the ENGINEER and OWNER. O. The ENGINEER will observe each test once on a pass -fail basis. The ENGINEER 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 will not interrupt the test schedule. The CONTRACTOR may schedule retest days during the testing period, but not more than two per week. All retesting will 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 will be borne by the CONTRACTOR and paid to the OWNER. Time and expense incurred will 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 will expedite the correction of any deficiency discovered during testing. The CONTRACTOR will 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. 3.6 OPERATIONAL READINESS TEST (ORT) A. General. Prior to start-up, the installed system will be certified (inspected, tested, and documented) that it is ready for operation. The OWNER and ENGINEER will be notified when ORT starts. Copies of ORT forms that have been signed off by the CONTRACTOR will be copied and sent to the OWNER and ENGINEER on a daily basis for record purposes only. No signature by the ENGINEER or OWNER is required for ORT forms. B. Loop/Component Inspections and Tests: The system will 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 will be used. Simulation of field signals will not be permitted. This test is intended to actually operate the entire process and to find and correct all real-time operational deficiencies. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: t00995 Revised March 24, 2020 40 90 02 - 14 SUPERVISORY CONTROL AND DATA ACQUISITION Page 14 of 26 The Loop/Component Inspections and Tests will be implemented using ENGINEER - approved forms and checklists. a. Each loop will have a Loop Status Report to organize and track its inspection, adjustment, and calibration. These reports will 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) Calibration/adjustment 5) Checkoffs/signoffs for the loop a) Panel interface terminations b) 1/0 interface terminations c) 1/0 signal operation d) Inputs/outputs operational: received/sent, processed, adjusted e) Total loop operational 6) Space for comments 7) Space for signoff by CONTRACTOR b. Each active analog subsystem element and each 1/0 module will have a Component Calibration Sheet. These sheets will include the following: 1) Project name 2) Loop number 3) Component tag number or 1/0 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 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 1/0 modules: Input or output S) 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. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 4a9oo2-15 SUPERVISORY CONTROL AND DATA ACQUISITION Page 15 of 26 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 will be corrected. 3.7 FUNCTIONAL DEMONSTRATION TEST (FDT) A. Once ORT has been completed and operational readiness has been confirmed, a witnessed Functional Demonstration Test will be performed on the complete system to demonstrate that it is operating and in compliance with the Contract Documents. Each specified function will be demonstrated on a paragraph -by -paragraph, loop -by -loop, and component -by -component basis. This test will be scheduled and conducted only after any and all problems have been detected and resolved. B. Loop -specific and non -loop -specific tests will be the same as specified under SOFTWARE and OPERATIONAL ACCEPTANCE TESTS except that the entire installed PICS will 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, will not be permitted. Simulation may be permitted with the express permission of the ENGINEER. The decision to simulate is the ENGINEER's alone. The CONTRACTOR will 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 ACCEPTANCE TESTS will be made available to the ENGINEER at the jobsite both before and during the test. in addition, one copy of the approved Instrumentation O&M Manual will be made available to the ENGINEER at the jobsite both before and during testing. The approved schedule will be followed strictly on an item -by -item basis. Combining of test items will be at the discretion of the ENGINEER alone. The CONTRACTOR will include in the Contract Price adequate time necessary to complete each test item one at a time. E. The daily schedule called for under SOFTWARE and OPERATIONAL ACCEPTANCE TESTS will also be followed during the Functional Demonstration Test. F. The ENGINEER will observe each test once on a pass -fail basis. The ENGINEER 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 will not interrupt the test schedule. The CONTRACTOR may schedule retest days during the testing period, but not more than two per week. All retesting will 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 will be borne by the CONTRACTOR and paid to the OWNER. Time and expense incurred will 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 will expedite the repair or correction of any deficiency discovered during testing. The CONTRACTOR will 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. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Devised March 24, 2020 40 90 02 - 16 SUPERVISORY CONTROL AND DATA ACQUISITION Page 16 of 26 I. The system will operate continuously for 100 hours without failure before this test will be considered successful. 3.8 30-DAY ACCEPTANCE TEST A. Any malfunction during the test will 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 will be borne by the CONTRACTOR as specified. B. After completion of the Functional Demonstration Test and project Start-up, the OWNER will be responsible for operation of the entire System for a period of 30 consecutive days under conditions of full station process operation without single non -field repairable malfunction. C. During this test, CONTRACTOR personnel will be present during startup and as required. The CONTRACTOR will 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 station process. D. While this test is proceeding, the OWNER will have full use of the system. Only station operating personnel will be allowed to operate equipment associated with live station processes. E. 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. F. Upon completion of repairs by the CONTRACTOR the test will be repeated as specified herein. G. In the event of rejection of any part or function, the CONTRACTOR will perform repairs within 5 days or replacement within 30 days. H. Upon successful completion of the 30-Day Acceptance Test, approval of all as -built drawing and O&M Manuals, completion of all related OWNER training, and delivery of all spare, expendable, and test equipment, the systems will be considered substantially complete and the warranty period will commence. 3.9 TRAINING A. Provide an integrated training program for the OWNER's personnel at the jobsite. The CONTRACTOR will submit a detailed training schedule and syllabus for approval. Tailor the training program to meet the specific needs of the OWNER's personnel. Include training sessions, classroom and field, for managers, engineers, operators, and maintenance personnel. B. The training will be carried out by technically competent and experienced instructors. C. An "instructor week" will consist of 40 hours of actual instruction time. An "instructor day" will consist of 8 hours of actual instruction time. Provide 8 hours of instruction on any or all three working shifts as needed to accommodate the OWNER's personnel schedule. The actual training schedule will be coordinated with the OWNER. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 40 90 02 - 17 SUPERVISORY CONTROL AND DATA ACQUISITION Page 17 of 26 D. The CONTRACTOR will record video files of all training sessions and provide them to the OWNER in .mp4, H.264, or .avi format. The instructor(s) will be recorded with dedicated microphone(s) to ensure intelligible audio. Audio that is too quiet, distorted, or containing excessive reverberation will not be accepted. Voice-over work will be required to correct deficient field recorded audio. Provide audience response microphones such that questions can be clearly understood. Alternatively, the instructor can repeat each question for the benefit of those watching the video. The video files and all rights thereto will become the property of the OWNER. The OWNER may reuse or distribute the video files at their discretion. Files will be delivered to OWNER on a portable hard drive. The drive and video files then become the property of the OWNER. 3.10 OPERATIONS AND MAINTENANCE TRAINING A. O&M training for each main and sub -system will be in accordance with the requirements specified under the related Instrumentation specification sections. B. All training will be given using only equipment identical to the equipment provided on this Contract or currently owned by the OWNER. C. Unless otherwise specified, hardware maintenance training will be suitable for instrument technicians who have at least a 2-year associate engineering or technical degree, or equivalent education and experience in electronics, instrumentation, or digital systems. 311 ON -SITE SUPERVISION The CONTRACTOR will provide, on -site, an experienced resident engineering manager to supervise and coordinate all of the on -site activities. This resident engineering manager will be on -site as required during the total period to effect all the activities relating to the PICS. 3.12 START-UP AND TESTING TEAM A. The Supplier will 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. PART 4 - SEQUENCE OF OPERATION 4.1 There will be three different operational modes for the wet well pump controls, NORMAL, FLUSHING, and SCOURING. The latter two modes are discussed in LOOP 101 below. Set points for PUMP START, PUMP STOP, and LEVEL TARGET are defined in LOOP 100. A. DEFINITIONS 1. IN SERVICE: Defined in section 5.07 (D) 2. SCADA AUTO: Defined in section 5.07 (E) 3. LEAD PUMP: The pump with the fewest number of run hours that is 1N SERVICE and in SCADA AUTO. 4. LAG PUMP: The pump with the second fewest number of run hours that is IN SERVICE and in SCADA AUTO. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 40 90 02 - 18 SUPERVISORY CONTROL AND DATA ACQUISITION Page 18 of 26 5. MIN SIMPLEX SPEED: Determined in the field after installation. The speed at which a single pump produces 3500 GPM. 6. MIN DUPLEX SPEED: Determined in the field after installation. The speed at which the flow produced by two pumps matches the maximum flow from one pump. B. NORMAL FUNCTION 1. Wet well fills to PUMP START. 2. LEAD PUMP is called to run and accelerates to 60 Hz using the start ramp time defined by the operator. See LOOP 200, 201, 202. 3. Operate pump at 60 Hz until wet well level reaches LEVEL TARGET. 4. When wet well level reaches LEVEL TARGET, adjust pump speed as necessary to maintain LEVEL TARGET. 5. If influent flow rate slows to the point that the LEAD PUMP is operating at MIN SIMPLEX SPEED and the wet well level falls to PUMP STOP, stop the LEAD PUMP. 6. If LEVEL TARGET cannot be maintained by the LEAD PUMP, simultaneously slow the LEAD PUMP and accelerate the LAG PUMP to MIN DUPLEX SPEED using the start ramp time defined for the LEAD PUMP. 7. Operate LEAD PUMP and LAG PUMP together to maintain LEVEL TARGET, 8. If both LEAD and LAG pumps are operating at 60 Hz and the wet well level reaches PUMP START, set an alarm "LIFT STATION OPERATING AT MAXIMUM PUMPING CAPACITY". 9. If influent flow rate slows to the point that the LEAD and LAG pumps are operating at MIN DUPLEX SPEED and the wet well level falls to PUMP STOP, stop the pumps. PART 5 - LOOP DESCRIPTIONS A. Note, OWNER will program all screens on their HMI. Functional descriptions below are a combination of requirements for PLC, HMI, and OIT programming. CONTRACTOR is responsible for all work associated with PLC programming and OIT programming. All set points given are for startup and initial station operation only. Final set points will be determined by OWNER during normal operation. 5.2. LOOP 100: INFLUENT LEVEL TRANSDUCERS A. Two identical submersible level transducers will provide the process variable used for pacing the variable speed drives. All set points will be operator adjustable. B. HMI will have the following adjustable set points and value indication for each of the following: 1. TRANSDUCER I level (Feet, float, 2 decimals) 2. TRANSDUCER 2 level (Feet, float, 2 decimals) 3. BOTH level (Feet, float, 2 decimals) 4. TRANSDUCER MISMATCH (Alarm) 5. LOW ALARM set point (Feet, float, 2 decimals) 6. HIGH ALARM set point (Feet, float, 2 decimals) 7. LEVEL TARGET set point (Feet, float, 2 decimals) FREESE AND NICHOLS, INC. Lake Arlington Lilt Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 100995 Reviscd March 24, 2020 40 90 02 - 19 SUPERVISORY CONTROL AND DATA ACQUISITION Page 19 of 26 C. Operator will be able to select TRANSDUCER 1, TRANSDUCER 2, or BOTH as the instrument generating the process variable for wet well level control. D. Normally the system will be in BOTH mode. In this state, both transducers are read by the control system. The first transducer to reach a set point will initiate the action associated with that set point. The instantaneous wet well level will be the average of the two transducer signals. E. Continuously compare the two transducer values. If values drift by 1 % or more from each other, set a warning "TRANSDUCER VALUE MISMATCH". Prompt the operator to select either "TRANSDUCER I" or "TRANSDUCER 2" and operate on a single transducer until both transducers have been recalibrated and the value mismatch is resolved. F. SET POINTS 1. Note, set points for pump start, stop and level target will be a floating point value with two decimal places. All values are referenced to the lowest level of the wet well beneath Pump P1. ODE PL%MP START 1 ULMP YFOP � 1,EVEL TARGET NORMAL 10.2 Ft 7.3 Ft 8.9 Ft FLUSHING 11.2 Ft 2.5 Ft NIA SCOURING 11.2 Ft 7.3 Ft NIA 5.3 LOOP 101: WET WELL BACKUP FLOATS, FLUSHING AND SCOURING FUNCTIONS A. Three floats will be provided to produce both high and low level alarms, and to provide an analog backup control function in the event of a PLC failure. B. HMI will have the following indication, alarm, and control functions: 1. NORMAL FUNCTION (Indication) 2. FLUSHING FUNCTION (Indication) 3. SCOURING FUNCTION (Indication) 4. WET WELL HIGH FLOAT (Alarm) 5. WET WELL HIGH FLOAT RESET (Momentary) 6. WET WELL LOW FLOAT (Alarm) 7. WET WELL P1 LOW FLOAT (Alarm) 8. OPERATING ON BACKUP FLOATS (Alarm) 9. OPERATING ON BACKUP FLOATS RESET (Momentary) 10. FLUSHING FUNCTION LOCALLY ENABLED (Indication) 11. BEGIN FLUSHING FUNCTION (Momentary) 12. SCOURING FUNCTION ENABLED (Latching, Indication) 13, FIRST SCOURING TIME (Time, HH:MM) 14. SECOND SCOURING TIME (Time, HH:MM) 15. GPM FOR SCOURING VELOCITY (GPM, integer) C. BACKUP FLOAT SEQUENCE 1. In the event of a level transducer or PLC failure, the wet well will fill till the high float is activated. 2. Relay logic will activate a local horn and strobe. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 40 90 02 - 20 SUPERVISORY CONTROL AND DATA ACQUISITION Page 20 of 26 3. Relay logic will inhibit pumps from being ran in HAND or AUTO. 4. Relay logic will enable internal speed reference of 60 Hz for all VFDs. 5. Pump P 1 will immediately start and accelerate to 60 Hz using a start ramp time internally defined in the VFD. 6. Pump P2 through P4 will stagger start based on field adjustable timing relays and accelerate to 60 Hz using a start ramp time internally defined in the VFD. 7. If the switchboard ATO indicates the power source is Generator, pump P2 through P4 will be inhibited from starting when a single generator is installed. Once a second generator is installed, permission to run on backup floats may be granted to more pumps through physical wiring bypass of the inhibitor relay contacts. Final number of pumps permissible will be determined by field testing. 8. Pumps will run till the low float is deactivated. 9. Wet well will fill till high float is activated again and sequence will repeat till local reset or SCADA rest is activated. IDIN 0RINJ6211►rH29Lr"VTO ►1 1. The flushing function is designed to clean debris from the bottom of the wet well. 2. An operator will determine when flushing is required and will activate `BEGIN FLUSHING" on the HMI. 3, Pump PI must be IN SERVICE and set to SCADA AUTO for the flushing function to work. If P I not in the correct state, do not initiate the flushing function and give the operator a warning "P I NOT AVAILABLE — FLUSHING NOT POSSIBLE". 4. PLC will switch from the NORMAL control function to the FLUSHING control function. 5. Relay logic will disable the normal low float from initiating the BACKUP FLOAT SEQUENCE and will switch from the normal low float to the dedicated P1 low float for pump P 1. 6. High float activation will still initiate the BACKUP FLOAT SEQUENCE and inhibit the flushing sequence operation until the BACKUP FLOAT SEQUENCE has been reset. 7. Wet well will fill to the PUMP START set point associated with the FLUSHING function. S. Start Pump Pi and accelerate to 60Hz. 9. Operate Pump P 1 till the PUMP STOP set point associated with the FLUSHING function is reached. Stop pump. 10. Reset PLC from FLUSHING function to NORMAL function when pump stops. 11. Relay logic will disengage and resume normal low float operation. E. SCOURING FUNCTION 1. The scouring function is designed to increase the velocity of effluent in the force main to 5 FPS twice daily to meet TCEQ requirements. 2. An operator will be able to enable or disable the SCOURING function. 3. Check the number of pumps that are IN SERVICE and set to SCADA AUTO. If two pumps are not available, display a warning "MINIMUM NUMBER OF PUMPS NOT AVAILABLE FOR SCOURING". If two pumps are available, execute step 4 through 8. 4. At the time of day designated by either FIRST SCOURING TIME or SECOND SCOURING TIME, PLC will switch from the NORMAL function to the SCOURING function. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised Mareh 24, 2020 409002-21 SUPERVISORY CONTROL AND DATA ACQUISITION Page 21 of 26 While the SCOURING function is enabled, inhibit the operator from initiating the FLUSHING function. Display a warning "FLUSHING FUNCTION DISABLED WHILE SCOURING". 6. Wet well will fill to the PUMP START set point associated with the SCOURING function. 7. Start two pumps and accelerate to the speed which produces the flow defined in the GPM FOR SCOURING VELOCITY set point. 8. Operate pumps till the PUMP STOP set point associated with the SCOURING function is reached. Stop pumps. 9. Reset PLC from SCOURING function to NORMAL function when pumps stop. F. SET POINTS INSTRtINtENT ruiNcrION .SET plt IN'r LSHH-101-1 COMMON HIGH FLOAT 12.2 FT LSLL-101-1 COMMON LOW FLOAT 5.3 FT LSLL-101-2 PUMP 1 LOW FLOAT 2 FT 5.4 LOOP 102: COMBUSTIBLE GAS DETECTION A. A combustible gas detector will be provided to alert the operators of potentially explosive conditions in the wet well. B. HMI will have the following indication, alarm, and control functions: 1. CGD WARNING (Indication) 2. CGD ALARM (Alarm) 3. CGD HORN/STROBE ENABLED (Indication) 4. CGD LEVEL (PPM, integer) 5. CGD ALARM RESET (Momentary) C. THEORY OF OPERATION 1. Combustible gas detector transmitter will provide both proportional analog output for the measured gas, and an alarm dry contact. 2. The analog signal will be used to provide an instantaneous reading of the H2S level in the wet well and to create the wet well CGD warning. 3. The transmitter is equipped with a dry contact for alarming. The CGD alarm set point will be programmed in the transmitter. 4. If the measured level exceeds the alarm set point, relay logic will turn on a horn and strobe at the wet well and signal the PLC that the set point has been reached. 5. The horn may be silenced on site at the wet well. 6. The alarm may be reset locally at the wet well or through SCADA. If the detector still reads a level above the set point, the system will immediately retrigger after an attempted reset. 7. A test button at the wet well will initiate an alarm so that horn, strobe, and PLC input may be tested. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 40 90 02 - 22 SUPERVISORY CONTROL AND DATA ACQUISITION Page 22 of 26 8. During instrument calibration, an ENABLE/SUPPRESS selector switch will suppress the horn, strobe, and SCADA input. An aux contact on the selector switch will signal the PLC that the alarm is in SUPPRESS. D. SET POINTS FUNCTION SET POINT CGD WARNING 60 PPM CGD ALARM 100 PPM 5.5 LOOP 103: PUMP DISCHARGE PRESSURE A. Each pump will be equipped with a pressure indicating transmitter. The transmitter will be used to detect pump failure and a pump that is operating into a closed or restricted pipe. B. HMI will have the following indication, alarm, and control functions: 1. PUMP P1 DISCHARGE PRESSURE (Float, 2 decimal) 2. PUMP P1 HIGH PRESSURE ALARM (Float, 2 decimal) 3. PUMP P2 DISCHARGE PRESSURE (Float, 2 decimal) 4. PUMP P2 HIGH PRESSURE ALARM (Float, 2 decimal) 5. PUMP P3 DISCHARGE PRESSURE (Float, 2 decimal) 6. PUMP P3 HIGH PRESSURE ALARM (Float, 2 decimal) C. The 4-20mA signal from the pressure transmitter will pass through an isolated current splitter and be fed both to an AT on the PLC and to a current sensing relay. D. Pump high pressure alarm will beset if the alarm set point is exceeded for more than 30 seconds. E. SET POINTS INSTRUMENT FUNCTION SET POINT PIT-103-1,2,3 PUMP FAILURE 17 PSI PIT-103-1,2,3 PUMP HIGH PRESSURE 65 PSI PIT-103-1,2,3 PUMP SHUTDOWN 70 PSI 5.6 LOOP 104: DISCHARGE FLOW AND PRESSURE A. The 42" discharge header will be equipped with a pressure indicating transmitter and a magnetic flow meter. B. HMI will have the following indication, alarm, and control functions: 1. DISCHARGE HEADER PRESSURE (PSI, float, 2 decimal) 2. DISCHARGE HIGH PRESSURE ALARM (PSI, float, 2 decimal) 3. DISCHARGE FLOW RATE (GPM, float, 2 decimal) 4. DISCHARGE FLOW TOTAL (Gallons, integer, X1000) a. Confirm multiplier with OWNER. Set pulse output on flow meter to required gallons per pulse. Verify that OIT and HMI are both reading the same value with the same multiplier. C. SET POINTS FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 40 90 02 - 23 SUPERVISORY CONTROL AND DATA ACQUISITION Page 23 of 26 INS'YRUl4 ENT FIJNCTIO - SET POILNT PIT-1044-1 DISCHARGE HIGH PRESSURE ALARM 70 PSI 5.7 LOOP 200, 201, 202: VFD-PI, VFD-P2, VFD-P3 A. Each pump at the lift station will be operated on a variable frequency drive. The pumps may be operated in either a HAND or AUTO. When in AUTO, the SCADA system will determine which pump or combination of pumps to run. An operator will have the option of running the system in SCADA MANUAL mode and determining which pumps operate and when to turn them on/off. B. HMI will have the following indication, alarm, and control functions: 1. IN SERVICE (Latching, indication) 2. SCADA AUTO/MANUAL (Selection, indication) 3. CONTROL POWER OK (Indication) 4. SPEED REFERENCE (Hz, float, 1 decimaI) 5. SPEED INDICATION (Hz, float, 1 decimal) 6. START RAMP DURATION (Seconds, integer) 7. SCADA MANUAL RUN (Momentary) 8. SCADA MANUAL STOP (Momentary) 9. RUN PERMISSIVE (Indication) 10. VFD RUN/STOP (Indication) 11. PUMP RUN HOURS (Hours, float, 1 decimal) 12. PUMP RUN HOURS RESET (Protected Momentary) 13. MOTOR OVER TEMPERATURE (Alarm) 14. MOTOR SEAL LEAK (Alarm) 15. PUMP FAIL (Alarm) 16. SHUTDOWN PRESSURE (Alarm) 17. VFD FAULT (Alarm) 18. E. STOP AT VFD (Alarm) 19. E. STOP AT WET WELL (Alarm) 20. HOA IN HAND (Indication) 21. HOA IN AUTO (Indication) 22. HOA IN OFF (Indication) 23. PUMP FAIL ALARM RESET (Momentary) 24. SHUTDOWN PRESSURE ALARM RESET (Momentary) 25. VFD FAULT RESET (Momentary) C. See section 4.00 SEQUENCE OF OPERATION for a description of how the VFD controls interact with the entirety of the PICS. FREESE AND NICHOLS, INC. Lake Arlington Litt Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 40 90 02 - 24 SUPERVISORY CONTROL AND DATA ACQUISITION Page 24 of 26 D. IN SERVICE: When the system is operated in NORMAL or SCOURING, the control system must select the lead and lag pumps from the three installed pumps. LEAD and LAG pumps may only be chosen from pumps than are IN SERVICE. Pump will automatically be removed from service if the HOA switch is placed in OFF, HAND, or an operator removes the pump from service in SCADA. E. SCADA AUTO/MANUAL: When SCADA AUTO is selected for a pump, start, stop, and pump speed are determined by the SCADA system. Pump speed is not user adjustable in this mode. Operator START and STOP buttons do not function and the pump speed set point cannot be adjusted. When SCADA MANUAL is selected for a pump, operator must enter the target speed of the pump manually and initiate pump start and pump stop. If a pump is running in AUTO and the operator selects MANUAL, the state of the pump will not change. If stopped, it will remain stopped. If running, it will continue to run at the speed reference last sent. Transition between SCADA AUTO and SCADA MANUAL will be bumpless. 5.8 LOOP 203: SWITCHBOARD FUNCTIONS A. The station switchboard is equipped with an ATO (automatic throw over) control to switch between utility power and generator power. Signals will be reported to SCADA for the status of the equipment and to other control system functions that are based on which power source is available. B. HMI will have the following indication, alarm, and control functions: 1. MAIN BREAKER CLOSED (Indication) 2. GEN 1 BREAKER CLOSED (Indication) 3. GEN 2 BREAKER CLOSED (Indication) 4. UTILITY SOURCE AVAILABLE (Indication) 5. GEN 1 AVAILABLE (Indication) 6. GEN 1 RUNNING (Indication) 7. ATO GENERAL FAULT (Alarm) 8. ATO UPS FAULT (Alarm) 9. SPD MODULE FAILURE (Alarm) C. The PLC will be connected to the switchboard PQM (power quality meter) over an Ethernet connection. Continuously read and display the following information on the HML OIT is not required to display this information since it is locally available on the PQM's integral display. 1. KW 2. KVAR 3. KVA 4. PF 5. THD% 6. 3 Phase Amps 7. Phase A Amps 8. Phase B Amps 9. Phase C Amps 10. V3 phase 11. Van FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 40 90 02 - 25 SUPERVISORY CONTROL AND DATA ACQUISITION Page 25 of 26 12. Ve„ 13, V,„ 5.9 LOOP 204: STANDBY GENERATOR A. The station will be equipped day I with a single standby generator. During a future phase, a second generator will be added in parallel with the first. All functions described for the first generator will be added for the second generator later under a separate contract. B. HMI will have the following indication, alarm, and control functions: 1. GEN 1 RUN/STOP (Indication) 2. GEN 1 COMMON ALARM (Alarm) 3. GEN 1 BATTERY CHARGER FAULT (Alarm) 4. GEN I LOW FUEL ALARM (Indication) C. The generator will be connected to the PLC via an Ethernet connection. When a common alarm is signaled from the generator, query the generator over the Ethernet connection to determine the specific alarm(s). Display the specific fault condition on the HMI. 5.10 LOOP 205: ODOR CONTROL A. The odor control system for the wet well also serves as wet well ventilation. The differential pressure transmitter will be used to determine the state of the carbon filter and estimate remaining life till carbon media replacement. B. HMI will have the following indication, alarm, and control functions: 1. ODOR CONTROL GENERAL FAULT (Alarm) 2. ODOR CONTROL DIFFERENTIAL PRESSURE (PSI, float, 2 decimal) 3. DIFFERENTIAL PRESSURE WARNING (PSI, float, 2 decimal) 4. DIFFERENTIAL PRESSURE ALARM (PSI, float, 2 decimal) C. SET POINTS INSTRUNTENT FUNCTION SIFT POINT DIFFERENTIAL PRESSURE WARNING COORDINATE WITH PRESSURE OWNER AND ODOR TRANSMITTER PRESSURE ALARM CONTROL SUPPLIER 5.11 LOOP 206: HVAC, TEMPERATURE, HEAT/SMOKE A. The electrical building must be maintained at a temperature which allows the VFDs to operate efficiently, enable maximum lifespan from SCADA system electronics, and allow for operator comfort during maintenance. Since this is an unmanned lift station, heat/smoke detectors will be critical for early detection and response to potential fires. B. HMI will have the following indication, alarm, and control functions: 1. RTU-1 GENERAL FAULT (Alarm) 2. RTU-2 GENERAL FAULT (Alarm) 3. ELECTRICAL BUILDING LOW TEMP (Alarm) 4. ELECTRICAL BUILDING HIGH TEMP (AIarm) 5. ELECTRICAL BUILDING TEMPERATURE (Fahrenheit, float, 1 decimal) FREESE AND NICHOLS, INC. Lake Arlington.Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 40 90 02 - 26 SUPERVISORY CONTROL AND DATA ACQUISITION Page 26 of 26 6. SCADA CABINET LOW TEMP (Alarm) 7. SCADA CABINET HIGH TEMP (Alarm) 8. SCADA CABINET TEMPERATURE (Fahrenheit, float, 1 decimal) 9. ELECTRICAL BUILDING HEAT/SMOKE (Alarm) C. SET POINTS lt+fti'� 1 UA1Lti_r_ I Mi NCTiON I .SET POINT TE-206-1 LOW TEMP ALARM 50 F HIGH TEMP ALARM 85 F TE-206-2 LOW TEMP ALARM 50 F HIGH TEMP ALARM 80 F 5.12 LOOP 207: SCADA DC POWER SYSTEM A. The SCADA system will be powered from a redundant, hardened DC power system. DC power is distributed beyond the LPU cabinet to the switchboard and VFDs and is critical to proper system operation. B. HMI will have the following indication, alarm, and control functions: 1. PSU # 1 OK (Indication) 2. PSU # 1 FAILURE (Alarm) 3. PSU # 2 OK (Indication) 4. PSU # 2 FAILURE (Alarm) 5. PSU COMBINER DC OUTPUT OK (Indication) 6. PSU COMBINER DC OUTPUT FAILURE (Alarm) 7. DC UPS ON BATTERY (Indication) 8. DC UPS LOW BATTERY (Indication, Alarm) 9. DC UPS BATTERY FAILURE (Alarm) 10. SURGE PROTECTIVE DEVICE FAILURE (Alarm) 5.13 LOOP 208: INTRUSION DETECTION A. The lift station is an unmanned site and as such requires intrusion detection on all entry points to buildings, wet well, electrical pull boxes, and equipment. Multiple intrusion switches are provided in parallel for each detection zone to provide a common alarm. B. HMI will have the following indication, alarm, and control functions: 1. ELECTRICAL BUILDING INTRUSION (Alarm) 2. GEN 1 INTRUSION (Alarm) 3. WET WELL INTRUSION (Alarm) 4. PULL BOX # 1 INTRUSION (Alarm) 5. PULL BOX # 2 INTRUSION (Alarm) 6. PULL BOX # 3 INTRUSION (Alarm) 7. PULL BOX # 4 INTRUSION (Alarm) END OF SECTION FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 DIVISION POLLUTION AND WA5TE CONTROL EQUIPMENT PAGE INTENTIONALLY LEFT BLANK 4431 16- 1 ACTIVATED CARBON ADSORPTION ODOR CONTROL EQUIPMENT Page 1 of 18 SECTION 44 31 16 ACTIVATED CARBON ADSORPTION ODOR CONTROL EQUIPMENT PARTI- GENERAL 1.1 WORK INCLUDED A. Provide all labor, equipment, materials, and incidentals as required to furnish, install, check, calibrate, test, document, start up, and place in satisfactory operation the Odor Control Equipment as shown and as specified. B. The Odor Control Equipment shall include, but not be limited to the following: 1. Fiberglass Reinforced Plastic (FRP) ductwork including, but not limited to, ductwork, fittings, flexible connections, accessories, and ductwork supports from source through exhaust stack 2. Demister/Grease Filter 3. Dampers 4, Odor Control Fan 5. Motor starters and disconnects, gauges, exhaust stack, Iocal control panel, and instrumentation and controls 6. Dual Bed Carbon Adsorber vessel with carbon media 7. Handrails and ladder for vessel 8. Spare parts as specified C. General: 1. Contractor shall be completely responsible for the proper operation and functions of the Odor Control Equipment herein specified. Contractor shall be responsible for coordination of all interfaces with other contractors to achieve the required Odor Control Equipment operation. 2. In this Section, the words FRP pipe and duct are used interchangeably as are vessel and tank. 3. Electrical conduit and wiring between all integral odor scrubber equipment shall be furnished and installed. Conduit shall be PVC coated galvanized rigid conduit and shall conform to the requirements of Section 26 05 33, Conduits. 4. Contractor shall provide all stainless steel accessories including hangers and supports for FRP ductwork are Type 3 t6 stainless steel. 5. One NEMA 4X stainless steel control panel shall be provided: 6. One, 60 ampere, 480 volt, three phase control panel including a local motor disconnect shall be provided to power the Odor Control Equipment. 7. All components of the Odor Control Equipment shall be shop -primed and shop finish coated. GRESIIAM SMITII Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 443116-2 ACTIVATED CARBON ADSORPTION ODOR CONTROL EQUIPMENT Page 2 of 18 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for the "Odor Control Unit" shall be per Lump Sum. 2. Payment a. The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per Lump Sum for the bid item, "Odor Control Unit". 3. The price bid shall include: a. Furnishing and installing Odor Control Unit with appurtenances as specified in the Drawings, including but not limited to: 1) Odor Control Equipment 2) Instrumentation and Control Fixtures 3) Electrical/Wiring 4) Finishes 5) Spare Parts b. All Testing/Inspection c. Start -Up Adjustments 1.3 QUALITY ASSURANCE A. The complete system shall be provided by a single system supplier. B. Odor Control Equipment Supplier shall have a minimum of 5 years' experience of producing substantially similar equipment and shall be able to show evidence of at least 5 installations, of the same size and type, in satisfactory operation for at least 5 years. C. Fabricator's Quality Assurance Supervisor: Minimum of 5 years' experience in fabrication of fiberglass structures. D. Inspection and Testing Requirements: The visual inspection of the equipment shall comply with ASTM D 2563, Visual Acceptance Level II for interior and Level III for exterior. E. Requirements of Regulatory Agencies: Comply with the applicable provisions of regulatory agencies below and others having jurisdiction. 1. Local and State Building Codes and Ordinances. 2. Underwriters' Laboratories, Incorporated. 3. National Fire Protection Association. F. Materials Testing 1. Materials employed in items fabricated of fiberglass reinforced plastic shall be capable of withstanding maximum calculated stresses that may occur during fabrication, installation and continuous operation, with allowance for an adequate safety factor. To confirm materials properties, tests shall be conducted by an independent, qualified testing laboratory on representative material samples in accordance with the following latest revision of ASTM standards. 2. Test results shall be submitted for review to the Engineer prior to manufacturer of fiberglass reinforced plastic items. G. Prior to conducting any Odor Control Equipment testing, Contractor shall demonstrate that all meters and test equipment have been calibrated, charged and are in good operating condition one working day before the test date. Contractor shall also verify there is sufficient test gas to conduct testing for specified durations at specified concentrations. GRESHAM SMITII Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 4431 16-3 ACTIVATED CARBON ADSORPTION ODOR CONTROL EQUIPMENT Page 3 of 18 1.4 SUBMITTALS A. Submit a marked up version of this specification clearly identifying any exceptions or variations being proposed to the specifications. Exceptions or variations will be reviewed but may not be deemed acceptable. B. Submittals shall be in accordance with Section 0133 00 Submittals and shall include: Shop Drawings: a. Submittal information for the Odor Control Equipment: 1) Contractor shall submit for review to Engineer, sufficient literature, detailed specifications, and drawings to show dimensions, make, style, speed, size, type, horsepower, service factors, efficiency, materials used, design features, internal construction, weights, and any other information required by Engineer for review of all odor control equipment. No odor control equipment will be accepted, and installation will not be allowed until such review has been completed. 2) Dimensions of equipment and vessels including internal and external fittings, pipe and duct connections and appurtenances. 3) Resin and reinforcing material used. 4) Resin manufacturer's certificate listing the nomenclature, composition, and characteristics of the resin used is suitable for intended service. 5) Service Conditions: environment and temperature. 6) Statement that fabrication shall be in accordance with these Specifications. 7) Total operating weight of scrubbers. 8) Description of fabrication. 9) Description of surface preparation and primer paint as specified in this Section. 10) Submit design calculations on FRP vessel wall construction, lifting channels and hold down lugs. Calculations shall be completed, signed and sealed by a Registered Professional Engineer in the State of Texas. 11) Mist eliminator details. 12) Location of sample taps. 13) Differential pressure instrumentation information. 14) Full drain outlet details. 15) Expansion joints and flexible connectors for fans, pumps, ductwork and piping. 16) Gauges and monitoring devices. 17) Submittal for Odor Control Equipment panels and panel mounted devices and electric devices. 18) Written description of Odor Control Equipment sequence of operation. 19) Material list. b. Submittal information for the fan: 1) Manufacturer's certified rating data. 2) Certified Shop Drawings showing all important details of construction, dimensions, and anchor bolt locations. 3) Descriptive literature, bulletins, and catalogs of the equipment. 4) The total weight of the equipment. 5) A complete bill of materials. 6) A list of the manufacturer's recommended spare parts with manufacturer's current price for each item. Include gaskets, packing, etc., on list. 7) Complete data on motors, motor starters, nameplate data and controls. 8) Data on noise in accordance with AMCA #300. 9) Description of surface preparation and shop primer and shop finish coating as specified in this Section. GRESHAM SMITH Take Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 4431 16-4 ACTIVATED CARBON ADSORPTION ODOR CONTROL EQUIPMENT Page 4 of 18 10) Inlet and outlet connection bolt hole patterns. 11) Vibration eliminator data. 12) Results of factory dynamic balance of fan and field check of dynamic balance of fan. 13) Inlet vane damper. 14) Motor control schematic wiring diagrams. c. Submittal information for the carbon: 1) Carbon data sheets. 2) Test results, by an independent laboratory, completed within the last 6 months, that indicate that the carbon that is intended to be supplied will meet all the specifications presented herein. 3) Activated carbon manufacturer's certificate. 4) Delivered carbon specification sheets. d. Ductwork Shop Drawings: Submit the following: 1) 1/4 inch scale duct layouts. 2) Dimensions. 3) Details of construction. 4) Details of installation. 5) Manufacturer's literature, illustrations, specifications and engineering data. 6) Access doors. 7) Flexible connections. 8) Duct sealants. 9) Manufacturer's specifications for FRP resins and reinforcing material used. 10) Specification of FRP ductwork laminate construction including schedule of duct sizes indicating weight per foot, wall thickness and all other data required for indicating conformance to FRP round duct schedule. Submit procedures for hand lay- up of duct joints. 11) Deviations from Contract Documents e. Performance Testing Plans and Procedures: Submit written performance test procedures for the following tests: 1) Factory test certification. 2) Procedure for Odor Control Equipment field tests. 2. Closeout Submittals: Submit the following: a. Operations and Maintenance Manuals: 1) Submit complete installation, operation and maintenance manuals, test reports, maintenance data and schedules, description of operation, and spare parts information. 2) Furnish Operation and Maintenance Manuals in conformance with the requirements of Section 0178 23, Operation and Maintenance Data. b. Certificate of manufacturer's warranty. 1.5 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. American Society for Testing and Materials (ASTM): a. D2563 Standard Practice for Classifying Visual Defects in Glass- Reinforced Plastic Laminate Parts. b. D2584 Standard Test Method for Ignition Loss of Cured Reinforced Resins. c. D2854 Standard Test Method for Apparent Density of Activated Carbon. d. D2866 Standard Test Method for Total Ash Content of Activated Carbon. e. D2867 Standard Test Methods for Moisture in Activated Carbon. GRESHAM SMITH Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Numbcr: 100995 Revised March 24, 2020 443116-5 ACTIVATED CARBON ADSORPTION ODOR CONTROL EQUIPMENT Page 5 of 18 £ D3299 Standard Specification for Filament -Wound, Fiberglass Reinforced Thermoset Resin Chemical Resistant Tanks. g. D3467 Standard Test Method for Carbon Tetrachloride Activity of Activated Carbon. h. D3802 Standard Test Method for Ball -Pan Hardness of Activated Carbon. i. D4097 Standard Specification for Contact Molded, Glass Fiber Reinforced Thermoset Resin Chemical Resistant Tanks. j. D4607 Standard Test Method for Determination of Iodine Number of Activated Carbon. k. D5742 Standard Test Method for Determination of Butane Activity of Activated Carbon. 