Loading...
HomeMy WebLinkAboutContract 57253��'� ��' ��_ ,�F%4�Y � -- ; -� f�-����� i��,�t;� IV�), _� � _-� :_ �..-� �.--'� ���T �OR�'�. PROJECT NiAlVUAL FOR THE COli��TRUCT�Ol�I OF SOUTH WESTS�DE V ELEVATED STORAGE TA1�l�K City ProjeciNo.103428 Mattie Parker Mayor Chxis Harder, P.E. Water Dixectar David Cooke City �Ia.nager aF Prepaxed for The City of Fort �Vorth Watex Depaxfinent �a�i �. ��� �""��►�.�� 4000 Fossil Cree� Boul.evard �'ort Worth, TX 76137 TEPE REG #312 �� �: RONALD G. KiNG fqOqp0�9�O�ObO�OOG �, 89673 � � 11-04-21 '- a��_��► � � �� 1 4 �64aR� A:�ar r � �.,�.�P�]�.T� ..��q` CITY OF FORT WORTH SOUTH WESTSIDE V ELEVATED STORAGE TA1�1� Specifcation �eals Division 01 {All Sections) Di�ision 03 {AI15ec�ions) DivisiQn 05 (All Sections) Division. 08 (AI1 Sectians) Division 09 (All Seetions) Division l l {AlI �ections) Division 31 (All Sections) Division 32 (All �ections) Division 33 (All 5ections Except 33 04 10, 33 04 11, 33 04 12) 4F �� � ��� RpNALD G. KING i0000000000000000ua � s�a7s � ,�� � �-a4-�� Firm# 312 CITY OF FORT WORTH S�UTH WESTSIDE V ELEVATED STORAGE TA1�K �pecification �eals Division 26 (All 5ections} � Divisian 40 {All Sections} � / .�i� ��/ � s� ' � :```` -�� • o,�„�, TF$�1� - - P •''' � '•�:�y � i �- � �' �� � �• �� �: :� ................................ G�ORGE B. LUKE .... : ....................... : ... .�o'._ 60900 : o-. 03 November 2021 Gupta & Associates, Inc. TBPELS Firrn Reg #F 2593 CITY OF FORT WORTH SOUTH WEST�IDE V ELEVATED �TORAGE TA1�1K Speciiication Seals Section 33 04� i 0 Se.ctian 33 04 11 Section 33 04 12 1� r' ; �������� � .� �` � ; �� ���� ��a�� - •� ,• �''• � � � � � �'� • � � � `� � � • %+�g "*' J �� ..........................:.... � � CAAf�a �. M�1�1� 1 � �ir...�• ........ ...• � O ; �'� `���Q� •� � : �, � �����'• ��CEf�S`��•-�r��►�� �4� �'�s��jl�A��� �� � �������`" �' � � f�•� ,�� � 11-01-21 Firm# 20656 ��-a�-2� ���� ����T� �i� �f ��rt����� � Standard Construction Specification Documents Adopted September 2611 00 00 00 SrANDARD CON5TAUCTION SPfiCIFICATION DOCUMENTS Page ] nf 6 s�c��o� o0 oa o0 TABLE 4F CONTENTS Divisioa 00 - General Co�nditions Last Revised 00 OS 10 Ma or and Council Communication 07/01/2�11 �0 05 15 Addencia Q7/01J241 l 00 11 13 Invitation to Bidders 07/19/2021 00 21 13 Instructions to Bidders 0811312D21 00 35 13 Conflict of Interest Siater�z�ent 02/24/2020 00 41 00 Bid Form 09/30/2021 OQ 42 43 Pro osal Form Lum Sum Price and Unit Price 09/30/2021 b0 43 13 Bid Bond 09/34/2021 00 43 37 Vendor Com lianc� to State Law Nonresident Bidder 09/30/2421 00 45 11 Bidders Pre ualifications Q8113/2021 00 �5 12 Pre uali�cativn Stat�ment 0913a/2021 00 �45 13 Fre ualification A lication 08/13/2D21 06 45 26 Contractor Com liance with Workers' Com ensation Law 07/01/2011 00 45 40 Business E ui Gaal ] 0/27/2021 00 S2 43 A eement 09/01/2021 00 61 13 Performance Bond 071� 112011 00 61 14 Pa ent Bond 07I01/2011 00 61 19 Maint�nance Bond 07/01/2Q11 Op 61 25 Certificate of Insurance 07/0 1120 1 1 04 72 00 Genez'al Canditions 08/23/2021 00 73 00 5u lementa Conditions 03/09/2020 Division Q1 - General Re uirements Last Revised O1 11 00 Summ of Work 12/20/2012 O1 2S Dp Substitution Procedures 07/0 1120 1 1 O1 31 19 Preconstruction Meetin 08/17/2412 01 31 20 Pro�ect Meetin s 07/01/2011 O1 32 16 Canstzuctaan Schedule 0$/13/20ll 0 i 32 33 Preconstructian Video 07/01/2011 O1 33 00 Submittals 12/20/2012 O 1 35 I3 S ecial Pro'ect Procedures 1 212 0/2 0 1 2 O 1 45 23 Tesiin and Ins ection 5ervices 031�}9/2020 O1 50 00 Tem or Facilities and Controls 07/QI1201 I O1 55 26 Sireet Use Permit and Modifcations to Traffic Control 03/22/2Q21 Q1 57 13 Storm Water Pollution Prevention Plan 07/01/2011 O1 58 13 Tezn ar Pro�ect Si na e Q7/0 1120 1 1 O1 60 04 Product Re uirernents 03/09/2020 O1 66 04 Praduct Stora e and Handlin Re uireno.