1. D2996 Filament -Wound "Fiberglass" (Glass -Fiber -Reinforced Thermosetting -Resin) Pipe in. D3299 Filament -Wound Glass -Fiber -Reinforced Thermoset Resin Corrosion -Resistant Tanks n. D638 Standard Test Method for Tensile Properties of Plastics o. D790 Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials p. D2412 Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel -Plate Loading q. D635 - Standard Test Method for Rate of Burning. r. D6041 - Standard Specification for Contact -Molded "Fiberglass" (Glass -Fiber - Reinforced Thermosetting Resin) Corrosion Resistant Pipe and Fittings. s. E84 - Standard Test for Surface Burning Characteristics of Building Materials. t. D3839 - Standard Guide For Underground Installation of Fiberglass (Glass -Fiber Reinforced Thermosetting -Resin) Pipe. u. D4167 — Standard Specification for Fiber -Reinforced Plastic Fans and Blowers. v. D6646 - Standard Test Method for Determination of the Accelerated Hydrogen Sulfide Breakthrough Capacity of Granular and Pelletized Activated Carbon 2. Additional Relevant Standards and Tests a. ASME RTP- I b. ANSI/AMCA 500-D-07 Figure 5.8 Zero Leakage (Bubble -Tight) Damper Bubble Test. c. National Bureau of Standards Voluntary Product Standard PS 15-69, "Custom Contact - Molded Reinforced -Plastic Chemical -Resistant Process Equipment." d. National Bureau of Standards (NBS): PS 15, Recommended Practice for Shipping and Installation of Reinforced Plastic Tanks. e. ANSI/AMCA 204-96 Balance Quality and Vibration Levels for Fans £ ANSI/AMCA 300 Reverberant Room Method for Sound Testing of Fans 1.6 DELIVERY AND STORAGE A. Deliver materials to the Site to ensure uninterrupted progress of the Work. Deliver anchor bolts and anchorage devices, which are to be embedded in cast -in -place concrete in ample time to prevent delay of the Work. B. Contractor shall be responsible for safe transportation, including all freight costs for delivery to the Site, procuring any necessary permits, handling, and open air storage of the vessel, fan, ductwork and other materials purchased as specified in this Section. C. Carbon adsorber vessel shall be shipped with internal grating and piping installed. The vessel shall be shipped without carbon. D. Manufacturer shall protect all flange faces and the more fragile appurtenances of the sub assemblies, with padding between pieces in order to prevent one piece from impacting with another, and by crating or other means for shipment. GRESIIAM SMITH Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 443116-6 ACTIVATED CARBON ADSORPTION ODOR CONTROL EQUIPMENT Page 6 of 18 E. Duct sub assemblies and vessel shall be unloaded with care and stored in a location where they will be free from damage. Impact of a tool or other heavy object may result in a fracture of the inner lining and affect the service life of the carbon adsorber, duct or equipment. F. Large sub assemblies shall be supported during unloading to prevent excessive deflection and overstressing. G. Suction and discharge ports shall be protected against entry of foreign objects. H. Store equipment and materials so as to keep free from moisture, damage, and deterioration. I. Vessels shall be crated and installed on a shipping skid or saddles for ease of movement and protection during transportation. J. Openings shall be covered to protect flange surfaces and to prevent foreign materials from entering the vessels. K. Vessels and ductwork shall be protected, by padding or bracing, from banding or ropes used in shipment. No chains are to be used to secure any tanks in transportation. L. Vessels shall be clearly marked for any precautions in handling. M. All boxes, crates and packages shall be inspected by Contractor upon delivery to the Site. Contractor shall notify Engineer if any loss or damage exists to equipment or components. Replace loss and repair damage to new condition in accordance with manufacturer's instructions. N. Store materials to permit easy access for inspection and identification. Keep all materials off ground, using pallets, platforms or other supports. Protect steel members and packaged materials from corrosion and deterioration. 1.7 WARRANTY A. Provide manufacturer's warranty for 1 year from the date of Substantial Completion. PART 2- PRODUCTS 2.1 GENERAL A. Provide Odor Control Equipment specified which treat in a single pass the odorous foul air from the contaminated areas. The system shall be designed for continuous and automatic operation and be capable of manual operation. The adsorber sump drain stream shall be discharged into the lift station wetwell. Access manways shall be provided to allow access to the internals of the vessel. The Odor Control Equipment shall be designed to withstand a temperature differential of 90°F and an ambient temperature of 115OF. B. The products shall be the end products of one responsible system supplier in order to achieve standardization of appearance, operation, maintenance, spare parts, and manufacturer's services. 2.2 SYSTEM SUPPLIERS A A. Daniel Company B. ECS C. EcoVerde D. Or Approved Equal GRESHAM SMITH Lake Arlington Lin Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised Mftrch 24, 2020 4431 16-7 ACTIVATED CARBON ADSORPTION ODOR CONTROL EQUIPMENT Page 7of18 2.3 BASIS OF DESIGN A. The odor control system shall be designed to remove the odorous constituents from process air stream under the following operating conditions: Parameter Units Requirement Capacity cfm 8,000 Carbon Adsorber Type n/a Dual -Bed H2S Loading (average) my 16 H2S Loading (peak) my 43 Minimum H2S Removal Efficiency % 99 or 0.5 ppmv outlet, whichever is greater H2S unit adsorption capacity (minimum) in accordance with ASTM D6646 g H2S/cc Carbon 0.2 Inlet air temperature degrees F 55 — 115 Inlet air relative humidity % 40 — 100 Reactor diameter minimum feet 10, Total media bed depth minimum feet 6' Maximum media depth per layer feet 3' Empty Bed Residence Time minimum seconds 3.4 Pressure drop across reactor (maximum at normal air flow) Start-up: Max: inches w.c. inches w.c. 6 10 Media Bed Face Velocity maximum Ft/min 60 Fan type n/a Centrifugal Fan Horsepower HP 25 2.4 ADSORBER VESSEL A. Fabrication Specifications: The FRP adsorber vessel shall be filament -wound, manufactured in accordance with ASTM D3299. The visual defects, per ASTM D2563, shall not exceed Level 11 on the vessel interior and Level III on the vessel exterior. The resin used shall be Hetron 992 Flame Retardent (FR), or approved equal suitable for continuous exposure to saturated water vapor, hydrogen sulfide gas, and their associated acidic products. A permanent wax containing resin coating, formulated according to the resin manufacturer's most recent recommendations (or other Engineer -approved method) shall be used for surface protection and to prevent air inhibition of resin curing. Contact molded accessories shall be manufactured in accordance with NBS PS 15-69. The completed vessel shall be translucent until it is gel coated. The final gel coat color is to be selected by the Owner. No thixotropic additives are to be used. A certificate from the resin manufacturer listing the nomenclature, composition, and characteristics of the resin shall be furnished with the vessel. ORESEAM SMITH Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 443116-5 ACTIVATED CARBON ADSORPTION ODOR CONTROL EQUIPMENT Page 8 of 18 2. An inner corrosion barrier shall be provided consisting of no less than three laminated layers. The inner corrosion layer shall be resin rich, not to exceed 20 percent plus or minus 5 percent glass by weight, and a minimum thickness of 10 to 15 mils. The inner corrosion layer shall be followed by at least two layers of chopped -strand mat or two passes of chopped roving to a total of 3 ounces per foot. Should the chopped roving technique be employed, the chopped fibers shall be 1/2 inch to 2 inches in length. The total corrosion barrier shall total 100 mils minimum and be 27 percent plus or minus 5 percent glass by weight. 3. The structural aspects of the vessel shall be sufficient to meet recommended requirements, including seismic requirements for all conditions during the design life. Manufacturer shall include with the shop drawings, detailed calculations illustrating the seismic characteristics of the proposed vessels. Calculations shall be signed and stamped by a registered professional engineer. 4. In addition to the above requirements, the adsorber vessel shall have an average glass content of 55 percent plus or minus 5 percent by weight per ASTM D2584. 5. Provide non-skid surface for the top of the vessel. 6. Provide aluminum handrails for the top of the vessel and an aluminum access ladder. 7. Tie -down lugs and lifting lugs shall be integrally molded into the walls of the vessels. 8. The adsorber vessel shall be complete with integral carbon screen and support ledge, tie - down arrangement, access manways, air inlet connection, pressure differential assembly, vent connection, Schedule 80 CPVC drain connection with CPVC ball valve and siphon break, sample port nozzles, a bypass tee and damper for connection of bypass line around carbon vessel, and all necessary accessories as shown on the Drawings and/or specified within. All exhaust air shall leave the vessel at the top. Provide sufficient access manways so that all internal parts can be easily removed from the vessel. All metal parts shall be Type 316 stainless steel with no metallic parts contacting the carbon except for grounding purposes. 9. Access manway covers shall be airtight at the pressure equal to or higher than the corresponding fan static pressure. The fabrication details and materials of the components shall be included in shop drawings, and submitted for approval before fabrication. 10. Vessel design and airflow configuration shall be furnished to accommodate dual deep bed activated carbon layers. a. Dual deep bed requirements. 1) The beds and vessel configuration is to be conductive to easy carbon replacement. 2) The beds shall be supported on a polypropylene screen and fiberglass grating. 3) Screen and grating must be removable through access manways. 4) The grating and its support ledge shall be capable of supporting the load imposed by the depth of activated carbon specified, plus a person load of 250 pounds located anywhere on the grating. 11. Each activated carbon bed shall be grounded with a 316 stainless steel rod to prevent static electricity from accumulating. A predrilled and tapped copper grounding pad shall be located on external vessel walls, and bonded to the walls. Connection to grounding system will be by others in accordance with specification section 26 05 26 "Grounding and Bonding for Electrical Systems". 12. All cut -walls from tank wall nozzle cutouts shall be reinforced as required by service conditions. Press molded or compression molded flanged nozzles are not acceptable. GRES HAM SMITH Lakc Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 4431 16-9 ACTIVATED CARBON ADSORPTION ODOR CONTROL EQUIPMENT Page 9 of 18 13. Ultra Violet Stabilizer: Add to the exterior surface resin coat of fabrications intended for outside service, in the type and amount recommended by the resin manufacturer 2.5 ACTIVATED CARBON A. Unless otherwise indicated, all materials shall conform to the latest issue of ASTM D6646. B. Granular activated carbon shall be high capacity Cabot Norit Darco HzS. The carbon is designed for removing hydrogen sulfide from the air streams and eliminating sewage odors. The carbon shall not contain chemical impregnants. C. The lignite carbon shall have the following product specifications: Parameter Units Requirement HzS capacity ASTM D6646 min /mL 0.2 Moisture, % as packed max % 8 Mesh size (U.S. Sieve Series) Greater than 4 mesh, (4.75 min) (max) Less than 8 mesh 2.36 min), % % 10 10 Apparent density, poured /mL 0.4 lb/ft3 25 Mesh size (U.S. Sieve Series) Less than 8 mesh 2.36 min) % Mean particle diameter min 3.4 2.6 INTERCONNECTING DUCTWORK, DAMPER, AND FLEXIBLE CONNECTOR A. Ductwork, flexible connectors, and dampers as indicated on Drawings shall be manufactured by the system supplier. Ductwork assembly and design shall be compatible with the fan and vessel. All ductwork shall be FRP. B. Ductwork: I. Support spacing shall be in accordance with manufacturer's recommendations to comply with minimal deflection requirements. 2. Design Tensile Stress: Calculations for design of wall thickness assume a laminate ultimate tensile stress of 15,000 psi maximum. Decrease ultimate tensile stress as appropriate to the laminate design. For round ducting: The maximum allowable design tensile stress shall be the ultimate tensile stress divided by 5. 3. Minimum Corrosion Liner: a. One layer of "C" or Nexus veil as specified for the service environment. b. Remainder I-t/2 oz/ft2 of mat to total minimum thickness of 0.096 inches on surface exposed to the service environment. 4. Resin: Fire retardant premium vinyl ester as follows unless otherwise recommended by the resin manufacturer for the service environment: 5. Ashland Chemical Hetron vinyl ester 992FR-SB 27 or Equal. 6. Resin for Structural Layers: Resin with sufficient antimony trioxide or pentoxide for Class I fire rating. GRESHAM SMITH Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 4431 16 - 10 ACTIVATED CARBON ADSORPTION ODOR CONTROL EQUIPMENT Page 10 of 18 7. Glass: For filament winding provide continuous filament, single end (strand) Type E, Silane, glass roving; designed for filament winding, having a minimum yield 113 yd/lb. For contact molded provide 1 oz/ft2 of Type E-Glass, Silanc, Chopped Strand Mat with strand lengths of 2 inches and Spray -Up Roving Type E-Glass with a yield of 154 yd/lb. Glass to be manufactured by Owens Corning or -equal. 8. Color: A pigmented gel coating containing UV inhibitor shall be applied as the final layer to all above grade ductwork. Gel coating shall be applied during the manufacturing process and shall be sufficiently cured using Methyl Ethyl Ketone Peroxide (MEKP) catalyst. All laminated field joints on above grade ductwork shall be similarly coated by the installer. The color of the gel coating shall be selected by the ENGINEER during the submittal process. Buried FRP ductwork shall not require gel coating. 9. Ultra Violet Stabilizer: Add to the exterior surface resin coat of fabrications intended for outside service, in the type and amount recommended by the resin manufacturer 10. Fabrication: a. Contact -molded hand layup for rectangular duct and filament wound for round duct and pipe per ASTM D 2996 construction and as specified in standards referenced in paragraph 1.2.A. Provide wall thickness necessary to comply with design criteria. Wall thickness shall not be less than the value determined by structural calculations provided by a licensed P.E. experienced in the design of FRP duct and pipe. b. Minimum wall thickness shall be 0.30 inches. c. Fittings: 1) Type: Contact -molded using random chopped and hand lay-up technique per NBS PS 15-69 Duct and Pipe standard. 2) Wall thickness: At least equal to the thickness of the thickest adjacent ducting or piping. d. Joints: 1) Flanged or butt and strap joints. 2) Gaskets for flanged joints: 1/8-inch neoprene over full flange face. 3) Thickness of butt and strap joint overlays: At least equal to the thickness of the thickest adjacent duct. e. Fasteners: Type 316 stainless steel. f. Flanges: 1) FRP flanges shall be made of the same materials as the FRP ductwork. 2) Flange bolt hole pattern, as well as flange dimensions shall be per NBS PS 15-69 Tables 2 and 5 for duct and pipe respectively, except for thickness. Thickness of flange shall be a minimum of 3/a 3) Flanges shall be manufactured using the hand lay-up technique and shall be integral to the duct per ASME RTP-1. Filament wound and/or random chopped methods of constructing flanges will not be acceptable. C. Dampers: 1. Provide dampers for the following: a. Each exhaust stack. 2. Zero -Leakage air isolation fiberglass round damper for volume control and balancing 3. All damper bodies shall be designed to the greater of the following values: a. Not less than 50 inches of water pressure and 5 inches of water vacuum. GRESHAM SMITH Lake Arlington Lift Station TECHNICAL, CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 4431 16 - 11 ACTIVATED CARBON ADSORPTION ODOR CONTROL EQUIPMENT Page I I of 18 b. The damper manufacturer shall be a certified AMCA member in good standing, having had their product line tested by an AMCA certified laboratory. Proof of certification must be provided. All dampers shall be tested and licensed by AMCA and shall bear the AMCA seal. A sample of each size damper shall be tested to ANSI/AMCA 500-D-07 Figure 5.8 Zero Leakage (Bubble -Tight) Damper Bubble Test and shall be certified by the AMCA laboratory in Arlington Heights, IL as having an air volume leakage rate of 0 cfm per square foot of cross section at 30 inches of water gauge pressure and vacuum, while in the fully closed position. AMCA certified tested results shall be provided and will be reviewed by the ENGINEER prior to acceptance of the dampers. Annular corrosion resistant elastomer sealing seat shall be embedded in the damper body to achieve zero leakage. c. Damper frames shall be vinyl ester resin fabricated to ASME/ANSI RTP-1. d. Damper flanges shall be per NBS PS 15-69 Table 2, hand lay-up integral to body per ASME RTP-1-2005 standard Figure 4-11. e. Damper blades shall be vinyl ester resin similar to damper frame. Unitary construction with no circumferential seal or backstop, having a calculated percent deflection of L/360. Damper blades shall be of the single laminate design with corrosion liners applied to both sides and any external stiffeners. All stiffeners shall be integral to the blade. The use of coring materials shall not be allowed to thicken the blade. f. Damper shaft shall be Type 316 stainless steel with nuts, bolts, and washers encapsulated in FRP. The shaft shall extend across the diameter of the damper. Shaft shall be completely replaceable and easily disassembled from the body and blade. g. Shaft seal shall be located at the penetration of the fiberglass body. Shaft seals shall consist of hypalon packing material and "O" rings in an adjustable compression type housing, made of PVC or the same FRP material as the damper body. No other materials will be permitted for the shaft seal compression type housing. No other type of seal will be acceptable. The shaft seals shall be designed to permit external access for easy adjustment and/or replacement of packing material without having to remove the damper from the duct line. Shaft seal assemblies shall contain no metal parts. h. Bearings shall be PVC or PTFE sleeve type and shall require no lubrication. Bearings shall withstand air stream temperatures of up to 140 degrees Fahrenheit. i. Provide all dampers 24" diameter and larger with hand -wheel driven worm gear operators mounted to FRP stand-off plate made integral to damper body. Dampers smaller than 24" diameter shall be operating using hand lever with locking quadrant. The worm gear operators shall be sized for the pressure rating and torque required to rotate the blade from opening to closed positions. A 316 stainless steel adaptor shall be used to connect the operator with the solid shaft made of the same material. The operator shall have a hand wheel handle and shall be epoxy coated to resist corrosion. Dampers of all sizes, which are located at an elevation of 7 feet above the floor, shall be provided with chain wheel operators. Chain wheel sprockets along with anti -gagging chain guides and corrosion resistant chain link of appropriate lengths shall be coupled with warm gear operators of the type previously specified. Worm gear operator shaft diameters shall be sized large enough to withstand pull forces of 300 pounds. Chain wheel sprockets shall be manufactured by Babbitt Company, or equal. Worm gear operators shall be Model DT-12 as manufactured by Dyna Torque, or equal. j. Dampers shall be designed so that all parts including shaft, blade, bearings, compression seal, handle, and operator may be disassembled for maintenance and repair using simple hand tools. A list of spare parts and instructions on how to replace dampers shall be made readily available by the manufacturer as part of an operation and maintenance manual. GRESHAM SMITH Lake Arlington Lift Station TECfIN1CAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 4431 16 - 12 ACTIVATED CARBON ADSORPTION ODOR CONTROL EQUIPMENT Page 12 of 18 D. Flexible Connections: 1. Supply flexible connections used in rigid FRP ducting systems for lateral, torsional, angular, and axial movement due to thermal expansion/contraction and vibration. In addition, product can be utilized to compensate for minimal ducting misalignment. 2. Construction: a. Multiple layers (2 min.) of vulcanized polyester tire cord fabric reinforcement sandwiched between 60 to 70 durometer EPDM elastomer inner liner and exterior cover. Use of reprocessed/reclaimed rubber is not allowed. Tire cord fabric will be layered at an optimal bias angle with Resorcinol Formaldehyde Latex for superior rubber -to -fabric bonding. b. 316 SST back up retainers. c. 316 SST nuts, bolts and washers. d. All hardware and materials of construction to be suitable for H2S laden corrosive atmosphere and able to resist UV rays. 3. Design Parameters: a. Seamless construction built as one continuous piece with integral molded hollow arched volutes permitting up to 4 inches of axial contraction and expansion. Flexible joints shall be designed to allow for a minimum of 1 inch of offset movement in any direction. b. No wrap, seamed, or spliced type flexible connections will be allowed. c. Flexible connections shall be flanged on both ends. d. Flexible connections shall be designed to withstand a maximum of 2 psi vacuum and 2 psi pressure. e. Flexible connections shall be rated to withstand a maximum temperature of 220 degrees F continuous service with 250 degrees F intermittent spikes. 2.7 GREASE FILTER/DEMISTER A. General: 1. Unit shall be designed and selected for continuous operation with air containing corrosive and flammable vapors and gases generated from the conveyance and treatment of municipal wastewater. 2. Vapors and gases may be expected to include methane, hydrogen sulfide, mercaptans, amines, gasoline vapors, ammonia, airborne grease, and water saturated air. B. Operating Requirements: The grease filter/demister shall comply with the following. 1. Maximum Pressure Drop: 1.0 in. w,c. 2. Droplet Removal: 99% > 10 micron. C. Spare Parts: Two filters of each type. D. Equipment Features The grease filter/demister shall consist or two -stage filter pads housed inside an FRP enclosure. a. The first pad shall be a woven 316L stainless steel pad for grease and particulate filtration. b. The second pad shall be a woven polypropylene pad for mist removal. 2. The pads shall be removable for cleaning. 3. The housing shall have a door to allow removal and replacement of the filler pads. 4. The housing shall be transitioned and flanged for installation in the foul air ductwork. 5. Flanges shall be drilled and gaskets shall be provided. GRESHAM SMITH Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Projcct Number: 100995 Revised March 24, 2020 4431 16 - 13 ACTIVATED CARBON ADSORPTION ODOR CONTROL EQUIPMENT Page 13 of 18 6. A 1-inch Schedule 80 CPVC drain connection with a CPVC ball valve shall be provided. 7. A differential pressure transmitter with tubing and fittings shall be provided to measure the pressure drop across the unit. The gage shall be located to be easily accessible and readable. E. Materials 1. Housing: FRP 2. Grease Pads: ASTM 316 stainless steel 3. Demister Pads: Polypropylene 4. Gaskets: Neoprene F. Installation: 1. Install grease filter/demister as shown on the Drawings and as recommended by the manufacturer. 2. Provide adequate support for the unit such that there is no strain on the ductwork to which it is connected. 3. Provide access for filter removal. 4. Route the drain pipe to the common drain pipe. 5. Permanently mark the differential pressure gage as recommended by the manufacturer for filter maintenance. 2.8 FAN A. Provide Hartzell Series 41-9 FRP Centrifugal fan or approved equal. B. Operating duty point: 1. 8,000 scfm at 10 in w.c. C. The fan shall be provided completely assembled D. All hardware shall be 316 stainless steel E. Wheel resin: 1. Shall be solid fiberglass Type FA Dow Derakane 510-A vinylester 2. Suitable for temperatures up to 250 deg-F. F. Fan housing: l . Constructed of Ashland Hetron 693 polyester resin and glass fiber with 3% antimony trioxide added to achieve Class 1 tame spread below 25. 2. All fiberglass surfaces shall be protected with a minimum 10 mil thickness of chemical, flame, and UV resistant resin. 3. Inlet cone shall be solid fiberglass. 4. The fan drive base shall be epoxy coated steel. G. Fan shaft: 1. Polished carbon steel with FRP sleeve in the airstream. 2. Bearings shall be heavy-duty, self -aligning, with extended lube tubes for continuous service with a minimum of 50,000 hours Lio life. H. Fan motor: L V-belt driven 2. TEFC ORESHAM SMITH Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 4431 16 - 14 ACTIVATED CARBON ADSORPTION ODOR CONTROL EQUIPMENT Page 14 of 18 3. 480v, 3PH I. Fan assembly shall be dynamically balanced at the factory prior to shipping in accordance with AMCA Standard 204-96, fan application category BV-3. J. Fans shall have the AMCA Certified Seal for Sound and Air Performance. K. Provide the following accessories: 1. Weather cover including motor/drive guard 2. Rubber vibration isolators 3. 1-inch Schedule 80 CPVC drain fitting assembly with CPVC ball valve 4. Fan wheel inspection door, gasketed with 316 stainless hardware 2.9 INSTRUMENTATION AND CONTROL FIXTURES A. Pressure differential instruments shall be provided and include Magnehelic style pressure gauges allowing determination of the pressure loss in inches of water column across the carbon, the fan, and the grease/mist eliminator. The range shall be 0-15 inches of water. Scale shall have 1/10- inch water column divisions. Magnehelic shall be Dwyer or equal. Pressure transducer will produce a 4-20mA output signal. Signal will be split via galvanic isolation signal splitter. Provide terminals for signal connection to lift station SCADA system. B. Sampling Ports: Carbon adsorption unit shall have three, 1.5-inch diameter sample ports per media bed (for a dual bed system total of sample ports shall be six) each separated by 9-inches on center and evenly spaced along the height of the carbon bed depth. The ports shall be suitable for extracting carbon samples, and one additional air sampling port above the carbon bed. Provide one grain thief that is capable of extracting a core sample of the in -place carbon through the sample ports. Ports shall be adequate to provide suitable extraction of air samples from the carbon bed and be nonbinding. Each port nozzle shall extend outside the vessel wall and be blocked off with a 1.5- inch ball valve. Ball valve shall be CPVC. C. Control panel: 1. Panel shall have one Form C (5A/250VAC) dry contact for signaling a general fault. General fault shall be indicated on the panel with a light. Provide terminals for signal connection to lift station SCADA system. 2.10 SPARE PARTS A. Fan: 1. Three sets of spare belts. 2. Three sets of bearings. 3. Three replacement seals. 4. One spare fan shaft. B. Carbon Adsorber: 1. Two complete sets of gaskets for all covers, pipe duct connections, access manways, and other required system gaskets. 2. One complete refill of carbon stored in superbags. C. Mist Eliminator: 1. Two filters of each type. GRESHAM SMITH Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 4431 16 - 15 ACTIVATED CARBON ADSORPTION ODOR CONTROL EQUIPMENT Page 15 of 18 PART 3 - EXECUTION 3.1 INSPECTION A. Contractor shall examine the conditions under which the Work is to be installed and notify the Engineer, in writing, of conditions detrimental to the proper and timely completion of the Work. Do not proceed with the Work until unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Contractor shall furnish, install, and test the Odor Control Equipment. Adjusting and balancing of the system shall be in accordance with manufacturer's recommendations. B. Equipment shall be installed as specified herein, as shown, and in accordance with the manufacturer's recommendations and instructions. Equipment shall be installed in such manner that connecting piping will not impose any strain whatever on any equipment. Equipment shall be set upon grouted foundations, level or perpendicular, as the case may be, so that connecting flanges, screwed connections, or flexible connections will meet without strain or distortion. Base leveling nuts shall be blocked out during grouting of foundations, the grout allowed to set for not less than three days, leveling nuts loosened and followed by grouting of block -outs, with non -shrink grout as specified in Section 03 60 00, Grouting. C. Install the fans in accordance with the fan manufacturer's recommendations and instructions. D. All equipment shall be installed with Type 316L stainless steel anchor bolts as specified in Section 05 05 33, Anchor Systems. E. All equipment furnished under this Section shall be suitable for installation as shown and as specified herein. Contractor shall field verify locations, sizes and elevations for all connections. Contractor shall be responsible for determining the necessary clearances and headroom required to move all equipment to its final location. F. Fan shall first be perfectly aligned and leveled by means of steel wedges and shims near anchor bolts. Anchor bolts shall be tightened against shims on wedges and equipment shall again be checked for level and alignment before placing grout. G. Equipment bases shall not be grouted nor foundation bolts finally tightened until all piping connections are complete and in satisfactory alignment with no strain transmitted to the equipment. H. Installation shall include furnishing an initial supply of carbon as recommended by the manufacturer. I. Provide flanged flexible connections at air inlet immediately upstream and downstream of the scrubber exhaust fan. J. All flexible connections with air handling equipment will be supported at both ends within 1 S- inches of joint. K. All equipment shall be installed on concrete bases and secured with anchor bolts in accordance with the manufacturer's recommendations and as shown. Concrete bases shall be poured to an elevation to facilitate proper installation and access and in accordance with Section 03 30 00, Cast - In -Place Concrete. L. Support ductwork and piping independent of the carbon adsorber vessel, fan, and mist eliminator. GRESHAM SMITH Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 4431 16- 16 ACTIVATED CARBON ADSORPTION ODOR CONTROL EQUIPMENT Page 16 of 18 3.3 DUCTWORK INSTALLATION A. All ductwork shall conform accurately to the dimensions as shown. The ducts shall be straight and smooth inside with joints neatly finished; ductwork shall be installed so as to preclude the possibility of vibration under all operating conditions. B. Tape and seal all joints in accordance with SMACNA Standards. C. Elbows shall have a minimum centerline radius of 1 1/2 times the width of the duct. D. Test holes shall be provided at each duct connection and at all air moving equipment. Test holes shall be factory installed with no exposed fibers. E. Fire dampers shall be provided and installed where shown and where required by U.L. and authorities having jurisdiction, and shall be approved by the Uniform Building Code and in accordance with the requirements of the NFPA. F. Provide access doors for all dampers for inspection and maintenance. G. Install all ductwork and accessories to provide a system free from buckling, warping, breathing or vibration. H. All expansion joints and ducts shall be suitably supported at each end by support guides within 12-inches of joint. 1. All ducts at flexible connections with fans shall be supported at free end within 12- inches of flexible connection. J. Provisions shall be made for supporting all ductwork, dampers, and other ductwork accessories, where necessary. 3.4 INSPECTION AND START-UP ADJUSTMENTS A. Perform the following inspection of equipment with the equipment manufacturer's approved representative: Contractor shall submit the Certification of Inspection to the Engineer. 1. Verify proper equipment mounting and setting. 2. Verify that control fan, interlock and power wiring, each are complete and operational. 3. Verify alignment of each motor and drive. 4. Verify proper piping connections and accessories. 5. Verify that lubrication has been completed. 6. Verify direction of rotation. 7. Verify setting of safety controls. 8. Monitor heat buildup in bearings. 9. Check motor loads against nameplate data. 10. Verify proper starter overload heater sizes. 11. Verify function of safety and operating controls. 12. Verify proper operation of equipment. 13. Verify proper chemical solution sump level. 14. Verify carbon levels and distribution. 15. Overall Odor Control Equipment. B. Start-up Adjustments: 1. Remove all loose materials and obstructions from interior of ducts and adsorber. GRESHAM SMITH Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 4431 16 - 17 ACTIVATED CARBON ADSORPTION ODOR CONTROL EQUIPMENT Page 17 of 18 2. Remove debris and waste materials resulting from installation. 3. Adjust fan for proper alignment and flow. 4. Set volume control devices for approximate positions in preparation for final testing and balancing. 3.5 PERFORMANCE TESTS A. Qualified field service representative of the manufacturer shall conduct an performance test of the equipment and controls in the presence of Engineer to demonstrate that the equipment and its controls will function correctly. 1. Odor Control Equipment: a. Provide, as a minimum, the equipment listed below for conducting testing: 1) TSI 9535 VelociCalc Air Velocity Meter with articulated probe or equal with range of 0 to 6,000 fpm to determine air velocity and cfm in duct. 2) Tachometer to record motor and fan rpm. 3) Ammeter to record motor power draw. 4) Hydrogen Sulfide Analyzers: 5) Two Arizona Instruments Jerome 631X with recent (within 60-days of test) calibration for monitoring inlet and exhaust hydrogen sulfide levels below 50 ppm H2S. 6) Thermometer, range from 0°F to 212°F. 7) One portable manometer with range of 0 to 10-inch water column for measuring differential pressure across fan. 2. In general, all testing shall be designed to demonstrate that the carbon adsorbers are capable of reducing hydrogen sulfide and odors to meet the specified requirements. Testing shall be conducted after Contractor has installed the complete Odor Control Equipment. 3. Contractor shall develop a program for testing the system under actual operating conditions to verify that it conforms to the performance requirements. The testing program shall consist of sampling the inlet and outlet air streams of carbon adsorber, at various operating modes to determine odor removal efficiencies and to determine the optimum operating condition. 4. Odor strength determinations shall be by the odor panel utilizing a Dynamic Dilution Forced Choice Triangle Olfactometer developed by ITT Research Institute in accordance with ASTM E 679. 5. Performance testing shall not proceed until field-testing and balancing has been satisfactorily completed. 6. Performance testing shall be conducted with the following conditions: a. Entire Odor Control Equipment operating at actual balanced operating conditions. b. The carbon adsorber inlet hydrogen sulfide concentration at the maximum design level. c. Exhaust fans balanced within zero to plus five percent of scheduled values. 7. The Odor Control System test program shall be performed for a continuous period of not less than seven hours (one hour stabilization, six hours testing). The tests shall be conducted at the design airflow rate. 8. The performance test shall be conducted during hot weather (greater than 85 deg-F ambient temperature), low windspeeds, and no rain. The date and time of the test and detailed test procedure shall be submitted for approval of Engineer at least 14 days prior to the testing period. Testing shall include individual measurement of inlet and outlet hydrogen sulfide concentrations for the adsorber, air flow rate through the adsorber and pressure drop across the adsorber. GRESHAM SMITII Lake Arlington Lin Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMFNT City Project Number: 100995 Revised March 24, 2020 4431 16 - 18 ACTIVATED CARBON ADSORPTION ODOR CONTROL EQUIPMENT Page 18 of 18 B. Results: A description of the performance tests shall be submitted to Owner and Engineer. Should Odor Control Equipment performance not meet any of the above requirements, that system shall have failed the performance tests. Contractor shall make any additions or modifications to that system as may be required, as approved by the Engineer and manufacturer, at no additional cost to Owner and the performance tests for the system shall be repeated in entirety. 3.6 MANUFACTURER SERVICES A. A factory trained representative shall be provided for installation supervision, start-up and test services and operation and maintenance personnel training services. The representative shall make a minimum of 3 visits to the Site for a period of 8 hours per visit. The first visit shall be for assistance in the installation of equipment. The second visit shall be for checking the completed installation and start-up of the system. The third visit shall be for training as described under Section 01 79 00, Training. Manufacturer's representative shall test operate the system in the presence of the Engineer and verify that the Odor Control Equipment conforms to the requirements. Representative shall revisit the Site as often as necessary until all trouble is corrected and the installation is entirely satisfactory. B. All costs, including travel, lodging, meals and incidentals, shall be considered as included in Contractor's bid price. C. Serviceman shall verify that lubrication systems are complete, clean and filled with the proper grade of lubricants. D. Additional Inspections - First Year: Every fourth month for twelve months after acceptance of the Odor Control Equipment, manufacturer's factory trained serviceman shall perform an inspection of each system and submit an inspection report to Owner and Engineer. END OF SECTION GRESHAM SMITH Lakc Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 SECTION! 44 42 56.04 SUBMERSIBLE PUMPS PART 1 - GENERAL 1.1 WORK INCLUDED 44 42 56.04 - 1 SUBMERSIBLE PUMPS Page 1 of 14 A. Furnish labor, materials, equipment and incidentals necessary to install three new non -clog submersible sewage pumps and all appurtenances. The fourth pump slot shall be completely furnished with all appurtenances but not a pump. B. The pump supplier shall furnish discharge elbows, pump impellers, guiderails, brackets, anchor bolts and anchor bolt layouts and bases, lifting chains and grip eye systems, power cables, and trash basket hoists and stands as indicated on the plans. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for "Submersible Pumps and Motors" shall be per Each. 2. Payment a. The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per Each for the bid item, "Alternate Bid A: Pumps". 3. The price bid shall include: a. Furnishing and installing complete submersible pumping units as specified in the Drawings, including but not limited to. 1) Motor and Cable 2) Pump Inlet Extension and Appurtenances 3) Guiderail 4) Lifting Chain b. All Testing and Analysis c. Manufacturer's Representative 1.3 QUALITY ASSURANCE A. ACCEPTABLE MANUFACTURERS 1. Flygt. 2, KSB. 3. Sulzer. B. Manufacturer's Representative for Startup and Testing: The services of the Manufacturer's technical representative shall be provided for pre -startup installation checks, startup assistance, training of Owner's operating personnel, troubleshooting and other services as required in Section 01 75 00 "Starting and Adjusting." C. The pump supplier shall also provide all of the maintenance required for the first year of operation including the following as a minimum: 1. After 60 days operation, run each pump and record voltage and amperage, pull each pump, open the volute and examine the condition of the volute, impeller, and wear rings. Check condition of oil in seal chambers and condition of coating system on motor housing. Perform any necessary repair under terms of the warranty. Prepare a field service report. FREESE AND NICHOLS, INC. Lake Arlington Litt Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 444256.04-2 SUBMERSIBLE PUMPS Page 2 of 14 2. After 12 months operation, repeat procedure described above for 60 days. Change oil in the seal chambers. D. TESTING 1. Test each pump and motor for performance at the factory. All pumps shall be tested with motor cables to be supplied with the pumps. Three copies of certified test reports, including actual test records, shall be submitted and approved by the Engineer prior to shipment of the equipment. Manufacturer shall specify the minimum continuous safe flow (MCSF). 