�nts 07/01/2011 O1 70 QQ Mobilization and Remobilization 11/2212016 Q 1 71 23 Construction Stak'tn and �urve 42/1 4120 1 8 O1 74 23 Cleanin 0710 1 /20 1 1 O1 77 19 Closeaut Re uirements 03/22/2021 O1 78 23 O eratinn and Maintenance Data 12/2Q/2012 O 1 78 39 Pro'ect Record Documents 07/01/2011 CTTY OP FORT WORTH South Westside V• ElevaFcd Storaga Tank STAN�ARD CONSTRUCTION SPIiCIPICATIpN DOCUM�NTS Ciry Project ]�Fn. 143428 Revised Septamher 3Q, 2021 oa ao ao STANDA1iD CONSTRUCT[ON 3P�CIFICATID1rI f�OC[IMENTS Page 2 of 6 Technical Speci�cations wktich have been modified by the Engineer specifically �or t6is Praject; hard copies are iucluded in the Project's Contract Documents Division OS - Metals 05 00 00 Miscellaneaus Metals Dir+ision 08 - Doors p8 13 19 Steel Doars and �`rames 0$ 33 23 �vexhead Cailin, Door 08 71 00 Finish Hardware Division 09 - Finishes 09 40 00 Coatin far EIevated Water Stora e Tanks Division 11 - E ui ment 11 26 80 Tanic Mixin S stem Division �6 - Elect�rieal Division 33 - Utilities 33 04 I O Jnint Bondin a�td Elec�rical Isolation 33 a4 I 1 Corrosion Contral Test Stations 33 04 12 Ma nesium Anode Cathndic Protection S ste� 33 12 22 Motor O erators foz' Sutterfl Valves 33 16 19 Com osite Elevated Water Stora e Tank Division 40 -� Instrumentation and Controls 4Q 41 00 Electr�cal Heat Tracin 40 61 00 Process Control S stems General Provisions 40 61 26 Proc�ss Control S stems Trainin 40 61 96 Contral Loo Descri tions 40 63 00 Pro rammable Lo �c Gontroller 40 65 00 Communications Interface � ui ment 40 67 00 Process Contral 5 stems Control Fanels CT'CY OF FORT WOgTH South Westside V Elevated Storage Tank 5TAIYDARD CONS'fRUCTIONI SPECiFICATION D4CUMENTS City Froject No. 103428 Revised Septemher 30, 202 i DO 00 00 STANDARD CONSTRYlCTION SPECIFICATION DDCUMENT5 Page 3 of 6 4D 68 DO A lications Services 40 70 54 Instrument Su ort Hardware 4D 72 00 Leval Measurement 40 73 00 Pressure Measurement 46 75 00 Process Li uid Anal 'c.al Measurement 40 78 00 Panel Mounted Contral Devices 40 SQ 00 Proccss Control S stems Testin 40 91 50 Electric Valve Actuators Interface Re uirements Technical Specitications Gsted below are included for this Project by reference and can be viewedldownloaded from the City's website at: https:llapqs.foxfworthtexas.govlProi ectResourcesl Division 02 - Earistin Conditions n�� r..�,,,.+;..,, e:.,, na.,,.,,1;�;,,,, n�� n�� Division 03 - Concrete 03 30 00 Cast-In-Place Concrete 03 34 13 Cantrolled Low Stren th Material i 03 34 16 Cancrete Base Material for Trench VJ-'UV"'tlC/ Division 26 - Elec�rital Ilivi.rinn 31 - F.�rthwork Last Revised 1 � »�n�� i � r��� n�m�o 12/20/2012 rz�za2o�2 12/2fl/2012 1 �Y M����i �, 31 00 QO Site Cl�arin 03/22/2021 31 23 16 Unclassi�ed Excavation 01/28/2013 31 23 23 Borrow 01/28/2013 31 24 00 Emhankments O1.I28/20.13 31 25 00 Erasion and Sediment Control D4/29/202 i � 1� ���s �/�8/�8-1 � 31 37 00 Ri ra 12120/2U12 Division 32 - Exterior Im rovements �� A-1-1�`� �'� �7 32 11 23 Flexible Base Courses 32 11 29 Lime Treated Base Gourses 32 1 I 33 Cement Treated Base Courses �� 32 I2 16 As�halt Pavin� CITY OF FORT WDRTI3 STANDARD CONS"i'RUCTION] SPECIFIC�T[ON DOCUME[�TTS Itevised September 30, 202] i�r�nr�ns� -��� �� �� 12/20/2012 12/20/2012 i z�zo�zoi z n4���� I2/2 012 0 1 2 5nuth Westside V Elevated 5torage Tank CilyProjectNo. LD3428 Division 33 - Utilities �"l"JV �-�—� �--�-�� ��� ` �� ��r�-94--�� �g 33 04 40 Cleani 3 �-94- 5� �eat� 33 05 10 Utili �� Tx� > > , �a�e Concrete Water Vaults Concrete Collars and Trench 33 q5 13 Frame, Cover and Grade Rin s �3�3-�4 33 QS I6 33 OS 17 '�� 1�T�T Z�_�z �� �' 33 ns z� 33 p5 30 33 11 OS 33 I1 l0 33 1 i I 1 33 11 12 �� �4 �� rr,._.�,.1 r : ,. vt,.+„ Location of Existin� Utilities Bolts, Nuts, and Gaskets Ductile Iran �ipe Duetile Iron Fitting Polvvinvl Chlaride Testing of Water Mains . Emhedmerit, and BackfI3 Pressure �xr.,«,,,. ca,�.:,.e� i ,.ti t� �_;�. OlYI'7� I'7�4o nn i��� i � ���i �� ���� ���8 � � i � r��i u�tni�,o, ri4. �r 02/46/2013 f ���nr�ni � 04/0Z/2021 � �»nt�nL� 07/02L2021 �9-1-� 12/2p/2Q12 1.2/20/2012 k�9��91� i�r�n��ny� 'ILIZOrL01Z �� t"'% 1 7/�-�i�z i�z ytill avr_i_�� -s�-.o-�-.