2. Factory performance test shall determine the head vs. capacity, and motor input power for the full speed at which the pumps are specified and shown on a certified performance test curve as continuous functions throughout the pump's performance range. The test shall include a minimum of 10 points from shutoff to runout. Tests of models, prototypes or similar units will not be acceptable. All tests shall be run in accordance with the test code for centrifugal pumps of the Standards of Hydraulic Institute, latest edition. However, the rated head and flow shall have no minus tolerance. The motor and cable on each pump shall be tested for moisture content or insulation defects. After the test, the pump cable end shall be fitted with a shrink -fit rubber boot to protect it from moisture or water. 3. 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. 4. The Owner may elect to have the factory tests witnessed by the Owner, or a designated representative of the Owner. If the option is taken to witness the tests, then payment will be in accordance with the appropriate item of the Proposal. 5. If tests are to be witnessed by the Owner or Owner's representative, 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. E. LATERAL AND CRITICAL SPEED ANALYSIS 1. The pump speed will be varied by a VFD controller and will operate for extended periods of time at speeds from 60% to 100% of the rated synchronous motor speed. Pumps may operate at different speeds simultaneously. 2. if a lateral and critical speed analysis of the complete pump, motor, and support system has not been completed for the size of pump and installation settings, then the Pump Manufacturer shall perform both a lateral and critical speed analysis of the complete pump, motor and support system to verify that there shall be no resonant vibration of the unit at any operating speed from full synchronous motor speed to 60% of synchronous speed. A review shall be made with respect to the pump shaft diameter and in order to insure 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 Equipment Manufacturer 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 project site. If a resonant frequency problem exists for the installed unit, the Equipment Manufacturer shall be responsible for correcting the problem. F. TORSIONAL ANALYSIS 1. The Equipment Manufacturer shall provide information to the VFD Manufacturer as required to make a Torsional Analysis. Submit copies of information and analysis to the Owner. G. INSTALLATION DRAWINGS FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 44 42 56.04 - 3 SUBMERSIBLE PUMPS Page 3 of 14 1. This data shall be provided with contractor's proposal. 2. The Contractor shall coordinate with the selected pump manufacturer to size the reducers connecting the suction and discharge flanges of the pumps. Changes in length of the reducers shall be accommodated by adjusting the length of adjacent spools of pipe. The pump manufacturer shall provide a letter stating that the intended installation has been reviewed and the proposed pump can operate as specified when installed in the proposed piping configuration and with the proposed range of wet well liquid levels. 1.4 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Submittals" and shall include: 1. Shop Drawings: a. Shop drawings shall include a complete description of the equipment offered including control and mounting system. Shop drawings shall include catalog cuts and pertinent engineering data required to fully evaluate the equipment. Characteristic curves shall be submitted with the shop drawings showing the capacity, head, efficiency, and brake horsepower throughout the full operating range of the pump. Complete specifications on the control equipment including a list of optional features shall be submitted with the shop drawings. Submittal data shall be in such form and so presented that the Engineer may readily review the data. b. The Equipment Manufacturer shall submit with the shop drawings a list of 20 similar installations in Texas which have been in satisfactory operation for at feast two years. Shop drawings not including this required information will not be accepted. Also, manufacturer must furnish evidence of having an authorized fully staffed and stocked service facility within = mile radius of the jobsite as well as having 24-hour parts availability. c. Data sheets supplying the following information for the pumping units shall be submitted with the shop drawings. 1) Pum : Make and type of pump Speed _ rpm Horsepower at rated head HP 2) 3) Pum : Total weight (pump and motor) lb. Rated capacity and head on pump curve Motor: Make and type of motor Brake horsepower of motor HP Locked Rotor Current at full nameplate voltage amps Motor Voltage Phase _ phase Motor service factor Insulation class and temperature rise at service factor load d. Shop drawings shall be supplied to insure successful installation and operation of the control system and shall consist of all of the following: 1) Sufficient detail to evaluate compliance with these specifications. FItEESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 44 42 56.04 - 4 SUBMERSIBLE PUMPS Page 4 of 14 2) A detailed component list including manufacturer and catalog number. 3) A custom wiring diagram for this specific application to facilitate and insure accurate field connections to the control panel by electrical installation personnel. 4) A description of operation for the control system. 5) An enclosure dimension print. 2. Operation and Maintenance Manuals: a. Manuals shall be prepared by the equipment Manufacturer per Section 01 78 23 "Operation 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. 1.5 DESIGN CONDITIONS A. The pumps shall be designed to handle raw unscreened sewage on a continuous duty basis and shall be capable of passing a 3-inch non -compressible sphere. Pumps shall be guaranteed free from excessive cavitation and/or vibration throughout the system performance range. The pumps shall meet the operating conditions as specified and shall be designed to operate on a continuous duty basis. Design conditions for the pumps at each lift station shall be as specified. Also see Attachment B for the system head curves. B. The presence of abrasives, rags, large solids and stringy materials shall not be considered as abnormal, unanticipated or abusive with regard to the equipment operation or warranty. C. The pumps may be operated alone or together. D. The pumping heads shown below are total dynamic heads (TDH) and do not include losses from the suction inlet to the pump discharge. Other minor losses between the pump discharge flange and the discharge header are accounted for in the TDH. E. Pump selections shall meet the rated and duty points within the Allowable Operating Range (AOR). Rated point and Duty Point 1 shall be met at 100% Speed. Duty Point 1 may be met at Reduced Speed but it must be written within the AOR. F. Efficiency of the pump at the rated point and through the range of flows will be considered in evaluating the pumps. G. Performance requirements for each pump: l . Variable Speed 2. Rated Flow: 14.67 MGD 3. Rated Head: 133 Feet (TDH) 4. Rated NPSHR Allowable: 25 Feet 5. Maximum Shutoff Head: 245 Feet 6. Maximum Horsepower: 550 7. Maximum Rotational Speed: 1,200 RPM H. Evaluation Criteria 1. The Bidder shall fill in the blanks in the Bid Form indicating the guaranteed wire -to -water efficiency of the pumping unit at the specified operating heads. A minimum efficiency is not specified. However, the bidders must provide the wire -to -water efficiency for evaluation, selection, and confirmation of factory performance test. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 44 42 56.04 - 5 SUBMERSIBLE PUMPS Page 5 of 14 2. In comparing bids, the Owner will take into consideration the guaranteed efficiency of the pump at the specified rated head and flow conditions as stated in the bid form. The value of one percent (1%) in overall wire to water efficiency for each pump is $2,000. 3. Due consideration will also be given to pump performance at the other specified duty points in order to select the best pump suited to the operation of the system, in the option of the Owner. 4. If the Factory Tests show that the actual efficiency of the 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 breach of contract on the part of the Vendor. If accepted, the reduction in price shall be computed based on the evaluation set forth for comparing bids. Evaluation Example Description Bidder No, I Alternate A Bidder No. 1 Alternate B Bidder No 2 Alternate A Bidder No 2 Alternate B Stated Wire to Water Eff. 78 80 78 82 Calculated Penal!y $8,000 $4,000 $8,000 0 Stated Bid Price $100,000 $105,000 $103,000 $107,000 Evaluated Bid Price $108,000 $109,000 $111,000 $107,000 Based upon this example, Bidder No. 2 and Alternate B would be awarded the project for their stated bid price. I. Physical Requirements 1. Maximum weight: 9,900 Lbs. 2. Maximum width: 9 ft 1.6 DELIVERY AND STORAGE A. The Vendor shall be responsible for delivery of the pump, motor, and accessories, f.o.b. to the job site or to such storage site as may be designated by the OWNER or Construction CONTRACTOR, in good condition and undamaged. B. Unloading and storage of the equipment shall be the responsibility of the Construction CONTRACTOR who shall inspect the equipment for apparent damage. Equipment which is found to be damaged shall not be accepted until properly repaired or replaced by the Vendor. C. The pumps, motors, and accessories shall be stored indoors. When this equipment is stored indoors, it shall never be in direct sunlight and the indoor temperature shall be maintained at a level satisfactory to the OWNER. The CONTRACTOR is responsible for providing the indoor storage facility or enclosure. 1.7 WARRANTY A. Guarantee: The equipment supplier shall furnish a warranty for all equipment provided by the equipment supplier for a period of 2 years from date of Owner's final inspection and acceptance but not longer than 30 months from date of equipment delivery. All equipment shall be guaranteed against defects in material and workmanship to the effect that any defective equipment shall be repaired or replaced without cost or obligation to the Owner. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 444256.04-6 SUBMERSIBLE PUMPS Page 6 of 14 B. A full parts and service warranty shall be provided on all installed equipment and components for a period of [1] 12] 15] year(s) after written notice of start-up acceptance by the Engineer. Additional limited warranty shall be provided for an additional period of 4 years. A full parts and service warranty shall be provided on all installed equipment and components for a period of 1 year and a prorated warranty on parts and labor for the next 4 years after written notice of start-up acceptance by the Engineer. C. Vendor shall warrant the equipment and motors furnished under this specification for a period of 1 year against defects in materials and workmanship and operational failure. 1. In the event of failure of any part or parts of the equipment and motors during the first 1 year of service, provided that the equipment and motor has been operated and maintained in accordance with good practice, the Vendor shall furnish, deliver and install a replacement for the defective part or parts at the Vendor's own expense. Vendor is also responsible for pump and/or motor removal, reinstallation and freight. 2. The first 1 year of service shall be interpreted as the 12 month period following the installation, adjusting and acceptance testing, and the start of actual operation of the equipment, or 24 months after delivery, whichever occurs first. 3. For the 1 year warranty, the OWNER and Vendor shall together perform an equipment evaluation on each unit during the eleventh month of the warranty. This shall be a complete electrical, mechanical, and hydraulic evaluation of the motor and pump. The Vendor's cost for the equipment evaluations shall be included in the price under this contract, and the coordination and scheduling of the annual equipment evaluation shall be the responsibility of the Vendor. A detailed report will be produced by the Vendor after the evaluation describing the tests, data collected, and issues identified. PART 2 - PRODUCTS 2.1 SUBMERSIBLE SEWAGE PUMP A. Each pump, motor, and cable assembly shall be furnished in one integral unit, factory assembled by the Pump Manufacturer. Pump shall be listed as explosion proof by Underwriter Laboratories (U.L.) or by C.S.A. B. The pump design shall be such that the pumping unit will be automatically and firmly connected to the discharge piping when lowered into place on its mating discharge connection. The discharge connection shall be permanently installed in the wet well. The pump shall be easily removable for inspection or service, requiring no bolts, nuts or other fastenings to be disconnected. The guide mechanism shall be a non -sparking design and U.L. or C.S.A. listed. Connection and disconnection of the pumping unit from the discharge piping shall not require personnel to enter the wetwell. Sealing of the pumping unit to the discharge connection elbow shall be accomplished by a simple linear downward motion of the pump. A sliding guide bracket shall be an integral part of the pump unit. C. The pump assembly shall also be capable of running dry or partially submerged for extended periods without any damage to the pump, motor, seals, or accessories. D. Major parts, such as the stator casing, oil casing, sliding bracket, volute, impeller, and base coupling shall be constructed of cast iron or bronze. Surfaces coming into contact with the pumped liquid shall be protected by a factory -applied epoxy coating or shall be stainless steel. External bolts, nuts, and fastening hardware shall be a minimum 300 series stainless steel. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 444256.04-7 SUBMERSIBLE PUMPS Page 7 of 14 2.2 PUMP CONSTRUCTION A. Pump Volute: The pump volute shall be constructed of cast iron. A wear ring shall be provided in the volute which is constructed of 304 stainless steel with a minimum Brinell hardness of 300. Surfaces coming into contact with the pumped liquid shall be protected by Belzona or approved ceramic coatings/linings that are applied in the factory. B. Impeller: The impeller shall be constructed of cast iron, ductile iron or bronze and shall be of the semi open, non -clogging, dynamically balanced, one-, two- or three -vane design capable of passing 3-inch diameter spherical solids. The impeller shall have a slip fit onto the motor shaft and drive key and shall be fastened using the manufacturer's standard technique. The impeller wear ring shall be 304 stainless steel, with a minimum Brinell hardness of 200. C. Shaft: The pump shaft shall be series 421 stainless steel. Carbon steel shafts or shafts with sleeves of any type are not acceptable. The shaft shall be one piece construction without joints or stubs attached. All shafts shall be dynamically balanced and shall be amply sized to minimize shaft deflection. Shaft overhang shall not exceed 2.5 times the shaft diameter, D. Mechanical Seals: Each pump shall be equipped with a double mechanical seal of the cartridge type or a balanced tandem -type design, running in an oil reservoir. The upper and lower faces of the rotating portion of the seal shall be made of tungsten carbide or a high quality silicon carbide. The two faces shall be held in contact by multiple springs or bellows to insure uniform face following of the rotating faces against the stationary faces. The entire seal shall be mounted within the oil chamber. The lower stationary seal face shall be made of tungsten carbide or a high quality silicon carbide. The seals shall require neither routine maintenance, not adjustment, and shall not be damaged when the pump is run dry. When required, seal oil inspection shall be achieved without disassembly of the pump. The seal shall not require the pumped liquid as a lubricant. All metal parts shall be 316 stainless steel. E. O-Rings and Fasteners: All mating surfaces of the pump and motor shall be machined and fitted with Viton or Buna-N 0-rings where watertight sealing is required. Sealing shall be accomplished by the proper fitting of the parts and not be compression or special torque requirements. All external screws and fasteners shall be made of 316 stainless steel. F. Bearings: The impeller and motor shaft for each pump shall be suspended on two permanently lubricated ball bearings that are designed by the manufacturer for minimum 50,000-hour AFBMA B 10 bearing life under the design conditions. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECIIN[CAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 44 42 56.04 - 8 SUBMERSIBLE PUMPS Page 8of14 2.3 MOTOR AND CABLE A. The motor shall be housed in either an air or oil filled chamber, watertight enclosure. The motor shall conform to NEMA design Class B, and incorporate minimum Class F insulation material to withstand a continuous operating temperature of 155 C (311 F). The pump and motor shall be capable of handling liquids with a maximum temperature of 40 C (104 F). The motor shall be capable of sustaining up to 10 evenly spaced starts per hour. The motor shall be capable of operating in dry or partially submerged conditions for extended periods without damage. If the motor is expected to be exposed for longer than 15 minutes, furnish air filled motors with a water jacket if required. The nameplate motor service factor shall be at least 1.0. The motor shaft shall be 400 series stainless steel. The motors shall be 460-volt, 3-phase, 60-cycle. Lead wires shall be suitable for operation in oil. The motor shall be provided with 2 Klixon motor thermal switches embedded in each phase winding to protect the motor from burnout due to excessive heating. Switches will be normally closed and open on temperature rise. Inrush on starting shall be no more than allowed by NEC Code Letter F for motors 50 HP and larger, and no more than allowed by NEC Code Letter G for motors less than 50 HP. Each motor shall be suitable for use in a NEC Class 1, Division 1, Group D location and be U.L. or C.S.A. listed. B. Motor shall be rated inverter duty for operation on a variable frequency drive and shall comply with NEMA MG-1. The Motor Manufacturer shall provide a letter certifying that the motor is compatible with the variable speed drive. C. The electrical cable entrance to the motor shall be provided with positive strain relief to prevent leakage or pullout of the cable in the event that a force is accidentally placed on the cable during the raising or lowering of the pump. The design of cable entry shall preclude specific torque requirements to insure a watertight and submersible seal. Cable entry shall consist of a single cylindrical elastomer or Buna-N grommet, flanked by stainless steel washers all having a close tolerance fit against the table's outside diameter and the entry inside diameter and compressed by the body containing the strain relief function separate from the function of sealing the cable. One spare set of cable seal accessories shall be provided. The entry cable system shall be warranted as described in Paragraph [1.06], Warranty. D. Wire leads entering the junction box chamber and motor shall be separated by a terminal board, which shall isolate the interior from foreign material gaining access through the pump top. Alternately, the junction box chamber shall be sealed from the motor with a poured epoxy seal with bared conductor to prevent wicking. The assembly shall provide ease of changing the cable when necessary using the same entry seal. Sufficient cable shall be supplied to extend from the motors to the pump control without splicing. Each pump shall be equipped with adequate cable to be routed from the termination junction box to the pump without any splices at a minimum. The power cable shall be sized according to NEC and ICEA standards and possess a MSHA Acceptance Number under CFR Tide 30, Part 7, Subpart K, Section 7.407. The MSHA manufacturer acceptance number shall be embossed on the cable. The cable entry junction chamber shall be isolated from the motor by a terminal board. E. The junction chamber, containing the terminal board, shall be sealed from the motor by elastomer compression seals (O-ring). Connection between the cable conductors and stator leads shall be made with threaded compressed type binding post permanently affixed to a terminal board each with an individual 0-ring to prevent liquid passage. F. Each unit shall be provided with an adequately designed cooling system. Provision for external cooling and flushing shall also be provided, if the coaling system consists of a water jacket. Each unit shall have motor seal failure sensor(s). FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 444256.04-9 SUBMERSIBLE PUMPS Page 9 of 14 G. The motor, cable, and electrical controls shall be sized, furnished, and installed so that the motor shall never exceed the nameplate rating at any point on the pumping curve. H. Provide 316 stainless steel cable strain relief on each cable at wet well roof slabs. 2.4 PUMP INLET EXTENSION A. Pump manufacturer shall design the pump inlet extension to meet the dimensions and clearances on the plans. The extension shall be securely fastened to the pump and coated with the same coating as the pump. 2.5 DISCHARGE ELBOW AND GUIDERAIL BASE A. A discharge elbow and guiderail base shall be provided for each pump and shall be permanently installed in the wetwell. Stainless steel anchor bolts embedded in concrete in accordance with pump manufacturer's layout and recommendations shall secure these connections. 2.6 GUIDERAIL AND LIFTING CHAIN A. The guiderails and lifting chain positive recovery system shall be sized by the pump supplier, Guiderails and lifting chains shall be constructed of stainless steel. Intermediate and upper guiderail brackets shall be provided by the pump supplier to achieve the arrangement shown on the Plans. B. The slide rails shall be continuous stainless steel designed to resist corrosion in sewage or sludge applications. Any joints in the rails shall be reinforced from within if pipe is used; continuously full -depth welded, ground smooth, and treated to resist corrosion. If pipe is used, it shall be minimum Schedule 40. The rail system shall be of adequate length to extend from the lower guide holders on the pump discharge connection to 6 inches below the top of the wet well. The system shall be mounted with stainless steel hardware. C. The rail support system shall be furnished by the Pump Manufacturer, to adequately support the guide (slide) rails. Intermediate guide rail supports shall be used every 12 to 15 feet or as recommended by the pump manufacturer. The system shall be mounted with stainless steel hardware. D. Each pump shall be fitted with a stainless steel chain or cable of adequate strength and length to permit raising and lowering the pump for inspection or removal. The chain or cable shall be long enough to extend from the pump in its operating position to 4 inches above the top of the wet well. Furnish and install a stainless steel hook at the top of the wet well to hold the chain when the pump is in service. E. Each pump shall be fitted with 3 feet of stainless steel chain of adequate strength to permit raising and lowering of the pump, and an adequate length of I9-inch stainless steel rope. The pump supplier shall provide a grip eye, which when lowered into position over the nylon rope, will automatically attach to the chain for lifting and automatically release the chain after lowering the pump back into position.. The grip eye, pump chain, and associated hardware shall have a minimum capacity of 1-1/2 times the pump weight. F. An ASTM 316 stainless steel cable system as designed and manufactured by the pump manufacturer may be utilized in place of the slide rail removal system if the cable system is the standard used by the pump manufacturer and there are adequate number of installations using this type system as required in Paragraph 1.03A. FREESE AND NICHOLS, INC. Lakc Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 44 42 56.04 - 10 SUBMERSIBLE PUMPS Page 10 of 14 2.7 SLIDING COUPLING SYSTEM A. A sliding guide bracket shall be an integral part of the pumping unit or securely attached thereto. The guide bracket shall be designed such that no strain is placed on the pump or guide rails. The volute casing shall have a machined discharge flange to automatically and firmly connect with the discharge connection, which when bolted to the floor of the sump and discharge line, will receive the pump discharge connecting flange without the need of adjustment, fasteners, clamps or similar devices. Discharge base elbow and base plate shall be supplied by the Pump Manufacturer, B. The pump sliding coupling system shall be designed so that the downward force of the machined mating flanges shall shear away rags, hair, or other debris that would prevent a uniform watertight seal. No portion of the pump unit shall bear directly on the floor of the wet well. The pump body and slide coupling mating faces shall be bronze against cast iron. PART 3 - EXECUTION 3.1 INSTALLATION A. Install equipment in accordance with installation, operation and maintenance instructions furnished by the manufacturer and applicable installation instructions of the Hydraulic Institute Standards. B. The Pump Manufacturer has responsibilities in the installation and field testing of the equipment as described in this section. Installation of equipment will be performed by the Contractor who shall be required to assemble the equipment and install it in accordance with Installation, Operation and Maintenance instructions which shall be furnished by the Pump Manufacturer, the installation drawings for this project and applicable Installation Instructions of the Hydraulic Institute Standards. C. The Contractor shall schedule the service of the Pump Manufacturer to assist in the assembly, installation, lubrication, adjustment, and acceptance test of the equipment. D. 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. E. The Contractor 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 drain lines, gaskets, flange bolts for discharge piping, connecting piping, wiring, conduit, ducts, mounting brackets, anchors and other appurtenances as necessary, F. 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. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECINICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 44 42 56.04 - 11 SUBMERSIBLE PUMPS Page 11 of 14 3.2 FIELD QUALITY CONTROL A. General 1. The Contractor's Equipment Manufacturer shall inspect and determine that the pump sole plate has been installed correctly and to the recommended tolerance prior to installation of the pump. This determination shall be made prior to grouting with the sole plate properly wedged or shimmed. A second inspection shall be made after the sole plate has been completely grouted in place, but prior to installation of the pump. 2. Testing equipment shall be provided by the Contractor's Equipment Manufacturer. 3. A field "bump" test of the installed pump and motor shall be made under the supervision of the Contractor's Equipment Manufacturer to confirm that the Reed Frequency is not within 25% of any operational exciting frequency. 4. The motor manufacturer shall provide a testing apparatus to check the proper installation and calibration of RTDs, prior to final acceptance. B. Preliminary Operational Test 1. After the pumps have been installed, including all piping connections, and electrical system construction is complete, the Contractor shall perform preliminary operational tests over a period of not less than two 10 hour tests or one 24 hour test. 2. The pumping units shall be operated throughout their full range of operating heads, if possible, recording data including pump discharge pressure, pump speed, flow rates, water levels, motor voltage and current, power factor, vibration (no greater than 50% of the "Acceptable Field Vibration Limits" of the Hydraulic Institute Standards for Centrifugal Pumps, latest edition), noise, deflection, and motor bearing temperatures, as applicable. The unit must perform in a manner acceptable to the Owner and Engineer before the installation will be considered Substantially Complete. 3. The Contractor and his Equipment Manufacturer shall be responsible for operating the equipment and recording and submitting the necessary data from the test. 4. The Equipment Manufacturer shall submit to the Contractor a report certifying that the equipment is properly installed, lubricated, is in accurate alignment is free from undue stress from connecting appurtenances, that it has been operated under full load conditions and that it is operating satisfactorily. The Contractor shall provide copies of the report as required by this specification and Section 0133 00 SUBMITTAL PROCEDURES. 5. Touch-up all damage of painting of the pumping unit with extra paint furnished by the manufacturer. 6. The cost for power required for the test shall be borne by the Owner. C. System Operational Test I . After the preliminary operational test is complete and prior to final acceptance of the project, the Contractor shall conduct a 30-day system operational test. The Owner will be responsible for operating the equipment and recording data during this test. The Contractor, his Equipment Manufacturer, and any subcontractors will be responsible for troubleshooting and adjustments to the equipment during the test. The 30-day test is required to achieve Substantial Completion. 2. 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. See Section 01 1100 SUMMARY OF WORK for work by others. No additional compensation will be provided to the Contractor as a result of delays arising from postponement of testing. FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 44 42 56.04 - 12 SUBMERSIBLE PUMPS Page 12 of 14 3. The cost for power required for the test shall be borne by the Owner. 3.3 PAINTING A. Pumps, motors, baseplates, discharge elbows, and guiderails shall be painted in accordance with Section 09 96 00.01 "High -Performance Coatings" of these Specifications. END OF SECTION FREESE AND NICHOLS, INC. Lake Arlington Lill Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number; 100995 Revised March 24, 2020 44 42 56.04 - 13 SUBMERSIBLE PUMPS Page 13 of 14 ATTACHMENT A BID SUBMITTAL DATA SHEET Submit the following data with Shop Drawings for each size of Pumping Unit along with the Bid: Submersible Sewage Pumps Localian of Pumps (TD be rlauged by Englsteer) Item t lo. Description Punip Ntinibcrs (Ta be Filled by En ineer) 1 Make and Type Design 2 Rated Speed 3 Casing Material 4 Impeller Diameter and Material 5 Max. Impeller Diameter for Casing 6 Diameter of Suction Flange 7 Diameter of Discharge FIange 8 Shutoff Head 9 Diameter of Shaft at Impeller 10 Maximum Brake Horsepower 11 NPSH Required at Rated Head 12 NPSH Required at Minimum Head 13 Suction Specific Speed 14 Specific Speed Motor Data 4em No. 1)ereription Pump Numbers (To be 1F1iled by F,n imieer 1 Rated Brake Horsepower 2 Rated Full Load Speed 3 Full Load Efficiency 4 3/4 Load Efficiency 5 Full Load Power Factor 6 3/4 Load Power Factor 7 Maximum Thrust Rating 8 Locked Rotor KVA 9 Frame Size 10 Enclosure Type FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 100995 Revised March 24, 2020 44 42 56.04 - 14 SUBMERSIBLE PUMPS Page 14 of 14 11 Locked Rotor Amperes (LRA) at rated voltage 12 NEMA Starting Code Letter Weight Item No. D ription 1 Complete Pumping Unit Adjustable Frequency Drive Item Na. Description I Manufacturer 2 ModeI 3 Dimensions (L x W x H) 4 Horsepower Rating 5 Amperage Rating 6 Voltage Rating END OF ATTACHMENT FREESE AND NICHOLS, INC. Lake Arlington Lift Station TECI iNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project plumber: 100995 Revised March 24, 2020 O u1 O C a m 4 N 0 Q O O O O O O O O O 00 LO � O 00 Lo � O r-I r-I c-I r-E r-I Ud) GV3H:)IVYVVAa IVIOI P c LL C. 0. on E F- 7 7 3 Q a � I m Q a c 0 O E V LL M Ln d @j E Q C d y UJ O co 0 ri J U � a � N M N Q Q ro .c@jE E > d d d i d PAGE INTENTIONALLY LEFT BLANK APPENDIX PAGE INTENTIONALLY LEFT BLANK -. 1 Avaflabflity of Lands THIS PAGE LEFT L T I ' iO ALLY BLANK LIFY ru FORT WORTH 1AW t;rlIn8mm 1,1I151ailm �T ANDA RD MINS'1'3#UC VON VEC'IFlCA-'3ON OWUM ENTS CLLy Projoct NurnVor. 1 OM5 Rlmmjmed filly I, 21111 PAGE INTENTIONALLY LEFT BLANK D220043210 212412020 3:00 PM PGS 10 Fee: $55.00 5ubmitter: CSC ERECOR91NG SOLUTIONS Electronically Recorded by Tarrant County Clerk in Official Public Records 0 4 Mary Louise Nicholson Labe Arlington Lift Station City Project No. 10 95 Parcel No. 2 4814 Freeman Dr. E., Fort Worth, Tx 76140 Lot a Bloch 3 Esco Industrial Park Addition STATE OF TEXAS§ 1_� § KNOW ALL MEN.BY `l MESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH PROPOSED 15' WATER LIFE EASEMENT DATE: November 8, 2019 GRANTOR., BM'I R PROPERTIES, L.L.C. GRANTOR'S MAILING ADDRESS (including Cro County); A0 FORT WORTH, TARRANT COUNTY, Tit, 76104 -7 yiW GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADORESS (Including County); 200 TEXAS STREET FORT WORTH, TARRANT COUNTY, TX 76102 CONSII]EIRATIGN: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufflciency of which is hereby acknowledged. PROPERTY: Being more particularly described In attached I xhlb>its "A" and " Bm Grantor, for the Consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent 'Water Main Facility, hereafter referred to as "Facility'. The Facility Includes all incidental underground and aboveground attachments, equipment and, appurtenances, including, Pwond 15 Water Une easam"t Raw M1712017 but not limited to manholes, manhole vents, lateral line connections, valves, .pipelines, water meters, junction boxes in, upon, under and across a portion of the Easement Property and more fully described in Exhibits 'A'° and "B" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Easement Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor (1) use the Easement Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the Easement Property a permanent structure or building, including, but not limited to, monument sign, hole sign, billboard, brick or masonry fences or walls or other structures that rewire a building permit. However, Grantor shall be permitted to install and maintaln a concrete, asphalt of gravel driveway, road or parking lot across the Easement Property. Grantee shall be obligated to restore the Surface of the Easement Property at grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement Property which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the Easement Property Granted hereunder, Provided, however, that Grantee shall nut be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement Property, Subchapter E of the Texas Property Code, as amended, the owner or the owner's heirs, successors, or assigns may be entitled before the'lOth anniversary of the date of this acqulsition to repurchase or request certain information about the use and any actual progress made toward the use for which the property was acquired through eminent domain, and the repurchase price. will be the price the city pays you In this acquisition. TO HAVE AND TO HOLD the above -described Easement Prop", together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the Easement Property unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. (SIGNATURES APPEAR GPI THE FOLLOWING RAGE] Proposw 15' tiw" Una Eeoomwa Rev. 14iMA 17 rage j or •a u GRANTOR: BMTWR Properties, LLC, a Texas limited Liability Company Jeffery Schuessler, Manager THE STATE OF TES � COUNTY OF TARRANT § GRANTEE. City o7Fart5orth By (Signature): _ Kevin B. Gunn I"! ri AAssistant City Manager [I3rint Name), Titlr; �—_-. --- _ APPROVED AS TO FORM AND LEGALITY [Print Name] Matt Murray Tltle Assfistant.0ty Attorney ACKNOWLEDGMENT BEFORE ME, the undersigned authority, a otary Fu iq and for the State of Texas, on this day personally appeared, Gwn to me to be the same person whose name is subscr€be*the f egolrag instrument pd acknowledged ko me that the same was the act of thank executed the same as the act of said T the purposes .and consideration therein expressed and in the capacity therein staked., propmed IS' watvU* Sorer HM Rev. W17=17 91� GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of - 20 )'? Texas =, tary public, 5we of Texas S. " ACKNOWLEDGEMENT � hidV� COMM. 9xfrire6 W1 0-2M Notary tD 128137367 STATE OF T9XAS § COUNTY OF TARRANT BI<I"ORI= ME the e undersigned authority, a Not Pub�ii� i�rtd fqK the State Texas, an thin personally e eared of the City of Fort Worth, knownto me to bee same person whose name is subscrib to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this �� 4._day of N ry Public in and forthe Mate of e s FMARLA S. SANCHEZ Fai r try ferryID 92258498 •Ktic = Expires December 19, 2021 PrcWand 15' W titer Lbis Eaaamat Rev. 10'17e2017 Fbja 4i'i4ki` a. EXHIBIT A LEGAL DESCRIPTION PROPOSED 15' WATER LINE EASEMENT Being a portion of Lot 5 In Black 3 of ESCO Industrial Park Addition to the City of Fort Worth in Tarrant County, Texas and recorded in Cabinet B, Blida 2666 or the Plat Records of Tarrant County, Texas (P.R.T.C.T.), and being more particularly described as follows: COMMENCING at a 1f2" iron rod found for the southeast comer of said Lot 5 and for the southwest corner of Lot 6 in Block 3 of E SCO Industrial Park as said Lot 6 appears upon the plat recorded in Cabinet B, glide 3606 of the said Plat Records and in the north line of'Freeman give as it appears upon the plat recorded in Volume 388-214, Page 48 of the said Plat Records from which a 112" iron root found for the northeast corner of said Lot 5 and the northwest corner of said Lot 6 bears N 00"27'09" W. THENCE S 8903645" W, along the south line of said Lot 6 and the said north line of Freeman Drive, a distance of 10.00 feet to a 518" from rod set with plastic cap stamped "DEOTTE RPLS 4673w, said point also being the POINT OF BEGINNING. THENCE S 8903645" W, along the south line of said Lot 5 and the said north line of Freeman Drive, a distance of 16.00 feet to a 518" iron rod set with plastic crap stamped "DEOTTE RPLS 4673". THENCE N 00°27'49" W, 25 feet from and parallel to the common line of said Lots 5 and 6, a distance of 266.60 feet to a 518" iron rod set with plastic cap stamped "DEOTTE RPLS 4673" in the north line of said Lot 5 and the south line of Lot 21R Block 1 of Southeast Landfill as it appears upon the plat recorded in Cabinet A, Slide 12883 of the said flat Records. THENCE N 89"15'Or E, continuing along the said north line of Lot 5 and the said south litre of Lot 2R, a distance of 15.00 feet to a 518" iron rod set with plastic cap stamped "DEOTTE RPLS 4673" in the north line of said Lot 5 and the south fine of Lot 2R Block 1 of Southeast Landfill as it appears upon the plat recorded in Cabinet °A, Slide 12883 of the said Plait Records, from which a 112" iron rocs found for the northeast corner of said Lot 5 and the northwest corner of said Lot 6 bears N 59015'07" E, a distance of 10.00 feet. THENCE S 00°27'09" E, 10 feet from and parallel to the common line of said Lois 6 and 6, a distance of 266.70 feet to the POINT OF BEGINNING and containing 4,000 square feet or 0.092 acres more or less. PACE 1 OF 4 NOTES: 1) All bearings and coordinates are in us survey fact surface using a scale factor of 1.000137001 and referenced to the Texas Coordinate System, Nad-83, The Forth Central Zone 4202. 2) Exhibit B of same date accompanies this legal description. JAM �S • E...DepTfE .. .li/y9�liFOi • u 4673 S.'p -y�F�S 5�4+°• Off' Dater 812912019 Jaynes E. DoOtte - -- Registered Professional Land Surveyor No. 4673 James DeOtte Engineering, lnc. TBPi_.S Firm No. 10101400 2201 Dottie Lynn Parkway, Suite 11g Fort Worth, Texas 76120 (817) 446 — 6877 PAGE 2 OF 4 rage i oT i u fin EXHIBIT B PAGE3 OF4 MA N UNIT VICINITY MAID N.T.S. SEARM, ARE REF0?FWEV 70 TWC 112 INCH /AM RODS FOUM UWM AS 00WROLLM MMUkENM ALL D167AA AND AREAS SHOW ARE SURFACE LM& DI CRIP!' 1�,N OF SW DATE ACMWAMES THtS PLAT. 5180 CAPPEU lRaV RODS STAAl1 ;EOM RPES 467',3" NWL SE SET AT LirA . PARTY 800MARY — — EX E4SEMENT — — — — — — PRW 15' WEP UAL CAPPED IAVN AM SET VIRS DEW RECORM TARRANT COUNTY 715M D.R.TC.T KAT RECORDS rARh?ANi' COUNTY TEW P.R.T.C.T SNOT 9 b7iUiiM A FORT WORT PARCEL �F PROPERTY '`-- OF LOT 5, BLOCK3 ESCO INDUSTRIAL PARK WW70 IN 7w SHELRY COUNTY SCHOOL LAND, BLOCK 56 COUNCity of Fort Worth raRR,a�AS r MCMDM r, T s tab IEVAS MEET INST 02161978.35 rWr WORN, & M62 DM R$I MS OF T MbW CgEhti11'Y MW PRtJJEC7i LVE" ARUNCrON IJFP S7ATM I CITY PRNECT No. 100995 •e Vote: 812912019 AMES 06OTr- Er HEENINC, INC. r 2201 VOME LYNN FKWY., SUITE' 119 FORT WORTH, 7X. 76120 - 8I7-446 --6877 fZ?PP nRk Reg. Na 8917 • T8LS Firm Rego, No. 101014- 00 vageaor -iu FORT woRrH CRY try r Lr 2R, eiK 7 — EXH I BIT E __ — _-200 TEXAS 3T., FORr SOUTFI�ST LANDFILLPAGE $ OF 4 EAS94W 'asco 5o' F sEmEmr WORTH, TX 76202 CAB A, SLIDE 12883 02100581s5 um Wa PC .