-�r 12�2���� 1 � ia�2a�ao12 1 2/2 612 0 1 2 i2i2a2o i2 09/20/2D 17 11/16/2018 �� ' ��'�",��9-�-� ��4i�a-1� CITY OF FqRT WORTH Sauth Westside V Ffevated Storage Tank STANDARD CONSTL2UCT10N SP�CITICATION DOCUMENTS City Project No. 10342$ Re�ised 3eptember 30, 2021 40 0� 00 STAN!]A1tI] CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 ao 00 00 STANDARD GONSTRUCTIdN 5PECIFICATION DOCUNIENTS Page 5 uf 6 Z 2 1�7 1 ,ti, 33 12 20 33 12 21 33 12 25 ���o 33 12 40 33 12 50 ?'Z� 12� iz� '! 2� ��-�--��--�i.� Resilient Seated Gate Valve AWWA Rubber-Seated Butterfly Valves Connectiqn to Existin� Water Mains Fire Hydrants Water Samble Skatians � 7 �7�zrzn rmiv cz 05/06/2015 04/23/2019 02/0612D13 , � r�-�,�� 01/03/2014 1 2/2 012 0 1 2 o� 11 ��_i_,� 1 y_Q _1_1'711 ]3 1 '7 7h��'] 1 '] 17l�!'1 f�l 1 '] ��� nn r��o.;.o ntiri�� ���� �2 '2� 2 ��� 11� �tl ��� �J'�' _'�'�� �� �� �8 33 41 10 � � ^'F"A� 11� �� 22� �� �� � �tl 33 49 44 n..l.,..s,..,1 nt,l„N:,to rn�7r'1 r'1„�o.a n,,,,f;3o r"!� ,ts., c.,.,.+.,..,,. ee...v.- ri:a. v�uri�y F:aw..iu+�y ��+rrva . !T.iRA �:^ � • _ _ - � �. Reinfarced C.ancrete Storm Sewer ■ ■ ,..� � �� •. Storm Drainage H�adv�+alls and �1�LTI�fi7 1'1!'f�fll� 'f�'1 1 7 !7-.zr,z.,rt,r �zvrc nn Mo���� 1 '1 /'l�z y �r�n»ni � �� 1 717�z ��� i � ���� n.c r��,z, zo, zoz���n�� 0710 1/20 1 1 1 7 l�l�r i�TLllvrt 1111�� n 1n�t,������ i 71'7�'7�� m rnvrrv�.T�za rr n-rm�� � 7r7z�r�vn. r�rsvrE 1 ^f M�r�) fl��fl��2�1 � CITY OF FORT WQRTH South Wesfside V Elevated 5torage Tank STANDAl� CONSTRUCTION SPECIFICATTON �OCUMENTS City Pmjeet No, 103426 Re�ised Septem6er 30, 2021 ao 00 oa STANllARD CONSTItUCTIO%f SPECIFICATION DOC[JMENTS Page 6 of 6 �I.f�i+ �`=!!�7 ��� n� r�o� � r�i Appendix. �c-4.az GC-4.02 GC-fi.U6. D GC-6.07 GR-01 60 00 GR-oz �o 00 Availability of Lands SUbsurface and Fhysical Conditions Minority and Wamen Owned Business Enterprise Campliance Wage Rates Product Requiraments Oncor Transformer Fad Details and Requirertaents END OF SECTION CITY OF FOR'I' WOIiTH 5outh Weslside V Blevated Storage Tank STAIYDARD CONSTRUCTION SPECII'�CATION DOCUMENTS City Project 1Vo. 103�}2$ Reaised September 30, 2U21 Ci�y �� �orf }�!'�,��,�, T'�xas 11�a�ror ��d �����i� �o�n��������o� DATE: Tuesday, February 22, 2022 R�FER�MCE NO.: M&C 22-0�28 LOG NAME: 60SWSEST-H,4LFF-LAN�MARKS SUBJECT: (CD 3} Authorize �xecution of Amendment No. 1 to an Engineering Agreement with Fiafff Assaciates, Inc., in th� Amaunt of $1fi3,497.Q0, for South Westside V Ele�ated Storage 7ank and Water Transmission Main, Authnrize Execution of a ContraGt with Landmark Structur�s I, L.P., in fihe Amount af $7,36fl,000.Da far Sou#h Westside V Ele�ated Storage Tank, Prov�de for ProJect Casis far a Prnject Tntal in the Amoun� nf $B,D26,786,�0, to Apprapriafe this Praject as a Partion of Water's Contribution to the Fiscal Years 2022- 2Q26 Capital Improvement Prog�am, Adopt R�solution Exptessing Oificia[ Intent to Re9mburse Expenditures with Proceeds of Future Debt, and Adopt Attached Appropriatian Ordinance RECOMMENDATIAN: It is recammended fhat fihe City Council: 1. Authorize execution of Amendmenf No. 1, in the amount of $163,�497.00, ta City Secretary Contract No. 56094, an engineering agreeme�t �vi#h Ha]ff Associates, Inc. for construction suppo�t services for South Wes#side V Elevated 5torage Tank and Water Transmiss9on Main project for a revised contrac� amount of $1,455,335.00; 2. Authorize the �x�cution of a contract with Landmark �iructures I, L.F'., in the amount af $7,360,0OO.OD for the 5outh Westside V Part 1-1.5 Million Gallon Elevated Water 5torage Tank Projeei; 3. Adopf the attached resalut�on expressing official intent ko reimburse axpenditures with proc�eds f�am future debt for 5outh Westside V Parf 1-1.5 Million Gallon �levated Water Sforage Tank project; 4. Adopt the at�ached apprapriation ordinance adjusting apprapriations in the Water & Sewer Commercial Paper F'und by increasing appropriations in fh� amount of $8,026,786.D0 for 5ou�h Westside V Part 1- �.5 MifEion Gallon Ele�ated Wa�er Sforage Tank (City Project No.103428) and decreasing appra�riations in the Uns�ecified project (Cify Praject No. UNSPEC} by the same amount; and 5. Apprapriate this Prnject as a Portian af Water`s Contribution to the �iscal Years 2022-2026 Capital Impro�ement Pragrarn. DISC[JSSION: On June 22, 2021, Mayor and Council Cammunication (M&C) 21-0474 autharized an engineering agreement with Halff Assaciates, Inc., {City Secretary Contract No. 56094), in the amount of $1,291,838.00 for design of tF�e Sputh Wes#side V�.levated Storage Tank and Water Transmission Main. As par� of Amendrnent No. 1, th� enginee� will �erform constr�ction sup�ari services for construction of the liff station that includes shnp drawi�gs and submittals reviews, change order review, record dr�wings, �apdate plant operational manual, prapare and submit filoodplain letter of map revision, prepar� and submii [evee certification report. 7his M&C wi[l also authorize a canstruction contract with Landmark structures l, L..�'. and ap�rapriate fundEng for the South Westside V Part 1-9 .5 Million GalEon Ele�ated Wate� 5torage 7ank. Growth within west Fart Worth and its Extra Territarial .�urisdic#ion (�TJ) requires con#inuaus impra�ements to the water �is#ribution system in order #a prnvide and rrEaintain raliable wafer service ta existing and prnposed developments within ihe Westside �ressure planes. The elevated storage tank will be se�ved by a future water transmission main that will b� eannected to a future pump sta�ion. The project was advertised far bid on November 4, 2021 and November 11, 2021 in the Fort Wor�h 5tar- Telsgram. On December 2, 2Q21 the following bid was recei�ed: In addition to the con#ract cost, $282,�89.00 is re�uired far Project Management, inspecfion and materia{ testing and $220,80Q,00 is provided fnr prnject contingency. If is the practice af the Watar Depar�ment ta apprapr�ate its C!P pfan throughout the fiscal year as projects comrrience, additio�al funding needs are identified, and to comply with bond co�enants. Capifal project FY2022 CIP Budget Change Re�ised Fund Name Appropriations Authority �lncreaselDecrease) FY2022 B�dget Name 56020- 1 Q3�28-WS W&5 V�ST and This m&c $S,(�26,786.00 $8,025,786.QQ Camm�rcial Transm�ssion � � f'a�er Main Funding far the Sauth Westside V Eleva#ed Storage Tanfc and Water Transmission Main are as depicted be[ow: Fund �xisting Addifional project '�otal* Appropria�ions Appropria�ions 11V&S Commercial �1,698,798.00 $8,028,7$6.00 $9,725,58�.00 Paper Fun� 66020 Project Total $1,698,798.00 $8,D26,786.00 $9,72�,584.OQ *Numbers rounded for presenkatian purpnses, i'his project is anticipated to be included in a future revenue bond issue for t�e Water & 5ewer Fund, Availab�e cash within the Water and 5ewer portfolio and the C9ty`s portfolio along with the apprapriafion authority autharized und�r the callable Commercia[ Paper Program (CP) r,vill be us�d to provide interim financing fior this project until debf is iss�ed. Once debf associat�d with this praject is snld, bond proceeds wilf be used fio reimburse the Water and Sewer parkfolio and the City's partfolia in accordance with the attached Reimburs�ment Resalutian. Under federal law, deb# mus# be issued within approximat�ly three years in order for these expenses io be reimbursa�le. Adaptian af the a�tached res�lution does not obligate the City to sefl bonds, b�at preserves fhe ability ta reimburse ifself from tax- ex�mpt bond proceeds. �usiness Equity: HaIfFAssociates, Inc. agrees ta maintain its initial MIWB� cammitment af 10 percent that it made on the original agreement and extend and maintain �hat same MIWB� cqmmitment of 10 percent ta its first amendment. 