$31 020831 f1687 D206310687 9 �, �a.r ur-T.C.T. IR.r. i P. R. r,C. T. — — 5 . z,�s IRI" S14MAISANI ESCO 112 C.A.) HOLDINGS LLC. h11 ' ] /t i t 5608 NORMANDY DR. VARW �1� is. i CL]b(. YI�195 6034 SLOPE EAA189' 15'07 T'' D21 10. R. 13 r BUTWR PROPERTIES, LLC 428 HE -UPHILL Sr FORT WORTH, TX 76704 D218197835 D.R.TC.T PROPOSED 15' WAM LOW VARIABLE ACCESS SUaWff AND VARME4CE SLOPE WWENT) CDNTA1NING 4,,000 SQL FT: /. 0.092 AC LOT5, &K3 ESCO INDUSTR At PARK ADDInON CAB B, SLIDE 26.56 P.R. T.C. T SITE. 4841 FREEMAN DRIV5 o LOT 4, SLK I — — ESCO INDUSTRIAL PARK CAB B, .SLD 2686 02OJ42 7713 PR_T.C.T U7rtJiY �A,SF,UEIlT .J.lt4%48 0 60 120 4wm�_=� GRAP1 1C SCALE IN FEET =fr_I Rif#li;i4ff AC.CZ S EASE NT LOT 6, SLK ,� i 1 ESCO INDUSMIAL PARK 1 CAB 8, SLD 3606 UNS FOR 020MU472 DIREC77"L P.R.rC.is CONTROL A,O f 67'09'wW A �' 266 60' ti d.R.rar. 15.00 26 .70' � 20' a4RW T VATXVVVrh LP i ti D20M4977 1�II� 10, lfmily �7FT P..0 as s sin saos i P.RIrc F. 0c_ EAS&WDVr— PRO. 15' NNTER L#E E45MEW CAPPM IRON RW MTCl'S IRDN AM FOUND ow XW RECORW TARRANT' COUMY TE7tASS D.R T:C.T: PLAT RECORDS TAT cot nXA.S F'R:T:C,T. E)GgOY s SH04N O A FoRTWORUT PARCEL OF PROPERTY ou" or LOT 5, BLOCK 3CO INDUSMIAL PARK SfrU47EV W TIE SHELBY COUNTY .SCHOOL LAND, BLOCK 56 City of Fort Worth raRAANAs T RECOR=r ; TEXAS 200 7DC45 STET INST. D216197835 FWF IbOWK 7X. 7$102 000 Or MR&01? L1aUffff TEX4S PROJECT LAKE _ ARL mmN uFT STD TT{ N I CITY PROJECr N0. 100995 Fi�!U lluE1 .TUFT lvo. Zu7/uVQp I I AWIV BY* CVC I PAGE 4 OF 4 DAMES DOOTTE ENGINEERIN0, INC. • 2201 E LMH PKWY., SMITE 119 7BPF nRA4 Reg. No.. 8917 , 7PLS Firm Reg. No. 101014--00 FREEMAN DRIVE VOL. 388-214, PG. 48 A.R.rC.T. 2aiez�' A0.1Ir. �.7M 21¢ PG40 11 i � WP r,cT.. # I F VYi6//1,o//�/f//V/,�WY/VYYY• JAME;S E. DeOM *two /YlV!)Y/iY/V//•/IaY3V.Do g 4673 UR�I, Date. 8129/.2019 rage y or i u CONSENT OF LIEN HOLDER R BANK, a Texas State Bank ("Lien Holder"), is the current holder of a mortgage Deed of Trust dated October 11. 2018 , executed by BMTWR Properties. LLC to Mike Shaw . Trustee as recorded October 15, 2018 in clerk's file no. D218229250 . in the Real Property Records, of Tarrant County Texas, hereby consents to the grant of the foregoing Easement by BMTWR Pro ernes LLC to Ckv of Fart Worth and joins in the execution hereof solely as Lien Holder and hereby does agree that in the evens of the foreclosure of said mortgage, or other sale of said property described in said mortgage under judicial or non -judicial proceedings, the same shall he sold subject to said Easement. tfL SIGNED AND EXECUTED THIS .� STATE OF_ TEXAS } COUNTY OF DAY OFJ ILLO- 2020, R BANK, a s t Bank By; BEFORE ME, the undersigned authority, on this day personally appeared -y) eV J? I 1,CD itie) of R BALK, a Texas State Bank known to me to be the person and Nicer whose name is subscribed to the foregoing instrument and who acknowledged to me that he/she executed the same for the purposes and consideration therein expressed, in the capacity therein stated, as the act and deed of said Bank/Lienholder. GIVEN! UNDER MY HAND AND SEAL OF OFFICE THIS � .: day of (dirld arti 2020. U A L P PP y`•=" ro.*rvpubnc, WAS of T100$ Notary Public, ate of w ' .- �"CpsYrm. Expic+9s 09-13-2022 w, ��� Kota Ip ti�683S6U2 My commission expires: �{!��- i-age -iuoT -iu CONSENT OF LIEN HOLDER R BANK a Texas State Rank ("Lien Holder), is the current holder of a Mortgage Deed of Trust dated Aueust 25. 201 . . executed by 8MTWR Progwrties._M to., Mike Shaw , Trustee as recorded .----Aunust 26, 2026 In clerVs_frle np, 0216197836 . In the Real Property Records, of Tarrant I County Texas, hereby consents to the grant of the foregoing Easement by SWITWR Prouerties, LLC to of Fort Worth and joins in the execution hereof solely as Lien Holder and hereby does agree that in the evert of the foreclosure of said mortgage, or other sale of said property described in said mortgage under judicial or non judicial proceedings, the same shall be sold subjectto said Easement. SIGNED AND EXECUTED THIS DAY OF �Y ate, 2020. R BANK, a Texas t n By: STATE OF: !EXAS--- } COUNTY OF DEF RE ME, the undersigned authority, on this day personally appeared Vt. KC Ste[.{ C C 0 le) of R BANK a Texas State Bank known to me to be the person and Officer whose name is subscribed to the foregoing instrument and who acknowledged to me that he/she executed the warn€ for the purposes and consideration therein expressed, in the capacity therein stated, as the act and deed of said Sank/Lienholder. GIVEN UNDER MY HAND AND SEAL OF OFFICE Till&. � i� day of � ruA 2020, SUSAN L PQPP •� '.. Notary PublicAtate of eX-O O 8Fy R. LOW xas � •...,• .� C MM. Expires 09-13-2022 ' y Notary ID 125638502 My commission expires: �/l4 Electronically Recorded by Tarrant County Clerk in Official Public Records Mary Louise Nicholson Lake Arlington Lit Station City Project No. 100995 Parcel No. 1 4894 Freeman Dr. E., Fort Worth, Tx 76140 Lot 5 Mock 3.Esco Industrial Park Addltlon STATE OF TEXASAL � COUNTY OF TARRANT M".' CITY OF FORT WORTii � VARIABLE.}. WIDTH ACCESS SEMENT DATE: November S, 2019 GRANTOR: BUTWR IPROPERTI5S, LLC. GRANTOR'S MAILING ADDRESS (including County); FORT WORTH, TARRANT COUNTY, TX, 74 off r`1� GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (Including County); 200 TEXAS STREET FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being more -particularly described in Exhibits "A" and "B„ Grantor, for the consideration paid to Grantor, hereby grants, bargains, and conveys to Grantee, its successors and assigns, an exclusive easement for access upon, over, across and through the following tract of land situated in Tarrant County, Texas, as described and depicted in accordance with Exhibits "A" and aB", attached hereto and made a part hereof. Any such entry and use of such tract by Grantee or its agents, contractors or, independent contractors shall be permissive and shall not constitute a trespass. VadaM WWh Recess Easement Rev. 1CV1712017 am L -S' It is intended by these presents to convey an Access Easemept to the Grantee, with the usual rights of ingress and egress in the necessary use of such Access Easement, in and along said premises. Grantor agrees that Grantee has the right to construct fencing within the Property as may be necessary at Grantee's sole discretion. Grantor also agrees that it will not limit Grantee's access to the Property. Grantor and Grantee agree that the Property is not intended to be open and accessible to the general public. Subchapter E of the Texas Property Code, as amended, the owner or the owner's heirs, successors, or assigns may be entitled before the 1 Oth anniversary of the date of this acquisition to repurchase or request certain information about the use and any actual progress made toward the use for which the property was acquired through eminent domain, and the repurchase price will be the price the city pays you in this acquisition. TO HAVE AND TO HOLD the above -described permanent easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself, its heirs, successors and assigns, to warrant and defend, all and singular, said easement unto -Grantee, its successors and assigns, against every person whomsoever lawfully claming or to claim the same or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Variable Wift Access Easement Rev. 14i117=17 �r'wh�iFr, GRANTOR: BMTWR Properties, LLC, a Texas Limited Liability Company Jeffery Schuessler, Manager THE MATE OF TEXAS § COUNTY OF TARRANT § GRANTEE: City of Fort cwth By (Stgnature):__ _ (Print Name) Kevin B. Gunn Tille Interim Assistant City Manager APPROVED AS TO FORM AND LEGALITY (Signature-. (Print Name) Matt Murray , T(tle Assistant City Attorney ACKNOWLEDGMENT BEFORE ME, the undersigned u� aorl y, aYotary Pu Ilc in and for the State of Texas, on this day personally appearedIH , known to me to be the same person whose name Is subscribe t foregcaing instrument, and acknowledged to me that the same was the act of I— _ and that he/she executed the same as the act of said the purposes and consideration therein expressed and In the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this —= — day of AMY t7PI.APP �} •w4 ♦, �•.'�••.• ~Notary Public, State of Yexas CQmm, Expires W10-2023 Notary ID 120737387 Vadable WidthAomas Emament .I tW.1EV17MO17 Notary Public in and for the State of Texas AC1 NPALEDGEMEN STATE OF TEXAS � COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a N public in d for a State of, x s, on this ay personally appearei�-�--����- of the City of Fort Worth, known to me to be the same person whose name Is subscrib d to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of , 20^ MY hNOhq)D A -4 Vadable Width Access Easement Rev. 1 U11712017 Ji�4c4a atary Public in and far the State of Te s FORTWOMIL EXHISITA LEGAL DESCRIPTION VARIABLE WIDTH ACCESS EASEMENT Being a portion of Lot 5 in Block 3 of ESCO Industrial Park Addition to the City of Fort Worth in Tarrant County, Texas and recorded in Cabinet R, Slide 2666 or the Flat Records of Tarrant County, Texas (P.R.T.G.T.), and being more particularly described as follows. COMMENCING at a 1/2" iron rod found for the southeast corner of said Lot 5 and for the southwest comer of Lot 6 in Block 3 of ESCO Industrial. park as said Lot 6 appears upon the plat recorded in Cabinet B, Slide 3606 of the said Plat Records and in the north line of Freeman Drive as it appears upon the plat recorded in Volume 388 214, Rage 48 of the said Plat Records from which a 1/2" iron rod found for the northeast corner of said Lot 5 and the northwest corner of said Lot 6 bears N 00°27'09" Val, a distance of 266.76 feet. THENCE S 89036745" W, along the south line of said Lot 5 and the said north fine of Freeman Drive, a distance of 16.00 feet to a 518" iron rod set with plastic cap stamped "DEOTTE RPLS 4673", said point also being the POINT OF BEGINNING_ THENCE S 89936'45" W, along the south line of said Lot 5 and the said north line of Freeman Drive, a distance of 24.00 feet to a 5/8" iron rod set with plastic cap stamped "DEOTTE RPLS 4673", THENCE N 00027'09" W, 40 feet from and parallel to the common line of said Lots 5 and 6, a distance of f 266.51 feet to a 5/8" iron rod set with plastic cap stamped "DEOTTE RPLS 4673" in the north line of said Lot 5 and the south line of Lot 2R Block 1 of Southeast Landfill as it appears upon the plat recorded in Cabinet A, Slide 12883 of the said flat Records. THENCE N 89015'07" E, continuing along the said north fine of Lot 6 and the said south line of Lot 2R, a distance -of 16.00 feet to a 5/8" iron rod set with plastic cap stamped "DEOTTE RPLS 4673" in the north line of said Lot 5 and the south line of Lot 2R Block 1 of Southeast Landfill, from which a 1/2" iron rod found for the northeast corner of said Lot 5 and the northwest corner of said Lot 6 and in the south line of Lot 2R Block 1 of Southeast Landfill bears N 89*15'07" E, a distance of 24.00 feet. THENCE S 00627'09" E, 24 feet from and parallel to the common line of said Lots 5 and 6, a distance of 161.14 feet to a 518" iron rod set with plastic cap stamped "DEOTTE RPLS 4673" at the beginning of a curve to the left with a radius of 4.00 feet and a chord whose bearing is S 17'07'14" E and whose distance is 2.29 feet. THENCE along said curve to the left through a central angle of 33°20'10" to a 518" iron rod set with plastic cap stamped "DEOTTE RPLS 4673" THENCE S. 33'46'57" E, a distance of 11.57 feet to a W" iron rod set with plastic cap stamped "DEOTTE RPLS 4673" at the beginning of a curve to the right with a radius of 6.00 feet and a chard whose bearing is S 17'07'03" E and whose distance is 3.44 feet. PAGE 1 OF 4 THENCE along said curve to the right through a central arigle of 33°19'48" to a 518" Iron rod set with plastic cap stamped TEOTTE RPLS 4673" THENCE S 00°27'09" E, 16 feet from and parallel to the common line of said Lots 5 and 6, a distance of 90.32 feet to the POINT OF BEGINNING and containing 5,050 square feet or 0.116 acres more or less. NOTES: 1) All bearings and coordinates are in us survey feet surface using a scale factor of 1.000137001 and referenced to the Texas Coordinate System, Nad-83, The North Central Zone 4202. 2) Exhibit B of same date accompanies this legal description. Ple OF S 7 rq+FO ............................. JAMES E. DeOTTE .. .....................L .. Late: 812912019 James E. DeOtte Registered Professional Lane! Surveyor No. 4673 Jaynes DeOtte Engineering, Inc. TBPLS Firm No. 10101400 2201 Dottie Lynn Parkway,,Suite 119 Fart Worth, Texas 76120 (817) 446 — 6877 PAGE 2 OF 4 CX.T 7 IL NA XF) LIMIT w u a WAMMS Aff R R,-iVC® TO MV 112 INCH 1RON RODS FOUND ~ED AS CONTROLLING NONUMEf+FT,S. ALL MSTANCE AND AWAS &WWW ARE SMFACF- LEGAL MESMPT1ON OF SASE a4TE ACCOMPMES THIS PLAT. 5/8" CAPPM IRON RODS STAI-fPED TEZ)nF RPLS 4673' HE'LL BE SET AT CORNERS OF ME ACCESS EASEUNT ).Wdma PROPERTY VOLWDARY EX CASEMENT VARAOLE WDTH CCESS EASEMENT CAPPED IRON ROD SET CIRS IRON ROD F(WND IRF DEED RECORDS URRANT° COUNTY TE:"S D.R'.T:C K FEAT RECORDS TARRANT COUNTY TEX4S P.RT.C.T. EXHOT B SNOWING A �� � PARCEL OF PROPERTY WoRTLOT 5, BLOCK 3 ESCO 1NDUSTRW PARK SJl'2,E lw iN lw SHELBY COUNTY SCHOOL LAND, BLOCK 56 COUNT City of Fart Womb TARRANAS T W=DEDY, TEXAS 200 TUAS STR£ET INST. D21 S 1978J5 FORT 1VORrg TX. M62 DEEP RECORDS OF TAMWWT CO(J1hifY TEXAS PROJEM LAKE ARLING70N LIFT STATfON I CITY PROJECT No. 100995 VARIABLE W D7H ACCESS EASEMENT I PARCEL ND_ 1 r .................... . JAMES • E.�..• DeOTTE .. ...... ....�,... :•a 4673 SUF q Date: 812912019 XV " No. 201704200 F DRAWN BY- CRC i PAGE 3 OF 4 r I "ES DL-07TE ENGINEERING, INC. . 2201 DOT'rW LYNN PKWY. SI1 E 179 FORT WORTH TX. 76120 • 817 446--6877 7BPE FIRM Reg. No. 8917 : •TOLS Firm Rey. No. 101014-00 -__....,.---------LT2R, aLK P EXHIBIT B' .-20! aWLETT -[-_ -------- FORT WORTH C17Y OF SOUTHEAST LANDFILL CAMMM. iP ti 200 TEXAS ST., FORT PACE 4 OF 4 CAB A, SLIDE 12863 VYD02TX 7 94sMw T�sc,� 50' ANT D21Di05155 VOL 1460. M. JW D208310687 N89"151071E' 02083 P 0687 DR=r. � t RR.T.aF P.R T. C. T. 16.00' air rats - - 1/2 1R1= - N89`1.5'Q7'�' Sir {c M.) SHMAISANI ESCO 24. �' 1 HOLDINGS L.C. N� KIDTH ti 5608 NORMANDY DR_ ACCESS EASEl W COLLEYVILLE, TX 76034 CONTAINIMC ~%050 SO.D. FT. / 0.116 AC R. Lffix FOR 0219019572T.C_7 .Z DI 'C710N4tAL V.#RMSEE Rk"I CONTROL LOT 6, SLK 3 BMTWR PROPERRE'S, LLC SLOB VSEUB ,8 i 1 ESCO INDUSTRIAL PARK 428 HEMPHILL ST N CAB 8, SLD 3606 FORT WORTH, rX 78104 D206368472 D216297835 AR T.C.T. D.R. T.C.T. ` i LOT 5, ' BLK .3 �=20 JO ESCO INDUSTRW PARK ADDITION 020s7 CAB 8, SLIDE 2656 R=4.00 D.17Tc.T. P.R. T.C.T. L-=2.33' N0r27'09V SITE.• 4841 FREEMAN DRIVE' CB—S1707'140E 5/8, ,cps 266 76' CD=2.29' a/s cm . y L0T 4, BLK 1 — ESCO INDUSTRIAL PARK CAB 8, SLD 2686 D203427713 P.R.T.C. T UTZ" EASEMENT VOL ME 214 PC 48 P.R T.C.T. 0 fi0 120 GRAPHIC SCALE IN FEET 533-46'57-E' —,, 17.57' A=3,3'19'48� R=6.00' L=3 49' CB=S 17"07'03"E CD=3.44' 5/8' errs S89'J6'45 "W' _ 24.00' S89'36'45mW' 18.00' c 2o' Tr Ca77rf17INC,, LP E45EPAOF =928469V ti 10' rIram EASaffiNT i — CA$ �RSXD .35os f A.T�T. 4/2 IRF- PROPERTY 80UACARY -- -- EX. EASEM9VT —.-.----- VARL4RE INDTH ACCESS E4SE?JVYT CAPPED IRON ROD SET COS IRM ROD FW VD IRF DM RECORDS TARRANT COUNTY TMS D R. T.C.T. PL4T RECORDS TARRANT COUNTY TEXAS P.R.T.C.T. EXHf tT 8 SHOW9NG A FoRTRT PARCEL °� PROPERTY or LOT 5, BLOCK 3 ESCO INDUVRML PARK SITUATED ar THE SHELBY COUNTY SCHOOL LAND, BLOCK .56 City of Fort b h rAR anrr co rn; TEXAS AS REOOROEO rrr 200 TZW STAEU INV. D216197835 FOIST ►rWN TX 76102 DEED RECORDS OF TARRANT COUNTY TEXAS I PROJECT I LAND FREEMAN DRIVE VOL. 38B -.21 a4. PG. 48 P.R.T.C.T. 20'x20' P.QS.r vot J9 ..Rarl rw PG 48 arl 20' 9ARAMTr I GATHOWC, LP l , sas&49vr 1 D210035910 r D.R-Z aT. r P { 0 F .` Orae.a.r., 44 57it�� JAMES E. DeOT€E "ww.....wnwr....r..nrrrn 4673 • �r J Ll V W4V Date: 8129120 t9 JANES DeOTTE EMINEERING, INC. • 2201 DOT77E LYNN PKWY., SU17E P19 FORT WORTH, IX 76120 • Bii 446--687 TBPE FIRM Reg. No. 8917 - TBLS Firm Reg. No. 101014-00 CONSENT OF LIEN HOLDER R BANK, a Texas State Bank ("Lien Holder"), is the current holder of Mortgage Deed of Trust dated Qctober 11,_ 2018 , executed by BMTWR Properties, LLC to Mike Shaw. Trustee as recorded . - October 15, 2018 in clerk's file no. D218229250 in the Real Property Records- of G _Tarrant County Texas, hereby consents to the grant of the foregoing Easement by 8MTWR Pro uerties LLC to _ City of Fort Worth and joins in the execution hereof solely as Lien Molder and hereby does agree that in the event of the foreclosure of said mortgage, or othersale of said property described in said mortgage under judicial or non judicial proceedings, the same shall be sold subject to said Easement, l r SIGNED AND EXECUTED THIS DAY OF kAKua 2020. R BANK, a s t t Bank STATE OF TEXAS } COUNTY OF BEFORE ME, the undersigned authority, on this day personally appeared Y ke � k a- rhose name issu bscribed of R BANK, a Texas State Bank known to roe to be the person and Office ubscribed to the foregoing instrument and who acknowledged to me that he/she executed the same for the purposes and consideration therein expressed, in the capacity therein stated, as the act and deed of said Bankfl_ienholder. GIVEN UNDER MY HAND AND SEAL OF OFFICE THIS day of k6a 2020, SUSAi4 L POPP Notary Public, State of Texas Notary Public, State of I .F? h.-cfS su,; :� Cornr�►. Expires (}9-13-2022 %;�co•�;;:�`� I�otar ifl 1258385Qi My commission expires: q(/3/49006- CONSENT OF LIEN HOLDER R BANK. aTexas State Bank ("Lien Holder"), is the current hoIderofa Mortgage Deed of Trust dated Augug 25. 2016 ,executed by BiVI1WR Pro�oert 9 LLC to Mike Shaum. Truste,g as recorded August 26, 2016 in clerk's file no,_ D21697836 , in the Real Property Records, of Tarrant County Texas, hereby consents to the grant of the foregoing Easement by BMTWRProperties to CityofFortWorth and joins in the execution hereof solely as Lien Holder and hereby does agree that in the event of the foreclosure of said mortgage, or other sale of said property described in said mortgage under judicial or non judicial proceedings, the same shall be sold subject to said Easement. SIGNED AND EXECUTED THIS U DAY OF [AyWa , 2020. R BANK, a Texas t B n By; STATE OF TEXAS } COUNTY OF 15 } BEI' RE ME, the undersigned authority, on this day personally appeared P"' Ke ��40 I CC D (titie) of R BANK,_a Texas State Bank known to me to be the person and Officer whose name is subscribed to the foregoing instrument and who acknowledged to me that he/she executed the same for the purposes and consideration therein expressed, in the capacity therein stated, as the act and deed of said Bank/Lienholder. GIVEN UNDER MY HAND AND SEAL OF OFFICE THIS � Imo✓ day of Wru a 2020. a�tititi�P�a SUSAN L POPP oPX AS`ti"Notary Pu tate Notary Public, State of Texas y` Comm. Expires 6$-13-2022 Notary ID 1 s83$642 My commission eXpirBS: I/1-3 U2 csf withfn -th-e area. o-r boundaries of the Ea.seme.nl . A n s- i de rati on of the M utu a I - coVe nat! t8 C o nta'ihe d I e receipt and suffircibftey of Which J's- hereby ai b1lows,-.. -achl n 921989M� &EM!fl& 5 .described and U8er may locate the En. shown on atta-c-hed .drawin may not relo-cafe the Encroaching Facifity, w ipproval'of Oncorl. which ronsent and approva Rd-ges an-d agrees that-Oncor holds easemeni II obtain -whatever r1g.hts- -and- permission, Oth-( Ise of- Easement Arma, Usersh-all.useo-nty.si FOR to CO fl.stru ot,_ ma 1 n ta.1 n 0 P orate -a nd re Pa i r t h-e E expense., -comply ifs all applica-ble laws , � »c s, uovernmen.tal rules and. reg-Wabons- enaGte( d shall promptly execute and fuffill all orders and ifies for the correction.prevention and abateme 3'. ,icroaching Facility. At the conctu.sion of any ,:.ir- materlats from ther-8asement Area- and resto in prior to th.e commencement of User's Cc Rants, or any other person ente-rng i oto the Ea. n y the use of the Encroaching Facillity, except thl not apply to any liability resulting from the sol.� )Yees- or separate. contractors, -an.d in the ever ir and U.ser, res-pons"Ibl"fiRy andindemniy, if a- ontain-ed' he re -in sha] I -ever b e. construed so as t fund: ito bRigaions u-n-d-er-tfiis- paragraph-, AMIok a C'i I ing a debt unless I tyis ptoNbited from creafi i00.r�st: on' the. debt Ohd provid a.. sinking fund nyo ,;.,a sin.k'Ing fund or collect any tax'to pay''a' ) 'bil t,tricti-ons. Use: of draglIne.s.- or other boom!Aype wmed'on the Eaemen: Area. by. User, its emr ,tors- m ust c-a m ply wi'th Chapter 752 , Texas. He Code an-d any other applicable safety- a-r- "hall any. ec to the contrary here'n, in no event -s �-8;0,00 -volt or Ies.s powe'r lines or within twen A Ituated'o-n the a-forosorid property., User must ob- nISSIOn Department at-817*496-*2746, 48 hou the Easement rep. rl � e S.... User s�ia] I M ot p I��� it 8 f c."I it witits 2" ................ Dennis L. Patton Ciiy of Fort -Worth By: Name: Title klJ I. Notary P A%UCM the -State. c the undersigned authority- on f is. �, as- the. - known try me. to -be the person whose namel's Sl .:,3.dged to me that he/she -exe-cuted the sam ressed, ire th-e capaGity terein stated and h1sP Mv HAND AND -SEAL aF OFFICE this 44-No A. D. 2619.. IVY A ... _"L r i • T�v�inrJr •ti�gnn +. 7 • 7 1 r i4r .•+' � et 'i.y fr � .�rYF 7o r + ' 'f•� it r• � "f• + 7�p i r k i � C .V' •� 7r_ rTv . X is =�• 41 3 •% GSJ •�A• ... ; sJ 4 .. �; • �i { k4 r v r ti �.. y�-5-y +� S SCSfir s { 41, +hr • + 'F n4v - F v7. i+-7 .4rr • i .•�.. it {• `iv Tr f Y + {rr .�k y7:a 7 r. r X r. A:S r i4 .y• .�+. + s r si v - vrs i' •• '.Cu. IV �x LN r I 4 { j k � •� � k c c F I h 16 ` k � h h A, AV r I A .✓I h iF v 3r A tl 4 . I.MI. e6 k r4 �w A& L 4 4 1 Old - ----- ---------- - .. .......... 7 TM lit i t I r S I vcr E : �:;• � �: a �k h .r � . E .J. -ilk f I It -V " t a. let. t I LI .11 'I I lit! 113 I E11111' i II transmfss-iGn line. easements. acquired by- Oncor i e nts of Pu b I I'G. U tj I 71ty- Go m m iss ion S ubstanfive. R u le: '5- degrees to th-e. centerline of the right-of-way. )rde'r to IeeivetM, right-ofway'as near a's poissibe- to ig H, ht-of-way and notrash 'is to -be left on right --cif era, 1 the. right�ofway when required and such that the a wil I not be stored'on the right-of-way dur."�ng constrw ponai i mnsmissim. are to be based on draw"Ings submitted. Anychange )Val, i.stalled on the right-of-way that would AInterfere, wit a nte-nance.. 1,e- under Onovr fi.nes or by ncor structures. nofif- I 469 w- ill .be stared on the right of way. u-ment "Hazardous Mafieria'ls" means and I'MI'Lides l Ao-ootainihg­ mAte'rial -c o-n'tainAn-g- m6re ih;Iri OM-0 Erganlc COMPO Undt known aspoiyclorinated Wphe3 iemicals k-nown, to cause cancer or reproductive.-tox i of hazardous or toxic waste.,: materia-Is. or su'bstai us atria I Laws." co-11'ectively means- and. ic.ludes a metafing to the- eiiviron . ment, and. ��nvironmental cc ' L Conservation. -and Recovery Actot 1'6d7V ("PORK), img�jntnl Pi=�cznnnczp n- Abel I inhiffi`tv' Ar'. Ik V .1 & �4.0 W—F T. V V :P *ftdP, ft—e $ � 4: V 41 r U.W dI %P V V 4L -Q '4� 1 'L;L 2 %AIL 1 41: P%W 1 9 't%V % 11- 1 A NW —,r -W.i W A 4 �WV # V. )e alt I -east one (1), foot below the surface. ar final 8r protective steel cas"ing',. 3) where electric faci.iifi; :Mum Of ten -(I 0).feet be-lo the ground ur a�c, or 4 nsfall the Pipeline at. a depth that provides for a- -j A ine and the undergroun-d efectTicfar,'11-Ifies. .iblesvifl. be permitted-Withit! the right-of-way-, al I-ows. water -to pond,.cayses erosion, direcis storm\ )und O��r'n-saciiites is prohibited, Drainage facifi or right-of-way. 1pe-of pits will be. permitted within the right--of-way'. Electronically Recorded by Tarrant County Clerk in Official Public Records Mary Louise Nicholson Lake Arlington Lift Station City Project No. 100995 Parcel No. I 481114 Freeman Dr. E., poor Worth, Tx 76140 Lot 5 Block 3 Esco Industrial Park Addition STATE OF TEXAS § COUNTY OF TARRANT CITY OF FORT WORTH tor.��d- VARIABLE WIDTH SLOPE EASEMENT DATE: NmernbeP 8 2019 GRANTOR: BMTWR PROPERTIES, LLC. GRANTOR'S MAILING ADDRESS (including County); FORT WOM, TARRANT COUNTY, TX, M44— -71 -to GRANTEE: CITY OF PORT WORTH GRANTEE'S MAILING ADDRESS (Including County); 200 TEXAS STREET FORT WORTH, TARRANT COUNTY, TA 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Beings more particularly described In Exhibits "A" and "B" Grantor, for the consideration pald to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, the use and passage on, over, across, below and along the easement situated in Tarrant County, Texas, for the constructiori, operation, maintenance, upgrade and repair of a Permanent Slope Easement on the property and more particularly described in the attached Exhibit "A" and "P".. It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of slope maintenance. Grantor shall agree not to modify or alter the property in any manner, which would jeopardize the Integrity of the slope without Grantee's written consent. Any alteration or damage to the slope shall be repaired at Grantor's sole oast and expense. Varlab:e Width Slops Easement Rev. W/17 V Subchapter E of the Texas Property Code, as amended, the owner or the owner's heirs, successors, or assigns may be entitled before the 10th anniversary of the date of this acquisition to repurchase or request certain information about the use and any actual progress made toward the use for which the property was acquired through eminent domain, and the repurchase price wilt be the price the city pays you in this acquisition. TO HAVE AND TO HOLD the above: -described permanent easement, together -with all and singular the rights and appurtenances thereto in anyway belonging _unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself, its heirs, successors and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully ciaiming or to claim the same or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Vaniahle Width Slope Easemem Raw. 1 tx1712Q77 fbRT RTH. GRANTOR: BMTWR Properties, LLC, a Texas Limited Liability Company Jeffery Schuessler, Manager THE STATE OF TEXAS t� COUNTY OF TARRANT § GRANTEE: City of Fort W h By (Signature): _ (Print Name) Kew± Gunn , 71t1e_znteriI Assistant City Manager APPROVED AS TO FORM AND L,EGAUTY (Print blame) Matt Murray Title Assistant City Attorney ACKNOWLEDGMENT BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeare ,hu SS�'�'; known to me to be the same person whose name is subscribeff tot foregoing instrument, and acknowledged to me that the same was the act of .-A4P' and that he/she executed the same as the eat of said the purposes and consideration therein expressed and in the capacity therein stated. day of GIVEN UNDER MY HAND AND SEAL OF OFFICE this Z'2— __,_,____ -- . 20 AMY D LAPP . %z Notary Public, State of Texas iF Comm. i xpltas 09-10-2023 r.�.., �fkrY114ti\w Notary IO 17$737367 Vaedab[e Width Stops Easement Rev, M7/2017 N�� Notary Public 1n and for the State of Texas ACKNOWLEDGEMENT STATE OF TEXAS COUNTY OF TA ANT § BEFORE ME, the undersigned authority, a Notary faubljg in apo for the State of Texas, on is d personally appeared_ V1 & V Lim, /&tml , timadgt of the City of Fort Worth. known to me to be the same person whose name ' subscrib rt to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort. Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and, in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this _day of 20 d . Lary Public in —and for the State of Yexas ;d"nxf ;= MARIA s, SANWEZ X My Mary il) # 2256490 F- :y Exke5 [)ecamber 19. 202 1 variable width slope Easement Rev. W1712017 EKHIBIT A LEGAL DESCRIPTION VARIABLE WIDTH SLOPE EASEMENT Being a portion of Lot 5 in Black 3 of ESCO industrial Park Addition to the City of Fart Worth in Tarrant County, Texas and recorded 'in Cabinet B, Slide 2656 or the Plat Records of Tarrant County, Texas (P.R.T.C.T.), and being more particularly described as follows: COMMENCING at a 112" iron rod found for the southeast corner of said Lot 5 and for the southwest corner of Lot 6 in Block 3 of ESCO Industrial Park as said Lot 6 appears upon the plat recorded In Cabinet B, Slide 3606 of the said Plat Records and in the north line of Freeman Drive as it appears upon the plat recorded in Volume 388-214, Page 48 of the said Plat Records from which a 1/2" iron rod found for the northeast comer of said Lot 5 and the northwest corner of said Lot 6 bears N 00027'09" W, a distance of 266.76 feet. THENCE N 00027'09" W, along the east line of said Lot 5 and the west line of Lot 6, a distance of 90.34 feet to a 5/8" iron rod set with plastic cap stamped "DEOTTE RPLS 4673", said point also being the POINT OF BEGINNING. THENCE departing the common line of Lot 5 and Lot 6, S 89"32'60" W, a distance of 16.00 feet to a 518" iron rod set with plastic cap stamped "DEOTTE RPLS 4673" at the beginning of a non -tangent curve to the left with a radius of 6.00 feet and a chord whose bearing is N 17"07'03" W and whose distance is 3.44 feet THENCE along said curve to the left through a central angle of 33019'48" to a 5/8" iron rod set with plastic cap stamped "DEOTTE RPLS 4673" THENCE N 33"46'57" W, a distance of 11.57 feet to a 518" iron rod set with plastic cap stamped "DEOTTE RPLS 4673" at the beginning of a curve to the right with a radius of 4.00 feet and a chord whose bearing is N 17007'14" W and whose distance is 2.29 feet THENCE along said curve to the right through a central angle of 33°20'10" to a 518" iron rod set with plastic cap stamped "DEOTTE RPLS 4673" - THENCE N 00027'09" WV, 40 feet from and parallel to the common line of'said Lots 5 and 6, a distance of 161.14 feet to a 5f8" iron rod set with plastic cap stamped "DEOTTE RPLS 4673" in the north line of said Trot 5 and the south line of Lot 2R Block 1 of Southeast Landfill as it appears upon the plat worded in Cabinet A, Slide 12883 of the said Plat Records, THENCE N 89"15'07" E, continuing along the said north line of Lot 5 and the said south line of Lot 2R, a distance of 24.00 feet to a 112" iron rod found for the northeast corner of said Lot 5 and the northwest corner of said Lot 6 bears and in the south line of Lot 2R Block 1 of Southeast Landfill -as it appears upon the plat recorded in Cabinet A, Slide 12883 of the said Plat Records. PAGE 1 OF 4 THENCE S 00°27'09" E, along the common line of said Lots 6 and 6, a distance of 176.42 feet to the POINT OF BEGINNING and containing 4,170 square feet or 0.096 acres more or less. NOTES. 1) All hearings and coordinates are in us survey feet surface using a scale factor of 1,000137001 and referenced to the Texas Coordinate System, Nad-83, The North Central Zone 4202. 2) Exhibit 6 of same date accompanies this legal description. ♦:e JAMS E. QeOTTE *to Vag ;A 4673 s %SUS;% Date. €12912019 James E. DeOtte Registered Professional Land Surveyor No. 4673 ,fames DeOtte Engineering, Inc. TBPLS Firm No_ 10101400 2201 Dottie Lynn Parkway, Suite 119 Fort Worth, Texas 76120 (817) 446 — 6877 PAGE 2 OF 4 IL MAT EXHIBITZ VICIN" N.T.S PAGE 3 O� 4 L(HY7 MRINGS ARE RUDWACED TO 1W 112 INCH IRON RODS FOUND AWKED AS CONTROLLING MONUMENM Ali, DISTANCE AW AREAS SMWN ART SURFACE LWAL DESCWMW OF SAW DATE RCCOWAMES THIS MAT: S/D" CAPPED IRON ROM STAMPED `DEOTTE RPLS 4573' MLL 8E SEr AT CORNERS OF THE ACCESS E4S'EMSff PROPDV Y BOUML14RY — -- FX. EASEMENT VARIAl9LE WIDTH SLOPE EA,%UENT CAPPED d?Ol f ROD SET CIRS ITtOPI ROD FOUND /AF DEED RECORDS TARRANT COUNTY TEXAS D.R T.C.T PLAT RECORDS TARRANT COUNTY TEXAS I?R.rC.T, Fxmarr a SHOWNc A ��+ PARCEL OF PROPERTY OUT 11V LOT 5,s BLOCK .3 ESCO INDUSTRW PARK .SfT fJ,rYTEU #4 THE SHEMY COUW SCHOOL LAND, BLOCK 56 City of Fort !Worth TARRANT AS RFCDRf1f�ECORM ; 7ExAs W 200 TZXAS SMaT INST. D216197835 FnRT WDA77.4 TX. 76102 GEED REOMS OF TA17&W CfFtwff TEXAS PROJECT LAKE ARLINGTON LIFT STATION I CITY PROJECT No. 100995 VAF�IABLE W10TH SLOPE E EWDVT F PARCEL NO. 1 3 i rx� � ti9 r -OW s. rr.nrrrr•.ro.rr...ra:r.r Jf m F. DeDTM •ry�...rrrrurrse..r..resy .. �. 4673 Date: 8129 2019 "ES DeOTTE ENGINEERING, fAfC_ - 2201 DOTTIE LYNN PKW?., SUITE 119 FORT WORTH, JX 76120 - 817-446-6877 Tx9ff FRIW Reg. No. 8917 . TRLS Farm Reg, No 101014- 00 FORT WORTH CITY OF LT 2R, 85K I — -EXHIBIT 13. �� v Lp 200TEXAS ST., FORT SOUTHEAST LANDFILL RAGE4 OF4 1�' > 50,�CAB A, SLIDE 12883 D21 D056155tAaL 14-0. PC iv WORTH, 1 76102 0208310687 N8901-51 74v D.1zrar � Alzrar D2oa3 r os87 � R.7:C. T. , I? R T. C. T_ 24.00 VARML_E SLOPE EWMEW CWA'PVM BMTWR PROPERTIES. LLC 4s 170 SO FT. 428 HEMPHILL ST 0.096 AC. FORT WORTH, TX 76104 F,lARM- " D216797635 ACCM rASEUVff D.R. T. c.T. NO`27'091V' Af.) t SHU4G4Nf ESCO LINE FOR HOLDINGS LLC. I 'f DfRECTiOM p 5608 NORMANDY DR. I CONTROL, COLLEYWLLE, TX 76034 D219019572 SO'27109V A R. T C. T: LOT 5, BLK 3 161.14' ESCO INDUSTRIAL PARK ADDITION CAB 6, SLIDE 2656 P.R. T C T R-4 00' SITE.• 4841 FREEA44M DRIVE L-2.33' C8mM17.07'14 "W I W 2.29' N33'46'67"W' 11.87' s/e aaes sl8. r.1Rs LOT 4, BLK 1 ESCO INDUSTRIAL PARK C46 8, SLD 2686 02UJ427713 P.R.T C. T U1TLliY �i15E7.JEA1T 1?arc.x D 60 120 GRAPHIC SCALE IN FEET FoRToH City of Fort Worth 200 nWAS STREET FORT WORM. 7X 76102 W07H 4=3 1 r7'4 A I R= 6 00' I L=3 49' I CB=Nl7'07'03"W CD=3.44' L� 176.42' LOT 6, BLK 3 f ; ESCO INDUSTRIAL FAA CAB A SW 3606 NO.27109 , D20838" 472 %u 266.76' 4 y 20' BR NEU w EASEMSYr D2=849i7 1 D rc r. 1 I 5 . d15 1 i 26' S417AVr S89•.Y2'50V' 16.00' 0M20077 D. r.Mr w*27'09W - M _ _ 90.34' 10' UMPY EASE Jdi r CAB A &LD asa6 P.0tar. 112 IRF PROPERTY BOUNDARY � — — Fx EASW4W -----__._.. VAIMB E WIDTH SLOPE EASEMENT CAPPED IRON ROD SET CIRS IRON ROD FOUNV IRF DEED RECORDS TARRAMr COUNTY TEXAS D.le T:C<T. PLAT RfrQW.S TARRANT COUNTY TOM P.R.T.C.T EMOr 8 SJ,DW#X A PARCEL OF PROPERTY our or LOT 8, BLOCK 3 ESCO INDUVRML PARK FREEMAN DRIVE VOL. 368-214, PG. 48 P.R. T C, T: 905(2F' 1RiL 3$13 214. PG 48 VMM9M LP I I' ELSE TENT l f D2wasmo D.r7T_Crr. ! f 5TEWN Srr ATED IN mF ...:....................o:... SHELBY COUNTY SCHOOL LAND, SLOCK 56 DAMES F_ aeQTTE TAR.„ , . T COU ..17EXAS`iVi.^�7.3 !p1/pL�j�f� / �..�! �� / � moo• INST SD 11978.35 •�° ;" OEM !RECORDS OF TrQUN7 C"TY 1FXM, ��i'n ••• . ,G`k JDEI JOR No. 201704200 j DRAWN BY_~ GEC l P "ES -D&OTTE ENGINaIZING, INC. • 2201 DOTFIE LYNN PKWY, TBPE FIRM Reg. t. 8917 . TBLS Firm Reg. No. 101014--00 Date. �12019 CONSENT OF LIEN HOLDER R BANK, a Texas State Bank ("Lien Holder"), is the current holder of a Mortgage peed of Trust dated October 11, 2018 . executed by , _ � BM1WR ProRerties, LLC � to Mike Shaw . Trustee as recorded October 15 2018 In clerk's file no. D218229250 , in the Real Property Records; of Tarrant County Texas, hereby consents to the grant of the foregoing Easement by BMTWR Properties, LLC to City of Fort worth and joins in the execution hereof solely as Lien Holder and hereby does agree that 1n the event of the foreclosure of said mortgage, or other sale of said property described in said mortgage under judicial or non judicial proceedings, the same shall be sold subject to said Easement. SIGNED AND EXECUTED THIS ✓ STATE OF TEXAS COUNTY OF rGtylS } DAY OF � tV O- 2020. R BANK, a s t Bank By: BEFORE ME, the undersigned authority, on this day personally appeared K kf, S k o-Uli , EYT[� _ 16 C Q ' (titlel of R BANK, a Texas State Bank known to me to be the person and officer whose name is subscribed to the foregoing instrument and who acknowledged to me that he/she executed the same for the purposes and consideration therein expressed, in the capacity therein stated, as the act and deed of said Bank/Lienholder. GIVEN UNDER MY HAND AND SEAL OF OFFICE THIS .ram SQSAN L POPP o '�'• ,�t4otary Public. State of Texas COMM. i=xpires 0$ 1$•$fl22 ► Natar iO !2 39$02 day of &(W dVL4 r 2020. Notary Publie, to of _ 1 k_� f My commission expires: of 13 � 022 e CONSENT OF LIEN HOLDER R BANK, a Tpags State Sank (Lien Holder"), is the current holder of a Mortgage Deed of Trust dated August 25, 2016 , executed by 9MTWR Properties, LLC to Mike Shaw Trustee as recorded Aueust 26, 2016 in clerk's file no. D216197836 in the Real Property Records, of Tarrant County Texas, hereby consents to the grant of the foregoing Easement by BIiAPNB Properties. LLC to City of Fort Worth and joins in the execution hereof solely as Lien Holder and hereby does agree that in the event of the foreclosure of said mortgage, or other sale of said property described in said mortgage under judicial or non judicial proceedings, the same shall be sold subject to said Easement, SIGNED AND EXECUTED THIS U6 DAY OF ha6Yuae-2020. R BANK, a Texas t B Lnr By: STATE OF TEXAS_ i COUNTY OF I--," JJ S j BEFORE ME, the undersigned authority, on this day personally appeared _ �L KC S 6 w CC 0 {titled of R BANK a Texas State Bank known to me to be the person and Officer whose name is subscribed to the foregoing instrument and who acknowledged to me that he/she executed the same for the purposes and consideration therein expressed, in the capacity therein stated, as the act and deed of said Bank/Lienholder. GIVEN UNDER MYHAND AND SEAL OFOFFICE THIS (eA dayof� f04rUqf_q 2020. .y,�YpU�r SUSAN L pOPP Notary Pu , tate o w i r I4ntary rUbha, State of Texas : � Comm. Expires 09-13-2022 Notary ID 125838602 My commission expires: '1f !-3 /� EXHIBIT A LEGAL DESCRIPTION 10' ONCOR ELECTRIC DELIVERY CO. EASEMENT Being a portion of Lot 5 in Block 3 of ESCO Industrial Park Addition to the City of Fort Worth in Tarrant County, Texas and recorded in Cabinet B, Slide 2656 or the Plat Records of Tarrant County, Texas (P.R.T.C.T,), and being more particularly described as follows: BEGINNING at a 1/2" iron rod found for the southeast corner of said Lot 5 and for the southwest corner of Lot 6 in Block 3 of ESCO Industrial Park as said Lot 6 appears upon the plat recorded in Cabinet B, Slide 3606 of the said Plat Records and in the north line of Freeman Drive as it appears upon the plat recorded in Volume 388-214, Page 48 of the said Plat Records from which a 1/2" iron rod found for the northeast corner of said Lot 5 and the northwest corner of said Lot 6 bears N 00027'09" W. THENCE S 89036'45" W, along the south Freeman Drive, a distance of 10.00 feet to °DEOTTE RPLS 4673". line of said Lot 5 and the said north line of a 5/8" iron rod set with plastic cap stamped THENCE N 00027'09" W, 10 feet from and parallel to the common line of said Lots 5 and 6, a distance of 266,70 feet to a 5/8" iron rod set with plastic cap stamped "DEOTTE RPLS 4673" in the north line of said Lot 5 and the south line of Lot 2R Block 1 of Southeast Landfill as it appears upon the plat recorded in Cabinet A, Slide 12883 of the said Plat Records. THENCE N 89015'07" E, continuing along the said north line of Lot 5 and the said south line of Lot 2R, a distance of 10.00 feet to a 1/2" iron rod found for the northeast corner of said Lot 5 and the northwest corner of said Lot 6. THENCE S 00027'09" E, along the common line of said Lots 5 and 6, a distance of 266.76 feet to the POINT OF BEGINNING and containing 2.667 square feet or 0.061 acres more or less. PAGE 1 OF 4 NOTES: 1) All bearings and coordinates are in us survey feet surface using a scale factor of 1.000137001 and referenced to the Texas Coordinate System, Nad-83, The North Central Zone 4202. 2) Exhibit B of same date accompanies this legal description. S TE;F I DAMES �..13e0'r :.off• 4673 A<2"- 19 o James E.04qte Registered essional Land Surveyor No. 4673 James DeOtte Engineering, Inc. TBPI_S Firm No. 10101400 2201 Dottie Lynn Parkway, Suite 119 Fort Worth, Texas 76120 (817) 446 — 6877 PAGE 2 OF 4 -DDRSEY ��El�IT A '— 3 E NDY HILL PAGE 3 OF 4 V� MANE S a PAC ARD Q)W IL O-�CHIMNEY FROCK1,R< ,. r 0 LIMIT VICINITY N.T.S. K9 ADM. BEARINGS ARE REFERENCED TO TWO 112 INCH IRON RODS FOUND MARKED AS CONTROLUNG MONUMENTS ALL DISTANCE AND AREAS SHOWN ARE SURFACE. LEGAL DESCRIP77ON OF SAME DATE ACCOMPANIES THIS PLAT: 6/8" CAPPED IRON RODS STAMPED "DEOTTE RPLS 4673" WILL HE SET AT CORNERS OF THE ONCOR ELECTRIC DEUVERY CO. EASEMENT r n LEGEM. PROPERTY BOUNDARY — — EX EASEMENT ___ 10' ONCOR ELECTRIC DELNERY CO. EASEMENT CAPPED IRON ROD SET CIRS IRON ROD FOUND IRF DEED RECORDS TARRANT COUNTY TEXAS D.R.TC.T. PLAT RECORDS TARRANT COUNTY TEXAS P.R".7<C.T. 4F ,�Q .•��,.IS YEA •. �" Q FQ FORT WORTH EXHIBIT A SNOWING A PARCEL OF PROPERTY OUT OF LOT 5, BLOCK i ESCO INDUSTRIAL PARK ���,� ..._..��... ........ ........... SITUATED IN NE SHELBY COUNTY SCHOOL LAND, BLOCK 55y a 4$7 -• 1 y of For ® % TARRANT COUNTY, TEXAS AS RECORDED IN '.& s u. 9' 200 TEXAS STREcr INST, D21 S'97835 FORT WORTH, TX, 76102 DEED RECORDS OF TARRANT COUNTY TEXAS ; w PROJECT: LAKE ARLINGTON LIFT STATION lCff PROJECT No. 100995 la' nNCnl? FI Ff:TRIr nFllVFf7Y rn rA<,,r xwr I PAPrg'l AIA T JDEI JOB No. 201704200 1 DRAWN BY- C8C PAGE .5 OF 4 JAMES DeOTTE ENGINEERING" INC. • 2201 DOME LYNN PKWY., SU17F 119 FORT WORTH, TX. 76 TBPE FIRM Reg. No. 8917 • TBLS Firm Reg. No. 101014-00 .—LT 2R, ELK 1 mm EXHIBIT A— za' BARNEIT - FORT WORTH C17Y OF SOUTHEAST LANDFILL GATHERING, tP 200 TEXAS ST., FORT PACE 4 OF 4 EASEMENT TESCO 50' E4SEMENr WORTH, TY 7£ 102 CAB A, SLIDE 12883 D210056155 � V01. 1460. PG 3J7 P.R D206108137 D2 ..UR.TC.T. D,R.T:C.T. O.R. T. C. T. R. T.0T.C. T i -- -- -- - - --- --- -- - - 112 IRF Sf IMAISANI ESCO 5 S (C.M.) ' HOLDINGS LLC, N89' 15'0 5608 NORMANDY DR. COLLErVILLE, TX 76034 1 D219019572 i y D.R. TO, T. 1 A' ONCOR ELECTRIC LOT 6, BLK 3 DEUVrRY CO. ++ ESCO INDUSTRIAL PARK BMTWR PROPERTIES, LLC EASEMENT 1 I CAB 8, SLD 3606 428 HEMPHILL ST (OVERLAPPING W17H LINE FOR D20BJ88472 FORT WORTH, TX 76104 VARIABLE" SLOPE � NQ DIRP. R, T. C. T. D216197835 EASEMENT) CONTAINING CONTTAOL CON7R "�►fil' D.R. T. C. T. 2,667 SO FT: / %' O O61 RC. LOT 5, BLK 3 V,�RbWLE 20' FATHERING, NG, L LP ESCO INDUSTRIAL PARK ADDITION SLOPE EASEIE�FNT NO 27'09 4 EASEMENT CAB 8 SLIDE 2656 D209284977 P. R_T.C. T 266. 50'27'09 D.R. r.C.T. "E' SITE: 4841 FREEMAN DRIVE 266.7620' 49ARNEU I � ! rV THERfNG, LP EASEMENT D209284977 D.1. T.C. r VAR,4BLE �-- - _Lj ACCESS EASEMENT CAB Ui1LI Y E4,501ENT r — -` cAB e, SLD J606 P. P.R.T.C.r. LQT BLK 1 _ - 112 IRF- - ESCO INDUSTRIAL PARK CAR B, SLD 2686 D2034277IJ P.R.T.C.T; s tmuTY EASEAfENr VOL 388-214 PG 48 P.R.T.G,T. 0 60 120 GRAPHIC SCALE IN FEET S89'36'45 "W' 10.00' EM& PROPERTY BOUNDARY EX. EASEMENT 10' ONCOR ELECTRIC #" `— DELIVERY CO. EASEMENT CAPPED IRON ROD SET CIRS IRON ROD FOUND IRF DEED RECORDS TARRANT COUNTY TEXAS D.R.T.C.T. PLAT RECORDS I'ARRANT COUNTY T'E-1CAS PR.TC.T EXHIBIT A SHOWING A FORTWORTH PARCEL D� PROPERTY OF LOT 5, ,BLOCK 3 ESCO INDUSTRIAL PARK SITUATED IN THE SHELBY COUNTY SCHOOL LAND, BLOCK 56 C1� TARTr'ANT COUNTY, TEXAS AS RECORDED IN �/f F��� 200 TEXAS STREET INS% D216197835 FORT WORW, TX. 76102 DEED RECORDS OF 7AR Mr COUNTY TEXAS FREEMAN DRIVE VOL. 388-214, PG. 48 P. R. T C. r 2D X20' P.O.S.E. VOL 388-214, PG 48 P.R.TC.T. �I __ -► 20' BARNETT G47HEMNG, LP EASEilEAW D210035310 D T.C.T. S" - F . JAME_S E.DeOTT 0 4673 ., .. SUR�� ss ( e n 2k-1 out/ _y_VP1 No. zu 1 lu4zuu 1 VHAWN BY CBC _ I PAGE 4 OF JAMES D80T TE ENGINEERING, INC. . 2201 DOME LYNN PKWY_, SUITE 1119 TRPE FIRM Reg, No. 8917 • TBLS Firm Reg. No. 101 D 14-00 76120 - 81 EXHIBIT A LEGAL DESCRIPTION PROPOSED 40' ACCESS EASEMENT ENCROACHMENT Being a portion of Lot 2-R in Block 1 of Southeast Landfill Addition to the City of Fort Worth in Tarrant County, Texas and recorded in Cabinet A, Slide 12883 or the Plat Records of Tarrant County, Texas (P.R.T.C.T.), and being more particularly described as follows: BEGINNING at a 1/2" iron rod found for the northeast corner of said Lot 5 in Block 3 of ESCO Industrial Park as recorded in Cabinet B, Slide 2656 of the said Plat Records and for the northwest corner of Lot 6 in Block 3 of ESCO Industrial Park as said Lot 6 appears upon the plat recorded in Cabinet B, Slide 3606 of the said Plat Records and in the south line of Lot 2R in Block 1 of Southeast Landfill, also in the south edge of a 50' TESCO Easement recorded in Volume 1460, Page 337 of the Deed Records of Tarrant County Texas (D.R,T.C.T.), from which bears a 1/2" iron rod found for the southeast corner of said Lot 5 and for the southwest corner of Lot 6 in Block 3 of ESCO Industrial Park and in the north line of Freeman Drive as it appears upon the plat recorded in Volume 388- 214, Page 48 of the said Plat Records, S 00027'09" E. THENCE S 89"15'07" W, along the common line of said Lot 5 and the south line of Lot 2- R, Block 1 Southeast Landfill, and the south line of the aforementioned 50' TESCO Easement, a distance of 40.00 feet to a 5/8" iron rod set with plastic cap stamped "DEOTTE RPLS 4673". THENCE N 00027'09" W, departing the common line of Lot 5 and the south line of Lot 2- R, a distance of 50.00 feet to a point in the north line of said 50' TESCO Easement, and of the south edge of a 20' Barnett Gathering LP Easement recorded in D210056155 of the Deed Records of Tarrant County Texas. THENCE N 89015'07" E, along the common line of the 50' TESCO Easement and the 20' Barnett Gathering LP Easement, a distance of 40.00 feet to a point. THENCE S 00"27'09" E, departing the said common line of the 50' TESCO Easement and the 20' Barnett Gathering LP Easement, a distance of 50.00 feet to the POINT OF BEGINNING and containing 2,000 square feet or 0.046 acres more or less. PAGE 1 OF 4 NOTES: 1) All bearings and coordinates are in us survey feet surface using a scale factor of 1.000137001 and referenced to the Texas Coordinate System, Nad-83, The North Central Zone 4202. 2) Exhibit B of same date accompanies this legal description. ............................. JAMES E. DeOTTE ..�...... ...... a... �.A 4673�� °SUR\1 Date: 3/3I12020 James E. DeOtte Registered Professional Land Surveyor No. 4673 James DeOtte Engineering, Inc. TBPLS Firm No. 10101400 2201 Dottie Lynn Parkway, Suite 119 Fort Worth, Texas 76120 (817) 446 — 6877 PAGE 2OF4 �F_ n�.HAMSRA a naR Y7 7 nORSFY s F � � �� � VICINITY MAP z �) �AR HER z u nLANlll .F N.T.S. z na i f2 9� T z L] AR ANDY HILL PAGE 3 OF 4 F F �JZjG Y zrPAC Q� Mi1THFWS AR➢PNN w o > F_ r t.� I� Z Ll - CG u F HREST FIII L Y _ o W u Wf JD lEW L RCIu(,H Cl Woon I c� CREEK MnN hDAL_F T w u z CA -EY Q w P� z F Ly CENTURY L'. CAR lF GF u v '� of I J Q WIND � RnLnNnA _ gam- T r P RKW� ❑I] ��`�EY ARTHt1R CRIGLS &GR LINGrOry BOWI FS �~v F h'CCMnN PROJECT P MiS1 LE L:E �y LOCATION C Hil Y RUCK 0 LNru ' o VI �Wonv z � Y RFY DI IL�P z f - A SHAL, 9TH n LIMIT ra n > CJ STH X wJ] L] l STFVENS;l F u nr 4 4 ~ U Z U T '(/1 L Z � nVEREI � t a J 3 CY n_ NOTES: BEARINGS ARE REFERENCED TO TWO 112 INCH IRON RODS FOUND MARKED AS CONTROLLING MONUMENTS. ALL DISTANCE AND AREAS SHOWN ARE SURFACE LEGAL DESCRIP770N OF SAME DATE ACCOMPANIES THIS PLAT. LEGEND: PROPERTY BOUNDARY — — EX. EASEMENT — — — — — — -- PROP. 40' ACCESS EASEMENT ENCROACHMENT CAPPED IRON ROD SET CIRS IRON ROD FOUND IRF DEED RECORDS TARRANT COUNTY TEXAS D.R.T.C.T. PLAT RECORDS TARRANT COUNTY TEXAS P.R.T.C.T. a EXHIBIT B SHOWING A �� �i��piittp�lf►t/� �r y��y �µ y��� PARCEL OF PROPERTY OF Fp/ VRT iY Y VJ6UTH OUT or - LOT 2R, BLOCK 1 SOUTHEAST LANDFILL SITUATED IN THE SHELBY COUNTY SCHOOL LAND, BLOCK 56 ........................... TARRANT COUNTY, TEXAS City Of FOir Worth AS RECORDED IN JAMES E. DeOTTE aoao oaaa°a°aaa°°a°ao as 200 TEXAS STREET INST. D2O831O687 °o 4673 ;o P FORT WORTH, TX. 76102 DEED RECORDS OF TARRANT COUNTY TEXAS O fi PROJECT.• LAKE ARLINGTON LIFT STATION CITY PROJECT No. 100995 5 S PROPOSED 40' ACCESS EASEMENT ENCROACHMENT PARCEL No. 4 LAND ACQUISITION AREA: 2,000 SQ FT OR 0,046 AC 31 2020 Date: 31 JDEI JOB No. 201704200 DRAWN BY.- CBC PAGE J OF 4 JAMES DeOTTE ENGINEERING, INC. - 2201 DOTTIE LYNN PKWY., SUITE 119 FORT WORTH, TX. 76120 • 817-446-6877 PPE FIRM Reg. No. 8917 • TBL.S Firm Reg. No. 101014-00 BAEXHIBIEXHIBITB LT 2R, BLK 1 L GATHERING, LP EASEMENT SOUTHEAST LANDFILL D210056155 PROPOSED 40' PAGE 4 OF 4 CAB A, SLIDE 12883 D.R.T.C.T. ACCESS EASEMENT N—— _ _ — — — — ^ — ENCROACHMENT `15'0T E' '— — — — — D208JI0687 P.R.T.C.T.CONTAINING 2,00040.00'173TO NEAREST TOWERSO. FT. / 0.046 AC. — — I " — l - ON EAST SIDE 318' TO NEAREST TOWER ON WEST SIDE TESCO 50' EASEMENT VOL 1460. PG 337 D.R. T.C.T. NO'27'09V' 50.00' S89° 15'07"W 40.00 BMTWR PROPERTIES, LLC 428 HEMPHILL ST FORT WORTH, TX 76104 D216197835 D.R.T.C.T. LOT 5, BLK 3 ESCO INDUSTRIAL PARK ADDITION CAB B, SLIDE 2656 P. R. T. C. T. 0 60 120 GRAPHIC SCALE IN FEET SITE: 4841 FREEMAN DRIVE SO°27'09 E' LINE FOR DIRECTIONAL CONTROL ZZ L.EGFIND. PROPERTY BOUNDARY EX. EASEMENT F { SO 27'09 "E' 50.00' { 1 { { I � { { LOT 6, BLK 3 4 { ESCO INDUSTRIAL PARK { { CAB B, SLD 5606 { , D208388472 T C. T {` { { 20' BARNE7T GATHERING, LP EASEMENT { ` 0209284977 O.R.T.C.T. I { } { 20' BARNETT" GATHERING, LP EASEMENT ` D209284977 1 D.R. T.C. T { 7_1--- 10' UTILITY EASEMENT r CAB B, SLD 3606 A.R.T.C.T. (C. M.) — — — — 1 2 IRF- — PROP. 40' ACCESS — —. EASEMENT ENCROACHMENT Id.., CAPPED IRON ROD SET C1RS IRON ROD FOUND IRF DEED RECORDS TARRANT COUNTY TEXAS D. R. T. C. T. PLAT RECORDS TARRANT COUNTY TEXAS P. R. T. C. T. EXHIBIT B SHOWING A ���ry� WO D T PARCEL OF PROPERTY ii ■ OUT OF LOT 2R, BLOCK 1 SOUTHEAST LANDFILL SITUATED IN THE SHELBY COUNTY SCHOOL LAND, BLOCK 56 TARRANT COUNTY, TEXAS City Dim Fort Worth AS RECORDED IN 200 TEXAS STREET INST. D208310687 FORT WORTH, TX, 76702 DEED RECORDS OF TARRANT COUNTY TEXAS PROJECT. LAKE ARLINGTON LIFT STATION CITY PROJECT No. 100995 PROPn_SFn 40' ACCESS FASFMFNT fNrR0ACHMFNT PARCEL No. 4 FREEMAN ®RIME VOL, 388-214, PG. 48 P.R.T.C.T. r °°oo°°a°°°°°000°°°°°°0000 o°° JADES E. DeOTTE °°% aeo°°°°ao° °°°<o°°$°°° oA 4673 ado �?o LAND ACQUISITION AREA: 2,000 SQ FT OR 0.046 AC Date: 3 31 2020 JDEI JOB No. 201704200 DRAWN BY.- CBC PAGE 4 OF 4 JAMES DeOTTE ENGINEERING, INC. • 2201 DOTTIE LYNN PKWY., SUITE 119 FORT WORTH, TX. 76120 • 817-446-6877 TBPE FIRM Reg. No. 8917 • TBLS Firm Reg. No. 101014-00 EXHIBIT A LEGAL DESCRIPTION SLOPE EASEMENT ENCROACHMENT Being a portion of Lot 2-R in Block 1 of Southeast Landfill Addition to the City of Fort Worth in Tarrant County, Texas and recorded in Cabinet A, Slide 12883 or the Plat Records of Tarrant County, Texas (P.R.T.C.T.), and being more particularly described as follows: BEGINNING at a 1f2" iron rod found for the northeast corner of said Lot 5 in Block 3 of ESCO Industrial Park as recorded in Cabinet B, Slide 2656 of the said Plat Records and for the northwest corner of Lot 6 in Block 3 of ESCO Industrial Park as said Lot 6 appears upon the plat recorded in Cabinet B, Slide 3606 of the said Plat Records and in the south line of Lot 2R in Block 1 of Southeast Landfill, also in the south edge of a 50' TESCO Easement recorded in Volume 1460, Page 337 of the Deed Records of Tarrant County Texas (D.R.T.C.T.), from which bears a 112" iron rod found for the southeast corner of said Lot 5 and for the southwest corner of Lot 6 in Block 3 of ESCO Industrial Park and in the north line of Freeman Drive as it appears upon the plat recorded in Volume 388- 214, Page 48 of the said Plat Records, S 00°27'09" E, a distance of 266.76 feet. THENCE S 89015'07" W, along the common line of said Lot 5 and the south line of Lot 2- R, Block 1 Southeast Landfill, and the south line of the aforementioned 50' TESCO Easement, a distance of 24.00 feet to a 5/8" iron rod set with plastic cap stamped "DEOTTE RPLS 4673". THENCE N 00027'09" W, departing the common line of Lot 5 and the south line of Lot 2- R, a distance of 50.00 feet to a point in the north line of said 50' TESCO Easement, and of the south edge of a 20' Barnett Gathering LP Easement recorded in D210056155 of the Deed Records of Tarrant County Texas. THENCE N 89°15'07" E, along the common line of the 50' TESCO Easement and the 20' Barnett Gathering LP Easement, a distance of 24.00 feet to a point. THENCE S 00"27'09" E, departing the said common line of the 50' TESCO Easement and the 20' Barnett Gathering LP Easement, a distance of 50.00 feet to the POINT OF BEGINNING and containing 1,200 square feet or 0.028 acres more or less. PAGE 1 OF 4 NOTES: 1) All bearings and coordinates are in us survey feet surface using a scale factor of 1.000137001 and referenced to the Texas Coordinate System, Nad-83, The North Central Zone 4202. 2) Exhibit B of same date accompanies this legal description. we Date: JIJ 112020 James E. DeOtte Registered Professional Land Surveyor No. 4673 James DeOtte Engineering, Inc. TBPLS Firm No. 10101400 2201 Dottie Lynn Parkway, Suite 119 Fort Worth, Texas 76120 (817) 446 — 6877 PAGE 2OF4 e ALHAMBRn a DoszS Y7 - z. BORSFY E T � �"il�l� VICINITY MAP a AR .HCR Q ¢ ALANDA N.T.S. C v2 z r DA I ANDY HILL _PAGE 3 OF 4 T T c �L T LE I AR NA H YLWS Q YACI ARD r u m ff1R17ST HILL y IF4! t C7 o w WOi [1 7 1 ROU[zH F a CRCFK Q WI70D MAN RDN F Q w c_ z CA 'EY <`F CAR z IACF n v in q C, k CENTURY P T t q WIND L� q i �!/ Q J9 ROI.ANnA st q P RKW ❑D ��<<EY ARTHUR �GRiGGS BURS rN�roN BOWELS ?~v U rRE MAN PROJECT MISTI F oL CHIMNEY ROCK LOCATION -F F- CSCLI cy � n a- w LD �WiLOD q RIDGF- Y C R1 PIIB1- � z z `L � � . Y z FD Ly ~ SHAD 41H F7 w Y 6 J �iF41' F1 6 �1 n`- n t)Ti � W w u LON STEVENSON F 3: AVF-NLF > NOTES: BEARINGS ARE REFERENCED TO TWO 112 INCH IRON RODS FOUND MARKED AS CONTROLLING MONUMENTS, ALL DISTANCE AND AREAS SHOWN ARE SURFACE LEGAL DESCRIPTION OF SAME DATE ACCOMPANIES THIS PLAT. LEGEND: PROPERTY BOUNDARY — — EX. EASEMENT - - — — - SLOPE EASEMENT ENCROACHMENT CAPPED IRON ROD SET C1RS IRON ROD FOUND 1RF DEED RECORDS TARRANT COUNTY TEXAS D. R. T. C. T. PLAT RECORDS TARRANT COUNTY TEXAS P. R. T. C. T. O EXHIBIT D SHOWING A PARCEL OF PROPERTY Of ®�� ®�� OUT OF LOT 2R, BLOCK 1 SOUTHEAST LANDFILL �;a°°°°°°0p° T �? ` RF y SITUATED IN THE Cho° e SHELBY COUNTY SCHOOL LAND, BLOCK 56 ° a� oo°0000000e oeooeaaao°°°oaanaa TARRANT COUNTY, TEXAS City of Fort Worth AS RECORDED IN JAMES E. DeOTTE oa000aaaa°°ooaaaaoa0000aoo 00oo 200 TEXAS STREET INST. D208J10687 4673 �o FORT WORTH, TX, 76102 DEED RECORDS OF TARRANT COUNTY TEXAS ao°pp fi 0�°�° PROJECT: LAKE ARLINGTON LIFT STATION CITY PROJECT No. 100995 ��/�°°S �� SLOPE EASEMENT ENCROACHMENT PARCEL No. 4 LAND ACQUISITION AREA: 1,200 SQ FT OR 0,028 AC 3fe: 31 2020 Da1 JDEI JOB No. 201704200BY-DRAWN B• CBC PAGE 3 OF 4 JAMES DeOTTE ENGINEERING, INC. • 2201 D07TIF LYNN PKWY., SUITE 119 FORT WORTH, TX. 76120 • 817-446-6877 TBPE FIRM Reg. No. 8917 - TBLS Firm Reg. No. 101014-00 sA LP L GATHERING, EXHIBIT B LT 2R, BLK 1 D210056155 SLOPE EASEMENT PAGE 4 OF 4 sourHEAsr LANDFILL D.R.r.C.T. ENCROACHMENT CAB A, SLIDE 12383 - - - - - - - CONTAINING 1,200 - - ! T N89°15'07"E' - - - - - - -1 D208JI0637 SQ. FT 0.028 AC. 24.00' 1 P. R. T. C. T. 173' TO NEAREST TOWER _ --�------------------ - - - I _ `- ON EAST SIDE 334' TO NEAREST TOWER ON WEST SIDE TESCO 50' EASEMENT VARIABLE 1460. PG 337 D.R.T.C.T. ACCESS EASEMENT N0727 09 W _--` - - - - - - 50.00' s/a' S89` 15'07'W' 24.00' BMTWR PROPERTIES, LLC 428 HEMPHILL ST FORT WORTH, TX 16104 D216197835 D.R.T.C.T LOT 5, BLK 3 ESCO INDUSTRIAL PARK ADDITION CAB B, SLIDE 2656 P. R. T. C. T. 0 60 120 NO m GRAPHIC SCALE IN FEET SITE: 4847 FREEMAN DRIVE SO 27'09'E' 266.76' LINE FOR DIRECTIONAL CONTROL L G PROPERTY BOUNDARY EX. EASEMENT SO°27'09 "E' 50.00' P.o.e. � 1/2 IRF� - - (C. M--) i { { { y { { { LOT 6, BLK 3 { { ESCO INDUSTRIAL PARK } { CAB B, SLD 3606 { { D20BJ88472 P. R. T { ` t 20' BARNETT 1 GATHERING, LP EASEMENT { D209284977 { D.R.T.C.T. { { { { { 20' BARNETT GATHERING, LP { EASEMENT D209264977 D.R.T.C.T. { `-7-1--- to' UTILITY EASEMENT r CAB 8, SLD 3606 P. ✓2 T.C.T. 112 1RF- - - SLOPE EASEMENT i - - i - i ENCROACHMENT _ - - _ - - CAPPED IRON ROD SET CIRS IRON ROD FOUND IRF DEED RECORDS TARRANT COUNTY TEXAS D.R.T.C.T. PLAT RECORDS TARRANT COUNTY TEXAS P. R. T. C. T. EXHIBIT 8 SHOWING A v0 JI ■ ®O RT H PARCEL OF PROPERTY OUT OF LOT 2R, BLOCK 1 SOUTHEAST LANDFILL SITUATED IN THE SHELBY COUNTY SCHOOL LAND, BLOCK 56 City of FortWorthTARRANT COUNTY, TEXAS AS RECORDED IN zoo TEXAS STREET INST. D208J 10687 FORT WORTH, TX. 76102 DEED RECORDS OF TARRANT COUNTY TEXAS I PROJECT.- LAKE ARLINGTON LIFT STATION I CITY PROJECT No. 100995 j SLOPE EASEMENT ENCROACHMENT I PARCEL No. 4 FREEMAN DRIVE VOL. 388-214, PG. 48 P.R.T.C.T. ............................. JAMES E. DeOTTE �o 4673 �o s�o�°'O�- �a°°oo- S U R1 Ey LAND ACQUISITION AREA: 1,200 SO FT OR 0.028 AC v JDEI JOB No. 201704200 1 DRAWN BY- CBC PAGE 4 OF 4 Dote: 3/3112020 JAMES DeOTTE ENGINEERING, INC. • 2201 DOTTIE LYNN PKWY., SUITE 119 FORT WORTH, TX. 76120 • 817-446-6877 TBPE FIRM Reg. No. 8917 • TBLS Firm Reg. No. 101014-00 EXHIBIT A LEGAL DESCRIPTION ACCESS EASEMENT ENCROACHMENT Being a portion of Lot 2-R in Block 1 of Southeast Landfill Addition to the City of Fort Worth in Tarrant County, Texas and recorded in Cabinet A, Slide 12883 or the Plat Records of Tarrant County, Texas (P.R,T.C.T.), and being more particularly described as follows: COMMENCING at a 1/2" iron rod found for the northeast corner of said Lot 5 in Block 3 of ESCO Industrial Park as recorded in Cabinet B, Slide 2656 of the said Plat Records and for the northwest corner of Lot 6 in Block 3 of ESCO Industrial Park as said Lot 6 appears upon the plat recorded in Cabinet B, Slide 3606 of the said flat Records and in the south line of Lot 2R in Block 1 of Southeast Landfill, also in the south edge of a 50' TESCO Easement recorded in Volume 1460, Page 337 of the Deed Records of Tarrant County Texas (D.R.T.C.T.), from which bears a 1/2" iron rod found for the southeast corner of said Lot 5 and for the southwest corner of Lot 6 in Block 3 of ESCO Industrial Park and in the north line of Freeman Drive as it appears upon the plat recorded in Volume 388-214, Page 48 of the said Plat Records, S 00"27'09" E, a distance of 266.76 feet. THENCE S 89"15'07" W, along the common line of said Lot 5 and the south line of Lot 2- R, Block 1 Southeast Landfill, and the south line of the aforementioned 50' TESCO Easement, a distance of 24.00 feet to a 5/8" iron rod set with plastic cap stamped "DEOTTE RPLS 4673" said point also being the POINT OF BEGINNING. THENCE S 89"15'07" W, along the common line of said Lot 5 and the south line of Lot 2- R, Block 1 Southeast Landfill, and the south line of the aforementioned 50' TESCO Easement, a distance of 16.00 feet to a 5/8" iron rod set with plastic cap stamped "DEOTT E RPLS 4673" THENCE N 00027'09" W, departing the common line of Lot 5 and the south line of Lot 2- R, a distance of 50.00 feet to a point in the north line of said 50' TESCO Easement, and of the south edge of a 20' Barnett Gathering LP Easement recorded in D210056155 of the Deed Records of Tarrant County Texas. THENCE N 89"15'07" E, along the common line of the 50' TESCO Easement and the 20' Barnett Gathering LP Easement, a distance of 16.00 feet to a point. THENCE S 00027'09" E, departing the said common line of the 50' TESCO Easement and the 20' Barnett Gathering LP Easement, a distance of 50.00 feet to the POINT OF BEGINNING and containing 800 square feet or 0.018 acres more or less. PAGE 1 OF 4 NOTES: 1) All bearings and coordinates are in us survey feet surface using a scale factor of 1.000137001 and referenced to the Texas Coordinate System, Nad-83, The North Central Zone 4202. 2) Exhibit B of same date accompanies this legal description. we Date: 3/3 1/2020 James E. DeOtte Registered Professional Land Surveyor No. 4673 James DeOtte Engineering, Inc. TBPLS Firm No. 10101400 2201 Dottie Lynn Parkway, Suite 119 Fort Worth, Texas 76120 (817) 446 — 6877 PAGE 2 OF 4 v ALHAMBRA R DHRSEYz �DORSEY I a' ���I�I� VICINITY MAP Q �JE AR HER ¢ ¢ ALANDA _L i\ N.T.S. Y 0. t 9 w- o IIA I Q ANDY HILT z 3 OF 4 3 7 LEH All, uPAGE A �� MAFHEWS aPAC ARll > L., v IN Ly U H REST HILL_ ri WL10D IEW Q -1 I R[IUGH � WGF1D C RLLI< MAN RDALE CA7EY _, J z t CAR � n ~ CENTURY �zw i7 a WIN z ? U 2 REILANDA & a P RK1J lD — �q1 ARTHl1R GRIGGS $ORTI BEY � DWI ES �~v 7 F RCCf1AN PROJECT NGr4N �P MIS LLL HE CHIMNEY RF1CK LOCATION ' Q z _ ODU > > [Z s �w01311 RTDL,LLj- v Y REP BLTE, z y 3 SflA1J KITH F� � Y .•7IT Q SIH � � �� � I SICVENSLIN ¢ , Q z U > � Cy T cy AVLREI U 4 _I F J n a_ NOTES. BEARINGS ARE REFERENCED TO TWO 112 INCH IRON RODS FOUND MARKED AS CONTROLLING MONUMENTS. ALL DISTANCE AND AREAS SHOWN ARE SURFACE. LEGAL DESCRIPTION OF SAME DATE ACCOMPANIES THIS PLAT. LEGEND, PROPERTY BOUNDARY — — EX. EASEMENT ACCESS EASEMENT ENCROACHMENT CAPPED IRON ROD SET CIRS IRON ROD FOUND IRF DEED RECORDS TARRANT COUNTY TEXAS D. R. T. C. T. PLAT RECORDS TARRANT COUNTY TEXAS P. R. T. C. T. 0 0 F EXHIBIT 8 SNOWING A PARCEL OF PROPERTY ®RT+ ®��� our OF LOT 2R, BLOCK 1 SOUTHEAST LANDFILL E °°°° SI7-UATED IN THE SHELBY COUNTY SCHOOL LAND, BLOCK 56 e006°°°°°o°°°o°°°°ao°°a°°°°°°° City of t�01 Worth TARRANT COUNTY, TEXAS AS RECORDED 1N ° JAMES E. DeOTTE 4Y°°°OOOOOOOOOeO°°°"°°o°" 200 TEXAS STREET INST D208310687 '° 0 4673 vo FORT WORTH, TX. 76102 DEED RECORDS OF TARRANT COUNTY TEXAS <1 .0 p 0C��^° � s s \ °°°yo 9�0°°5 U Ro.`� � Date: 313112020 PROJECT. LAKE ARLINGTON LIFT STATION CITY PROJECT No. 100995 ACCESS EASEMENT ENCROACHMENT PARCEL No. 4 LAND ACQUISITION AREA: 800 SQ FT OR 0.018 AC JDEI JOB No. 201704200 1 DRAWN BY: CBC PAGE 3 OF 4 JAMES DeOTTE ENGINEERING, INC. • 2201 DOTTIE LYNN PKWY., SUITE 119 FORT WORTH, TX. 76120 • 817-446-6877 TBPE FIRM Reg. No. 8917 • TBLS Firm Reg. No. 101014-00 20' BARNETT GATHERING, LP EASEMENT D210056155 ACCESS EASEMENT D.R.T.C.T. ENCROACHMENT -- — — — — — — — — CONTAINING 800 SO. -- -------FT / 0.018 AC._ EXHIBIT B PAGE 4 OF 4 N89°1507"E'--- 16.00' 318' TO NEAREST TOWER ON WEST SIDE TESCO 50' EASEMENT ND 27'09 "W' _' VOL 1460. PG J37 , 0.R.T.C.T. 50.00 518" S89°15 07"W' 16.00' S89' 15'0; 24 BMTWR PROPERTIES, LLC 428 HEMPHILL ST FORT WORTH, TX 76104 D215197835 D. R. T C. T. LOT 5, BLK 3 ESCO INDUSTRIAL PARK ADDITION CAB B, SLIDE 2656 P.R. T C. T 0 60 120 GRAPHIC SCALE IN FEET SITE 4841 FREEMAN DRIVE S0727'09 "E' 266.76' LINE FOR DIRECTIONAL CONTROL PROPERTY BOUNDARY EX. EASEMENT L r 2R, BLK 1 SOUTHEAST LANDFILL CAB A, SLIDE 1288J — — —} D208310687 P.R.T. C.T. — —191 TO NEAREST TOWER -- -- — ON EAST SIDE (C. M.) ACCESS EASEMENT M-"—' ENCROACHMENT CAPPED IRON ROD SET CIRS IRON ROD FOUND IRF DEED RECORDS TARRANT COUNTY TEXAS D. R. T. C. T. PLAT RECORDS TARRANT COUNTY TEXAS P. R. T. C. T. EXHIBIT B SHOWING A V I-IIR + ®D H PARCEL OF PROPERTY our OF LOT 2R, BLOCK 1 SOUTHEAST LANDFILL SITUATED IN THE SHELBY COUNTY SCHOOL LAND, BLOCK 56 Fort Worth TARRANT COUNTY, TEXAS City of AS REcoRaED IN 200 TEXAS STREET INST. D208310687 FORT WORTH, TX. 76102 DEED RECORDS OF TARRANT COUNTY TEXAS PROJECT. LAKE ARLINGTON LIFT STATION I CITY PROJECT No. 100995 ACCESS EASEMENT ENCROACHMENT PARCEL No. 4 LAND ACQUISITION AREA: 800 SO FT OR 0.018 AC JOEI JOB No. 201704200 DRAWN BY- CRC PAGE 4 OF 4 JAMES DeOTTE ENGINEERING, INC. • 2201 DOTTIE LYNN PKWY., SUITE 119 FORT WORTH, TBPE FIRM Reg. No. 8917 • TBLS Firm Reg. No. 101014--00 S0727'09'E' 50.00' >F�-- 1 I y LOT 6, BLK 3 FSCO INDUSTRIAL PARK CAB B, SLD .3606 D208J88472 P. R. T C. T 2G' BARNETI" GATHERING, LP y � EAs�'MeNr 0209264977 y D.R.rc.r. 1 1 1 1 20' BARNETT GATHERING, LP ` EASEMENT S D209284977 D.R.T.C.T. '--T�--- L—,--1 I 10' UTILITY EASEMENT F- CAB B, SLD 3606 f P. R. T. C. T. T —_ IRF- -- FREEMAN DRIVE VOL 388-214, PG. 48 P. R. T. C. T we o a� oao ..................<o JAMES E. DeOTTE oa�,0000a0000<000ao<eaoaoo d o" °aq 4673 Poo ��-y�y�n�F✓o5 5�0;'�OQ Date: J13112020 EXHIBIT A LEGAL DESCRIPTION PROPOSED 15' WATER LINE, EASEMENT ENCROACHMENT Being a portion of Lot 2-R in Block 1 of Southeast Landfill Addition to the City of Fort Worth in Tarrant County, Texas and recorded in Cabinet A, Slide 12883 or the Plat Records of Tarrant County, Texas (P.R.T.C.T.), and being more particularly described as follows: COMMENCING at a 1/2" iron rod found for the northeast corner of said Lot 5 in Block 3 of ESCO Industrial Park as recorded in Cabinet B, Slide 2656 of the said Plat Records and for the northwest corner of Lot 6 in Block 3 of ESCO Industrial Park as said Lot 6 appears upon the plat recorded in Cabinet B, Slide 3606 of the said Plat Records and in the south line of Lot 2R in Block 1 of Southeast Landfill, also in the south edge of a 50' TESCO Easement recorded in Volume 1460, Page 337 of the Deed Records of Tarrant County Texas (D.R.T.C.T.), from which bears a 1/2" iron rod found for the southeast corner of said Lot 5 and for the southwest corner of Lot 6 in Block 3 of ESCO Industrial Park and in the north line of Freeman Drive as it appears upon the plat recorded in Volume 388-214, Page 48 of the said Plat Records, S 00027'09" E. THENCE S 89015'07" W, along the common line of Lot 5 and Lot 2R and the south edge of the 50' TESCO Easement, a distance of 10.00 feet to a 5/8" iron rod set with plastic cap stamped "DEOTTE RPI_S 4673", said point also being the POINT OF BEGINNING THENCE S 89015'07" W, along the common line of said Lot 5 and the south line of Lot 2- R, Block 1 Southeast Landfill, and the south line of the aforementioned 50' TESCO Easement, a distance of 15.00 feet to a 5/8" iron rod set with plastic cap stamped "DEOTTE RPLS 4673". THENCE N 00"27'09" W, departing the common line of Lot 5 and the south line of Lot 2- R, a distance of 50.00 feet to a point in the north line of said 50' TESCO Easement and the south edge of a 20' Barnett Gathering LP Easement recorded in D210066155 of the Deed Records of Tarrant County Texas. THENCE N 89"15'07" E, along the common line of the 50' TESCO Easement and the 20' Barnett Gathering LP Easement, a distance of 15.00 feet to a point. THENCE S 00"27'09" E, departing the common line of the 50' TESCO Easement and the 20' Barnett Gathering LP Easement, a distance of 50.00 feet to the POINT OF BEGINNING and containing 750 square feet or 0.017 acres more or less. PAGE 1 OF 4 NOTES: 1) All bearings and coordinates are in us survey feet surface using a scale factor of 1.000137001 and referenced to the Texas Coordinate System, Nad-83, The North Central Zone 4202. 2) Exhibit B of same date accompanies this legal description. a aaeo°e°aaaeeeeaeeeee eee°e°°ea JAMES E. DeOTfE �e A 4673e Date: 3/3112020 James E. DeOtte Registered Professional Land Surveyor No. 4673 James ❑eOtte Engineering, Inc. TBPLS Firm No. 10101400 2201 Dottie Lynn Parkway, Suite 119 Fort Worth, Texas 76120 (817) 446 — 6877 PAGE 2OF4 RS;FY AR ALH HLR M�RA D�sLv� 3 A�ANBA_L EXHIBIT VICINITY MAP i 7 - N.T.S. r w T z Dn s ry r1NDY Hlu- z RAGE 3 OF 4 9 0 I FR Aft QuF Nr i 41�G� ! s MAI HEWS ¢ PAC ARD PN m n > r F r u N K U F REST H[Li Y w - ui WUO➢ IEW L I k[]UGH L J Wnoll rRLtk< VAN RIIALC ? CA LY Q w J Z CENTURY r CAR TALC v i I W[ND <Uj z 1q — ¢ R[R ANDA BLL;<_ " P RKW [Ill `\ ~ � - ARTHUR �� GRSGGS ��(.�Er � BCIWLES 8U Li ,v r E _MAN PROJECT a�lNGroN MiSTI r CH[MNEY RncK L C.ATfON J ` s � k - --SC❑ w u s - J L - REP J3L7C�P t Y+ U > 4 1 H 6 Q � Y �_zwli o ']TH w �� w k u UN S i EV LNSLIN z - � z u n_ U s of v W AV�FL� U L n NOTES: BEARINGS ARE REFERENCED TO TWO 112 INCH IRON RODS FOUND MARKED AS CONTROLLING MONUMENTS. ALL DISTANCE AND AREAS SHOWN ARE SURFACE, LEGAL DESCRIPTION OF SAME DATE ACCOMPANIES THIS PLAT. LEGEND: PROPERTY BOUNDARY — — EX. EASEMENT — — — — — — — PROP. 15' WATER LINE'—'�'�'� EASEMENT ENCROACHMENT CAPPED IRON ROD SET CIRS IRON ROD FOUND IRF DEED RECORDS TARRANT COUNTY TEXAS D. R. T. C. T. PLAT RECORDS TARRANT COUNTY TEXAS P. R. T. C. T. o �+ EXHIBIT 8 SNOWING A ®��+ ®� ll PARCEL OF PROPERTY Of ll our of°° LOT 2R, BLOCK 1 SOUTHEAST LANDFILL A, Ql SITUATED IN THE Ul; Q % SHELBY COUNTY SCHOOL LAND, BLOCK 56 ......................... ;�° CI �j/ O� i�Or WOI"�'i TARRANT COUNTY, TEXAS JAMES E. DeOTTE AS RECORDED IN °o°°°°°°°°o°°°°°°°°°°°°°°°o°a°° 200 TEXAS STREET INST. D208310687 oA 4673 �o FORT WORTH, TX. 76IO2 DEED RECORDS OF TARRANT COUNTY TEXASO�Po� 1 PROJECT.- LAKE ARLINGTON LIFT STATION CITY PROJECT No. 100995 S U R� PROPOSED 15' WATER LINE EASEMENT ENCROACHMENT PARCEL No. 5 LAND ACQUISITION AREA: 750 SQ FT OR 0.017 AC Date: 31 2020 JDEI JOB No. 201704200 DRAWN BY.- CBC PAGE 3 OF 4 / JAMES DeOTTE ENGINEERING, INC. • 2201 DOTTIE LYNN PKWY., SUITE 119 FORT WORTH, TX. 76120 • 817-446-6877 TBPE FIRM Reg. No. 8917, TBLS Firm Reg. No. 101014-00 20' BARNETT PROPOSED 15' WATER �����1� GATHERING, LP EASEMENT LINE EASEMENT D210056155 ENCROACHMENT PAGE 4 OF 4 O.R.T.c.T. (OVERLAPPING WITH VARIABLE LT 2R, BLK I SLOPE EASEMENT SOUTHEAST LANDFILL — — — — — — ACCESS EASEMENT) r — J N89" 15'07 E' — — — CONTAINING 750 SQ. 15.00, — - — — — FT 0.017 AC. - — — --- — --- _._ — � S 333' TO NEAREST TOWER ON WEST SIDE rEsca so' EASEMENT N0°27'09'W' VOL 1460, PG J37 50.00' D. R. rc. r. VARIABLE _ — 5L8" ACCESS EASEMENT 51 crTrs S89'15 07"W' 15.00, S89' 15'07'W' 10.00' BMTWR PROPERTIES, LLC 428 HEMPHILL ST FORT WORTH, TX 76104 02761978,55 D. R. T• C. T. LOT 5, BLK 3 ESCO INDUSTRIAL PARK ADDITION CAB B, SLIDE 2656 P. R. T C. T. 0 60 120 GRAPHIC SCALE IN FEET SITE: 4841 FREEMAN DRIVE SO°27'09'E' LINE FOR DIRECTIONAL CONTROL CAB A, SLIDE 12883 — —� D208-510687 P. R. T C. T 183' TO NEAREST TOWER — — ON EAST SIDE rSO 27'09'E' 50 00, { { { { , LOT 6, BLK 3 ` { ESCO INDUSTRIAL PARK { { CAB 8, SLD 3606 } } 0208388472 P. R. T C. T { } 20' BARNETT GATHERING, LP { EASEMENT 1 D209284977 D.R.T.C.T { { { { { 20' BARNETT GATHERING, LP { EASEMENT { D209284977 D.R.T.C.T. 10' UTILITY EASEMENT r CAB B, SLD 3606 I? R.T.C.T. 1 /2. IRF- E.GE PROPERTY BOUNDARY — — EX. EASEMENT — — -- — — — — PROP. 15' WATER LINE EASEMENT ENCROACHMENT CAPPED IRON ROD SET CIRS IRON ROD FOUND IRF DEED RECORDS TARRANT COUNTY TEXAS D. R. T. C. T. PLAT RECORDS TARRANT COUNTY TEXAS P. R. T. C. T. �+ j��®RT H EXHIBIT B SNOWING A PARCEL FOR ll V �' OF PROPERTY OUT OF LOT 2R, BLOCK 1 SOUTHEAST LANDFILL SITUATED IN THE SHELBY COUNTY SCHOOL LAND, BLOCK 56 TARRANT COUNTY, TEXAS City of Fort Worth AS RECORDED !N 200 TEXAS STREET INST. D20BJ 10687 FORT WORTH, TX. 76102 DEED RECORDS OF TARRANT COUNTY TEXAS PROJECT- LAKE ARLINGTON LIFT STATION CITY PROJECT No. 100995 PROPOS>=I7 15' WATER IINF EASEMENT ENCROACHMENT I PARCEL No. 5 FREEMAN ®RIVE VOL, 388--214, PC, 48 P. R. T. C. T. °°°°°°°°°°°°°°°°°°°°°°°°° °°JAMES E. DeOTTE °°%p°°°°°° °°°°°°°°°°°°° °°o A 4673 �q � "PE S S o °°e'd7dj LAND ACQUISITION AREA: 750 SQ FT OR 0.017 AC Date: 31,5112020 JDEI JOB No. 201704200 DRAWN BY.- CBC PAGE 4 OF 4 JAMES DeOTTE ENGINEERING, INC. • 2201 DOTTIE LYNN PKWY SUITE 119 FORT WORTH, TX. 76120 . 817-446-6877 TBPE FIRM Reg. No. 8917 • TBLS Firm Reg. No. 101014-00 EXHIBIT A LEGAL DESCRIPTION 10' ONCOR ELECTRIC DELIVERY CO. EASEMENT ENCROACHMENT Being a portion of Lot 2-R in Block 1 of Southeast Landfill Addition to the City of Fort Worth in Tarrant County, Texas and recorded in Cabinet A, Slide 12883 or the Plat Records of Tarrant County, Texas (P.R.T.C.T.), and being more particularly described as follows: COMMENCING at a 112" iron rod found for the northeast corner of said Lot 5 in Block 3 of ESCO Industrial Park as recorded in Cabinet B, Slide 2656 of the said Plat Records and for the northwest corner of Lot 6 in Block 3 of ESCO Industrial Park as said Lot 6 appears upon the plat recorded in Cabinet B, Slide 3606 of the said Plat Records and in the south line of Lot 2R in Block 1 of Southeast Landfill, also in the south edge of a 50' TESCO Easement recorded in Volume 1460, Page 337 of the Deed Records of Tarrant County Texas (D.R.T.C.T.), from which bears a 112" iron rod found for the southeast corner of said Lot 5 and for the southwest corner of Lot 6 in Block 3 of ESCO Industrial Park and in the north line of Freeman Drive as it appears upon the plat recorded in Volume 388-214, Page 48 of the said Plat Records, S 00027'09" E. THENCE N 00°27'09" W, departing the common line of Lot 5 and the south line of Lot 2- R and the south edge of the 50' TESCO Easement, a distance of 50.00 feet to a point in the north line of said 50' TESCO Easement and the south edge of a 20' Barnett Gathering LP Easement recorded in D210056155 of the Deed Records of Tarrant County Texas, said point also being the POINT OF BEGINNING. THENCE S 89015'07" W, along the common line of the 50' TESCO Easement and the 20' Barnett Gathering LP Easement, a distance of 10.00 feet to a point. THENCE N 00027'09" W, departing the common line of the 50' TESCO Easement and the 20' Barnett Gathering LP Easement, a distance of 20.00 feet to a point in the north line of said 20' Barnett Gathering LP Easement. THENCE N 89015'07" E, along the said north line of the 20' Barnett Gathering LP Easement, a distance of 10.00 feet to a point in the north line of the 20' Barnett Gathering LP Easement. THENCE S 00"27'09" E, departing the said north line of the 20' Barnett Gathering LP Easement, a distance of 20.00 feet to the POINT OF BEGINNING and containing 200 square feet or 0.005 acres more or less. PAGE 1 OF 4 NOTES: 1) All bearings and coordinates are in us survey feet surface using a scale factor of 1.000137001 and referenced to the Texas Coordinate System, Nad-83, The North Central Zone 4202. 2) Exhibit B of same date accompanies this legal description. O p0o9� °p a` P°°"�1S7eR '� C ............................. JAMES E. DeOTTE 000°°°°°°°°°°°°°°°oo°°°°° V.. 4673 P ��� Date: J11912020 James E. DeOtte Registered Professional Land Surveyor No. 4673 James DeOtte Engineering, Inc. TBPLS Firm No. 10101400 2201 Dottie Lynn Parkway, Suite 119 Fort worth, Texas 76120 (817) 446 — 6877 PACE 2 OF 4 Q ALhIAMBRA DFRS Y/ DGRSEY CVLJII� A EXHIBIT A VICINITY MAP Y 00� t, AR 11CR L ALANDA _E N.T.S. a y Of o nA T _ = ANllY I IILL L L© IAP PAGE 3 CIF 4 /J s z GA1 Q Q -p MATHF_WS PAC ARD PAN TI m u > K — U F[ 'E , I BILL Y V IL A wnuD I - Q Rr�uLH a CREEK w❑Inn �i MAN RDAL z z z CA CY a iw CAf2 L IAGL o_ w C- TU`?Y v v Q s_ WIN] LE A lq z RUI.AN ]A BLC IT P 1RKW ❑T] ARTHUR GRLGGS &U Y RCINCr4N r BUWLCS cZ�v Ly U F ?CCMAN PROJECT F MISTL.L UC O CIIIMNLY 12UCK LOCATION 0�� a K z 0 J — LSCD ��� �WISO Y R Pl RIDGE11 B L I C7- T�aL Q Y rr �.� kFl;,ll, 4IH ca y J IM[T rr Ll n �Tli �� � LpN STEV -NSEIN '= z rJ n_ ly- L a k- vl iJ r = � ) = ro m AVFULI v L � � J LL NOTES. BEARINGS ARE REFERENCED TO TWO 112 INCH IRON RODS FOUND MARKED AS CONTROLLING MONUMENTS. ALL DISTANCE AND ARE4S SHOWN ARE SURFACE LEGAL DESCRIPTION OF SAME DATE ACCOMPANIES THIS PLAT. LEGEND: PROPERTY BOUNDARY — — EX. EASEMENT 10' ONCOR ELECTRIC DELIVERY CO ESMT. ENCR. 16 — _ — _ _ — — CAPPED IRON ROD SET CIRS IRON ROD FOUND IRF DEED RECORDS TARRANT COUNTY TEXAS D. R. T C. T PLAT RECORDS TARRANT COUNTY TEXAS P. R. T C. T. o EXHIBIT A SNOWING A PARCEL OF PROPERTY 0 f7 ��� ORTH CUT OF LOT 2R, BLOCK 1 SOUTHEAST LANDFILL c ! \ `°oaooaoo° T RF F y SITUATED IN THE fiJ a F` e Jy SHELBY COUNTY SCHOOL LAND, BLOCK 56 ° o °o°°°°o°°°°°°o°aa00000°°°eoo Q�/? TARRANT COUNTY, TEXAS City Of Fort AS RECORDED IN JAMES E. DeOTTE o°°°9aoaoaaoa°°°oaaa°°°°o°a°°o 200 TEXAS STREET INST. D20BJ 10687 o A 4673 �o FORT WORTH, TX. 76702 DEED RECORDS OF TARRANT COUNTY TEXASPpP OAP°� PROJECT.- LAKE ARLINGTON LIFT STATION CITY PROJECT No. 100995 qN0°°SIfRq� 10' ONCOR ELECTRIC DELIVERY CO ESMT. ENCR. PARCEL No. 8 LAND ACQUISITION AREA: 200 SO FT OR 0.005 AC Date: 511912020 JDEI JOB No. 201704200 DRAWN BY.- CBC PAGE 3 OF 4 DAMES DeOTTE ENGINEERING, INC. • 2201 DOTTIE LYNN PKWY, SUITE 119 FORT WORTH, TX. 76120 • 817-446-6877 TBPE FIRM Reg. No. 8917 • TBLS Firm Reg. No. 101014-00 20' BARNETT GATHERING, LP EASEMENT D210056155 D.R.T.C.T TESCO 50' EASEMENT VOL 1460. PG 337 D. R. T. C. T. — 10' ONCOR ELECTRIC DELIVERY CO ESMT. ENCROACHMENT (OVERLAPPING WITH SLOPE EASEMENT) CONTAINING 200 SO. FT. / 0,005 AC. EXHIBIT A PAGE 4 OF 4 NO 27'09V 20,00' VARIABLE ACCESS EASEMENT VARIABLE SLOPE EASEMENT S89' 15'07V 10.00' BMTWR PROPERTIES, LLC 428 HEMPHILL ST FORT WORTH, TX 16104 D216797835 D. R. T. C. T. LOT 5, BLK 3 ESCO INDUSTRIAL PARK ADDITION CAB 8, SLIDE 2656 P.R.T. C. T. 0 60 120 GRAPHIC SCALE IN FEET .SITE- 4841 FREEMAN DRIVE S0'27'09 E' LINE FOR - DIRECTIONAL CONTROL PROPERTY BOUNDARY EX. EASEMENT N89' 15'07 E' r 10.00' tSO'2.7 09 k- 20. 00' FORT WORTH CITY OF 200 TEXAS ST , FORT WORTH, TX 76102 D206108137 0. R. T.C. T. LT 2R, BLK I SOUTHEAST LANDFILL d 1 } CAB A, SLIDE 1288.3 to 0208,310637 P.R.TC.T. I1/2— (C. M.) I I 1 I y y LOT 6, BLK 3 ESCO INDUSTRIAL PARK CAB B, SLD 3606 D20BJ88472 P.R.T.C.T I 20' SARNFIT 11 GATHERING, LP EASEMENT D209284977 ` D.R.T.C.T. 1 ` i 1 { 20' SARNW 1 GAiHL"R1NG, LP ` EASEMENr D209284977 D.R.T.C. r 1 7-1— 10UTILITY EASEMENT r CAB B, SLD 3606 P.R. rc. r. -(C.M.)- — — — — 1 4-- =— IRF- 10' ONCOR ELECTRIC DELIVERY CO ESMT. ENCR. CAPPED IRON ROD SET CIRS IRON ROD FOUND IRF DEED RECORDS TARRANT COUNTY TEXAS D. R. T C. T. PLAT RECORDS TARRANT COUNTY TEXAS P. R. T C. T. �" �gT EXHIBIT A SHOWING A 14 !�'®�� ��`®��I PARCEL OF PROPERTY OUT OF LOT 2R, BLOCK 1 SOUTHEAST LANDFILL SITUATED IN THE SHELBY COUNTY SCHOOL LAND, BLOCK 56 City t�/ of Fort I �OI"�'�'1 TARRANT COUNTY, TEXAS AS RECORDED IN 200 TEXAS STREET INST. D208310687 FORT WOR1H, TX. 76102 DEED RECORDS OF TARRANT COUNTY TEXAS PROJECT • LAKE ARLINGTON LIFT STATION I CITY PROJECT No. 100995 � 1n' nN(:OR FI F(;TRl I)FIIVFRY (:O ESMT FNC;R_ I PARCEL No. 8 FREEMAN DRIVE VOL, 388--214, PG. 48 P. R. T. C. T. � ee0 F ee T� o aeoea aaa ee0000a oaa0000aoo°oao JAMES E. DeOTTE aeeao eeceeeoeeoeaeceeeeeeeo e Vo 4673 P o °; fis s�o?�0R- �D eSUR`I� LAND ACQUISITION AREA: 200 SO FT OR 0.005 AC v JDEI JOB No. 201704200 1 DRAWN BY. CSC JFAGE 4 OF 4 Date: 311912020 JAMES DeOTTE ENGINEERING, INC. • 2201 DOTTIE LYNN PKWY., SUITE 119 FORT WORTH, TX. 76120 • 817-446-6877 TBPE FIRM Reg. No. 8917 • TBLS Firm Reg. No. 101014-00 EXHIBIT A LEGAL DESCRIPTION SLOPE EASEMENT ENCROACHMENT Being a portion of Lot 2-R in Block 1 of Southeast Landfill Addition to the City of Fort Worth in Tarrant County, Texas and recorded in Cabinet A, Slide 12883 or the Plat Records of Tarrant County, Texas (P.R.T.C.T.), and being more particularly described as follows: COMMENCING at a 112" iron rod found for the northeast corner of said Lot 5 in Block 3 of ESCO Industrial Park as recorded in Cabinet B, Slide 2656 of the said Plat Records and for the northwest corner of Lot 6 in Block 3 of ESCO Industrial Park as said Lot 6 appears upon the plat recorded in Cabinet B, Slide 3606 of the said Plat Records and in the south line of Lot 2R in Block 1 of Southeast Landfill, also in the south edge of a 50' TESCO Easement recorded in Volume 1460, Page 337 of the Deed Records of Tarrant County Texas (D.R.T.C.T.), from which bears a 112" iron rod found for the southeast corner of said Lot 5 and for the southwest corner of Lot 6 in Block 3 of ESCO Industrial Park and in the north line of Freeman Drive as it appears upon the plat recorded in Volume 388-214, Page 48 of the said Plat Records, S 00027'09" E, a distance of 266.76 feet. THENCE N 00027'09" W, departing the common line of Lot 5 and Lot 2R and the south edge of the 50' TESCO Easement, a distance of 50.00 feet to a point in the north edge of the 50' TESCO Easement and the south edge of a 20' Barnett Gathering LP Easement recorded in D210056155 of the Deed Records of Tarrant County Texas, said point also being the POINT OF BEGINNING THENCE S 89015'07" W, along the common line of the 50' TESCO Easement and the 20' Barnett Gathering LP Easement, a distance of 24.00 feet to a point. THENCE N 00027'09" W, departing the common line of the 50' TESCO Easement and the 20' Barnett Gathering LP Easement, a distance of 20.00 feet to a point in the north line of said 20' Barnett Gathering LP Easement. THENCE N 89"15'07" E, along the said north line of the 20' Barnett Gathering LP Easement, a distance of 24.00 feet to a point in the north line of the 20' Barnett Gathering LP Easement, THENCE S 00027'09" E, departing the said north line of the 20' Barnett Gathering LP Easement, a distance of 20.00 feet to the POINT OF BEGINNING and containing 480 square feet or 0.011 acres more or less. PAGE 1 OF 4 DOTES: 1) All bearings and coordinates are in us survey feet surface using a scale factor of 1.000137001 and referenced to the Texas Coordinate System, Nad-83, The North Central Zone 4202. 2) Exhibit B of same date accompanies this legal description. Date: JIJ 112020 James E. DeOtte Registered Professional Land Surveyor No. 4673 James DeOtte Engineering, Inc. TBPLS Firm No. 10101400 2201 Dottie Lynn Parkway, Suite 119 Fort Worth, Texas 76120 (817) 446 — 6877 PAGE 2 OF 4 �_ ALHAMBRA 3 DQPS .YL . Df7RS1=Y EXHIBIT i1 VICINITY MAP USE �� AR kiFR z s 3 ALANDA .E ® N. T.S. r vi s d 7 nA, f ANTY I TILL Z PAGE 3 OF 4 3 z LC❑ �PN� � MAF THWS ¢ PAC APT] U a F + a u > F_ ri n u F CS I HILL y IUW canon 1 Q RUUCI I w CRFLK a WUUn MAN REALF z L) z CA FY n J a CCNfURY CAR2IAGH i n a� Z Q WIND q z w V 1 C] BL-S `E P,-RKW ❑T T v ARTHUR Ly RCINcrbN BOWLES T PROJECT F2LLMA d MISTLE IJF CHIMNEY RUCK LOCATION i � 0 FSC❑ OOP � � t, Lj � wunD �� RnIf�L� 3 Lf) v RLPl BLIC�P z J 3 �a Y _M[T ry L LFN STLVFNSFIN Fl > rY ¢ R y - Z U ro AVERF-t �' a � ------------ I > NOTES_ BEARINGS ARE REFERENCED TO TWO 112 INCH IRON RODS FOUND MARKED AS CONTROLLING MONUMENTS. ALL DISTANCE AND AREAS SHOWN ARE SURFACE. LEGAL DESCRIPTION OF SAME DATE ACCOMPANIES THIS PLAT. LEGEND PROPERTY BOUNDARY — — EX. EASEMENT — — — — — - - - SLOPE EASEMENT ENCROACHMENT CAPPED IRON ROD SET C1RS IRON ROD FOUND IRF DEED RECORDS TARRANT COUNTY TEXAS D. R. T. C. T. PLAT RECORDS TARRANT COUNTY TEXAS P. R. T. C. T. o EXHIBIT B SHOWING A �p PARCEL OF PROPERTY o F RT®T t! our aF°T� LOT 2R, BLOCK 1 SOUTHEAST LANDFILL �?°� �' RFo° y° SITUATED IN THE Cij o' SHELBY COUNTY SCHOOL LAND BLOCK 56 °°°o°°°°°°°°°°°o°°°°°°°o° o°° TARRANT COUNTY, TEXAS City Of Fort Worth AS RECORDED IN aoJAMESE. DeOTTE ° 200 TEXAS STREET INST. D208310687 0.0 4673 a FORT WORTH, TX. 76102 DEED RECORDS OF TARRANT COUNTY TEXAS Op PROJECT, PROJECT.• LAKE ARLINGTON LIFT STATION CITY PROJECT No, 100995 9N0°°S U R -' SLOPE EASEMENT ENCROACHMENT PARCEL No. 6 LAND ACQUISITION AREA: 480 SQ FT OR 0.011 AC Date: J13112020 JDEI JOB No. 201704200 1 ORAWN BY, CBC IPAGE 3 OF 4 JAMES DeOTTE ENGINEERING, INC. • 2201 DOTTIE LYNN PKWY., SUITE 119 FORT WORTH, TX. 76120 817-446-6877 TBPE FIRM Reg. No. 8917 • TBLS Firm Reg. No. 101014-00 BARNETTEXHIBIT B GATHERING, LLP FASEMENT D210056155 PAGE 4 OF 4 D.R.T.C.T. VARIABLE —f -------ACCESS EASEMENT — — SLOPE EASEMENT ---- — NO 27'09'1N' - ENCROACHMENT 20.00' CONTAINING 480 SQ. S89°15'07"W' T56' EASEMENT VOL 146Q PG 337 VOL FT / 0, 011 AC. 24.00' D. R. T C. T — — — — BMTWR PROPERTIES, LLC 428 HEMPHILL ST FORT WORTH, TX 76104 D216197835 D.R.TGT. LOT 5, BLK 3 ESCO INDUSTRIAL PARK ADDITION CAB 8, SLIDE 2656 P.R. T. C. T 0 60 120 GRAPHIC SCALE IN FEET SITE.