7herefore Half� Assaciates, Inc, remains in compliance w9th Ciiy's MIWBE Ordinance and aitests to its commitment by its signature on tf�e Accepfance of Previous MIWB� Commitment fnrm �xecuted by an authorized re�resentati�e nf its campany. Business �quity: Landmark 5trucfures I, L.P., is in complianc� with khe City's Business �qu�ty �rdinance by commit#ing to 20.90 pere�nt �usiness Equity participation on ihis project. The City's Business Ec{uity goal on this praject is 20 percent. The prajecf is located in COUNCII. D1ST'RICT 3 and #he City's Extra-Territorial .]urEsdiction. FISCAI. INFORMATION 1 CER7IFICATION: The Direcfor of �inance c�rtifies that funds are currently a�ailable in the Unspecifi�d - All Funds project within the W&5 Gommercial Paper F'und and �apon approval af the abo�e recommendafiions and adoptinn of the attached appropriafion ordinance, funds will b� available in #he W&S Commercia[ Paper Fund for the WS V E5T and Transmissiar� Main project to suppnrt the apprava[ af the above recommendations and �xecutian af the amendment to agreem�nt and c4ntrac�. Prior to an expenditure being incurr�:d, the Wafer ��partment has �he responsibility of verifying the availabi[ity of funds. FUN� 1DENTIE�RS (FIDs),: �O Fund �epartmen� cc� ID � '�udgei �eference # Year (Char�fie[d 2l FROii� Orlginating Department �iead: Additional Informatiart Cantacte Chris Harder (�020) Russell Redder (A�970) ATTACHM�NTS 1. - AL�'F- N A Z fff.�,d# (cFW lnternat) 2. 60SWSEST HALFF-LAIVDMARKS �{295 Landmaric.�f (CFW Internal) 3. fiOSWSEST HALFF-LANDMARKS APC Ha1ff.p�_f (cFW Internaq �-. 60SWSE5T HALF�-LANDMARKS Comoi�ce Memo Landmark.� (CFW Internal) 5, 60SWSEST HALFF-LANDMARKS F�D Table (WCF 12.29.21) sx (CFW Infernaq �i. 6D5W5E5T HALFF-LANDMARKS funds a�ailabilitvi� (Public) 7. 605W5EST HAL�F-LANDMARKS M��� (Puhlic} 8. 64SWSEST HAL.F�-LANDMARKS SAM (H�j,pc�.# (CFW Internaq 9. 60SWS�ST HALFF-LAND I�ARKS SAM Landmark.� (cFvu �nterna�) 10. �QSW5�ST HA�FF-lANDMARKS 560Z0 A022i�4,) d, o�X (Public) 11. �OSWSESY LANDMARKS V2 Reimb Resolutian.docx (Pu��ic) 12. 6DWS�ST HAl.FF-LANDIIAARKS PBS CPN �0342B.�¢f (Public) Su�mittecf for Ci#y Manager's �fFice by� Qana Bur�hdoff (8Q18) � 0 � � � � �. H � � �n � w er n �2EPLACt WITH �M&C �,,,,� �«. � �ll►Yt3RA�l�s'�����i��l �'ta�94t1;*lli�:�l1���1���+�] E�,�k.� � ��i I I i � Y � fr i K �k �i� II �3 � .i I -a 15 k {, i� IR 1 `) 2�� '? C �� �5 ,� �[:�'CJ{.1�+ Illl II� �Il M��Y'i�l����1I)C'�}G'�c'il t'(1�����1"�Jlc"�'l�[):�l[4[.�C�1 �=i.�'_;c�r�r����r: 1'�11' ��r�l�fYzdi'� �}t1�Y��Ni��t �'kpY'�lfJr�12, fi'L�11ar1r�• �I7LX fur�+� e�f,if t't fa?ctc c' 1� r��: �iit• ,��x����� ���a�t� �h�(eL'� {� j+��' 1�u• �rGs�cN'cf ,x{ fl,c' f1fi'��it'�'� ,lJeC� f� iara�rt ,+rzrii +�e- r,�r f��r�a� �aui,rv�. r r'.�r� ors��'�ii�r L 9�l��' { 1L f� 2 Ht 1 14' f kR7! 1 4fr��fa,�Rl>�'(�����E#iit��fif�Tr�PF.a'If�l�'ATlr3� �osr �itT��',"f'� Rr4��.�ti11��15' 1. 14}Ll �„U�i, x��:n,.�trti � �.Ii'.5 U�L�{I �I�il'd�;4 3�����. { lt\� ���4�I4'LL �'il � II���}� C�T1f OF FO�T VV�#�TW WAT�R p�P�qF�T4!!E(VT #DaE�dDUM ND. 1 �o kh� Pl�n�, �pe�ific��ton� � �en�ral Con#e�cl Doctuner�ts ���lT�l W��TSID� V �L�VArtEb ��`O�'P,�� T�ANPC �ily Pics�ecl F�lo. 1�34�$ l�{$d�f1C�4JkT1 �O t�. I�s���ci i�ov���}��� �0, ��1�'� Bid �pr:��an� E}at�_ L�e��mber �, �0�'� �� or �� ��� � � � ��wnooeanoaeonno�nn r k'�.JfJAI.L� iz I�IN�.7 YR6040�]4pr]M1W+88P�4P6 OS �. :1��lI� - v��„�-- � 1-��-21 �;£� �+�,,, �im� #3'� This As3cl�n+�4�ir� �arms pae� o; lhe ��ecific�#��n� a�irl C��ntr�i,:� E�nc:un�r�nis anr.� r��urlkfes llre c�ng�i��l ��r�ctfar.�kio��� anrl G'n��lrark f�[�clarr��nl�. Sid��rs s4�sryll �cic��owl�*dc�� ree�ip# �f iliis �4dcicr�d�nti in llti� space provicled b�low and acknovwledye rer,ca�rt ��7 Ehe aut�r �r�ve#ap� in y�ur Uid. Ff,il�ir� xc, �tckr3avuler�g� r�a;�a{�l af ll7is ac�cter�d�tn cr�ulrJ sub�acl lh� bldder �o dis�w�a�ifi�;alio��. Tk�e �p�ciFi�alions arsd �c3rMtr{�c! Doci,,m�nl� fvr ��ly Projec� I�o_ 1�3428 �r� I�efeby reviseck by lh�s l�dde��d�m N�. 1 as Fallows: �_ Th� miriu�+�s a� !he p�e-bi�l mr��t��s� far this proJe�t, �e�E! qn i�o+�c�rnl��I 24, �0�1, x�r��t«ehed, andare lier�L+y r�tatle� pa�t ai kh� Can�raol L�ocuinenRs f�r ��iy F'rcr��:ct f�o. 1r,�3��2H. �, ,Q Ilst �� �re-qualifE�d wa#�� contracE+3rs as of Navo��ne� �E�E. �n�1 i5 �lRa�h�;d for #I�e �Id�crs' r�fert�����, 3, Spe�ifi�a�lons ��ciior� C10 Ui� 00 T!x$�� O� CO�ITENT�, �e�Non �1 55 �#i S�REE�f L��� F'�f��+917 AND M�D1�1�AilOf�� ��'�RAfFI� ��hiTl�OL ta b� C)EI��i�fJ. a�. �pecifacalEons �ection OC1 �1 OQ SfD �OR�+1, PARA�RAPi� � PF��QI.