- 4841 FREEMAN DRIVE SO'27 09'E' 266.76' LINE FOR DIRECTIONAL CONTROL LEGEND: PROPERTY BOUNDARY EX. EASEMENT N89°15'07"E' LT 2R, ELK I `24.00' 5OUTHE-AST LANDFILL SO'27'09'E' CAB A, SLIDE 12833 7' 20.00' 0208510687 — P.O.B. P. R. T. C. T. — o { I { { r.C. { IRF — — (c.M.) ` I I { 1 { I { { { LOT 6, HLK 3 ESCO INDUSTRIAL PARK { CAS B, SLD 3606 D208388472 { P.R. T.C. T. }� 20' BARNETT GATHERING, LP { D209 84977 { { D.R.T.C.T. I { l 1 { 20' BARNETT GATHERING, LP { EASEMENT { D209284977 D.R.T.C.T. —Tl— L----lI 10' UTILITY EASEMENT F— CAB B, SLD 3606 P.R. T.C.T. - (C. M.) — ' I— — — 01/2IRF----T�— SLOPE EASEMENT i ENCROACHMENT CAPPED IRON ROD SET CIRS IRON ROD FOUND IRF DEED RECORDS TARRANT COUNTY TEXAS D.R.T.C. T. PLAT RECORDS TARRANT COUNTY TEXAS P. R. T. C. T. EXHIBIT D SHOWING A ®gyT+��+�+u PARCEL OF PROPERTY 111 Jl i i OUT OF - LOT 2R, BLOCK 1 SOUTHEAST LANDFILL SITUATED IN THE SHELBY COUNTY SCHOOL LAND, BLOCK 56 TARRANT COUNTY, TEXAS City of Fort Worth AS RECORDED 1N 200 TEX4S STREET INST. D208310687 FORT WORTH, TX. 76102 DEED RECORDS OF TARRANT COUNTY TEXAS PROJECT- LAKE ARLINGTON LIFT STATION I CITY PROJECT No. 100995 SLOPE EASEMENT ENCROACHMENT I PARCEL No. 6 FREEMAN DRIVE VOL. 388-214, PC. 48 P.R. T.C.T. �Q"<�116 15 T �RFo'+Y ............................. JAMESE.DeOTTE o*%a..............000ao« o000 4673 �3 LAND ACQUISITION AREA: 480 SQ FT OR 0.011 AC JDEI JOB No. 201704200 1 DRAWN BY- CBC PAGE 4 OF 4 Date: 3/3112020 JAMES DeOTTE ENGINEERING, INC. • 2201 DOTTIE LYNN PKWY., SUITE 119 FORT WORTH, TX. 76120 • 811-446-6877 TBPE FIRM Reg. No. 8917 • TBLS Firm Reg. No. 101014-00 EXHIBIT A LEGAL DESCRIPTION ACCESS EASEMENT ENCROACHMENT Being a portion of Lot 2-R in Block 1 of Southeast Landfill Addition to the City of Fort Worth in Tarrant County, Texas and recorded in Cabinet A, Slide 12883 or the Plat Records of Tarrant County, Texas (P.R,T.C.T.), and being more particularly described as follows: COMMENCING at a 112" iron rod found for the northeast corner of said Lot 5 in Block 3 of ESCO Industrial Park as recorded in Cabinet B, Slide 2656 of the said Plat Records and for the northwest corner of Lot 6 in Block 3 of ESCO Industrial Park as said Lot 6 appears upon the plat recorded in Cabinet B, Slide 3606 of the said Plat Records and in the south line of Lot 2R in Block 1 of Southeast Landfill, also in the south edge of a 50' TESCO Easement recorded in Volume 1460, Page 337 of the Deed Records of Tarrant County Texas (D.R.T.C.T.), from which bears a 1/2" iron rod found for the southeast corner of said Lot 5 and for the southwest corner of Lot 6 in Block 3 of ESCO Industrial Park and in the north line of Freeman Drive as it appears upon the plat recorded in Volume 388-214, Page 48 of the said Plat Records, S 00"27'09" E, a distance of 266,76 feet. THENCE N 00027'09" W, departing the common line of Lot 5 and Lot 2R and the south edge of the 50' TESCO Easement, a distance of 50.00 feet to a point in the north edge of the 50' TESCO Easement and the south edge of a 20' Barnett Gathering LP Easement recorded in D210056155 of the Deed Records of Tarrant County Texas THENCE S 89015'07" W, a distance of 24.00 feet to a point in the common line of the aforementioned 50' TESCO Easement and the 20' Barnett Gathering LP Easement, said point also being the POINT OF BEGINNING THENCE S 89"15'07" W, along the common line of the 50' TESCO Easement and the 20' Barnett Gathering LP Easement, a distance of 16.00 feet to a point. THENCE N 00°27'09" W, departing the common line of the 50' TESCO Easement and the 20' Barnett Gathering LP Easement, a distance of 20.00 feet to a point in the north line of said 20' Barnett Gathering LP Easement. THENCE N 89"15'07" E, along the said north line of the 20' Barnett Gathering LP Easement, a distance of 16.00 feet to a point in the north line of the 20' Barnett Gathering LP Easement. THENCE S 00027'09" E, departing the said north line of the 20' Barnett Gathering LP Easement, a distance of 20.00 feet to the POINT OF BEGINNING and containing 320 square feet or 0.007 acres more or less. PAGE 1 OF 4 RI' OTIES: 1) All bearings and coordinates are in us survey feet surface using a scale factor of 1.000137001 and referenced to the Texas Coordinate System, Nad-83, The North Central Zone 4202. 2) Exhibit B of same date accompanies this legal description. Date: JIJ 112020 James E. ©eOtte Registered Professional Land Surveyor No. 4673 James DeOtte Engineering, Inc. TBPLS Firm No. 10101400 2201 Dottie Lynn Parkway, Suite 119 Fort Worth, Texas 76120 (817) 446 — 6877 PAGE 2 OF 4 3 Drip = Y ALHAMI3RA z DmS YY ` EXHIBIT B VICIN6 MAP G R z AR` HN z v ' ALANBA _L N.T.S. 7 DA a ANDY HTLL PAGE 3 OF 4 3 z LL❑ AR 7 QIDC q A1. n MATHLWS «PAC. ARU P N J > >- LLJ — F7 v Iy z rr .� Ff LSI HILL u N a 0 wLIOD�ILW i r — RFJU5I1 Li y w[im o I L q CRFLK MAN RT7ALL ¢ � w Li z CA FY <LLj re i w uj CLNTU?Y I--L CAR:IAGO a s � v z v 1 J z acy W1Nll :zff� cy � _. J RELANM J P RKW Oil AR IJR GR IGGS r BURS jNCr4NE cy �� R�L n d PROJECT MIST L ❑ F LOC 77ON CNIMNLY ROCK ? i 0— i " LS[ l <- w 0 LlfwC]OD z Y RFF� RIDUL� L'i RLIC�� 3 � SHAM. 4Tll Ld J LIMIT o STH w l`� > > cr w o LON STLVFNSfIN - d. z IL-1cy ii a�i AVT=RLS c� S i Y yi — 3 > Y NOTES: BEARINGS ARE REFERENCED TO TWO 112 INCH IRON RODS FOUND MARKED AS CONTROLLING MONUMENTS. ALL DISTANCE AND AREAS SHOWN ARE SURFACE. LEGAL DESCRIPTION OF SAME DATE ACCOMPANIES THIS PLAT. LEGEND: PROPERTY BOUNDARY — — EX. EASEMENT — — - — ACCESS EASEMENT i ENCROACHMENT �I CAPPED IRON ROD SET CIRS IRON ROD FOUND IRF DEED RECORDS TARRANT COUNTY TEXAS D. R. T. C. T. PLAT RECORDS TARRANT COUNTY TEXAS P. R. T. C. T. a E j EXHIBIT 8 SNOWING A PARCEL OF PROPERTY F® T � oRT our OF LOT 2R, BLOCK 1 SOUTHEAST LANDFILL SITUATED IN THE SHELBY COUNTY SCHOOL LAND, BLOCK 56 ' °°°°°°°°°°°°°°°°°°°°°°°°°°°°°c City Of Fort WorthTARRANT COUNTY, TEXAS AS RECORDED IN JAMES E. DeaTTE °°°..°°°°°°°°°°°°°°°°°°°°°o°°° 200 TEXAS STREET INST D208310687 '° A 4673 �o FORT WORTH, TX. 76102 DEED RECORDS OF TARRANT COUNTY TEXAS pF 9�0°9S U Rv PROJECT.- LAKE ARLINGTON LIFT STATION CITY PROJECT No. 100995 ACCESS EASEMENT ENCROACHMENT PARCEL No. S Date: 3/3112020 LAND ACQUISITION AREA: J20 SO FT OR 0,007 AC JDEI JOB No. 201704200 1 DRAWN BY.` CBC PAGE 3 OF 4 JAMES DeOTTE ENGINEERING, INC. • 2201 OOTTIE LYNN PKWY., SUITE 119 FORT WORTH, TX. 76120 • 817-446-6877 TBPE FIRM Reg. No. 8917 • TBLS Firm Reg. No. 101014-00 BA EXHIBIT B GATHERING, L LP EASEMENT D210056155 PAGE 4 OF 4 D.R.T.C.T. ---------------------- ACCESS EASEMENT ENCROACHMENT N0°27'09' W' _ — — — — — CONTAINING 320 SQ. �G 20.00' FT. / 0.007 AC. , TESCO 50' EASEMENT VOL 1460. PG 337 D.R.TC.T. •%r cr �av�f�. 389 15 07"W _ 16.00' S89'15 07'W' 24.00' SMTWR PROPERTIES, LLC 428 HEMPHILL ST FORT WORTH, TX 76104 D216197835 D. R. F. C. T. LOT 5, BLK 3 ESCO INDUSTRIAL PARK ADDITION CAB B, SLIDE 2656 P.R. T C. T. 0 60 120 GRAPHIC SCALE IN FEET SITE, 4841 FREEMAN DRIVE S0727'09'E' 266.76' LINE FOR DIRECTIONAL CONTROL PROPERTY BOUNDARY EX. EASEMENT N89'15'07"E' LT 2R, BLK 1 16.00' SOUTHEAST LANDFILL SO 27'09 "E' CAB A, SLIDE 12883 2V100' D208310687 P. R. T C. T VARIABLE r SLOPE EASEMENT o � { } { rlX2— — IRE--�— } } I { LOT 6, BLK 3 } ESCO INDUSTRIAL PARK { { CAB B, SLD 3606 } { D208388472 P.R. T C. T. 20' BARNFIT { GATHERING, LP { EASEMENT D209284977 ` 1 { D.R.TC.T. 90' BARNETT GATHERING, LP ` 1 EASEMENT D209284977 l 1 DJ.jr. C.r { L �- - L--_i I 10' UTILITY EASEMENT r CAB 8, SLD 3606 P.R.T C.T ----r_ 1112 IRF ACCESS EASEMENT —` ENCROACHMENT - , _ _ _ — CAPPED IRON ROD SET CIRS IRON ROD FOUND IRF DEED RECORDS TARRANT COUNTY TEXAS D. R. T C. T PLAT RECORDS TARRANT COUNTY TEXAS P. R. T C. T. EXHIBIT B SHOWING A Fur.`, WORT H PARCEL OF PROPERTY �' our of LOT 2R, BLOCK 1 SOUTHEAST LANDFILL SITUATED IN THE SHELBY COUNTY SCHOOL LAND, BLOCK 56 City of FortWorthTARRANT COUNTY, TEXAS AS RECORDED IN 200 TEXAS STREET INST. D208310687 FORT WORTH, TX. 76102 DEED RECORDS OF TARRANT COUNTY TEXAS PROJECT LAKE ARLINGTON LIFT STATION I CITY PROJECT No. 100995 ACCESS EASEMENT ENCROACHMENT I PARCEL No. 6 LAND ACQUISITION AREA: J20 SQ FT OR 0.007 AC JDEI JOB No. 201704200 1 DRAWN BY- CBC IPAGE 4 OF 4 DAMES DeOTTE ENGINEERING, INC. • 2201 DOTTIE LYNN PKWY., SUITE 119 FORT WORTH, TBPE FIRM Reg, No. 8917 • TBLS Firm Reg. No. 101014-00 FREEMAN! DRIVE VOL. 388-214, PG. 48 P. R. T. C. T. •e JAMES E. DeOTTE °o%......................... 4673 P 0<Es Date: 3/3112020 EXHIBIT A LEGAL DESCRIPTION PROPOSED 15' WATER LINE EASEMENT ENCROACHMENT Being a portion of Lot 2-R in Block 1 of Southeast Landfill Addition to the City of Fort Worth in Tarrant County, Texas and recorded in Cabinet A, Slide 12883 or the Plat Records of Tarrant County, Texas (P.R.T.C.T.), and being more particularly described as follows: COMMENCING at a 112" iron rod found for the northeast corner of said Lot 5 in Block 3 of ESCO Industrial Park as recorded in Cabinet B, Slide 2656 of the said Plat Records and for the northwest corner of Lot 6 in Block 3 of ESCO Industrial Park as said Lot 6 appears upon the plat recorded in Cabinet B, Slide 3606 of the said Plat Records and in the south line of Lot 2R in Block 1 of Southeast Landfill, also in the south edge of a 50' TESCO Easement recorded in Volume 1460, Page 337 of the Deed Records of Tarrant County Texas (D.R.T.C.T.), from which bears a 112" iron rod found for the southeast corner of said Lot 5 and for the southwest corner of Lot 6 in Block 3 of ESCO Industrial Park and in the north line of Freeman Drive as it appears upon the plat recorded in Volume 388-214, Page 48 of the said Plat Records, S 00"27'09" E. THENCE S 89"15'07" W, along the common line of Lot 5 and Lot 2R and the south edge of the 50' TESCO Easement, a distance of 10.00 feet to a 5f8" iron rod set with plastic cap stamped "DEOTTE RPLS 4673". THENCE N 00027'09" W, departing the common line of Lot 5 and the south line of Lot 2- R and the south edge of the 60' TESCO Easement, a distance of 50.00 feet to a point in the north line of said 50' TESCO Easement and the south edge of a 20' Barnett Gathering LP Easement recorded in D210056155 of the Deed Records of Tarrant County Texas, said point also being the POINT OF BEGINNING. THENCE S 89"15'07" W, along the common line of the 50' TESCO Easement and the 20' Barnett Gathering LP Easement, a distance of 15.00 feet to a point. THENCE N 00027'09" W, departing the common line of the 50' TESCO Easement and the 20' Barnett Gathering LP Easement, a distance of 20.00 feet to a point in the north line of said 20' Barnett Gathering LP Easement. THENCE N 89"15'07" E, along the said north line of the 20' Barnett Gathering LP Easement, a distance of 15.00 feet to a point in the north line of the 20' Barnett Gathering LP Easement. THENCE S 00027'09" E, departing the said north line of the 20' Barnett Gathering LP Easement, a distance of 20.00 feet to the POINT OF BEGINNING and containing 300 square feet or 0.007 acres more or less. PAGE 1 OF 4 NOTES: 1) All hearings and coordinates are in us survey feet surface using a scale factor of 1.000137001 and referenced to the Texas Coordinate System, Nad-83, The North Central Zone 4202. 2) Exhibit B of same date accompanies this legal description. [�ppao° npe T b b p ............................. JAMES E. DeOTTE ppgpppppbbbbabp b......pppe .. a �0 4673 � e .9� pOD 5 S p0 Date: JIJ112020 James E. DeOtte Registered Professional Land Surveyor No. 4673 James DeOtte Engineering, Inc. TBPLS Firm No. 10101400 2201 Dottie Lynn Parkway, Suite 119 Fort Worth, Texas 76120 (817) 446 — 6877 PAGE 2 OF 4 Ai_HAMBRA DORS Y� - DHRSI Y �XHIBIT B Vicl STY MAP V� �AR.HER z ALANIA E N.T.S. [Y DA' I ANDY HILL ? PAGE 3 OF 4 z z �_ ry MATIIEWS a PAC! ARD PN 4 o > r Id - I� fY U FER FIIRLST HILL y IFW oWOMII I L a ROI,(-,H ' n CRLEK WnLIC �1 MAN RDAI_E ¢ w 1I z CA LY a Li CAR J L 1- " IACE 0- rj v CENTI RY 41 Q WIND Q l7 m T RC,-ANnA g1 P RKW ❑D ��<<f 5 ART: u� GRIGCS cy 8 Y R�INo�oN 13FWLES G?~v a LRF0'aN PROJECT MISTLE rE cHIMNEY Ruci< - LOCATION i T � 0 ESI N oo [Y 6 J O F 2 FU -WC1LlD J RiDLFi G _ Y REP Bi-IL��� z ` U i J SHAD, 47H Intl Q YI I.[MII C7 `]TN FT7 7 LJ [A I_L]N STEVENSO^J o z � � n Q � w V w AVF-REI o A y j u 5 NOTES: BEARINGS ARE REFERENCED TO TWO 112 INCH IRON RODS FOUND MARKED AS CONTROLLING MONUMENTS ALL DISTANCE AND AREAS SHOWN ARE SURFACE. LEGAL DESCRIPTION OF SAME DATE ACCOMPANIES THIS PLAT. LEGEND: PROPERTY BOUNDARY — — EX. EASEMENT — — — — — — — PROP. 15' WATER LINE EASEMENT ENCROACHMENT CAPPED IRON ROD SET CIRS IRON ROD FOUND IRF DEED RECORDS TARRANT COUNTY TEXAS D.R.T.C.T. PLAT RECORDS TARRANT COUNTY TEXAS P. R. T. C. T. o EXHIBIT 8 SHOWING A PARCEL OF PROPERTY OF ORT OR FTH OUT OF LOT 2R, BLOCK 1 SOUTHEAST LANDFILL A, SITUATED IN THE Crjo° Q SHELBY COUNTY SCHOOL LAND, BLOCK 56 °° o°°°°°°°°°°°°°° TARRANT COUNTY, TEXAS City Of Fort Worth AS RECORDED IN JAMES E. DeOTTE °O9P°°°°°°°°°°°°°°°°°°°°°o °° 200 TEXAS STREET INST. D208310687 °° 0 4673 o FORT WORTH, TX. 76102 DEED RECOROS OF TARRANT COUNTY TEXAS PROJECT.• LAKE ARLINGTON LIFT STATION CITY PROJECT No. 100995 qNp°°S �°�� PROPOSED 15' WATER LINE EASEMENT ENCROACHMENT PARCEL No. 7 LAND ACQUISITION AREA: 300 SQ FT OR 0.007 AC Date: 3/3112020 JDEI JOB No. 201704200 1 DRAWN BY- CBC PAGE 3 OF 4 JAMES DeOTTE ENGINEERING, INC. • 2201 DOTTIE LYNN PKWY., SUITE 119 FORT WORTH, TX. 76120 • 817-446--6877 TBPE FIRM Reg. No. 8917 • TBLS Firm Reg. No. 101014-00 BARNETT EXHIBIT R AT GATHERING, LP EASEMENT D210056155 D.R.T.C.T. PROPOSED 15' WATER LINE EASEMENT PAGE 4 OF 4 - "'W' . — — — — — — — - ENCROACHMENT NO'27'09 (OVERLAPPING WITH 2O.00' — ---_ — — --_ - VARIABLE ACCESS -- AND VARIABLE SLOPE VARIABLE ! EASEMENT) ACCESS EASEMENT CONTAINING 300 SO. TESCO 50' EASEMENT FT 0.007 AC. VOL 1460. PG 337 D.R.T.C.T S89'15'07"W' 518" CIRS 15.00, S89° 15'07'W' 10.00' BMTWR PROPERTIES, LLC 428 HEMPHILL ST FORT WORTH, TX 16104 D216197835 D.R.T.C.T LOT 5, BLK 3 ESCO INDUSTRIAL PARK ADDITION CAB B, SLIDE 2656 P. R. T. C. T. 0 60 120 GRAPHIC SCALE IN FEET SITE, 4841 FREEMAN DRIVE S0727'09'E' LINE FOR DIRECTIONAL CONTROL LEGEND: PROPERTY BOUNDARY EX. EASEMENT N89° 15 07'E' LT 2R, BLK I 15.D0' SOUTHEAST LANDFILL CAS A, SLIDE 12883 -� D208310687 II — P.R.TC.T. 0 0 0 — r VARIABLE SLOPE EASEMENT P.O.B. SO'27'09 "E' i 20.00' P.O.C. 1/2 IRF— — i 1 l I � LOT 6, HLK 3 y y ESCO INDUSTRIAL PARK } 1 CAB H, SLD J606 1 0208338472 P. R. T. C. T ��. } 20' BARNETT GATHERING, LP EASEMENT D209284977 l , D.R.T.C.T 1 j I 20' BARNETT GATHERING, LP EASEMENT 1 D209284977 D.R.T.C.T. ` `T-1--- I 1----I� _ 10' URL17Y EASEMENT r — CAS B, SLD 3606 P. R T.C.T. 4- — — $1/2IRF-----�I-- PROP. 15' WATER LINE--ii--- EASEMENT ENCROACHMENT — — — — _ — — I CAPPED IRON ROD SET CIRS IRON ROD FOUND IRF DEED RECORDS TARRANT COUNTY TEXAS D. R. T. C. T PLAT RECORDS TARRANT COUNTY TEXAS P. R. T C. T FREEMAN DRIVE VOL. 388-214, PG. 48 P. R. T. C. T EXHIBIT B SHOWING A lq F®RT��, O RT H PARCEL OF PROPERTY ®® OUT OF LOT 2R, BLOCK 1 SOUTHEAST LANDFILL SITUATED IN THE SHELBY COUNTY SCHOOL LAND, BLOCK 56 City of FortWorthTARRANT COUNTY, TEXAS AS RECORDED IN 200 FORT WORTHS STREET TX.76102 DEED RECORDS OF' IARRANT D20831487 COUNTY TEXAS j PROJECT- LAKE ARLINGTON LIFT STATION I CITY PROJECT No. 100995 j PRnPf]S17f3 1.5' WATER I INF FA.SFAAFNT FN(-RnA( NA4FNT I PARCEL No. 7 ° a JAMES E. DeOTTE i ° ° 9°° 673 P o 4 -POPE- S s °V SUR, LAND ACQUISITION AREA: 300 SQ FT OR 0.007 AC JDEI JOB No. 201704200 Date: 3312020 DRAWN BY: CBC PAGE 4 OF 4 / / JAMES De07TF ENGINEERING, INC. • 2201 DOTTIE LYNN PKWY., SUITE 119 FORT WORTH, TX. 76120 • 817-446-6877 TBPE FIRM Reg. No. 8917 • TBLS Firm Reg. No. 101014-00 EXHIBIT A LEGAL DESCRIPTION VARIABLE WIDTH ONCOR ELECTRIC DELIVERY CO. EASEMENT Being a portion of Lot 2-R in Block 1 of Southeast Landfill Addition to the City of Fort Worth in Tarrant County, Texas and recorded in Cabinet A, Slide 12883 or the Plat Records of Tarrant County, Texas (P.R.T.C.T.), and being more particularly described as follows: COMMENCING at a 1/2" iron rod found for the northeast corner of said Lot 5 in Block 3 of ESCO Industrial Park as recorded in Cabinet B, Slide 2656 of the said Plat Records and for the northwest corner of Lot 6 in Block 3 of ESCO Industrial Park as said Lot 6 appears upon the plat recorded in Cabinet B, Slide 3606 of the said Plat Records and in the south line of Lot 2R in Block 1 of Southeast Landfill, also in the south edge of a 50' TESCO Easement recorded in Volume 1460, Page 337 of the Deed Records of Tarrant County Texas (D.R.T.C.T.), from which bears a 1/2" iron rod found for the southeast corner of said Lot 5 and for the southwest corner of Lot 6 in Block 3 of ESCO Industrial Park and in the north line of Freeman Drive as it appears upon the plat recorded in Volume 388-214, Page 48 of the said Plat Records, S 00027'09" E. THENCE N 00"27'09" W, departing the common line of Lot 5 and the south line of Lot 2- R and the south edge of the 50' TESCO Easement, a distance of 50.00 feet to a point in the north line of said 50' TESCO Easement and the south edge of a 20' Barnett Gathering LP Easement recorded in D210056155 of the Deed Records of Tarrant County Texas. THENCE N 00"27'09" W, departing the common line of the 50' TESCO Easement and the 20' Barnett Gathering LP Easement, a distance of 20.00 feet to a point in the north line of said 20' Barnett Gathering LP Easement. THENCE S 89015'07" W, along the said north line of the 20' Barnett Gathering LP Easement, a distance of 10.00 feet to a 5/8" iron rod set with plastic cap stamped "DEOTTE RPLS 4673" in the north line of the 20' Barnett Gathering LP Easement, said point also being the POINT OF BEGINNING. THENCE N 00"27'09" W, departing the north line of the 20' Barnett Gathering LP Easement, a distance of 10.00 feet to a 5/8" iron rod set with plastic cap stamped "DEOTTE RPLS 4673". THENCE N 89015'07" E, a distance of 60.98 feet to a 5/8" iron rod set with plastic cap stamped "DEOTTE RPLS 4673". THENCE S 00"44'53" E, a distance of 20.00 feet to a 5/8" iron rod set with plastic cap stamped "DEOTTE RPLS 4673". THENCE N 89015'07" E, a distance of 105.69 feet to a 5/8" iron rod set with plastic cap stamped "DEOTTE RPLS 4673". PAGE 1 OF 5 THENCE N 00"00'00" E, a distance of 87.56 feet to a 5/8" iron rod set with plastic cap stamped ""DEOTTE RPLS 4673". THENCE N 90000'00" E, a distance of 15.00 feet to a 5/8" iron rod set with plastic cap stamped "DEOTTE RPLS 4673". THENCE S 00°00'00" E, a distance of 15.00 feet to a 5/8" iron rod set with plastic cap stamped ""DEOTTE RPLS 4673". THENCE N 90"00'00" W, a distance of 5.00 feet to a 5/8" iron rod set with plastic cap stamped "DEOTTE RPLS 4673". THENCE S 00°00'00" E, a distance of 82.43 feet to a 518" iron rod set with plastic cap stamped "DEOTTE RPLS 4673" in the north line of the 50' TESCO Easement. THENCE S 89°15'07" W, along the north line of the 50' TESCO Easement, a distance of 124.71 feet to a 518" iron rod set with plastic cap stamped "DEOTTE RPLS 4673" in the common line of the 50' TESCO Easement and the 20' Barnett Gathering LP Easement. THENCE N 05"49'58" W, departing the common line of the 50' TESCO Easement and the 20' Barnett Gathering LP Easement, a distance of 20.08 feet to a 5/8" iron rod set with plastic cap stamped "DEOTTE RPLS 4673" in the north line of the 20' Barnett Gathering LP Easement. THENCE S 89015'07" W, along the said north line of the 20' Barnett Gathering LP Easement, a distance of 50.11 feet to the POINT OF BEGINNING and containing 2,917 square feet or 0.067 acres more or less. PAGE 2OF5 NOTES: 1) All bearings and coordinates are in us survey feet surface using a scale factor of 1.000137001 and referenced to the Texas Coordinate System, Nad-83, The North Central Zone 4202. 2) Exhibit B of same date accompanies this legal description. Date: 3/3 I12020 James E. DeOtte Registered Professional Land Surveyor No. 4673 James DeOtte Engineering, Inc. TBPLS Firm No. 10101400 2201 Dottie Lynn Parkway, Suite 119 Fort Worth, Texas 76120 (817) 446 — 6877 PAGE 3OF5 DpRS-Y ALHAMBRA z DORSEY IC�IJ��j� A VICINITY MAP EXHIBIT A HER z u AL- AND E. 1 � N.T.S. vG W z DA l ANDY HILL � PAGE 4 OF 5 �jDGE ,z _ = LE❑ AR7 �I Qv�N 3 A A� MATHCWS f'AC ARD P� m o > r t. - to cn Ity z w- cIZ U H REST HILL x IEW a W ul WOC1D W J W 1 a RU116H Q �� CRCEK D WGUD MAN-RDALL Q ij I z z I -a CA EY 2 r L:E.NTURY w CAR TALL a i� ¢ ~ W[ND v� I 9 J a m �v� �' F a ROLANDA }3LF S a P. RK411 OD l q� ARTHIIR GRIGGS U 8 C4 CjNu BOWIES �ti� PROJECT FREEMAN LOCATION MISTLL ❑E �P CHIMNEY ROCK OdD� Q z l o z ESC❑ -� Q L - �1JOUD R[DGE� � u '_k - - y 12CPl1jLI[�� �( � z � c, , � J -. 4TH SHADry w o J LIM[T o S 1 }1 m y WE:l —s -OJ STEVCNSUN �� 3 z J- [Y 4 a U � AVERFT u Q � [Y W 3 I J C)_ NOTES: BEARINGS ARE REFERENCED TO TWO 112 INCH IRON RODS FOUND MARKED AS CONTROLLING MONUMENTS ALL DISTANCE AND AREAS SHOWN ARE SURFACE. LEGAL DESCRIPTION OF SAME DATE ACCOMPANIES THIS PLAT. 518" CAPPED IRON RODS STAMPED "DEOTTE RPLS 4673" WILL BE SET AT CORNERS OF THE ACCESS EASEMENT LEGEND: PROPERTY BOUNDARY — — EX. EASEMENT — — --- — — — — VARIABLE WIDTH ONCOR — — _ _ — _ — ELECTRIC DELIVERY CO ESMT. [` — — : _ — — CAPPED IRON ROD SET CIRS IRON ROD FOUND IRF DEED RECORDS TARRANT COUNTY TEXAS D. R. T. C. T. PLAT RECORDS TARRANT COUNTY TEXAS P. R. T. C. T. EXHIBIT A SHOWING A PARCEL OF PROPERTY � Of ® T®yl l�l OUT OF Q °� ST�� RFo LOT 2R, BLOCK 1 SOUTHEAST LANDFILL � a °�,� SITUATED IN THE Cho F` i SHELBY COUNTY SCHOOL LAND, BLOCK 56 TARRANT COUNTY, TEXAS JAMES E. DeOTTE City of Fort Worth AS RECORDED IN O0O60°"°°°°°°°°°°°°°°°0000%111 INST. D208J I0687 °° 4673 �o 200 TEXAS STREET DEED RECORDS OF TARRANT COUNTY TEXASEs FORT WORTH, TX. 76102 PROJECT • LAKE ARLINGTON LIFT STATION CITY PROJECT No. 100995 9Np° 3UR���O VARIABLE WIDTH ONCOR ELECTRIC DELIVERY CO ESMT. PARCEL No. 9 LAND ACQUISITION AREA: Z 917 SQ FT OR 0,067 AC Date: J1,3112020 JDEI JOB No. 201704200 DRAWN BY- CBC PAGE 4 OF 5 JAMES DeOTTE ENGINEERING, INC. • 2201 DOTTIE LYNN PKWY., SUITE 119 FORT WORTH, TX. 76120 • 817-446-6877 TBPE FIRM Reg. No. 9917 • TBLS Firm Reg. No. 101014-00 FORT NORTH CITY OF 200 TEXAS ST , FORT WORTH, TX 76102 D206108137 D. R. T C. T. LT 2R, BLK I SOUTHEAST LANDFILL CAB A, SLIDE 12883 D208310687 P, R. T. C. T N89° 15'07"E' 60.98' S89° 15'07 "W' 50.11' 20' BARNETT GATHERING, LP EASEMENT NO°27'09 "W' 5/8" CIRS� D210056155 , D. R. T. C. T. _ 10.00_ 5 C1,725 --�—� P.O.B. S89°15 07W , 10.00' TESCO 50' EASEMENT VOL 1460. PG 337 D.R.TC.T. C LOT 5, BLK 3 ESCO INDUSTRIAL PARK ADDITION CAB B, SLIDE 2656 P. R. T. C. T. SITE- 4341 FREEMAN DRIVE BMTWR PROPERTIES, LLC 428 HEMPHILL ST FORT WORTH, TX 76104 D216197835 D. R. T. C. T. 0 60 120 GRAPHIC SCALE IN FEET EXHIBIT A PAGE 5OF5 VARIABLE WIDTH ONCOR ELECTRIC DELIVERY CO EASEMENT CONTAINING N90'00'00 E' 2,917 SO. FT. / 0.067 AC. "'15 00' 5/8" CIRS _ 5/8" CIRS SO'00'00"E' NO°00'00"E' 5 - CIRS 15.00' / CIRS / 87.56' N90'00'00"W' / 5.00' / N5'49'58 "W' / 20.08' I \ 5/8" CIRS / SD°44 53"E' � SO°00'00 E' 5/8" CrCIRS � 20.00' 5/a" CIRS 5 s^ crRs 82.43' -- / 5L8 CIRc /$ 6I//RS / NO'27'09 W' N89' 15'07"E' / 0 20,00' 105.69' T VOL 1460. PGE337T S89' 15'07'W' / D, R. T. C T. 124_71 ' — B 112 IRF �— — — — — — SO'27'09'E' 266.76' 1 � S--- LINE FOR DIRECTIONAL CONTROL l yI 1 I 20' BARNETT GATHERING, LP EASEMENT 0209264977 D.R.TC.T. � l � l PROPERTY BOUNDARY EX. EASEMENT VARIABLE WIDTH ONCOR ELECTRIC DELIVERY CO ESMT. CAPPED IRON ROD SET CIRS IRON ROD FOUND IRF DEED RECORDS TARRANT COUNTY TEXAS D. R. T. C. T. PLAT RECORDS TARRANT COUNTY TEXAS P.R.T.C.T. EXHIBIT A SNOWING A 14 ®RT®Rry�� PARCEL OF PROPERTY 1 OUT OF LOT 2R, BLOCK 1 SOUTHEAST LANDFILL SITUATED IN THE SHELBY COUNTY SCHOOL LAND, BLOCK 56 �^ ti ! {� TARRANT COUNTY, TEXAS City of Fort Worth �/�� o! AS RECORDED IN 200 TEXAS STREET INST. D208310687 FORT WORTH, TX. 76102 DEED RECORDS OF TARRANT COUNTY TEXAS PROJECT.- LAKE ARLINGTON LIFT STATION I CITY PROJECT No. 100995 VARIABLE WIDTH ONCOR ELECTRIC DELIVERY CO ESMT. I PARCEL No. 9 LOT 6, BLK 3 ESCO INDUSTRIAL PARK CAB B, SLD 3606 D203JB3472 P. R. T C. T. G,00 Q- o °°°°°o°°°°°o o°°°°oo°o°°°°°°°°o JAMES E. DeOTTE aao°c....................... 000 4673 P ts LAND ACQUISITION AREA: 2,917 SQ FT OR 0.067 ACC JDEI JOB No. 201704200 1 DRAWN BY., GBG PAGE 5 OF 5 Date: 3/3112020 JAMES DeOTTE ENGINEERING, INC. • 2201 DOTTIE LYNN PKWY., SUITE 119 FORT WORTH, TX. 76120 • 817-446-6877 TBPE FIRM Reg. No. 9917 • TBLS Firm Reg. No. 101014-00 EXHIBIT A LEGAL DESCRIPTION PROPOSED 50' SANITARY SEWER LINE EASEMENT ENCROACHMENT Being a portion of Lot 2-R in Block 1 of Southeast Landfill Addition to the City of Fort Worth in Tarrant County, Texas and recorded in Cabinet A, Slide 12883 or the Plat Records of Tarrant County, Texas (P.R.T.C.T.), and being more particularly described as follows: COMMENCING at a 112" iron rod found for the northeast corner of said Lot 6 in Block 3 of ESCO Industrial Park as recorded in Cabinet B, Slide 2656 of the said Plat Records and for an interior corner of Lot 2R in Block 1 of Southeast Landfill as said Lot 2R appears upon the plat recorded in Cabinet A, Slide 12883 of the said Plat Records and in the east line of a TESCO Easement recorded in Cabinet A, Slide 12883 of the said Plat Records, from which bears a 518" iron rod found for an east corner of said Lot 2R and for the west most corner of Lot 1 in Block 1 of Southeast Landfill as it appears upon the plat recorded in Cabinet A, Slide 12622 of the said Plat Records, N 79"00'31" E. THENCE S 89028'48" W, along the common line of Lot 6 and Lot 2R, a distance of 251.91 feet to a point in the north line of said Lot 6 and the south line of said Lot 2R THENCE N 00031'12" W, departing the common line of Lot 6 and Lot 2R, a distance of 142.46 feet to a point in the south line of a 50' TESCO Easement as recorded in Volume 1460, Page 337 of the Deed Records of Tarrant County Texas (D.R.T.C.T.), said point also being the POINT OF BEGINNING THENCE N 53002'38" W, departing the south line of the aforementioned 50' TESCO Easement, a distance of 50.74 feet to a point in the north line of the aforementioned 50' TESCO Easement. THENCE N 46046'22" E, along the north line of said 50' TESCO Easement, a distance of 50.74 feet to a point. THENCE S 53002'38" E, departing the north line of the 50' TESCO Easement, a distance of 50.74 feet to a point in the south line of the 50' TESCO Easement. THENCE S 46046'22" W, along the south line of the 50' TESCO Easement, a distance of 50.74 feet to the POINT OF BEGINNING and containing 2,537 square feet or 0.058 acres more or less. PAGE 'I OF 4 NOTES: 1) All bearings and coordinates are in us survey feet surface using a scale factor of 1.000137001 and referenced to the Texas Coordinate System, Nad-83, The North Central Zone 4202. 2) Exhibit B of same date accompanies this legal description. 116 1=4 I. -I-, Date: 3/31/2020 James E. DeOtte Registered Professional Land Surveyor No. 4673 James DeOtte Engineering, Inc. TBPLS Firm No. 10101400 2201 Dottie Lynn Parkway, Suite 119 Fort Worth, Texas 76120 (817) 446 — 6877 PAGE 2OF4 nLHAMRRn MRs Q Y �XHIBIT znANDY g�0 AR HER u � v o DA I PAGE 3 OF 4 s LEI] f A—cl<ART PN n > - r a F REST HILL w n WDUD IFW i T w \dn[Ill 1 caROUGH CREEK � H MAN RDALE a �i CA'FY a z ry CENTURY s EAR IAGL J Q ¢ W[N➢ p� ¢ N P RKW[ ❑T � GRTGGS f w ry FREEMAN CHIMNEY ROCK LSc❑ o I3 J E z i . �Wrini) Y RERI RIDGE HLIL��P z VICINITY MAP d N.T.S. a s � v Iy RTILANDn w s ARTHHI2 BI}WI.ES 4� �y MIS TLE UE n_ w SHA w LIMIT ¢ J o w n LON STEVENSDN - L] is w � y� U �w AVERt-T a _ � w s n NOTES. BEARINGS ARE REFERENCED TO TWO IRON RODS FOUND MARKED AS CONTROLLING MONUMENTS. ALL DISTANCE AND AREAS SHOWN ARE SURFACE. LEGAL DESCRIPTION OF SAME DATE ACCOMPANIES THIS PLAT. 4TH ry i w ry z� E.ir n. c� LEGFND: PROPERTY BOUNDARY — — EX. EASEMENT ------- PROP. 50' SANITARY SEWER LINE ESMT ENCROACHMENT CAPPED IRON ROD SET CIRS IRON ROD FOUND IRF DEED RECORDS TARRANT COUNTY TEXAS D. R. T. C. T. PLAT RECORDS TARRANT COUNTY TEXAS P. R. T. C. T. o EXHIBIT 6 SHOWING A ��] PARCEL OF PROPERTY 0 F �{� �g �y CURT � OfripTH OUT OF LOT 2R, BLOCK 1 SOUTHEAST LANDFILL E 000000,,,,T�, SITUATED IN THE U1; SHELBY COUNTY SCHOOL LAND, BLOCK 56 a,,,aaaQaaaa,,,,,,,,,00a, TARRANT COUNTY TEXAS JAMES E. DeOTTE City of Fort Worth AS RECORDED IN oaooa 0000nnoaooe000.. 000000000 200 TEXAS STREET INST. D208310687 o A 4673 �o FORT WORTH, TX. 76102 DEED RECORDS OF TARRANT COUNTY TEXAS �;ppF 4FaPo(r oaoo oa 9ti4 S Rv PROJECT- LAKE ARLINGTON LIFT STATION CITY PROJECT No. 100995 PROPOSED 50' SANITARY SEWER LINE' ESMT ENCROACHMENT PARCEL No. 5 Date: 31,5112020 LAND ACQUISITION AREA: 2,537 SQ FT OR 0.058 AC JDEI JOB No. 201704200 1 DRAWN BY.' CBC PAGE 3 OF 4 JAMES DeOTTE ENGINEERING, INC. • 2201 DOTTIE LYNN PKWY., SUITE 119 FORT WORTH, TX. 76120 • 817-446-6877 TBPE FIRM Reg. No. 8917 • TBLS Firm Reg. No. 101014-00 EXHIBIT B j PAGE4 OF4TESCO 50' EASEMENTVOL 1460. PG 337D. R. T. C. T.N46°4622"E'50.74'S5302'38"E' / FLOODPLAIN EASENTCAB A, SLD 7288350.74' P.R.T C. T.340' TO NEAREST TOWER ON EAST SIDEI/, / D.R.T.C.T. PROPOSED 50' 1 SANITARY SEWER LINE Xi00' SANITARY sFwER I / EASEMENT STRICHON/RESERVATION I / I CAB A, SLD 12883 / N53°02'38 "W' ENCROACHMENT P. R. T. C. T. l / 174' TO NEAREST 50.74' CONTAINING 2,537 SO. 30" SANITARY SEWER TOWER ON WEST SIDE S46°4622 "W' FT / 0.058 AC. 1 EASEMENT 50.74' D 196023251 I1 I I O.R.T C. T / / I P.O.B. 120' SANITARY SEWER EASEMENT D165090951 / NO°31'12'YY' O.R.T.C.T. / 142.46' LT 2R, RLK I LINE FOR / II SOUTHEAST LANDFILL DIRECTIONAL I / / I I CAR A, SLIDE 12883 CONTROL I J / 0208310681 / P. R. T C. T N79°00 31 E J a, IRF 1 / I P.O.C. 251.9 / '(C.M.) / S89°28'48"W' 112 IRF (C.M.) LOT 6, BLK 3 I FLOODPLAIN EASEMEN� ESCO INDUSTRIAL PARK CAS B, SLD 3606 LT 1, BLK I CAR R, SLD 3606 P.R.Tr. C.J SOUTHEAST LANDFILL D208388412 1 CAB A. SLIDE 72622 P.R.T. C. T 1 i 0208140925 I P.R. T C. T. 1 LEGEND: PROPERTY BOUNDARY EX. EASEMENT - — -- — — — — -- PROP. 50' SANITARY SEWER 0 80 160 LINE ESMT ENCROACHMENT CAPPED IRON ROD SET CIRS IRON ROD FOUND IRF GRAPHIC SCALE IN FEET DEED RECORDS TARRANT COUNTY TEXAS D.R.T.C.T. PLAT RECORDS TARRANT COUNTY TEXAS P. R. T° C. T° EXHIBITS SHOWING A FORT ®R l��m PARCEL OF PROPERTY o F OUT of LOT 2R, BLOCK 1 SOUTHEAST LANDFILL SITUATED IN THE SHELBY COUNTY SCHOOL LAND, BLOCK 56 ° ............................. Worth TARRANT COUNTY, TEXAS JAMES E. DeOTTE City of F4 AS RECORDED IN d°'°°°° °°°°°°°°°°°9°°° e.. 200 TEXAS STREET INST D208310687 4673 FORT WORTH, TX. 78102 DEED RECORDS OF TARRANT COUNTY TEXASF PROJECT LAKE ARLINGTON LIFT' STATION CITY PROJECT No. 100995 ��p°°S �J Rv PROPOSED 50' SANITARY SEWER LINE ESMT ENCROACHMENT PARCEL No. 5 LAND ACQUISITION AREA: 2,537 SQ FT OR 0.058 AC Date: 313112020 JDEI JOB No. 201704200 DRAWN BY. CBC PAGE 4 OF 4 DAMES DeOTTE ENGINEERING, INC. ° 2201 DOTTIE LYNN PKWY., SUITE 119 FORT WORTH, TX. 76120 • 817-446-6877 TBPE FIRM Reg. No. 8917 • TBLS Firm Reg. No. 101014-00 EXHIBIT A LEGAL DESCRIPTION PROPOSED 50' TEMPORARY CONSTRUCTION EASEMENT ENCROACHMENT Being a portion of Lot 2-R in Block 1 of Southeast Landfill Addition to the City of Fort Worth in Tarrant County, Texas and recorded in Cabinet A, Slide 12883 or the Plat Records of Tarrant County, Texas (P.R.T.C.T.), and being more particularly described as follows: COMMENCING at a 112" iron rod found for the northeast corner of said Lot 6 in Block 3 of ESCO Industrial Park as recorded in Cabinet B, Slide 2656 of the said Plat Records and for an interior corner of Lot 2R in Block 1 of Southeast Landfill as said Lot 2R appears upon the plat recorded in Cabinet A, Slide 12883 of the said Plat Records and in the east line of a TESCO Easement recorded in Cabinet A, Slide 12883 of the said Plat Records, from which bears a 5/8" iron rod found for an east corner of said Lot 2R and for the west most corner of Lot 1 in Block 1 of Southeast Landfill as it appears upon the plat recorded in Cabinet A, Slide 12622 of the said Plat Records, N 79000'31" E. THENCE S 89"28'48" W, along the common line of Lot 6 and Lot 2R, a distance of 289.20 feet to a point in the north line of said Lot 6 and the south line of said Lot 2R THENCE N 00031'12" W, departing the common line of Lot 6 and Lot 2R, a distance of 108.04 feet to a point in the south line of a 50' TESCO Easement as recorded in Volume 1460, Page 337 of the need Records of Tarrant County Texas (O.R.T.C.T.), said point also being the POINT OF BEGINNING THENCE N 53"02'38" W, departing the south line of the aforementioned 50' TESCO Easement, a distance of 50.74 feet to a point in the north line of the aforementioned 50' TESCO Easement. THENCE N 46"46'22" E, along the north line of said 50' TESCO Easement, a distance of 50.74 feet to a point. THENCE S 53"02'38" E, departing the north line of the 50' TESCO Easement, a distance of 50.74 feet to a point in the south line of the 50' TESCO Easement. THENCE S 46"46'22" W, along the south line of the 50' TESCO Easement, a distance of 50.74 feet to the POINT OF BEGINNING and containing 2,537 square feet or 0.058 acres more or less. PAGE 1 OF 4 NOTES: 1) All bearings and coordinates are in us survey feet surface using a scale factor of 1.000137001 and referenced to the Texas Coordinate System, Nad-83, The North Central Zone 4202. 2) Exhibit B of same date accompanies this legal description. JAMES E. DeOTTE � °efSS�fl°°O SUR Date: 3IJ 112020 James E. DeO to Registered Professional Land Surveyor No. 4673 James DeOtte Engineering, Inc, TBPLS Firm No. 10101400 2201 Dottie Lynn Parkway, Suite 119 Fort Worth, Texas 76120 (817) 446 — 6877 PAGE 2OF4 ALHAMBRA a �I LIItJC, z DflRSEY EXHIBIT B VICINITY MAP � 4�AP HFR z 3 ALANDA_E N.T.S. r v z DA' I ANDY I IILI- ? PAGE 3 OF 4 �� vG T LLU AR z Q�EN RTIJCF z � MATHEWS a PAC ARD PN o u > >- w w - n LJ -Sf11 z U F L I HILL /TEW r7 WDUD <- Q ROUGH w 3 WUU➢ ILL r CRF_EK a MANF RDALF ? c w u z CA -EY W. J w z cr �� r CENTURY f i CAR IAGF a. n a y w I9 3 J WINB � z a RUL.ANAA ~ a a N1� _ ¢ (4 P �RI<W ❑D - _ ��C ARIHUR a N GRIGGS G BEY n BHWLES a NGTON cZ~ FREEMAN LOCATION �P MISTLE UL CH[MNEY RUCK FSC❑ ¢ W 0 L m � z REP BL[G�P r Y z SHAD 4TIl a J n LIMIT n STH W J I� I� b LHN STCVENSUN 4. a z -I - ? ly AVf_RET a r � , � U % 11 NOTES: BEARINGS ARE REFERENCED TO TWO IRON RODS FOUND MARKED AS CONTROLLING MONUMENTS. ALL DISTANCE AND AREAS SHOWN ARE SURFACE. LEGAL DESCRIPTION OF SAME DATE ACCOMPANIES THIS PLAT. LEGEND: PROPERTY BOUNDARY — — EX. EASEMENT ------- PROP. 50' TEMPORARY CONSTRUCTION ESMT ENCROACHMENT — i — — — — — CAPPED IRON ROD SET CIRS IRON ROD FOUND IRF DEED RECORDS TARRANT COUNTY TEXAS D. R. T. C. T. PLAT RECORDS TARRANT COUNTY TEXAS P. R. T. C. T. o O fi EXHIBIT B SHOWING A PARCEL OF PROPERTY ART ®RTC OUT OF LOT 2R, BLOCK 1 SOUTHEAST LANDFILL °°TF SITUATED IN THE SHELBY COUNTY SCHOOL LAND, BLOCK 56 9 ' °°°°°°°°°°°°°°°°°°°°°°°°oo°°° TARRANT COUNTY, TEXAS JAMES E, DeOTTE City of fort Worth AS RECORDED IN °° 200 TEXAS STREET INST. D208310687 DEED RECORDS OF TARRANT COUNTY TEXAS '° A 4673 o FORT WORTH, TX. 78102 lo AND°°S U R`I PROJECT. LAKE ARLINGTON LIFT STATION CITY PROJECT No. 100995 PROPOSED 50' TEMPORARY CONSTRUCTION ESMT ENCR PARCEL No. 5 Date: 3 31 2020 LAND ACQUISITION AREA: 2,537 SQ FT OR 0.058 AC 3 OF 4 JDEI JOB No. 201704200 1 DRAWN BY.- CBC IPAGE JAMES DeOTTE ENGINEERING, INC. • 2201 DOTTIE LYNN PKWY., SUITE 119 FORT WORTH, TX. 76120 • 817-446-6877 TBPE FIRM Reg. No. 8917 • TBLS Firm Reg. No. 101014-00 EXHIBIT B/i PAGE 4 OF 4 / ITESCO 50' EASEMENTVOL 1460. PG 337D.R.T.C.TFLOODPLAIN EATS53`02'38"E' \ / / CAB A, SLO %2 350,74' i / P. R. T C. T 390' TO NEARESTN46°46'22"E' / TOWER ON EAST SIDE /50 74' f I f I ,/ D. R. T. G. T. I 0 100' SANITARY SEWER / PROPOSED 50 TEMPORARY RV50T noN/RESER7ATroN ----/7I I N53°02'38"W' / CONSTRUCTION EASEMENT 50.74' N ENCROACHMENT CONTAINING /N 2,537 SO. FT. / 0.058 AC. / 123' TO / / NEAREST i S46°4622 "W' / TOWER ON 50.74' WEST SIDE CAB A, SLD 12883 P.R. T.C.T. 30' SANITARY SEWER EASEMENT i D 196023.251 1 D. R. T C. T. 120' SANITARY SEWER EASEMENT 0165090951 0.R.T.C.T / 2R, BLK 1 LINE FOR - / SOUTHEAST LANDFILL DIRECTIONAL / NO.31'12W CAB A, SLIDE 1288.3 CONTROL / 108.04' D208310687 / P. R. T. C. T. N79'00'3 I "E' / P.O.C. ' S89 28'48 "W' I 1/z rxr T LOT 6, BLK 3 I I FLOODPLAIN EASEMEN� ESCO INDUSTRIAL PARK CAB B, SLD 3606 CAB B, SLO 3606 020HJ88472 RR.T.C.T. � 4 0 80 160 GRAPHIC SCALE IN FEET 8, IRF / (C. M.) / IF I LT 1, BLK I / SOUTHEAST LANDFILL CAR A. SLIDE 12622 0203140925 / / P. R, T. C. T. / PROPERTY BOUNDARY EX. EASEMENT -- — ----- -- — -- ----- I I I PROP. 50' TEMPORARY CONSTRUCTI0N ESMT ENCR CAPPED IRON ROD SET C1RS IRON ROD FOUND IRF DEED RECORDS TARRANT COUNTY TEXAS D. R. T. C. T. PLAT RECORDS TARRANT COUNTY TEXAS P. R. T. C. T. EXHIBIT B SHOWING A lq ®TR�+ PARCEL OF PROPERTY ll OUT OF LOT 2R, BLOCK 1 SOUTHEAST LANDFILL SITUATED IN THE SHELBY COUNTY SCHOOL LAND, BLOCK 56 City of Fort Worth TARRANT COUNTY, TEXAS AS RECORDED 1N 200 TEXAS STREET INST. D208J 10687 FORT WORTH, TX. 76IO2 DEED RECORDS OF TARRANT COUNTY TEXAS PROJECT.- LAKE ARLINGTON LIFT STATION I CITY PROJECT No. 100995 � PROPOSED 50' TEMPORARY CONSTRUCTION ESMT ENCR I PARCEL No. 5 LAND ACQUISITION AREA: 2,537 SQ FT OR 0.058 AC JDEI JOB No. 201704200 DRAWN BY.- CBC PAGE 4 OF 4 JAMES DeOTTE ENGINEERING, INC. • 2201 DOTTIE LYNN PKWY., SUITE 119 TBPE FIRM Reg. No. 8917 • TBLS Firm Reg. No. 101014-00 °°°°°°°°c°°°°°°°c°°°°°°°c°u°° JAMES E. DeOTTE °o ° °°4673 ° ° Do te: 3 FORT WORTH, TX. 76120 /3112020 817-446-6877 wage i or b D220094230 412712020 9:57 AM PGS 6 Fee: $39.00 5ubmitter: CSC EREGORDING SOLUTIONS Electronically Recorded by Tarrant County Clerk in Official Public Records, -� Mary Louise Nicholton PT # 2019 2040 District: FWS WR #: 3428253 ER# EASEMENT AND RIGHT OF WAY STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF TARRANT § That BMTWR Properties, LLC, a Texas limited liability company, hereinafter called "Grantor", whether one or more, for and in consideration of Ten Dollars ($10.00) and other valuable consideration to Grantor in hand paid by Oncor Electric Delivery Company LLC, a Delaware limited liability company,1616 Woodall Rodgers Freeway, Dallas, Texas 75202-1234, hereinafter referred to as "Grantee", has granted, sold and conveyed and bythese presents does grant, sell and convey unto said Grantee, its successors and assigns, an easement and right-of- way for overhead and/or underground electric supply and communications facilities, consisting of variable number of wires and cables, supporting structures, surface mounted equipment, conduits and all necessary or desirable appurtenances over, under, through, across and upon Grantor's land described as follows: SEE EXHISIT "A" (ATTACHED) Grantor recognizes that the general course of said lines, or the metes and bounds as described above, is based on preliminary surveys only, and Grantor hereby agrees that the easement and right-of-way and its general dimensions hereby granted shall apply to the actual location of said lines when constructed. Together with the right of ingress and egress along and upon said easement and right-of- way and over and across Grantor's adjoining properties for the purpose of and with the right to construct, maintain, operate, repair, remove, replace, reconstruct, abandon in place, and to change the size and capacity of said facilities; the right to relocate said facilities in the same relative direction of said facilities; the right to relocate said facilities in the same relative position to any adjacent road if and as such is widened in the future; the right to lease wire space for the purpose of permitting others to string or lay wire or cable along said facilities; the right to prevent excavation within the easement area; the right to prevent construction of, within the easement area, any and all buildings, structures or other obstructions which, in the sole judgment of Grantee, may endanger or interfere with the efficiency, safety, and/or convenient operation of said facilities and their appurtenances and the right to trim or remove trees or shrubbery within, but not limited to, said easement area, including by use of herbicides or other similar chemicals approved by the U.S. Environmental Protection Agency, to the extent in the sole judgment of Grantee, as may be necessary to prevent possible interference with the operation of said facilities or to remove possible hazard thereto. Grantor shall not make changes in grade, elevation or contour of the land or impound water within the easement area as described above without prior written consent of Grantee. rage Z oT b Grantor reserves the right to use the land within the above described easement area for purposes not inconsistent with Grantee's use of such property, provided such use shall not, in the sole judgment of Grantee, interfere with the exercise by Grantee of the rights hereby granted. TO HAVE AND TO HOLD the above described easement and right-of-way unto the said Grantee, its successors and assigns, until all of said electric lines and facilities shall be abandoned, and in that event said easement and right-of-way shall cease and all rights herein granted shall terminate and revert to Grantor or Grantor's heirs, successors or assigns, and legal representatives, to warrant and forever defend the above described easement and right-of-way unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof. EXECUTED this STATE OF TEXAS COUNTY OF J- " r� day of �41Z c!, , 2020. BMTWR Properties, LLC, a Texas limited liability company By: Jeff Schuessler, Manager BEFORE ME, the undersigned authority, on this day personally appeared Jeff Schuessler, as the Manager of BMTWR Properties, LLC, a Texas limited liability company, 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 for the purposes and consideration therein expressed, in the capacity therein stated and he/she is authorized to do so. GIVEN UNDER MY HAND AND SEAL OF OFFICE this �fijiw&- , A. D. 2020. KATHY METZGER Notary Public, State of Texas QZ Comm Expires 01-18-2024 ,W OF S�t�� 'arpssu� Notary 11) 126380040 11� Notary Public i and for thWVate of Texas day of 50.3200 CORPORATE ONGOR OW00 DWRIBLITION SASEC MT LAST REVISW Q312016 eage3orb EXHIBIT A LEGAL DESCRIPTION 10' ONCOR ELECTRIC DELIVERY CO. EASEMENT Being a portion of Lot 5 in Block 3 of ESCO Industrial Park Addition to the City of Fort Worth in Tarrant County, Texas and recorded in Cabinet B, Slide 2656 or the Plat Records of Tarrant County, Texas (P.R.T.C.T.), and being more particularly described as follows; BEGINNING at a 1/2" iron rod found for the southeast corner of said Lot 5 and for the southwest corner of Lot 6 in Block 3 of ESCO Industrial Park as said Lot 6 appears upon the plat recorded in Cabinet B, Slide 3606 of the said Plat Records and in the north line of Freeman Drive as it appears upon the plat recorded in Volume 388-214, Page 48 of the said Plat Records from which a 1/2" iron root found for the northeast corner of said Lot 5 and the northwest corner of said Lot 6 bears N 00°27'09" W. THENCE S 89036'45" W, along the south line of said Lot 5 and the said north line of Freeman Drive, a distance of 10.00 feet to a 5/8" iron rod set with plastic cap stamped "DEOTTE RPLS 4673". THENCE N 00°27'09" W, 10 feet from and parallel to the common line of said Lots 5 and 6, a distance of 266.70 feet to a 5/8" iron rod set with plastic cap stamped "DEOTTE RPLS 4673" in the north line of said Lot 5 and the south line of Lot 2R Block 1 of Southeast Landfill as it appears upon the plat recorded in Cabinet A, Slide 12883 of the said Plat Records. THENCE N 89015'07" E, continuing along the said north line of Lot 5 and the said south line of Lot 2R, a distance of 10.00 feet to a 1/2" iron rod found for the northeast corner of said Lot 5 and the northwest corner of said Lot 6. THENCE S 00°27'09" E, along the common line of said Lots 5 and 6, a distance of 266.76 feet to the POINT OF BEGINNING and containing 2,667 square feet or 0.061 acres more or less. PAGE 1 OF 4 Yage 4 oT is NOTES: 1) All bearings and coordinates are in us survey feet surface using a scale factor of 1.000137001 and referenced to the Texas Coordinate System, Nad-83, The North Central Zane 4202. 2) Exhibit B of same date accompanies this legal description. ............................. ...e0iTi: 09�4673 •�a'UR\ .ek? Cf �4- IR Mkklo- Jamest. D�tte Register rnfessional Land Surveyor No. 4673 James DeOtte Engineering, Inc. TBPL3 Firm No. 10101400 2201 Dottie Lynn Parkway, Suite 119 Fort Worth, Texas 76120 (817) 446 — 6877 PAGE 2 OF 4 rage 0 OT b IA 'Z MA RDALE arm :.XHIBIT A VICINITY N.T.S. PAGE 3 OF 4 9/ H- 1 SHAD 4TH LIMIT p 5TH 0 3 o w AVERET U_ j of R uL ZES, BEARINGS ARE REFERENCED TO TWO 112 INCH IRON RODS FOUND MARKED AS CONTROLLING MONUMENTS ALL DISTANCE AND AREAS SHOWN ARE SURFACE: LEGAL DESCRIPTION OF S4ME DATE ACCOMPANIES THIS PLAT. me CAPPED IRON RODS STAAAPED "DEOTIF RPLS 4673" WILL SE SET" AT CORNERS OF THE ONCOR ELECTRIC DELIVERY CO. EASEMENT L EGFND• PROPERTY BOUNDARY — -- EX. EASEMENT — — — — — — — 10' ONCOR ELECTRIC DELIVERY CO. EASEMENT;; CAPPED IRON ROD SET C1RS IRON ROD FOUND IRF DEED RECORDS TARRANT COUNT}' TEXAS D.R.T.C.T. PLAT RECORDS TARRANT COUNTY TEXAS P.R.T C.T. EXHIBIT A SHOWING A FoRTWORTHPAl4CEL OF PROPERTYour of .......................... LOT 5, BLOCK ,� ESCO INDUSTRIAL PARK _ JAME.E SITUATED IN THE ":.......•._....•••••... SHELBY COUNTY SCHOOL LAND, BLOCK 56 4673 TARRANT COUNTY, TEKAS City ciqy °ss��o Cif Fort Worth AS RECORDED IN � suP"vE 200 i1 MS STRFEI INST D216197835 FORT Womm, TX. 76m DEED RECORDS OF TARRANT COUNTY TEXAS PROJECT.LAKE ARLINGTON LIFT STATION JCITY PROJECT No. 100995 V..0,Y OR ELECTRIC DELIVERY CO. EASEMENT IPARCEL No. 3 ply Aid Zo JDEI JOB No. 201704200 1 DRAWN BY- CBC PAGE 3 OF 4 JAMES DeOTTE ENGINEERING, INC. . 2201 DOTTIE LYNN PKWY., SUITE 119 FORT WORTH, TX 76120 • 817-446-6877 TBPE r1l?M Reg. No. 8917 . TBLS r rrm Reg. No. 101014-00 page u or u ._ ..... — — -- LT — ELK i — - EXHIBIT �, M ��° ��� V- — iF — ._.-.._......._ _... _..._ FORT WORTH CITY OF SOUTHEAST LANDFILL CAN45RINc LP 1 200 TEXAS ST, FORT PAGE 4 OF 4 64SEVENT � TESCO 50' rASCHENr WORTH, TX T6102 CAR A, SLIDE 12883 D210056155 VOL 1460 PG 337 DTH, TX 761 D208310687 D.1�.r.C.r. oraTGT D. R. T C. T, P.I� T. C-T_ — -- — -- 112 IRF- — SHMAISANI ESCO HOLDINGS LLC. N89'15-10 .: 5608 NORMANDY DR. COLLEYVILLE. TX 76034 1 ' D219019572 D.R.T.C.T. 10 ONCOR ELECTRIC ' LOT 6, BLK 3 DELIVERY CCO. �� i ESCO INDUSTRIAL PARK O� s EASEMENT ��` ! CAR B, SLID J606 BMTWR PROPERTIES, LLC {OVERLAPPING WITH LINE FOR 0208588472 428 HEMPHILL ST VARI,4BLE SLOPE DIRECTIONAL P.R. r c.T. FORT WORTH, i:Y 76104 EASEMENTS CONTAINCONTROL D2 2,667 SO. FT. NO°27' D..R. 09V R.TCT.C,T. 35 . � ° 0,061 AC. LOT 5, BILK 3 VARIABLE GATH NG LIP ESCO INDUSTRIALPARK ADDITION SLOPE EASEMENTfvn°27'09' 1� g g CAB B, SLIDE 2656 ;:;;, , p2� 09264-9 1. R. T. C. r. 266. SITE. 4841 FREEMAN DRIVE 266.76' i 1 1 20' 84RNEir CATHERING, LP ' } E4SrMENT i D209204977 D.R.T.C.T. a -- 71 r` j I VARIABLE 10' uT1LrIY ASEUDVr ACCESS E4SEMENi R., cAe 6, SID sees P.O.B R,R.TCT. 1 f2 �1RF • -- — L L 01 4, ELK I ESCO INDUSTRIAL PARK CAB B, SLD 2686 D203427713 P.R. T. C. T. S89'36'45 "W' 10.00' µ PROPERTY BOUNDARY -- — 5' uilLny EASEUEIiIr VOL �388-214, PG 48 ( EASEMENT p R.TCT. 0 60 12-0 10' ONCOR ELECTRIC ' m R , DELIVERY CO. EASEMENT CAPPED IRON ROD SET CIRS - IRON ROD FOUND 1RF GRAPHIC SCALE IN FEET DEED RECORDS TARRANT COUNTY TEXAS D.R.T.C.T. PLAT RECORDS TARRANT COUNTY 7UAS P.R.T.0 T. EXH181T A SNOWING A PARCEL OF PROPERTY ��WORTH OUT OF LOT 5, BLOCK 3 ESCO INDUSTRIAL BARK SIruATED IN THE SI fELBY COUNTY SCHOOL LAND, BLOCK 56 City of FortA Worth TARRANCOUNTY, TEXASCity As 11ECOR17Ea IN 1900 TF-w STREET INST. D216197835 FORT WORM, TX. 76702 DEED RECORDS OF TARRANT COUNTY TEXAS WXY/f lh LAND ACQUISI17ON AREA: 2, 667 SQ FT OR 0.061 AC JD& JOB No. 201704200 1 DRAWN BY CBC T JAMES DeOTTE ENGINEERING, INC. • 2201 DOTTIE LYNN PKWYPKWY., 7BPE FIRM Reg. No. 8917 • TBLS Firm Reg. No. 101 D 14--00 11 FREEMAN DRIVE VOL. 388-214, PG- 48 P. R. r.C. 7. 20 x2a' r. D.S. . VOL8-214y PG 48 - 20' BARNETT i ,1THEPING, LP EA5�9ENr i D21OW5910 f ' O.RT.C.'r j f JAMES E..DeOWE 4673 °-t .Sjjpt\ 20 - 8 GC-4.02 Subsurfacerid Physical Conditions THIS PAGE LEFT INTENTIONA-LLY BLANK CITY DC FORT WORTII LAw Arlingusn Lick 9 al" SA'ANDAP-D C IMIMUCU.0N RECIFILki'lON DOCUI4- N'rS lisp PPD*t Nulnbc - Idfll)')S Ruvk�J .lul}I, ?IFI I PAGE INTENTIONALLY LEFT BLANK GEOTECHNICAL REPORT LAKE ARLINGTON LIFT STATION Prepared for: City Of Fort Worth April 11, 2019 Prepared by: FREESE AND NICHOLS, INC. 4055 International Plaza, Suite 200 Fort Worth, Texas 76109 817-735-7300 G E®TIECHNICAIL REPORT LAKE A LINGTON LIFT STATION Prepared for: City of ]Fort Worth 'kti pai•.......... M M SHIFI�ETT o d . ................ 43763 ,'cu�� 04/15/2 1 April 2019 Prepared by: FREESE AND NICHOLS, INC. 4055 International Plaza, Suite 200 Fort Worth, Texas 76109 817-735-7300 FTW 18195A Lake Arlington Lift Station 5N%IS City of Fort Worth �_�i TABLE OF CONTENTS 1.0 PROJECT DESCRIPTION... ....................................................................................................................... 1 2.0 FIELD EXPLORATION.. ............................................................ 1.1 ............ ............................................. L-1 3.0 LABORATORY TESTING......................................................................................................................... 2 4.0 SITE GEOLOGY AND SUBSURFACE CONDITIONS........................................................................2 4.1 GROUNDWATER...............................................................................................................3 S.0 ANALYSIS AND RECOMENMENDATIONS.......................................................................................3 5.1 LIFT STATION.................................................................................................................... 3 5.2 ELECTRICAL BUILDING, ODOR CONTROL PAD, GENERATOR PAD .................................... 5 5.3 PAVEMENT....................................................................................................................... 6 5.4 JUNCTION BOX................................................................................................................ .7 6.0 CLOSURE.......................................................................................................................................................8 List of Tables Table 1. Field Borings for Lake Arlington Lift Station...................................................................... 1 APPENDICES Appendix A - Vicinity and Boring Location Map and Logs of Borings Appendix B - Laboratory Test Results Lake Arlington Lift Station City of Fort Worth 1.0 PROJECT DESCRIPTION FREESE awifoLs The Lake Arlington Lift Station is a portion of the City of Fort Worth project that includes the Lift Station and Force Main. The lift station site is located south of 1-20, east of Anglin Drive and at the eastern end of Freeman Drive. The Lift Station will include the following structures: • Lift Station, 72 x 50 feet plan dimension, with a 50-foot deep wet well and a ground surface slab extending from the wet well that will support the pumps and discharge piping. E Odor Control Pad m Electrical Building that will be about 33 x 15 feet plan dimension o Generator pad ® Junction Box to be constructed for tie-ins to existing sewer mains that lie south of the Lift Station The site plan for the Lift Station is located in Appendix A at the end of this Geotechnical Report (GR). The purpose of this Geotechnical Report has been to develop foundation design recommendations for the Lift Station structures. The project has been accomplished by performing four exploratory core borings for the Lift Station, performing laboratory tests on recovered soil and rock samples, and providing foundation design recommendations presented in this Geotechnical Report. A geotechnical boring was also drilled nearthe proposed Junction Box and foundation design recommendations are provided herein. 2.0 FIELD EXPLORATION Four core borings were drilled on March 8, 2019 for the Lift Station. Boring JB-01 was drilled on February 14, 2019 for a junction box. The borings drilled are listed in Table 1. Table 1. Field Borings for Lake Arlington Lift Station B_orin LS-01 Structure feik Lift Station _Depth, 60 LS-02 Lift Station 60 E-01 Electrical Building 25 GEN-01 Generator Pad 30 JB-01 Junction Box 35 The borings were drilled by Texplor with a truck -mounted drilling rig. The borings were backfilled upon completion of the drilling and sampling. Boring locations were staked at the site by James DeOtte 1 Lake Arlington Lift Station City of Fort Worth Surveyors. The locations of the borings are included in Appendix A and also on the Logs of Borings in Appendix A. 3.0 LABORATORY TESTING Laboratory tests were assigned to representative samples recovered from the borings. The tests were performed for soil classification — Atterberg Limits, percent fines passing the 200-mesh sieve, unit weight and moisture content, and unconfined compression tests. The results of these tests are presented upon each Log of Boring. Individual sheets with results for the unconfined compression tests are provided in Appendix B. 4.0 SITE GEOLOGY AND SUBSURFACE CONDITIONS The Lift Station site is located within an area of alluvium deposits associated with Village Creek. Underlying the alluvium is limestone associated with the Grayson Marl and Main Street Limestone undivided. The Grayson Marl was absent in these borings and the limestone encountered is the Main Street Limestone. The Pawpaw Formation lies below the Main Street Formation. The Lift Station borings encountered 8 to 11 feet of alluvial soil before weathered limestone was encountered (Elevation 572 to 574 feet). The weathered portion of the limestone is 3 to 4% feet thick, down to elevation 568 to 571 feet, which is the top of the un-weathered portion of the Main Street Limestone, Borings LS-01 and -02 extended to sufficient depths to encounter shale which has been identified to be the Pawpaw Formation. The Main Street Formation is composed of alternating layers of limestone and marl or clay. The limestone is light gray, moderately to thickly bedded with alternating beds of dark gray marl. The Pawpaw Formation consists of calcareous marl and shaly clay and has therefore been termed shale upon the logs of borings due to the fissile structure and the nomenclature commonly used in the Fort Worth area for this fissile Pawpaw Formation. The shallow alluvial soils present at the site consist of sand, silt, clay and gravel of variable thickness. The Lift Station borings revealed water bearing sand and gravel perched upon the underlying limestone. Boring JB-01, drilled slightly south of the Lift Station, encountered tan weathered limestone at 18 feet below existing ground surface at Elevation 554.7 feet. Two feet of wet gravel was found above the limestone. 2 Lake Arlington Lift Station FR€ESE City of Fort Worth 4111CHOLS 4.1 GROUNDWATER Groundwater was encountered in each of the four borings drilled for the Lift Station. The water is contained within the sand and gravel perched upon the underlying limestone. After encountering the groundwater surface during drilling, the water surface rose indicating hydrostatic pressure which is the result of a confining layer over the water bearing zone that is being supplied from some higher elevation. Similarly, Boring JB-01 found groundwater within the gravel layer perched above the limestone. 5.0 Al"NIALYSISAND R1;COMF,'NMEN DAT10-NS 5.1 LIFT STATION The Lift Station will include a wet well that will extend approximately 50 feet below the ground surface slab. The bottom slab of the well will serve as a mat foundation to support the wet well and the overlying slab. The top of the dark gray brown shale is at elevation 534.8 and 535.8 feet (based upon ground surface of elevation 580.3 feet in Boring LS-01 and 582.8 feet in LS-02). The mat foundation will therefore be supported within the shale. The excavation for the Lift Station will penetrate through the alluvial soils and the limestone stratum. Once the dark gray brown shale is encountered and exposed to the atmosphere, the shale can quickly dry and crack depending upon temperature and humidity. Therefore, it is recommended that once the shale is exposed and confirmed to be competent bearing material that a protective mud slab be placed over the shale. The excavated face, that is the sides of the excavation within the shale should also be protected from drying. If shoring retainage is placed soon after excavation, then the sides of the excavation should be protected. Consideration may also be given to applying shotcrete or an asphaltic spray to the exposed shale surface to prevent weathering. The walls of the wet well will be rigid and will be designed for an at -rest earthen pressure. The limestone is a rigid material and depending upon the excavation distance from the wet well wall and the excavated face of the limestone and shale, the wall backfill will have some arching influence between these two surfaces. The closer the excavated face to the wall, the more influence the arching impact and the less the lateral pressure to the constructed wall. Also providing significant load to the subsurface wall is hydrostatic pressure due to groundwater; there is no arching forthe water. Since the site contains ground water, the wet well should be designed for saturated backfill, that is, undrained conditions. We have assumed that the excavation into the limestone will extend 10 feet beyond the wall of the wet well, and soil backfill will be a sandy clay (CL), a clayey sand (SC), or sand (SP, SM), a liquid limit of 3S or 3 Lake Arlington Lift Station n REMSE City of Fort Worth less, a plasticity index between 4 and 20, and free of organics. An approximate angle of internal friction of 26 degrees and a wet unit weight of 125 pounds per cubic foot have been assumed. It is also assumed that the backfill will not be drained. This material is similar to Freese and Nichols Class 4 Earth Fill material. The lower portion of the backfill around the Lift Station will likely be flowable fill which can be used for as much of the backfill as practical. For design of the lateral loads, it is recommended that the earthen pressure from soil backfill as stated above be used which will provide a wall design suitable for other conditions should future site work, excavations and subsequent backfill occur that may not incorporate flowable fill or other higher strength materials. The equivalentfluid pressures (EFP) forthe undrained condition and applyingthe above -stated soil criteria for backfill results in the following EFP for the Lift Station: ® Use 100 psf/ft from the ground surface down to 18 feet, then apply 71 psf/ft down to the bottom of the excavation. The predominant factor to reduce the lateral load on the pump station subsurface wall is to prevent external hydrostatic force, which means drained backfill which is not a practical option for the Lift Station site and depth of structure. The other factors to reduce the lateral earth pressure load would be to backfill with a sand that will provide a soil angle of internal friction of 30 degrees or more, and to reduce the horizontal distance between the vertical wall and the excavated rock surface. Flowable fill is commonly used as backfill around influent/effluent pipe and within the lower portions of the excavation where the horizontal distance between the concrete wall and the excavated rock face does not allow much room for compaction equipment. The lateral earth pressures presented should provide a relatively conservative design approach. If alternate materials or construction approaches are considered, we are available to help determine adjusted loading values. The structural design should also consider potential uplift pressures due to high groundwater or flood levels and a potentially empty wet well. The location and magnitude of surcharge loads, permanent or transient, should be determined, and the additional pressure generated by these loads, such as the weight of equipment and vehicular loads, including those applied at the time the structures are being built, must also be considered in the design. A portion of the Lift Station slab will extend beyond the wet well. This pump support pad will extend into the area that will have been fully or partially excavated during construction of the wet well. Therefore, 4 Lake Arlington Lift Station City of Fort Worth the pump slab may be wholly or partially supported upon fill material associated with backfilling the Lift Station construction excavation. In order to uniformly support the pump slab, the slab should be supported upon drilled shafts that are founded within the limestone where the pump pad is not connected to the wet well. The drilled shafts should be supported within the light gray limestone, having penetrated through fill material and tan weathered limestone (if present). After penetrating 2 or more feet into the gray limestone, the drilled shafts may be designed for 20,000 pounds per square foot (psf) end bearing and side friction of 4,000 psf below the 2 feet of penetration providing a factor of safety of 3 or more. The gray limestone was encountered below elevation 567.8 feet in Boring LS-01 and 569.8 feet in LS-02. 5.2 ELECTRICAL BUILDING, ODOR CONTROL PAD, GENERATOR PAD The Electrical Building, and the ground supported concrete at -grade slabs for the Odor Control and Generator equipment may be located in areas that have been at least partially excavated. Since the limestone is relatively shallow in the Lift Station area, each of these at -grade structures can be supported upon drilled shafts and the backfill of the excavated area will not negatively impact the slabs and future settlement. Drilled shafts can be designed using the allowable bearing values presented in the preceding section on the Lift Station. Alternately, the slabs can be supported upon compacted fill that has been verified with density testing that the fill is adequately compacted. Depending upon the extent and configuration of the construction excavation for the wet well, the fill depth beneath the pads may be of variable thickness. It is important that fill be placed in horizontal lifts and the lifts are benched into excavated slopes to prevent future settlement or gravity creep. The onsite soils can be used as compacted backfill, but the upper most 3 feet of fill that will support the concrete pad should be compacted non -expansive select fill that will provide uniform support across the ground supported concrete slab. Fill material should be placed in loose lifts not exceeding 8 inches in uncompacted thickness, and for confined or smaller areas that will be compacted by light weight compaction equipment the loose lift and the resulting compacted lift thickness may need to be reduced to 4 inches or less in order to achieve sufficient compactive effort to obtain the specified compacted density. The fill material should be uniform with respect to material type and moisture content. Water required to bring the fill material to the proper moisture content should be applied evenly throughout each layer. 5 Lake Arlington Lift Station NLEESE City of Fort Worth Fill material should be compacted to a minimum of 95 percent of the maximum dry density determined by the Standard Proctor test, ASTM D 698. In conjunction with the compacting operation, the fill material should be brought to the proper moisture content. The moisture content should range between 2 percentage points below optimum moisture to 3 percentage points above optimum (-2 to +3). The density and moisture requirements are applicable to the existing soils and to imported select fill. Field density tests should be taken as each lift of fill material is placed. Each lift should be compacted, tested, and approved before another lift is added. The purpose of the field density tests is to provide some indication that uniform and adequate compaction is being obtained. The actual quality of the fill, as compacted, should be the responsibility of the contractor and satisfactory results from the tests should not be considered as a guarantee of the quality of the contractor's filling operations. Concrete pavement is planned to be placed around the Lift Station structures and continue along the service road to Freeman Drive. The service road will require significant earthwork and ramp to achieve final grade, while the area around the structures will have been excavated for the Lift Station wet well, associated structures and the yard piping. The pavement area will contain fill and it is imperative that all fill be compacted and documented with field density tests. Prior to subgrade treatment, the pavement area should be proof rolled to confirm the fill or undisturbed soil does not contain soft areas. The final pavement subgrade soil types will depend upon how the fill materials are placed. The shallow soils encountered by the borings are mostly sandy lean clay or clayey sand with sandy fat clay encountered in Boring LS-02. Therefore, it is assumed that after the site grading and backfill around the lift station structures have occurred, the pavement subgrade soils will likely be clayey and contain sufficient fines to use a lime treated subgrade to support the concrete pavement. Therefore, the pavement subgrade can be treated with: Six percent hydrated lime placed at an application rate of 27 pounds of hydrated lime per square yard for a 6-inch compacted thickness. The treated subgrade should be compacted to 95 percent or greater of Standard Proctor density, ASTM D698 at a moisture content of -1 to +4 percent of optimum moisture. TxDOT Item 260 Lime Treatment (Road Mixed) or NCTCOG Item 301. Lime Treatment can be referenced. An alternative to treating the subgrade with lime, would be to support the concrete pavement upon: 11 Lake Arlington Lift Station FRERSE City of Fort Worth MMKHOLS ® 6 inches of crushed limestone base material, compacted to 92 percent or greater of Modified Proctor density, ASTM D1557 at a moisture content of -2 to + 3 percent of optimum moisture. The base material may be specified as TxDOT Item 247 Grades 1-2, or as NCTCOG 301.5. Flexible Subbase or Base. Due to the presence of the fill material, including the access road ramp, a layer of geogrid placed between the subgrade and the base material will help to distribute the pavement loads to the subgrade as well as serve as a separation layer between the base and the subgrade. Tensar TX5 is a triaxial geogrid that has aperture openings suitable for base material with gradations similar to the TxDOT and NCTCOG specifications. Traffic volume at the Lift Station will not produce sufficient repetitions to result in fatigue failures, which is how pavement thickness is determined. Since equipment loads for maintenance to the Lift Station and appurtenances will occur, it is recommended that: O 8 inches of reinforced concrete be used for the pavement section supported upon the prepared subgrade or base material. The crushed limestone base material and geogrid option will provide a more robust pavement section and load carrying capacity than the lime treated subgrade option. If fill will be needed to achieve final grades along the access road ramp, the fill should be compacted similar to the fill requirements given within the Lift Station section of this report. 5.4 ]UNCTION BOX. Boring JB-01 was drilled for one or two junction boxes that are located south of the Lift Station. We understand that the location of the Junction Box may change from the location that was core drilled. However, the following design values are provided in case the Junction Box location does not change. Boring JB-01 encountered limestone at the 18-foot depth, elevation 554.7 feet. Groundwater was encountered at elevation 556.7 feet within a 2-foot layer of fine gravel overlying the limestone. The bottom of the Junction Box will be about 10 feet below existing ground surface and therefore above the water bearing zone. This will place the bottom of the Junction Box (at the JB-01 location) within stiff sandy clay or dense clayey sand. The bottom slab can be sized using a net allowable unit foundation load of 2,000 pounds per square foot provided the bottom slab is placed above the groundwater or soft soil. The exposed bearing surface should be observed to confirm it is firm and suitable to provide uniform support across the entire bottom of the Junction Box. 7 Lake Arlington Lift Station City of Fort Worth FREESE 'INKHOLS The subsurface structure will be subjected to lateral earth pressures exerted by the soil and by groundwater. Due to the proximity of Village Creek and the floodplain, the design earth pressures should include hydrostatic loads in addition to the soil. For the at -rest earth pressure, undrained condition, soil friction angle of 22 degrees (conservative estimate based upon the soil classification) and a soil unit weight of 125 pcf, the design lateral earth pressure should be 102 pounds per square foot per foot of depth when backfilling with the onsite soils. 6.0 CLOSURE The boring logs presented in this report contain information related to the types of soil and rock encountered at specific locations and times and show lines delineating the interface between these materials. The logs also contain our field representative's interpretation of conditions that are believed to exist in those depth intervals between the actual samples taken. Therefore, these boring logs contain both factual and interpretive information. It is not warranted that these logs are representative of subsurface conditions at other locations and times. The boring locations were surveyed at the site by James DeOtte Engineering. The City of Fort Worth may provide this report to others for information purposes. The use of the logs of borings are the responsibility of the user, including interpretation of strata, condition of rock, and soil type information. Users of this information should be aware that verification of the subsurface conditions for purposes of determining difficulty of excavation, trafficability, or reuse are the responsibilities of the contractor or user of this information. 8 Appendix A— Vicinity and Boring Location Map Logs of Borings Key to Symbols VV LU jm QPNrvv� i I 4 Z (n �^mn �n rn Z.iC 2w 1� woe- I m O a a m I ` ro a V Op 4 .Y�irn=.:iiszw ° I r tw co A c� m I _ . „ o N39 4 zp N39 1nj �° m a�3 is Fk UnNO �oa3 I U ,b X � O � W � N I j �� a o �J ly I acid — z E � o O PM �� ONY E L L U C y }o / I � � [Q cu s= o } � N I / Ln � O O I / C `V 6;2 I LU L.L Q Q� Y off m O I ,- i N 3 06 x_- I L I L LL I I I I I I � Q 0 I a a r z o m a rFREELAG OF BORING N®. E�O MAICHOLS Project Description: Lake Arlington Lift Station Project Location: Fart Worth, Texas Project No.: FTWI8195 Date Drilling Started: 3/8/2019 Phase No.: **** Logged By: AB Drilling Co.: Texplor of Dallas, Inc. Date Drilling Completed. 3/8/2019 Rig Type: CME 75 hammer Type: Automatic Drill Method; CFA & Air Rotary Latitude: 32-654082 Longitude:-97.245903 Elevation: 582.3 ft. SAMPLE A a W de �7 FZ ZW x Z a Z W = o Z" O MATERIAL A U 2' aJa O o 3 w z z a o' `^ W o ae o g aoW 0 aoz a z J S cc SFO Z a jcc SILTY SANDY CLAY, orange brown, soft, U-1 1.75 (P) 39 trace iron nodules _ - 1/581.3 SANDY CLAY, brown, soft, fine grain sand content, trace calcareous and iron u-2 3.D (P) 70 nodules, some orange iron staining CLAYEY SAND, tan with gray mottling, 3.5/578.8 soft, with calcareous and iron nodules, 5— u-3 4.5+(P) 65 �� iron oxidation and staining, fine gravel, 23 109 47 47 18 29 1.6 9.1 --577 orange sand partings and very thin beds, fine sands u-4 4.5+(P) 63 SAND and GRAVEL, wet, fine -to 8/574.3 SPT-5 11-32- coarse -sand and fine gravel, loose to 50/3.00" medium dense 10-- \, LIMESTONE, tan, highly weathered to 9.5/572.8 572 1 — decomposed at contact, marly, silty i LIMESTONE, light gray, very hard to 13/569.3 TCP 50/0.501, extremely hard, occasional soft marl beefs 15 50/0.25" I throughout I 567 T ' .I _ 50/0.25" TCP f 50/0.25" I 20 — 562 L - I I TLr sa/1s: 50/1" � I I� zs i 1 i Total boring depth 25.0 ft. 5S7 _ 3D f - 552 GROUND WATER OBSERVATIONS Remarks: — ------ . .--- Boring advance with continuous flight augers. MEASUREMENT o. At Time Of Drillingi At End of Drilling 1 After Drilling DATE DEPTH (ft.bgs.) S - - — 10.5 Sheet 1 of 1 NOTES rmFREESE LOG OF BORING NO. CEN-01 AKHOLS Project Description: Lake Arlington Lift Station Project Location: Fort Worth, Texas Project No.: FTW18195 Date Drilling Started: 3/8/2019 Phase No.: **** Logged By: AB Drilling Co.: Texplor of Dallas, Inc. Date Drilling Completed: 3/8/2019 Rig Type: CME 75 Hammer Type: Automatic Drill Method: CFA Latitude: 32.653966 Longitude:-97,246060 Elevation: 584.9 ft. SAMPLE n LU J Z H S 2 0� �� ~ Z may ' Z F �N wow r° _ z--P } m MATERIAL DESCRIPTIDfii z W w°^ n J �= o a a p a,,, Q Zug O 0 O a � g 12 u 2 a 3 4 o aeo z 0. W m =acp F f Z a �� D ac i7 SILTY/SANDY CLAY, orange brown, soft, u-1 3.0 (P) 67 trace iron nodules SANDY CLAY, orange -brown with gray :f{ mottling, medium stiff, with iron nodules - u-z 4.25 (Pj 80 and oxidation, fine sands, trace fine 18 62 40 18 22 gravel 31ss1-9 — SANDY CLAY, tan, soft, with calcareous and iron nodules, calcareous deposits, 5 u-3 2.0 (P) 45 1- Iron oxidation, fine to coarse gravel, trace 580 gray mottling and sand partings CLAYEY SAND, tan -orange, soft to loose, 6/578.9 U-4 2.0 (P) 63 wet, with fine gravel, calcareous deposits, iron nodules CLAYEY SAND/GRAVEL, orange -brown, Qsi6-9 u-s 3.0 (Pj 72 loose, wet, iron rich gravel and sandstone 19 fragments, thin clay beds 10 575 LIMESTONE, tan, highly weathered and 11/573.9 decomposed at contact, very soft to hard 50/0.50" 7cP 50/0.50" LIMESTONE, gray, hard to extremely hard 14/570.9 15 with occasional soft beds of marl 570 _L� SB/a.50" L 50/0.50" 20 — r 565 F I I 7CP 50/0.25" 25 560 50/0,25' TO 50/0-25" 30 555 Total boring depth 30.0 ft. GROUND WATER OBSERVATIONS Remarks: --------- -- - Boring advanced with continuous flight augers. MEASUREMENT V At Timc Of Drilling Y_ At End of Drilling 2 After Drilling DATE Sheet 1 of 1 DEPTH (fl.bgs.) 6 5.5 NOTES r�FREESE LOG OF BORING NO. LS-01 °�i�H®e� Project Description: Lake Arlington Lift Station Project Location: Fort Worth, Texas Project No.: FTW18195 Date Drilling Started: 3/7/2019 Phase No.: **** Logged By: AB Drilling Co.: Texplor of Dallas, Inc. Date Drilling Completed: 3/7/2019 Itlg Type: CME 75 Hammer Type: Automatic Drill Method: HSA & NX Core Latitude: 32.654241 Longitude:-97-245840 Elevation: 580.3 ft. SAMPLE 3° u a W F F h t 7 LU Z W r C FF, C_ x 0 z W N tn � 2 $ Z ~ W 3 a Z o 71 z ""r.. a W } W o i 7 m MATERIAL DESCRIPTIOf+! z 0 W 3 H N J J a P Q O W o z ��; p �+ o o W a z 3 0 a O oc =j W F a �� ° g cLiF cc o cc 3 z SILTY SANDY CLAY, red brown, soft, trace u-1 2.75 (P) 88 , iron nodules 1/579s CLAY, brown, soft, with calcareous and iron nodules, fine gravel and some sand 2I5783 U-2 3.0 (P) 80 Content 17 68 43 19 24 SANDY CLAY, light tan gray, soft, with calcareous nodules and deposits, iron #-.- nodules, trace fine gravel and orange iron 5 U-3 75 staining 575 -gravel percentage increasing with depth (fine to coarse) U-4 75 LIMESTONE, tan, weathered, soft to hard e1572.3 SP7-5 17 50/3.00" 10 — 570 LIMESTONE, light gray, very hard to 12.515672 extremely hard, thick bedded, moderately fractured, trace fossil fragments and rip -up clasts, occasional 15 dark gray marl laminations and very thin 565 beds throughout - 7 146 79 1.5 C-1 100 f 74 -slickensided mar] bed at approximately 18.5 feet 20 -marl is very thinly to thinly bedded 560 throughout, fissile to blocky, and very — - soft ----- 16 120 9 1.5 25- C-2 98 78 F -555 I i I '- T_ 9 138 98 1.4 - 30--- -I - -550 GROUND WATER OBSERVATIONS Remarks: Boring advanced with hollow stem auger to 15 feet; Rotary Wash/NX Core 15 to 60 feet. Sheet 1 of 2 - -- MEASUREMENT o At Time OfDrilling i At End or Drilling 17 After Drilling DATE I DEPTH Qa.bgs.) 7.5 12 NOTES rICIO LOG o BORING No. Ls -as Project Description: Lake Arlington Lift Station Project Location: Fort Worth, Texas Project No.: FTW18195 Date Drilling Started: 3/7/2019 Phase No.: **** Logged By: AB Drilling Co.: Texplor of Dallas, Inc. Date Drilling Completed: 3/7/2019 Rig Type: CME 75 Hammer Type: Automatic Drill Method: NSA & NX Core Latitude: 32.654241 Longitude:-97.245840 Elevation: 580.3 ft. SAMPLE o ,,, a ae F F F" (7 W z� F W ? to z_ �, z' u,a4 4 '0 0. W W MATERIAL DESCRIPTION o 3^ o o � 2 0 LL p a V W z vi o�C GrC d N 3Ez = V 1 UJ a oa2 0 o °` F a n = a �y W m ' _ slickensided marl bed at approximately 30.5 feet f LIMESTONE, light gray, very hard to extremely hard, thick bedded, moderately fractured, trace fossil fragments and rip -up clasts, occasional 35 C 3 100 90 dark gray marl laminations and very thin 545 beds throughout (continued) L1.6 15 130 1.5 40 45 —1 CA 50 55-1 C-5 60 100190 f -shale bed, dark gray brown, fissile, soft from 41.5 to 43 feet SHALE, dark gray brown, fissile, soft 45,51534.e 12 130 97 1 95 1 16 1 119 GROUND WATER OBSERVATIONS MEASUREMENT Q At Time Of Drilling 7 At End of Driliin DATE DEPTH (ft.bgs.) 7.5 23.31 1.7 - 540 1 530 1 10.31 1.2 �- 525 I 60.0 ft. 520 Remarks: Boring advanced with hollow stem auger to 15 feet; Rotary Wash/NX 7 After Drilling Core 15 to 60 Feet. 12 Sheet 2 of 2 FREESE LOG OF BARING NO. LS-02 NICHOLS Project Description: Lake Arlington Lift Station Project Location. fort Worth, Texas Project No.: FTWIS195 Date Drilling Started: 3/8/2019 Phase No.: **** Logged By: Ala Drilling Co.: Texplor of Dallas, Inc. Date Drilling Completed: 3/8/2019 Rig Type: CM 75 Hammer Type: Automatic Drill Method: CFA Latitude: 32.654153 Longitude:-97-246055 Elevation: 582.8 ft. SAMPLE a u, .i h Z x w W I= ti U, O ZL (n in U D F- Z Z o MATERIAL DESCRIPTION Z 0 M DiJ �^ c ZE aa J d��W ZO�Q a w a aW Z w u wa aoJG <u FZ o6 a aN u=!�" Woz =F w M FC) SILTY SANDY CLAY, orange brown, soft, U-1 2.5 (P) trace iron nodules xlsat.a CLAY, brown, soft to medium stiff, trace calcareous and iron nodules, fine gravel , u-2 3.25 (P) some sand content and orange iron staining SANDY CLAY, tan with gray mottling, 4/578-0 5 u-s 2-25 (P) medium stiff, with iron nodules and 22 67 56 21 35 —578 deposits, calcareous nodules, fine gravel, some iron oxidation and staining -increasing gravel percentage with depth u-a 4.s+(P} -weakly cemented iron rich sand parting at 7 feet -thin clay bed from 7.5 to 8 feet u-s 4.5+(PJ U -very soft and wet at 8 feet 9�573.g 15 120 1.2 7.2 LIMESTONE, tan, highly weathered and to 573 decomposed at upper contact, manly f LIMESTONE, light gray, ve ry hard to 13/569.8 L. extremely hard, occasional soft marl beds I throughout 15 50/0s0" 50/0,25' I ' 568 TCP f 20 TCP s0/a.zs" 50/0.z5" l f 563 i i--x is l 25 50/1" I 558 TCP 30 55" 0/0.2s0/azs" —553 TCP GROUND WATER OBSERVATIONS Remarks: - -- - -- Baring advanced with continuous flight augers. Iv EASUREMENT 2At Time Of Drilling► At End of Dtillin n_ ARer Drillin ---- DATE DEPTH (fi.bgs.) 9 Sheet 1 of 2 NOTES rFREESE WRICHOLS Project Description: lake Arlington Lift Station Project Location: Fort Worth, Texas Date Drilling Started: 3/8/2019 Logged By: AB Rig Type: CMF75 Latitude: 32.654153 LOG OF BORING NO. LS-02 Drilling Co.: Texplor of Dallas, Inc. Hammer Type: Automatic Longitude:-97.246055 Project No.: FTW18195 Phase No.: **** Date Drilling Completed: 3/8/2019 Drill Method: CFA Elevation: 582.8 ft. SAMPLE I a W tR z x tq W F' r �_ a a tn $ r ZLb o VF o m MATERIAL DESCRIPTION Z 2 w Z— �N g '1 W aH tq ¢ O F z a y a a N = F o a 0 �Z g Z m° =°Oa a 3 F. z Z~ a uJa LIMESTONE, light gray, very hard to extremely hard, occasional soft marl beds throughout (continued) 35 TCP 50/0.25" 50/0.25" q 548 I � 40 50/0.25" 50/0.25° 543 TCP / ,I. I I 45 50/Osa" 50/0.2511 538 TCP SHALE, dark gray brown, soft to hard, 4Is35.8 fissile so 50/2' s0/2" 533 TCP 55 — 50/2" 50/2.. 528 TCP 60 TCP 50/1.5" so/1.5' - 523 Total boring depth 60.0 ft. - GROUND WATER OBSERVATIONS Remarks: Boring advanced with continuous Flight augers. Sheet 2 of 2 - MEASUREMENT s-z At Time Of Drillin 1_ At End of Drilling -V After Drilling DATE DEPTH (ft.bgs) NOTES rMICH®LS LOG OF BORING No. Js-as Project Description: Lake Arlington Lift Station Project Location: Fort Worth, Texas Project No.: FTW18195 Date Drilling Started: 2/14/2019 Phase No.: **** Logged By: AB Drilling Co.: Texplor of Dallas, Inc. Date Drilling Completed: 2/14/2019 Rig Type: CME 75 Hammer Type: Automatic Drill Method: CFA Latitude: 32.652217 Longitude:-97.244858 Elevation: 572.7 ft. SAMPLE a° a w e 19 X z a 0 WCa� a w W W —' g MATERIAL DESCRIPTION F 0 3JA Zva a n U _ a 0 a0 0 a N �6 � OF z `^ r.r u-1 4.5+ (P) 78 SANDY CLAY, light orange to yellow brown, hard, with brick fragments and u-2 3.75 (P) 45 asphalt, fine gravel and sand (FILL) CLAYEY SAND, reddish brown, dense, fine U-3 4.5+ (P) 60 sand, fine to coarse gravel, iron nodules U 4.5+ [P) 65 f and stains-4 13 30 33 16 17 u-5 4.5+ (P) 75 -fil I to 4 feet 5 u-6 4.5+ (P) 65 568 SANDY CLAY, dark brown, hard, with s�s67.7 calcareous nodules and webbing, iron u-7 4.5+ (P) 90 nodules and fine gravel u-8 4.5+ (P) 75 u-s 4.5+ (p) 75 14 54 31 15 16 ... SANDY CLAY, light orange to brown, stiff, es�s6a.2 u-ta 3.25 (P) 90 with iron nodules and fine gravel, 14 122 2.1 8.1 10 calcareous —563 --increasing sand with depth CLAYEY SAND, light orange to yellow 1zs/s6o.z f brown, dense '' U-11 4.5+ (P) 130 limestone fragments and Iron staining at 17 117 0.6 4.1 15 15feet 558 V GRAVEL, fine, iron rich, with occasional 16/556.7 limestone fragments, wet _7 LIMESTONE, tan, weathered 1a�ssa.� -interbedded with clay 18 to 20 feet ) 20 ---T --� 50/0.5" ��/ 50/0.5" 553 ' I LIMESTONE, light gray, with very thin to 22/550.-7 thinly bedded marl seams throughout 25—As0/o.zs" 25 50/0.25" TCP I - -� - 54$ 30 50/0.5" Tcr 50/0.25" I f 543 GROUND WATER OBSERVATIONS Remarks: - ---- .... .... -- - Boring advanced with continuous flight augers. MEASUREMENT -V- At Time Of Drilling T At End of Drilling I After Drilling DATE DEPTH (fi=.bgs.) 16 - -- -- -- ....... .... . . Sheet 1 of 2 NOTES Dry Dry rFREESE 00KHOLS Project Description: Lake Arlington Lift Station Project Location: Fort Worth, Texas Date Drilling Started: 2/14/2019 Logged By: AB Rig Type: CME 75 Latitude: 32.652217 LOG OF BORING WO. JB-01 Drilling Co.: Texplor of Dallas, Inc. Hammer Type: Automatic Longitude:-97.244858 Project No.: FTW18195 Phase No.: **** Date Drilling Completed: 2/14/2019 Drill Method: CFA Elevation: 572.7 ft. SAMPLE C LU Z F S 0 Ur 7 W ~ x Z j Z H Z o z� ca MATERIAL DESCRIPTION `A o 7 NJ aN w nz ao ~. �Z� LIMESTONE, light gray, with very thin to thinly bedded marl seams throughout (continued) 35 50/0.5" 50/0.25" 538 TCP — - Total boring depth 35.0 ft. - — 40 533 45 -- 528 50 523 55 518 60 513 GROUND WATER OBSERVATIONS Remarks: Boring advanced with continuous flight augers. MEASUREMENT V At Time Of Drilling -T At End of Drilling 1 After Drilling _ DATE Sheet 2 of 2 DEPTH (ft.bgS.) 16 NOTES _.._ Dry...