�.�1�IFICATIphJ to be ����AC:�C] in its er�arrei�r wifih #i�e fal�ov,rin�; "3. Prequalif�cAti�n 1'#�e B�rid�r ackr�bv�l��ige;; ilx�t Ifi� �olls�wtrog wotF� lypes nru�t he per%Fi�re�l �ttily l�y preq��alifie+�l conlracto� ancl s�lbconlr��,lr�F�; r�. Elevaled storay� tarik ar�d assaClat�d ap����r#�n�r�c�s Co��s��Uc�lon, or Far,+tily S#ort�fl� ��n1�, lx_ �,�Rer �ransn�ission, D�V�10�]n3�ill, Aal �i�os�� F�r� r,f�R�ifir.��l��sn, ll�is c3�rir�c�� Irr�:lur��s raplace�ne�ll �� "El��ated sioraye lairlc a��d assaoi€�tad apQurtc��ar�ces cons�ruc1ion" }h�illti �'�I�;vat�il sts�r�ge tant� and a�so�.fat�il ap�,urt�n�r�ces coi�struct�on. or F�cility Sl+�ra�e Tarik", re��a�em�+ni o�'�h+at�r fi�ar,smiss9an. I�t;vnlopmenk, �;��f�3c�acs :�nd s��l��r" wift� ..+N�k�l' Tf�n�i'ril5sip�, f,]�ve�op�yyo��t, J��I SG��s'�, rem�val of'�a+l7ntlic �roteciinn". an�E romoval o( ���ar3c:rekv I'4tvrng �nr��!rtE�al�r� (�ess tE�ar� 15,0�+] square y�fi�s��� 5, ��+�cifica[ians 3�cki�n 0() -1'a 'I �- F���C�t�AL.l1=�Cl� T�IO�.I S I A I��+]Lixl'1 �o be F2�1'LAG�f} In iis errlie�ly hy 1#�e �tsech�'cl_ reVl�ed �er.linrx 00 �5 1:� -{'}��QUALI�I�A7 i0�1 S'1�A3`�i�9�P1'E�- �f�anyes to ti�e originaC Gn�l4��e= A1-1 AJJ���ulu�a� l �s��rl��� �1�1°� 9�I]�r �� hl T=v,��f Fix `��+ }��.�c;l° ��nl��: • Rep���e,m�rtit oi "f:.le�at�d stc�r�g� �ank a��c� asrtoc.Ir�Red s��M�, ��nanc:�� co��stre,etlon" kvlla� ��Ea�v�k�rl sis}a�s�yfl lanlc �nd ��Sdr.i�#r;d �pF}s�����r��aiC�s GtFrti�IluLlior�, �rr Fac�Cl�+� Siarage 1'ank" . Re�lacerne��l r.�l -VIl�ler �ransrnlssl�i�, C]eu��o��mt�m, �2-inch�s ancf smaUef" w�ah �`+N��k�r �f:�nS{a�asS�orr, I]eY�3€spn��.iil.l113 �Ix�s"; + F��m�s��l v� "Cvr7��fe�e ��vll�y �ol�strucbua7 {less ti7aM� 15.000 syuare yarei�)�� ■ Rernawal o� "��N�arlic P�o#eclion�� �7. ��jF;CI{L{:�S�I{]fkS S�CCIL}I I 00 35 13 — fi�N��1�7 OI" tN'I'LF2E�"�- �1',4TLME�T. t�� €a3low+n� claf�#icali�ax� are ks����,y �]rnvid��i: • �ulzm�k wik�1 ih� #�I�! ll�is $TAT�M�N�f wlt#� ihe appiuprlE�l�s basc �:heckad, ; �f lhr: k�irJd[;r's [;IQ F ufm is �Ir�ady �,r� IMEt� tiwillti RhF �i�y S�t`fel�ry, s���,rt7i�s�ic�ra t�! �r�oihar CIQ FC73�11 IS rlOt i'�'C�LJtI`�{.I. �I'IECI{ kI1L' L�OX �Of ��GIQ r4ff11 �S Ofl �II� 4�fJ�I� CI�� ��Cf���1�� + 1f tfte bodder's CI� �nrrr� is noi o�� �il�, wlkl� tl�o City 5ecfetary, ss�l�mfi tl�e i�lled-aul �I[� Fvim wfth fE,e ��t��. Cf�a�k r�re tiox ibr "C�C� Fcrrrn i� b�:irGy �n �vi���l to ihe �It� �eci�tary". The ��Q Form ��cei�e�acl fro�� la7r] E�idd�; v�lll 4� �1�'OVI[�E[I Ic1 �k7B �:GI�+ ��'[:f�t8f�+ �Fj� t��� �iky`s �M. 7�a�eci[acations Scct�o� n� 94 Oi� —�C�AT1�3�� FOR �LE1�A7�C� �N�1T�#� �T�l��1�E iAhlK�_ Tfre f�ll<rwing �11»nges are mad� [0 lhis �ection: Pgragr�ph �,1,A - Cl�ang� N�e senEence "Pf��3ucts of xhe Tn�rnec �am�>�rry, Inc a�€� il��ed t� ��s���i��t, � staa,s��� a ni c1usa��y.�� Eo -Prn[iucrs �� f�re ��na�nec �:ompa�ry, I��. and Ih� SlZoruv�n��U1��Nas�ms C:amp4ryny ;�ir� I�sletl ta �s��+4�ll�l'� :� �kHr�d�rci �� c�uNlity," . PaG�sgrapl� �_4 •- add fhe fallot+vlr�q Sharuvr�� Vti+ik��at��s ac�ep�ahla inkeracsr cc�aE�nr� systam, ���It�l�-B��iCrJ �F�7c�Epox,y �ys[e��� 1 4Nelcl P��p�,r�t�ori 1�1+alcJ Clux anr� a�}aik�r s�all be t��yxo�+ed by power tool cJs��raa��r�. �i��trff �r�aJ�;r,ilr��s� si�:�ll �}e c�ir��i�id lo a sn��u�h �:un�our_ A,il welds shall be c�rounrJ lo a srrrrrolh co1�ka4�r as �,e� NAC� �tan�4�rr� �F]017l�, D�}sli.lnisilorr p_ �_ ��ii ���ce i�reF,�rat�o��_ ��PC•�P I�fN�C� 2 Near-�U�rite M�,tal �lasl �lear�i{7�. An a�����i�r �+rn�ile of �_0-3.� i�rils per �15TN1 ��3A 17, M�tl�iocl C or fVA�E SEandard RP0�87 is r�q��f�a�f. 3_ Go�tFr�r s ��str�m �, Flrsk ���t: S��erwi�-V,�Ill�arns �oroihar�o I Gatvapac ��nc 11G {�.5-3_� #v1��T � I� Stelpc� �o�t; S�r�rwln�Willi�3m� Mr�crs�p�xy f>4� F'W Fpoxy - A�`�II1�'!� I.lj+ �]f4tlSYY �4� 2II S4�Ih SfJ�ff15, +�d±�es, cnrRors, �a3ls, r����s a�d O��ibf {�k�flf.U�3 t4 C�B� 2f�c�5. c, �v"�C{}�iri �c��a, Sht�rW�Es-UV�€Rian�s �f��r-P�atr P1f1� E�roxy �2�.