- Dry BORING LOG LEGEND AND NOMENCLATURE Abbraviatinm LI — Undisturbed Sample (tube) SPT —Standard Penetration Test NT — Not Testable A —Auger Sample TCP—Texas Cone Penetration NP — Non Plastic CS — Continuous Sample CFA — Continuous Flight Auger ATD —At Time of Drilling C — Rock Core HSA — Hallow Stem Auger AD —After Drilling General Term# ' Term Description Blow Counts Results from either the Standard Penetration Test (SPT) or the Texas Cone Penetration (TCP) test. Recovery Length of sample or core recovered divided by the total length pushed, driven, or cored (expressed as a %) Rock Quality Designation (RQD) Cumulative length of unfractured pieces of core material more than 4 inches in length divided by the total length of material cored (expressed as a percentage) consistAncy of caheslvo Soil Description Comp. Strength, tsf SPT Blows TCP Blows Criteria Very Soft < 0.25 0-2 0-9 Sample sags under its own weight and is easily deformed Soft >_ 0.25 — < 0.5 > 2 — 4 > 8 — 20 Easily pinched between fingers and remolded with light finger pressure Medium Stiff >_ 0.5—< 1.0 > 4— 8 N/A for TxOQT Imprinted easily with fingers and remolded with firm finger pressure Stiff >_ 1.0 — < 2.0 > 8 —15 >20 — 40 Imprinted with strong finger pressure or indented easily with fingernail Very Stiff >_ 2.0 — < 4.0 > 15 — 30 > 40 to 80 Light imprint from finger or light indent with fingernail Hard >_ 4.0 > 30 >80 Difficult to indent with fingernail _ Apparont Density of cohasionlass,.S Description SPT Blow Count Texas Cone Blow Count Very Loose 0-4 0-8 Loose >4-10 >8-20 Medium Dense > 10 — 30 > 20 to 80 Dense > 30 — 50 80 to >_ 5" Very Dense > 50 ❑" to < 5" Sall Structure Description Criteria Stratified Alternating layers of varying material/color with layers ? 1/4-inch thick Laminated Alternating layers of varying material/color with layers < 1/4-inch thick Fissured Breaks along definite planes with little resistance Slickensided Fracture planes appear polished or glossy; shows movement direction Blocky Cohesive soil that can be broken into small, angular lumps Lensed Inclusion of small pockets of soil that is different from dominate type Homogenous Same color and appearance throughout Maistarre Condition Description Criteria Dry Absence of moisture, dusty, dry to the touch Moist Damp but no visible water Wet Visible free water Textural Adjlectivm_� Textural Item Description Pit Pinhole sized openings Vug Small openings up to 4 inches in size Cavity Opening larger than 4 inches Honeycomb Numerous and grouped pits and vugs Vesicle Small openings in volcanic rocks FREE E Copyright Freese and Nichols, Inc., version 1.4 (September 8, 2014) �R ICHOLS Page 1 of 2 BORING LOG LEGEND AND NOMENCLATURE Rack Hardness Cie scrIptorx Approx. Comp. Approx. Grade Field Test Strength, tsf TCP Range Very Soft < 10 - 100 >61, Can be peeled with pocket knife, crumbles under firm blows of geological hammer Soft 100 - 500 4" - 6" Can be peeled with pocket knife with difficulty, indented by firm blows of geological hammer Hard S00 - 1000 1" - S" Cannot be peeled with pocket knife, can he fractured by single firm blow of hammer Very Hard 1000 - 2000 0" - 2" Specimen requires more than one blow of geological hammer to fracture it Extremely Hard > 2000 0" Specimen requires many blows of geological hammer to fracture it Degree of Rock Weathering Description Criteria Unweathered No evidence of chemical or mechanical alteration Slightly Weathered Slight discoloration of surface or discontinuities; < 10% volume altered Weathered Discoloring evident; 10 to 50% of volume altered Highly Weathered Entire mass discolored; alteration through majority of rock Decomposed Rock reduced to soil consistency with some rock -like texture Rork Saddlog 5t?dctura Description Criteria Laminated < 3/8 inch Very Thinly Bedded 3/8-1 inch Thinly Bedded 1 inch-4 inches Moderately Bedded 4 inches-1 foot Thickly Bedded 1 foot-3 feet Very Thickly Bedded 3-10 feet Massive > 10 feet Soil Column Graphle Symbols" r Graphic Represented Soil Types Graphic Represented Soil Types ® Fat Clay, Fat Clay with sand, Sandy Fat Clay ,;;;;{, Well -Graded Sand or Poorly -Graded Sand; little to no fines ® Lean Clay, Lean Clay with sand, Sandy Lean Clay, Silty Clay Clayey Gravel, Gravel -Sand -Clay Mixtures ® Inorganic Silt and Organic Silt Silty Gravel, Gravel -Sand -Silt Mixtures Clayey Sand, Clay -Sand Mixtures m D Well -Graded Gravel or Poorly -Graded Gravel; little to no fines Silty Sands, Sand -Silt Mixtures Fill with Significant Debris or Deleterious Material Rock Column Graphic 5yrnbais' _ I Graphic Represented Rock Types Graphic Represented Rock Types Limestone, Shaly/Marly Limestone, Limestone with Shale I Shale, Shale with Limestone Mudstone Ra Marl, Marl with Limestone, Marl with Shale Sandstone, Shaly Sandstone, Sandstone with Shale Generic Bedrock Symbol *Combined graphics may be used for dual classifications. Not all graphics represented. Refer to lithology description for soil classification or rock type. �FREBS Copyright Freese and Nichols, Inc„ Version 1A (September S, 2014) 1�1CHOLS Page 2 of 2 Appendix R Laboratory Test Results UNCONFINED COMPRESSION TEST 2 1.5 9 N ui cn m 1 a� a. E U 0.5 0 0 5 10 15 20 Axial Strain, % Sample No. 1 Unconfined strength, tsf 1.614 Undrained shear strength, tsf 0.807 Failure strain, % 9.1 Strain rate, %Irvin. 1.00 Water content, % 22.6 Wet density, pcf 133.1 Dry density, pcf 108.5 Saturation, % NIA Void ratio N/A Specimen diameter, in. 2.72 Specimen height, in. 5.71 Heightldiameter ratio 2.10 Description: LL o 47 1 PL o 18 P1 o 29 GS- Type: Shelby Tube Project No.: FTW18195 Client: Freese & NichoIs, Inc. Date Sampled: 03/08/2019 Remarks: Project: COFW Lake Arlington Force Main Bulge Failure Location: E-01 Sample Number: U-3 Depth: 4.0-6.0 II. UNCONFINED COMPRESSION TEST Figure Gorrondona & Associates, Inc. Houston Texas Tested By: Kim Checked By: Sayak UNCONFINED COMPRESSION TEST 100 75 vi a� 'L^ VJ 7 50 L E U i 25 0 0 0.5 1 1.5 2 Axial Strain, % Sample No. 1 Unconfined strength, tsf 78.990 Undrained shear strength, tsf 39.495 Failure strain, % 1.5 Strain rate, %/min. 0.50 Water content, % 6.6 Wet density, pcf 155.6 Dry density, pcf 146.0 Saturation, % N/A Void ratio NIA Specimen diameter, in. 2.04 Specimen height, in. 4.45 Height/diameter ratio 2.18 Description: LL = I PL = Pic GS= Type: Rock Core Project No.: FTW18195 Client: Freese & Nichols, Inc. Date Sampled: 03/07/2019 Remarks: Project: COFW Lake Arlington Force Main Location: LS-01 Sample Number: Core Depth: 16.0-16.5 ft. UNCONFINED COMPRESSION TEST Figure Gorrondona & Associates, Inc. Houston Texas Tested By: Kim Checked By: Sayak ui U) a) 6 N N N Q E 0 *. 1C 7.5 2.5 0 UNCONFINED COMPRESSION TEST Axial Strain, % f Sample No. 1 Unconfined strength, tsf 9.039 Undrained shear strength, tsf 4.520 Failure strain, % 1.5 Strain rate, %/min. 0.50 Water content, % 16.2 Wet density, pcf 139.6 Dry density, pcf 120.1 Saturation, % N/A Void ratio N/A Specimen diameter, in. 2.06 Specimen height, in. 4.53 Heiaht/diameter ratio 2.20 vescription: LL = I PL = Piz GS= type: Rock Core Project No.: FTW18195 Client: Freese & Nichols, Inc. Date Sampled: 03/07/2019 Remarks: Project: COFW Lake Arlington Force Main Figure Location: LS-01 Sample Number: Core Denth: (23.0-24.0) ft. UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Houston. Texas Tested By: Kim Checked By: Sayak �{ N cvl N i H Q L1 R' LA J b z W LAJ iL Q N i M N i O i J � J � z L U O LL W m r_ (a G U L O LL C O a-+ t],0 C Q M LL O U Ln 0) r -I 00 r-I LL O z 4- U O L UNCONFINED COMPRESSION TEST 200 150 in 100 E 7 0 U 50 u 0 0.5 1 1.5 2 Axial Strain, % Sample No. 1 Unconfined strength, tsf 97.970 Undrained shear strength, tsf 48.985 Failure strain, % 1.4 Strain rate, %/min. 0.50 Water content, % 8.6 Wet density, pcf 149.9 Dry density, pcf 137.9 Saturation, % NIA Void ratio NIA Specimen diameter, in. 2.04 Specimen height, in. 4.47 Height/diameter ratio 2.19 Description: LL P I PL n PI o GS9 Type: Rock Core Project No.: FTW18195 Client: Freese & Nichols, Inc. Date Sampled: 03/07/2019 Remarks: Project: COFW Lake Arlington Force Main Location: LS-01 Sample Number: Core Depth: 29.0-30.0 ft. UNCONFINED COMPRESSION TEST Figure Gorrondona & Associates, Inc. Houston Texas Tested By: Kim Checked By: Sayak r � � - Ln J ' LULLi LL Q .4 a nr 0 m � i 0 J 4 Ln LLI LU Q 11 uj m r— Ccu G 0 LL 0 on .L Q a) LL 0 V UNCONFINED COMPRESSION TEST 20 15 6i vi a� j 10 y m a E U 5 1 0 0 0.5 1 1 Z 2 Axial Strain, % Sample No. 1 Unconfined strength, tsf 11.584 Undrained shear strength, tsf 5.792 Failure strain, % 1.5 Strain rate, %/min. 0.50 Water content, % 14.7 Wet density, pcf 149.3 Dry density, pcf 130.1 Saturation, % N/A Void ratio N/A Specimen diameter, in. 2.04 Specimen height, in. 4.06 Height/diameter ratio 1.99 Description: LL = I IPL = PI = GS= Type: Rock Core Project No.: FTW18195 Date Sampled: 03/07/2019 Remarks: Figure Client: Freese & Nichols, Inc. Project: COFW Lake Arlington Force Main Location: LS-01 Sample Number: Core Depth: (36.0-37.0) ft. UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Houston, Texas Tested By: Kim Checked By: Sayak �- io cn 0 J VI v (D LA LU r7 W Q m zo m � o J Ln Ln LU LU F- L!J 0 W uj m ra {c('j G u I 0 LL c 0 tto Q J LL O U Ln Q) 00 LL 0 z 4- U 0 L d UNCONFINED COMPRESSION TEST 40 30 co m j 20 1 cn N E U 10 0 0 0.5 1 1.5 2 Axial Strain, % Sample No. 1 Unconfined strength, tsf 23.258 Undrained shear strength, tsf 11.629 Failure strain, % 1.7 Strain rate, %/min. 0.50 Water content, % 12.0 Wet density, pcf 145.5 Dry density, pcf 129.9 Saturation, % N/A Void ratio NIA Specimen diameter, in. 2.03 Specimen height, in. 4.54 Height/diameter ratio 2.24 Description: LL = I PL = GS� Type: Rock Core Project No.: FTWIS195 Client: Freese & Nichols, Inc. Date Sampled: 03/07/2019 Remarks: Project: COFW Lake Arlington Force Main Location: LS-01 Sample Number: Core Depth: 46.0-47.0 ft. UNCONFINED COMPRESSION TEST Figure Gorrondona & Associates, Inc. Houston Texas Tested By: Kim Checked By: Sayak Lt 5 F •3w 0 1 * I z 5f } it w a c�h zo Y+ } 9 v} Z LU tis , � w O U- u1 m c m 2t a) U L O LL C O W •L Q L,L O U to m r-I 00 H L.L O Z a� 0 L 0� Tested By: Kim Checked By: Sayak T x CL LLI LLd Lf9 6/9 LLJ cc CL 2 u in LLJ z M z 0 u z io LL? 4� H V' J Z w I— w H w Q zo zn � Lti Ln CA Z to .3 w � � w O w w m 11 UNCONFINED COMPRESSION TEST 2 1.5 N vi N m 1 j 1 E 0 U 0.5 0 0 2.5 5 7.5 10 Axial Strain, % Sample No. 1 Unconfined strength, tsf 1.179 Undrained shear strength, tsf 0.590 Failure strain, % 7.2 Strain rate, %/rein. 1.00 Water content, % 14.9 Wet density, pcf 138.2 Dry density, pcf 120.3 Saturation, % N/A Void ratio N/A Specimen diameter, in. 2.77 Specimen height, in. 5.72 Height/diameter ratio 2.06 Description: LL = I PL = PI = GS= Type: Shelby Tube Project No.: FTW18195 Client: Freese & Nichols, Inc. Date Sampled: 03/08/2019 Remarks: Project: COFW Lake Arlington Force Main Bulge Failure Location: LS-02 Sample Number: U-5 Depth: 9.0-10.0 ft. UNCONFINED COMPRESSION TEST Figure Gorrondona & Associates, Inc. Houston Texas Tested By: Kim Checked By: Sayak UNCONFINED COMPRESSION TEST 4 3 N .r vi N N U) m 2 JD 9 0_ E 0 U 1 0 0 2.5 5 T5 10 Axial Strain, % Sample No. 1 Unconfined strength, tsf 2.081 Undrained shear strength, tsf 1.040 Failure strain, % 8.1 Strain rate, %/min. 1.00 Water content, % 14.5 Wet density, pcf 140.0 Dry density, pcf 122.4 Saturation, % N/A Void ratio NIA Specimen diameter, in. 2.74 Specimen height, in. 5.73 Height/diameter ratio 2.09 Description. LL = PL = PI = GS= Type: Shelby Tube Project No.: FTWI8195 Client: Freese & Nichols, Inc. Date Sampled: 02/14/2019 Remarks: Project: COFW Lake Arlington Force Main Bulge Failure Location: 7B-01 Sample Number: U-10 Depth: 9.0-10.0 ft. UNCONFINED COMPRESSION TEST Figure Gorrondona & Associates, Inc. Houston Texas Tested By: Kim Checked By: Sayak UNCONFINED COMPRESSION TEST 1 0.75 N N U) 0.5 N N 10 Q E o U 0.25 0 0 2.5 5 7.5 1 D Axial Strain, % Sample No. 9 Unconfined strength, tsf 0.597 Undrained shear strength, tsf 0.298 Failure strain, % 4.1 Strain rate, %/min. 1.00 Water content, % 17.0 Wet density, pcf 135.8 Dry density, pcf 116.1 Saturation, % NIA Void ratio NIA Specimen diameter, in. 2.80 Specimen height, in. 5.74 Height/diameter ratio 2.05 Description: LL = I PL = Pl = CAS= Type: Shelby Tube Project No.: FTWI9195 Client: Freese & Nichols, Inc. Date Sampled: 02/14/2019 Remarks: Project: COFW Lake Arlington Force Main Shear Plane Failure Location: JB-01 Sample Number: U-11 Depth: 13.0-15.0ft. UNCONFINED COMPRESSION TEST Figure Gorrondona & Associates, Inc. Houston Texas Tested By: KC Checked By: SS PAGE INTENTIONALLY LEFT BLANK GC-4.04 Underground Facilities THIS PAGE LEFT INTENTIONALLV BLANK C'My OF GORT WORT f i Luko Arlk(Llon Llff Stotion STANI)A[tD-('3K5']kJCTlDMSFE'Uff•IC TION'EN.)4:UMENTS City Prajec4Non ibq;;IpN95 -Rol-goo iidy 1.:01 I PAGE INTENTIONALLY LEFT BLANK In Force Main UHUJy %Ju u�aL IIIIUHZ� uouu ouoo����u��u� QHILA �UUI UH I01Lq o General Location: 1-820 and 1-20 e Engineering, Inc. City/Town: Fort Worth County: Tarrant State: Texas 0 Field Manager: _ Technicians: _ Vacuum Excavation Tru Designating Truck: Utility Type (Refer to Legend) Depth to Top of Utility (Feet) Cross Sectional View General Utility Direction Surface Type and Thickness (Inches) (Refer to Legend) ID'd By: 1:5/8"iron Rod/Cap 2: Nail/Disk 3: XinConc. Date Test Hole Excavated Utility Observed (Yes or No) Survey Point # Northing (Y) Easting N Ground Elevation (Z) Top of Utility Elevation Test Hole Sp( G 2.71 �� NG Rod/Cap 2/20/2020 Yes 89836 2354574,05 604.11 601.40 Atmos PL 6.20 �> NG Rod/Cap 2/25/2020 Yes 89853 E6924019,05 2354546,67 591.47 585.27 Barnett Gathering PI. 4.90 �> NG Rod/Cap 2/25/2020 Yes 89854 2354571,38 590.23 585.33 Barnett Gathering ronic Depth inyl Chloride csc -Concrete/Steel Cylinder t Buried Cable cMP -Corrugated Metal Pipe orced Concrete Pipe RCCP - Reinforced Concrete Cylinder Pipe d Clay acc - Utility Types: E -Electric T -Telephone Ts -Traffic Signal G - Gas i=oc - Fiber Optic Cable FM - Force Main w Water sAN - Sanitary Sewer PI - Product Line sTM - Storm Sewer FI - Pi ipl I inp rry - C;Ihlp Tplpvicinn - Surface Tyf A -Asphalt a -Brick c - Concret N� - Natur GC-6.o6.D Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100995 Revised July 1, 2011 PAGE INTENTIONALLY LEFT BLANK FORT WORTH TEMPORARY REVISION 4/6/2020 (COVID49) City of Fort Worth Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR OFFERORS APPLICATION OF POLICY If the total dollar value of the contract is $50,000.01 or more, 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 applies to this bid. MBE PROJECT GOALS The Ciry's MBE goal on this project is 6 9�0 of the base bid value of the contract. 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 $50,000.01 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 by Department Designee, within the following times allocated, in Project Manager or Department Designee. A faxed copy will not be accepted. 1. Subcontractor Utilization Form, if goal is met or exceeded: received after the no bid later than 2:00 o enin date, p.m., on exclusive the second of the bid o City business enin date. day 2. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if participation is less than after the bid opening date, exclusive of the bid opening date, statedgoal: 3. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if no MBE participation: after the bid opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will perform all subcontracting/supplier work: received after the no bid later than 2:00 opening date, p.m., on exclusive the second of the bid opening City business date. day 5. Joint Venture Form, if goal is met or received no later than 2:00 p.m., on the second City business day exceeded: 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 BEING CONSIDERED NON -RESPONSIVE 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 A DISQUALIFICATION PERIOD OF THREE YEARS. Any questions, please contact the Office of Business Diversity at (817) 392-2674. Office of Business Diversity Email: mwbeoffice@fortworthtexas.gov Rev.4/6/2020 Phone: (817) 392-2674 PAGE INTENTIONALLY LEFT BLANK FORT WORTH City of Fort Worth Office of Business Diversity BE Subcontractors/Suppliers Utilization Form ATTACHMENT IA Page 1 of 4 OFFEROR COMPANY NAME: BAR Constructors, Inc. Check applicable box to doscrlbo Offeror'sCertification tvi/%V/DDL NON-M/W/DBE PROJECT NAME: Lake Arlington Lift Station 05/14/2020 BID DATE City s MBE Protect Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 6 % 12 % 100995 Identify all 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 2:00 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. The undersigned Offeror agrees to enter into a formal agreement with the MBE firms) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non -responsive to bid specifications. 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. tvlarketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise counties. Prime contractors must identify by tier level of all subcontractors/suppliers. Tier: means the level of subcontracting below the prime contractor/consultant i.e. a direct payment from the prime contractor to a subcontractor is considered 1" tier, a payment by a subcontractor to its supplier is considered 2"d tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and counting those dollars towards meeting the contract committed goal. ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bonafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) and the Dallas/Fort Worth Minority Supplier Development Council (D/FW MSDC). If hauling services are utilized, the Offeror will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner -operated, and receive full MBE credit. The MBE may lease trucks from non -MBEs, including owner -operated, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev. 2/13/19 FoR_TP ATTACHMENT IA Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non -MBEs. 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. N SUBCONTRACTOR/SUPPLIER ° Company Name Address Telephone/Fax Email T I 9 r M B E w B E n M B Detail Subcontracting Work Detail Supplies Purchased Dollar Amount Contact Person E DFW Aggregates 1 Select Fill $60,000000 10580 CIF Hawn Fwy Dallas, TX 75217 carlosespinoza1234@gmail.c ❑ ❑ oom Carlos Espinoza Texas SWPPP Services 1 SWPPP $750400 519 E. Interstate 30 #604 Rockwall, TX 75087 214771-3900 ronnieb@txswppps.com Ron Brock Industry Junction 1 Valves $919,041.00 3427 W. Kingsley Suite 6 & 7 Garland, TX 75041 972-926-3526 contact@industry-junction.co m Rogelio Cabello Blynn Metal Crafts 1 Misc Metals $88,835400 PO Box 1119 Willis, TX 77378-1119 936-228-7700 El W] sales@blynnmetals.com Nolan Buckner Smith Custom Masonry 1 Masonry $54,100400 3005 Little Rd. Arlington, TX 76016 817-226-2222 ✓ Msmith@smithcustonmasonr y.com Mel Smith Whitecap Mechanical 1 HVAC $124,756000 10925 Estate Ln. Ste. 301 Dallas, TX 75238 972-373-4740 ✓ rinojosa@whitecapmechanica Isom Roger Inojosa Rev. 5/15/19 Fort_ r� H ATTACHMENTIA Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non -MBEs. 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. N SUBCONTRACTOR/SUPPLIER Company Name Address Telephone/Fax Email T I a r M B E W B E o n M B Detail Subcontracting Work Detail Supplies Purchased Dollar Amount Contact Person E Dobbs Coating Systems 1888 Mineral Wells Highway 1 Painting $46,270400 Weatherford, TX 76088 817-341-1777 Don Fillenworth ❑ ❑ dfillenworth@dobbscoatingsystem s.com Titan Fence & Supply 1 Fence and $26,600,00 301 South Highway 377 Gates Crossroads, TX 76227 940-365-9999 J Pcoit@titanfence.com Phillip Coit Pate Jones Paving 1 Paving $532,104.00 PO Box 1112 Kennedale, TX 76060 ❑ J 817-561-5229 patejonespaving@aol.com Eddy Jones Sr. Harris Rebar Nufab LLC 1 Rebar $129,000.00 4700 Singleton Blvd Dallas, TX 75212 214-637-3227 0 El tdugan@harrisrebar.com Tim Dugan Redi-Mix 311 N. Main Street 1 Concrete $2401000.00 Euless, TX 76039 El ❑ 817-835-4058 h�II jgalvan@us-concrete.com Joseph Galvan H&H Restoration 1 Coating $169,050.00 PO Box 171317 Arlington, TX 76003 El khampton@hhrestoration.net Keith Hampton - — — Rev. 5/15/19 FORT WORTH ATTACHMENT IA Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; I.e., Minority and non -MBEs. 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. N SUBCONTRACTOR/SUPPLIER ° Company Name Address Telephone/Fax Email T 1 a r M B E W B E n M B Detail Subcontracting Work Detail Supplies Purchased Dollar Amount Contact Person E H&H Electrical Contractors Electrical 8475 County Rd 271 Terrell, TX 75160 972-524-0205 1 El $2,627,066.00 X kevinc@hhelectdcal.biz Kevin Clement Hartwell Environmetal Odor Control 5211 West Arkansas Lane 1 Equipment Arlington, TX 76016 817-446-9500 ❑ ❑ $150,000.00 X brussell@hartwellenv.com Bob Russell Xylem 2310 McDaniel Drive Pumps Carrollton, TX 75006 972-41 &2400 1 ❑ 1:1 $6501000400 X Susan.button@xyleminc.com Susan Button Pump Solutions Inc. 1127 South Airport Circle Euless, TX 76040 81 T684-0900 1 El❑ Pumps $583,000.00 X marc@pumpsolutions.net Marc Cashion Fabricated Gates Environmetal Improvements 517 North Kealy Lewisville, TX 75057 972-436-2536 1 ❑ ❑ $22,254.00 X Alan Johnson Hobas Pipe USA 1413 East Richey Road Fittings Houston, TX 77073 281-821-2200 1 ❑X $165,412000 Brad Hunemuller Rev. 5/15/19 FURL OR1H ATTACHMENTIA Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non -MBEs. 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 S&W Foundation 2806 Singleton St. Rowlett, TX 75088 214-70M484 joshw@swfoundation.com Josh Mctee West Roofing, Inc. 2659 Lombardy Dallas, TX 75220 972-869-2655 Andrew Halusek AO D,r.r 1841 Monetary Lane Carrollton, TX 75006 972-446-1900 Cameron Thomas Architectural Fabrication 2100 E. Richmond Ave. Ft. Worth, TX 76104 800-962-8027 scoff. burton@arch-fa b.com Scott Burton Speed Fab Crete PO Box `15580 Fort Worth, TX 76119 817-478-1137 T M W I B B ° E E r 1 i 1 N 0 n M B E X Detail Detail Subcontracting Supplies Work I Purchased Drilled Piers Roofing Doors and F 1 ❑ ❑ X Canopies 1I ❑ u Precast Concrete Wall Panels Dollar Amount ,240.00 $29,600.00 $13,050.00 $5,416.00 $152,000.00 Rev. 5/15/19 PORT WORTH ATTACHMENTIA Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers $1,237,676.00 Total Dollar Amount of Non -MBE Subcontractors/Suppliers s 5,559,868.00 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS s 6,797,544.00 The Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Office of Business Diversity through the submittal of a Request for Approval of Change/Addition 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 detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including 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. Signature President Title BAR Constructors, Inc. Cantpany Name PO Box 10 Address Lancaster, TX 75146 CIty/State/Ztp Office of Business Diversity Email: mwbeo(fice(o]fortworthtexas.gov Phone: (817) 392-2674 Isidro Arrambide, Jr. Printed 3lsnature atalie Pruitt N Contact NamelTttle (If different) 972-227-3287 Telephone and/or Fax nataliep@barconstructors.com E-mall Addrsss 05/15/2020 t)ato Rev. 5/15/19 FORT WORTH City of Fort Worth Minority Business Enterprise Specifications Prime Contractor Waiver Form ATTACHMENT 1B Page 1 of 1 OFFEROR COMPANY NAME: Check applicable box to describe Offeror's Certification PROJECT NAME: M/W/DBE 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 1C. This form is only applicable if bath answers are yes. Failure to complete this form in its entirety and be received by the Purchasing Division no later than 2:00 p.m., on the second City business day after bid opening, exclusive of the bid opening date, will result 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 MBEs) 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 Office of Business Diversity Rev. 5115119 Email: mwbeoffice@fortworthtexas.gov Phone: (817) 392-2674 FORT WORTH City of Fort Worth Minority Business Enterprise MBE Good Faith Effort Form ATTACHMENT 1C Page 1 of 4 OFFEROR COMPANY NAME: Check applicable box to describe Offeror's Certification M/W/DBE NON-M/W/DBE PROJECT NAME: BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER If the Offeror did not meet or exceed the MBE subcontracting goal for this project, the Offeror must complete this form. If the Offeror's method of compliance with the MBE 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 andlor knowing misrepresentation of the facts or intentional discrimination by the Offeror. Failure to complete 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 andlor supplier opportunity for the completion of this project, regardless of whether it is to be provided by a MBE or non -MBE. (DO NOT LIST NAMES OF FIRMS On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Rev. 5115119 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 andlor suppliers from the City's Office of Business Diversity. ❑ Yes ❑ No Date of Listing 3.) Did you solicit bids from MBE firms, within the subcontracting andlor 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 andlor 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, ep rson contacted, phone number and date and time of contact.) ❑ No 5.) Did you solicit bids from MBE firms, within the subcontracting andlor 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 andlor "undeliverable confirmation" documentation may render the GFE non -responsive.) ❑ No 6.) Did you solicit bids from MBE firms, within the subcontracting andlor 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 andlor "undeliverable message" documentation may render the GFE non -responsive.) ❑ No NOTE: The four methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Offeror must document that either at least two attempts were made using two of the four methods or that at least one successful contact was made using one of the four methods in order to deemed responsive to the Good Faith Effort requirement. NOTE: The Offeror must contact the entire MBE list specific to each subcontracting and supplie opportunity to be in compliance with questions 3 thru 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. 5/15/19 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? (If yes, attach the information that was not valid in order for the Office of Business Diversity to address ❑ YeS 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. ifnecessarv. and attach.) Company Name Telephone Contact Person Scope of Work Reason for Rejection 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 andlor 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 andlor 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. 5115119 ATTACHMENT 1C Page 4 of 4 The undersigned certifies that the information provided and the MBEs) listed waslwere contacted in good faith. It is understood that any MBEs) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's Office of Business Diversity. Authorized Signature Title Company Name Address City/StatelZip Office of Business Diversity Email: mwbeoffice@fortworthtexas.gov Phone: (817) 392-2674 Printed Signature Contact Name and Title (if different) Phone Number Fax Number Email Address Date Rev. 5/15119 Joint Venture Page 1 of 3 FORT WORTH CITY OF FORT WORTH MBE Joint Venture Eligibility Form All questions must 6e answered; use "N/A" if not applicable. Name of City project: A joint venture form must be completed on eac project RFP/Bid/Project Number: _ 1. Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Facsimile: E-mail 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 E-mail Telephone E-mail Cellular Facsimile Cellular Facsimile Certification Status: Name of Certifying Agency: 2. Sco a of work erformed b the Joint Venture: Describe the sco a of work of the MBE: Describe the sco a of work of the non -MBE: Rev. 5/15/19 Joint Venture Page2of3 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 joint venture agreement) Profit and loss sharing: Capital contributions, including equipment: Other applicable ownership interests: 6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating ------------------------------------------------------------- b. Marketing and Sales c. Hiring and Firing of management personnel ------------------------------------------------------------- d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Office of Business Diversity 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 Office of Business Diversity 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 BDE Ordinance. Rev. 5/15/19 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 day of Notarization and County of 20 ,before me appeared 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 Notary Public Print Name Signature Commission Expires (sent) Office of Business Diversity Email: mwbeoffice@fortworthtexas.gov Phone: (817) 392-2674 Rev. 5/15/19 GU-6.07 Wage Rates TIIIS PAGE LEFT III I rAIN I I®IoTALLY BLANK CITY OF FORT WORTH Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100995 Revised July 1, 2011 PAGE INTENTIONALLY LEFT BLANK 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic $ 25,24 AC Mechanic Helper $ 1167 Acoustical Ceiling Installer $ 16,83 Acoustical Ceiling Installer Helper $ 1230 Bricklayer/Stone Mason $ 19,45 Bricklayer/Stone Mason Trainee $ 1331 Bricklayer/Stone Mason Helper $ 10,91 Carpenter $ 1735 Carpenter Helper $ 14,32 Concrete Cutter/Sawer $ 17,00 Concrete Cutter/Sawer Helper $ 11,00 Concrete Finisher $ 1537 Concrete Finisher Helper $ 11500 Concrete Form Builder $ 1527 Concrete Form Builder Helper $ 11,00 Drywall Mechanic $ 1536 Drywall Helper $ 12,54 Drywall Taper $ 15,00 Drywall Taper Helper $ 11,50 Electrician (Journeyman) $ 19,63 Electrician Apprentice (Helper) $ 15,64 Electronic Technician $ 20600 Floor Layer $ 18,00 Floor Layer Helper $ 10600 Glazier $ 21,03 Glazier Helper $ 1181 Insulator $ 16,59 Insulator Helper $ 11,21 Laborer Common $ 10,89 Laborer Skilled $ 14,15 Lather $ 12699 Metal Building Assembler $ 16,00 Metal Building Assembler Helper $ 1100 Metal Installer (Miscellaneous) $ 13,00 Metal Installer Helper (Miscellaneous) $ 11600 Metal Stud Framer $ 16,12 Metal Stud Framer Helper $ 12,54 Painter $ 16,44 Painter Helper $ 9,98 Pipefitter $ 21,22 Pipefitter Helper $ 15,39 Plasterer $ 16617 Plasterer Helper $ 12,85 Plumber $ 21698 Plumber Helper $ 15,85 Reinforcing Steel Setter $ 12,87 Page 1 of 2 Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete Pump Crane, Clamsheel, Backhoe, Derrick, D'Line Shovel $ 1931 Forklift $ 16.45 Foundation Drill Operator $ 22,50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 1936 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry (Fall 2012) Independently compiled by the Lane Gorman Trubitt, PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's (The Construction Association) website. www,texoassociation.org/Chapter/wagerates.asp Page 2 of 2 GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTI®NAILLIt IDLANK CITY OF FORT WORTH Lake Arlington Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 100995 Revised July 1, 2011 PAGE INTENTIONALLY LEFT BLANK to cu WU at V O C V7 (n V) w 0 U M d m n V c0 (O aD N C? O M CO M M O N M n F Q d aS d d d e q U U U U U U U U M YU �� (gym) ~ N F y vFi d i.4 d o d d d V) d c�i� d 55Q d d d d d d d H d d d V3 ( d d v o o C 0 8 0 0 0 v '� •� .a p U U U O m W mv~i y cD ro V U U N 5 o u M u Q x U U w W. 'm iv V V o a. +uy X a Q C P. y M N N U A p Y-. v VJ M m m v a O m N O 'x y o N sa/. w d/ v 4 cn o v m 3 3 3 v v 'd ON .�-i cn a M N N �❑❑y VI m U m u E M m 00 O x ° W W m N fix+ Ou d F c,N_'�, 'ti u Q aoo m o U cn p z vv W '�C 'm po, p .su m U «' o m rn w O F. U a "`1 N FF��.. o m a N gyp] w M '`' 5 ai O d' a '3 Q m gy m+ w •O a O O N ca. Q N V~1 x ` N44 m C N w O VI Fi G�i �i 'L7 rn [�I M ro m al N m 3 N3 N W '2 v d o ro m Vl w ,c x U V N 'u ro Q Q is Vl .� =4 3 U m F 5 d ro +O� O [� a j o 0 o Q E U M m o� co co 0 o 3 'O v cn VJ N ,[ cD u 0 0 m 0 a o 0 ou x x `O ti U U N V) TA x rT. v1 O O O 0 `p N C x v~� P� 'O C y d aS .X dS '� N 3 45 ° 4 rY. O U O U �-Ci N S CSC O nS dS o ,dr ° v 3 w v u u cn U w c �j P m 0 dp •'J O � 0 •v'yi a` U u N ro o 0 Cp C N e--I .0 tp ro p 0 p ro d OC O O m CY] p [p 3 �p O Gl �-Ci a O 'b OE u ;tN u K A E y a x p w .0 W m U O O/. U GI p 04 7 � 'O U /. U °❑ (Yi u 7 o T7 b C a o U ? ro m Qu u o U C '� oro ro m U U 'm 3 a m U u C u ro o a L!� ,' d o u o o u C C7 U v ro o N C7 U p, a� a m m o c a v a �7 F F ° U F c m w 04 N Y ai d ❑ o v e�ea� W d 'd ¢ ❑ .. u 'Y' 0 'n C U a .� E p `� E n d. W U O CD O O N Ol C OOi 0.i W O .w. C1 I C N p v d a � U ro m p C P. ti F O O O ,a v m w ,� C z 3 3 z Fi O " m p o ro[ a U v u F U U U y v v v n a z S n ro im in M P z 3 o b C U E o n m v [i rn M❑ ❑ c E a 1 ¢ > m o U F O u 3 µo C .m-i v v a m cu o 0 � m N Ln cu c•n N I a m .o Ln cMr] U � 00 o�-r cam-{ co O .x .x 00u a u a a e� m a c� G cu °' ° v v 3S 2 c,� c m °J U v v R V] a v a M q W V) fn❑y ❑y C 0 � S 1- u 1 m a, o0cr Cp � ~O Off! Gm/ .4 W � "�' rr' c•�i U icy •� •� �Z"n' a Vf CJ N •u U U fJ '0 w '� `N' a ai a ai ai ai a� ai ai ai ai ai ai '� ai a ai ai ai ai 'T' U En O > O > > > > > > a`i > a`i O G :: c °' „ m .$ m :' u .uu. 5 E � V o U o 0 0 0 > > > > > 0 0 0 o 0 0 0 > > 0 p 0 > O > o > 0 > 0 > 0 > 0 > 0 > o O m m o y 0 .-, ai a 0 v ..7 o 0 0 o U U U U U U U U U U U U U U U U U U U U U U U 3 Ln ��-i, .� v w w a i C C C C C C N d N y C u � u b 7 'u 'u 'u 'u 'u 'u 'u 'u 'u u u u u O u 7 u u L u Q U y 0 C C C C [° mmmmmmmmmmmmmmmm mmmmmm OC]vo3 aa�co�Ucinco7Uc�x vv �y� y� 0000 'O n v rn cu d d d Ul v N Ol CI Cl Gl Cl N y w a •+ •+ u a+ a. a+ w. w V] W V] V] M u V) VI m v a E E E E E E E E d d N O G�dl u u u �Utn! T u u u u F3Y o A m@ `o `0 0 p E E E E E E 3 w o 3 0 m ro U U U U ASS v v y w ar u c w c wwwwwwwwwxxx xxxx c. x.� � w a waw wawa a o ww`wwww aad fy cu ad o 0 0 ww v v v v w p z z a a w O O O O O O O O C" 5 ro v v v v v y N O O O O O O O� O VJ VI O O O O O O O � O 'm aJ m 'm '0 'm ❑ c ❑ '` 'c Q Q Q Q Q n~- Q N p 'm '4 Ln v��' i N y W a N '0 'r5. 'Su C 'm 0 C '0 0 Vf v p 'Su O 'm 'm '0 v rA O - O .0 .0 .0 m ro m ro rn ro ro ro ro ro ro ro ro- - m - - - - - rn cc ro ro m ro ro cn v o o p rn ro ro ro x ro ro ro ro cn m a`i a v roi m m m c+oipq ] a x w w C5 U U u U C O m M m V7 m m m M,mmom m m m m m mmm m M M cn M m m M M m n .Mi v a� m mM m m cn rn o 0 0 0 0 0 0 o m M M m cu '. y v v v in cn m cn cn cn cn cn N N m cn cn m cn m cn � m e m cn cn cn °J ����� a 0 0 o O o O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O o 0 0 0 0 o O o 0 cn 0 0 m O rn rn m rn rn rn rn m rn m '' o m m M m fn m m M m M M m M M M M m M M M O ,Si M M M m M m �.r m m M III M m ll co m cn m m M m M m m m M M m m M m CO m M M M M M M CO M M m M M M [y" m m m M m M M M m m M .L' m M M m M M Mr. .0 M M �" M M �+ O c� fn It w a u � M O d �P M m co Q ~ N M M O m W O`L (O+I N W5 (`'� 2 (�O (�D Q M Q 5Q 5 d d¢¢� d v C] d (n a ¢� d M cD C � N m Qm P. M x� Q m w Q� v 0 ii v � a b m m 3 W D N ro N N N U I: o b a U Q cn v tjo U Q m N C � a U o m a � � O O O O a U U `o m S W u o a 'D o U d °c0 o[ o° o 0 U04 W U '� U b U O V C) p p C y haaa'�' .N .y o 7j .c '0 C v Cry. m C y U F w Fq ._. a w w .4 P. E°y S -. ° ou 4tOu., o ,m o `ua R. o PamEa o x w a�� � Q x U � � ti ti eM v � a d 0 a a0 s CO > o N m m m m m m w ar m a P. ,-1 iiwP404P40404iia.ii43ww i CIOa( ai a( a( a( a( a' a( u a( a( 3 3 3 3 3 3 3 3 3 3 a 3 o 3 nj a u •a c+7 m ar m o m ar •v (n n (n (n ) (n (n (n n ) m m � cn (n ) (n m m m uuuuuuuuuuu�uo: w w a w w w w w a w a a a U i 3 O OOOOOOO O ONNNNNmmmmm(m iN I om m m m o m m m m mm m(m+mm m(mn(m+m W� M N A A no CIO at 9* m O d N (Fig d (n d d d En d In d d d F ox� C¢ d a. a( y v « _ w a v H ci p 3 M P4 U b v W (� a u ,y ev n N d N d .E U 'aaad0 W z O d 41 u m .Ci 3•- �' v m�u� a v N U y a0 u a C P, Q r. o > VIIII tn O C O Q axi b U y V] p ti •o m °qzt v E a ° ° a m o r U n U m d o0 En En S H .d c u aai u o 0 u ° Lei o « 'o w H o u U •ro u aCi q a o « O E v b �r A o (n (n '� K v v� O w v do p U ,� ro m Fau, m ,�„ a mqa E y y a o y F U o E"' o 'ro o o W i% a v •n (n w S a m (n °bww �•am � bb3va �( C C C .. C ti a C u u .n °. o., z Upxj W W W >>° U °� m u rZId F d o n n `° U d d a c4 om 00 w � o ,a � C 3 �� 3 cm v Q H a cm m .� a 00 co O a w cw v `� u tao u u 7 u, a o v •o 3 c o m m m a a 3 O Y u (n (n m (n M a, a, w m bfJ EO DD a M Vl VJ o 41 cV (n a N w a( u a, a, a, u a, g .s IS W a a b S a a m 1 P. a w P4 i% a a. w 0 m U U m U d W W W C C u u u 0 El E C i m Cal a U u `a o (7 G n m U w a( w i ° �a °9 u+ o W p W o w 0 o f. W a� E c''� v in u« Q [+') a w w +� w v a; o, cn ?; cn a3i a31 a3i p p •b 'O O ro y y M y to y fn m U n(n(n �P: a m mm� 0n v n Faaaqw bv•o obbbbbvn n a`"ivavmv �. a>»aa� uv.s ro P. P. P. in U U U U w w y w rn V3 U rn U rn ,p W w w fi Gi [i F Ln � � mo (n n Fr aj O v W W W WtIat En Ent Gi 6Jaa� N 0 ^ a w c w «. m n U N � W � U o «b p C a � m m Gl V 'H 0 m � U e� ° N Z ao w a � a J a of U c: N m (n W W m n� m in n 0 J � N E Q E to lA VI to Vl 0I III VI tf) to QI m m m m rl .--I m VI m m VI VI O V] N IlI 11) N u U u U u U U u U u U u U U u U u U u U u U U u U u U a u u u u u d d d d d d d d d d d d d d d� ¢ddd d U Q Q N c0 N .0 n N tk X Pa > O N N_ O Vo N tlI N "� mL4 N y M VI U U 01 O t N RIS •--� d N 0 w_ N A C j c v Q m U °1 A `_� A Q a g Q 41 m y to o v> o A A a MA Ej .. C C� C�l > 0 0 u m a j v V > O lMf) N C co > 1pf) v cx � 3 0 3 N Qi 7 v N u �+ j U U v v W �, .W V 0 O C(n PC 0 5: v U w `o U 0 0 0 0 0 0 0 0 V ' .$ 0 0 0 0 0 0 k. V b 0 o 0 U U U U U U o 0 0 0 0 U U U U U C v 3 3 3 3 3 3 U U U U U U U tj U x `-4 v v F" 0 0 0 0 0 o a v v w a '� ro ro ro ro> ❑ ti v fd > w w w w w w>> " a a ro b ro "a a> x Ln d d v v v v v v>>>>> c ° r, v v u 0 0 x a a a a a 3 3 3 3 3> oa m U u u u u o 0 0 0 oPPMM4 E � O v m W ai ME: ai "' U e x w> v 6W 5 C U U U V p, o A> o¢�¢¢�d ¢ ovi n W ri O N > N � rl i m m m cn a a m C7 a b � � j +� atii 3 d d d W N Cl Gl N Cl N Gl d W Gl Cl Cl cu Gl "Coa d vPM RMPP4ro > > > > > > > > > > > > > > > > > > > > > > > ro ro T--i v > > > N c U ro m m m ro m m m m m ro ro ro b m m ro aJ U U U 0 U U 0 U ro U m U U C� C7 U U U C7 C� ro C7 ro rimin � a�� 0 a .ti U U C� po z1 b Gq R7 fA � W G w 'C 'C 'LI 'O 'O TJ 'C Mu •O 'O b 'O 'C 'C b N v b 17 'C v 'C m v m a m m w a a ro ro ro w a� m m u 0 m m m is .w ro y v a� � m 33333333�I�I�1333333333� a U)� •� C C C C C G C q C C C C C G C C C C r C C G •' U) V) m '.U'"1 yl GI �1 �! Y Ol G) Ul Cl W Gl Gl Cl G! G1 Gl d w d N ti n O L J w N W J a a Cl x E! a Gl x Cl x Cl x CI x 0l x Gl x x" a" a a 41 a Gl x Cl a v x v x v N x x Gl x Ul x � p � � a a x> � x c cu IMMMMMI Ld (D m tD tD (0 l0 m tD m N N N N N N N N N W W W W W W W W W W W W cu a U '-1 f N N N N N N N N N N N p p [M M M M J 0 0 0 0 0 0 O O O O m N N N N O O O U m tI) In IA M �fI N III �I] M M M pOp N N N N N UUUUV V V U U U U U U U U U U U U U Ura C d d d d d d d ddd d d dd d d d d d d d � �3d 6 d d d d d d d d d d d d d d d d d d d d d d a MAMA Ma •a07 M •-1 O N m VI tFi 'PO M /-� 01 0/-)I > .-. VI 0) .-1 .-� c0 ^O N •--� C O n N O VI A /�• ��C•++ E� W O) N a0i U Q Q G L u .0 T M N� C Oy 0 0 rnvxiA N N t0 t''�� VI N M -� ww rl a �l w ro O v ornAoo� A �j o ° O °p U m aJ 43 om > ..tt N N f°¢��m`�n 3W 'CI U > tD 0 N z z C tUf) a .0 y W 0 y y Pr a s V N C m O A m C '%i O C O fn F m C V W W .--I m u N N `M4 z+~/"' O bgq N- C z O [/I W N Wei '..� ".� w .--I N 0 u z g m '3 '3 dMMJ(] oMM, wv ' u N-i a� PMMA w x 'd Cl 3 0 cU+I a 3 .g `�+u Z v o C m �mi 'o ti ,�. •Ni W A W �p O U G1 3 O m% N A 3 y vI m y •--� O P W W V) �--� C ° A `r z�j.n`D o rom F'�^ °,.°� cU z .m.A Q ,yAA c�vaiA v yf",0)m ppq o C 3 A d °C A ro O O A F/ W M M 10 A 0 04 N O N C° A LC N O n �L y O CC.. VMMMM4O O V t0 '-1 M N C Q O N A A A V ,c U U r W .°C z N cp0 (n n ai V M C m v v a > > W c o ro E ro ro 0 m ° S 5 5 y c ai U m> n n v ° ro w `o o U E E w o u :9 E ro v N u u v N u u°°° v o o .o ropG O n 5'N ro E v U a� U E o `' y Nxxx N o CC j 4 U° a ai E m m a�S dS ,z w U U d a a �c •� c ro C C U U N> d 0 Wi '� N a a W W 3 ro ro C > d a ,� N 0 G o u ox a as m m uE.c, 2 Pa W Ww� U'WU 3W vCJ AAA w W .E 0 in m m 0 a :' v v n O a aaa O O Q N Gl Ol C O N ..n .� � ,C y O > > J u Y 0 0 0 rl O N > 3 y y H F a C CN p m> v a b v v o 0 0 ❑ C o rl m 0 m b 0 0 0 0 ri m y °: P: U U U '� a°i W u m ° ra WE A A � A A'a v v u v v o o m 3 3 3 E E v 'tom v v n� v N v x x x m E "' ['r] 0 awl UinUvl a' q "� u u xxxxxxx x xxxx E o 0 omww u vI a s ai a, a a a u ai ai ai [n vI v7 a v a� ai ai 3 fA W Pq u N C C C Y v m A n W 'E a >i U ai v W �y ..>� w f. i,. i,. u» h f u m P7 a>i a>i a>i z a� aWi aui d ro `J. m ro `'y v' " °: :, _°.' .� � C c A .� v 0 ai a� N m w a Fi aCi W W U vI w .°'. w w W mcnm o of V] [n vI cn to v N .°i%RIM .-..� v °: E: N itl N N [O ro ro ro N N N N U U,MMQ V V �i U U U h •G .� ° v O 0 m W W W W W W W (A (A W W iA Ll ^�i .CJ' ..C. .s .s .� 'D 'n 'tl �a. iU. C > �-I �.' F•r•i cly a p .n a a A a te., N U C U C u C u% v N v E .� O O O 0 0 0 a O N ro ro ro ro '� ro 0 0 0 Ci 0 0 y ro O ro 0 ,� aaa000 3 a AAAAAAA 121 �IAAA y AAAU UV FFFFF .� W a as1 11A wUd Y w 3in a cu ycli.i ti - ti .Ni gI ti Lam. �f�N-1 .N-1 �N-1 �N-I rN-1 '-1 �y y O E .n-, N CQ W W W W W W W W W W W 4J W W W V V A m m rMi M M M nM'I W