{�-3�.0 h+��FT� r�r�� ��r o� zz,� �,kG�,�� . P��������k, ?,5 - a�lci Ehe ioCiou�lr�y �he�wir� UU�fkiams accepleb�e exterlor c�,aiir�g sysk�m� "-Chrns�Cn�,i FlucaropaGya75r:r Ur�il�i€�rre S}�ste��E �I 1+Ue�al f're�ar�t����: V1+�IsJ flux 3rtd ��rx�ii�r sl��r��l �e r�rria+r�d by po�ver toal cie�anin�_ 5f�arp prajoc[ions sFa11 be� grr�unG lo � s��v�1'G �on�our. �111 welds shall be c�i�cr�nd �o a sino�lrr cue�tour as per NA�E 5rsndarrl ��U1 �#S, C��sdgn�lian �, �, ��ria�e Pre�ar�Eion: SSPC-SP��hlA�E 3 �om€��efci�l �las[ {�leaning, A� �e��uFar �r�fii�� nf 1.��2 � i��11s �er 14��� f.1 ��i 17_ haSet}tiUtl C: t�r N110E �t2�n�ie�d ,�l 1-� n{r�l��,�lu�„ � ti{ }�.���7i 14'1=S'I'511.1r l' 1=! I'�4'�\'f FTF S'I�f}SCrktia �!'rk�fC � ��(}2&7 Is rc�uir�E, 3. Coaily�c�s_,S�sle�o� �7_ �i�sX Coat' ��7�rwrn� 4�+illis�ti�s �oruta7aE3s I Galvap�tc Zi��c �I }C (�_�-3,5 MDFT) b, S�cnnd Coal: �lio�,vin-Wilp�a�s h�cr�alvn 2i�3 HS P�lyur�#F��ne i2.p-�3.0 #��1f,]FT� c. Thircl G�at: ��rer+Nin-V�fillia�ns F[4�arok��� ��� 1f]� ��fyuretliane {�_�-3.0 A+��F"f 1 Toi€�I dry filn� lf�i�kness shall L7e 7n�inimr.i�r1 of �i_� m�ls_" 8�per.ifica�t�ns �eclinn 3;3 'I� 19 •{;C]�v1P{j�IT� El��V1�TFk7 UV�ITFR STpl�l��� �l�,�I]{ ,�C� re#erenre : 1� AWUVI� Siar7r,i�rd D I UO in Ihis S�c�f❑r� shall ��e s;Frang�d k� ref�fier�ce AW1+VA [��I f37. 9_ �p�ciFi�:�aiol�s �er.�iol1 4� 7� 00 — G�PJ��2A�_ ��f�blTIC�NS f'A�AGRAF'Fi 6,{}�.A, �I�rlCica��on fo�� �h� r�,Fer�r�ce� p4�r�ra�fn; �i I��ailcling �,�:imik w+l� �icaE i� t�q��ired ie�r thi� R�aj���, �i [} E�r�worrc� �he�r 7 of �� — �hai��� rallout "7��f� SY ��' VI�Jci� �r�ve1 Au�-.e��3� Rv�r,!" lo "�°��9 �� 20' Wide Gravel �ccess I"�oad', Jldciil�c�n�t3 C:i�ri[I�S3kJOri' TF�� 9,�L�Q SY qu.si7kity i��r �i�l It��rt fi ir� Ser:tit�r� {}0 �� 43 T'ROP�SlIL f-�F2N1 is i��ciusi��+e af khe q�antiti�s �P both ih� i�r�vef ac�ess roac� and th� gr�v�l c�riveway c�E��d oui o�ti pr��ii3g �he�t 7�f fi0. 1 1. C)ravring Sheet �I �I of 6Q — The ped�.��al d�ameter rani�e callouk "fG5' to �:i.�. sha�l b� chan�7ed to �����` #v 55", '� �. L'�rawis�<a She�t �#� �f HO — Th� sizes of }h� r�q��ir�c! !wo (�j venls and vacuk�rn ��1ie� sE�aq Fre c#ian�e�� frorn 2-0�' ka 3Ei", Fi1-3 ,1�lsl�•�i�lv�n I ws �L� T 1�1 14"L' �°. I� fl l l'. �" f:�. I' V A S I' 17 ,`,' fi 7}i.1C; l-. �'r�i � aC � n;� r�����,ciu�, ra�,_ �1 io�rrfs �arl of �he Spec:IfiG�tiGn� ar1[i CniilC9Gi ao�uYr�P.Y1�5 �Or ��1�: ��i4V�* Grfr:reG�r�ecl prr�Je�k ar�d mpdrfles �he qriyinal f�rojeCl M�f1U31 �, CU111fc1�=l Ur,i�41�'1'1411L� �sf S�RIe. �Icnowwecl�r: yo�r ror.el�r! �i Arld�ndurr, hl�. 9 L}' COfC[�}GP{ifl� E�1� PL'�UE'St2{� IlllufRl�1[O{1 �1 lit$ fn���WifF+� �tSC�lipCjS- . (1 ] tn khe space pravided [n �ecliun 04 �F7 D[1, Ricl ff�rr�. �ae�� � af 3, and (?.) i�7[�i���� in �ppr�r c�sr� leklers an II�� o��tsrde o� yot�r ����e�i 17G[: s•ikvelt7rye u�7����41�D�il4D�l�itir�Olh�f„��1�',��,�fJD�'hr�7t.itv�N�. ��' Ins;luds a slg�ed ���y a# I�cl�3r�r�r�i.im �Jo. 1 �n �h� seri��d �xrd �nvw�o�aa a� ll7e tir��e oi 1�id sa�bmilt�l. F�Ifi.Gre It� �r.k��nu,rl�r,li,�e t��elpt of A[J�I�:nt�um i�s�, � helaw coufU c�usr� iFtie ��ib,�ecl l�i<ScJer ko l�� [���s�d�red "hJOhIR��f�OhJSl11�". I'e�uEiltic} iro disr��i��iiii.�1!itrr�. P.�'Gde��riurti N�. "l l��C��P3' A�l�,�01+Vl��l7flC�1�NT� ��; �� � C��is k,amar�, FreSGder�� of Lan+�mark StCu�[�r�5 (1��113��mcn1 f�C.x �B�1E�8� �artr��r Gornpr�ny� Lhatirlmarl� S[ruclures E��P. Ad4res�s: i`v_bS..F��rmar� f2vad Clly: r r . SkBke' Tfix�S .� � � � � �'�.J�'�� � ;�, �1C-� ; ��' �� - �y� ��s��u r����e�.'��-�. projeck A�lai�a�s�r, l"�at�r aep�r��nonl A1-21 hd�n,luiµ 1 �i rs�7f C Ia�f�srsq�G V I-LEbA7 rr� 5'rr51�+,f,tF l',L:JK 1�� �����Y ��� hheelin�� ca�led i�y; F:jr.���E��vr: �Vi ! 1� Ut@ S ���r�ivc���� Rf�s����l ReCl+��a �an kCir�r� �IE�TIN� NIIIV�TE� �I��veGnbtr 2a, �a27 S��I�I� V�lE+�k�"FG[je V EST {:ily a� rori Vl+�r�l} Ul+ak�;r �lepartnr�n� 40UU F€�ssll [:r�k Bra�Gl=varcl Fori V�c��1kt� T�x;�s 7{il.s7 �63!) t�7-1412 Fax {8171232-�.7A•� � }�p� c�� Meeklrtg; h�eekirr� S�atk 7��e; h+�e�:llr�g Stn�s ffnr�� �4,����i �������, ��,����i.���a �aljv Ell�r�sori. �allv.��l�rks�n Pre-bid M�:elbra 'IQ:OD -arr7 G 1-ElU �rrr ��r��t����.��k �rlht�xas_r�ov M�rkir�[� �alFnas, �+l��iina_�aFin�s�Ftrrkwoa'���lex�s_�ov Ro�r I�f��y, i1511'ic�o[�Fya�j�.Gs}m - ---------.... . B�ic�di C ariasir�c_com l ����r{�I� Rom�, c�rnrr�n�ariasin�_coin 4t����� �ell�c�ltier, kqall�yher�calc���llla�lcs_com Ti�eo �aku, kh��m�kt� c�r_,�i+�nl�ng�r��erie�g,��rn �f�ristir�a Lauriksen, claurits�n a�keamfan�mark_com �o��� �I�o�piey. �sk�a Ee�+ c ����1}�an�im�F€�.cpixr �olio��w Tau�Jouz�. �vllan,Toucla4a�e�mcc�ermai�.corra 7�� follaw�r�g iten�� w�t�e dtscussed ak this rn�etir��. McDerG����l �We��on�e�and I�r[roductior�� •• Ftuss�ll ��dder intrad�ced ��mself as lh� �i��r's PN1 for #�7� proj��:� and Ron i�iR�� �s H�fff`s P��1 for tl�e er�c�i�ieerinc� s�n+ices, De�cEtp#+on �f �rojecl: Tl�iis Pro�ec� inclucics 1.5 �+1� cornposil� e�e�rated starac�e kank �il�� ap�a�rr#enances, �leckrical, c�rnrfi7u�R�ati[rrtis, �rtd c:oa�l�'ol. 3�S If o� c1u��if� iron y�F'cl pF�i��. Th�'ee {3} �6" �a�d g�l� vr�iv�s w�i�� r��ar�l�c�le�, Fire �yclra��� a�s����blp witi� valva end pipE��g, �i�e gradin�- 3,0�]0 sf of �an�rek� �irive��ray pav�nienl, 3,5€70 I� �� y��v��� a�cess ruarJ_ �1� if of ch�ain fir�� #�nci�tg witf� 2�v�#1 wic�e dnubl� swinc� �ake, Okher misc:ela�n�u��s i��rns wiEhRn �orflr��l Dncum�nts, �an FCir�� c�cs�ril�eri the pr�j��t uklli�inc� Plarr ����ks 8 of 6p, 1 1 a� ��, and i� of ��, I!I_ Rec���rerk,i:n�s !1, ��nteac# Documenzs ir��l�di��� �larts r�r�cl �r�j��i 1�ars��:�l are avaal�hfe o�� �FW F�ecl�Masing �ivisi�ri wehs�te I'tf,�_llwww.ft�r#wve�htexa�_�,ovlpu�c#�asfnc�! I�. L3icidoxs ar��l s4�bc:�n�rackars r�c��air�cl Iv b� ���equalifled, in�luding Tank M�nufactu�ers, �ee �e�kions �� �� 1�, 0�} 45 1�, 0� ��i 12, Q4 45 �3. RUSS�iI R�dCl�f ��C�ir�ieel lE��l �F�urSday �1nV�r�il�e� ��, �(�2�� w��s i€tie last c��y �e��i�5ks !or prcqlialifi�alion co���r3 ks� s�brt�ilE�:�l �o hirr�, RoM7 #(knc� ex}�laine�l �I�at this pr���a�ifi��r��on is Fr� �d�iifiiaT� t� berng iru�ica#ed a� ar� acc�piahle mae�u�ar.tur�r �r� Ihe t�nlc �peci�Fcatior�, e:o�v� �OFV�+� CO�W H�fff _ A�aas Aria� Ca1dw+�ll Jil�ol- --- Lar�dmarit L�nd�r�arlc �. INelsxr ac�ess ar�d ir�de�r�nity �gre�m�nts. �ee ���t�o� 00 �1 1� �3,1.�_ I�on 1�in� exF�lainecl that d��ring boPl�i ll�� b�� �hase an�� ���s�nEc�h�n ��f��se �I� co�il��cl�rs dnd s�lbCor3tr�CtbiS rrluSt exe�UE� #h� �gl"e��ll�n! lo enter the �rp�er#y, �'h� Eenguage af th� ac�r��m�nt �;.� i�arr-ne�otia#�le. J�4ft�r �he n��eC�nc�, l�on I�i�q se�3l al[endees �exie E�oL�l�s' cor�t��E ii7�orrn�lion I�na#�I�s a�v,ral�f�� .r.n�7�����7aes,cqer}, wh+� is kl�e MaRia�i�g DGr��tar, VU�ls�r �ak�xp�a�Mi�s, an�i will he �ba� i� asa�s[ wikh �xc��i���tic� the ac�r�r�����et�oi. �_ i�P.G]411��C� lf'I $[C� PFfJ�JOSA� �41hf311��Si: "I , I�ar� cnpy af execuked bitl pro�.�o�a� �, Pr�q�.ialaf+r�tron �lalem�nt 3. �rd Bos�d rr�acl� �ayable to �Fty ir� �n a�nour7t of five �5} �r�ccent of E��cicl�r'� rr�axi��x�irrti Birf ��rMce 4, 11��cior �'nn7��li��ice f,�r StaE� L���u Nor�r�si�ienl �3i{id�f d�r;ur'��r�t 5, �u�3i�i�fials li�#�d i� �er.iian 3� 9� 1�J "[.4.A �&�. Ill. Pr�ject ��:Y��tJufe A. assue of Adde��da -�.as� day k� is�tae A�cl�lei3�ia �+�la3c��,t d��ay tv l3id o�c����n� — f�ov�ix�kxn�� 29, ?{]2� Russe�l Redd�r inF�m7ed al�ee�de�s that al� questipns rnust be stibrnill�d by �i�c� af tl�e day af the }��e-bEd m��Einc� P�lovemb�r �$, �02'1, E1. LI{� ��}�Illll� - �Illi�'S[I�� QG�CII��ef �, ���1. �ids d�ie by �:30 pm ��7 �R �i��+ af �ot� Work1�M Pt�rc'#ta�ir�g D��Fs;�n, 2[10 T�x�s �tre�k, Torl UV�rth, Texas 7G1��_ �id s��eni��� i�ti �o�n: il Cl�a�ni�s�rs �:�0 ��ry_ C. �tis��tiess �c�i�i�y D�c�trn���ts clu� k� R4Gssel� �scirl�r h� e�r�ail rx� la#er k]��an �'�0 pm an De��mber 7, 2Q2� _ Ru�;��l� Rec�defi �ndir,�sled Il�a# tl�e �ity's E3� �eps��me�,l requesis lha� #i�e doc�rr��nEs L�e ��ihn�ikt��i +�itF� lfne ly�d, but il Es �ot rec�uir��i urrkil lh� l��c�rr�f��G� 7 cl�:�dkir�e. I�us��ll ii�[ii�t�d tl'�2�# ��7�: $E D�����fG�ne��t w�nE� tn er�7�f7�s3�� tha# h�cl�fers si�o�iiti m��i th� ��"�� �E go�l if ak �II po�siE�le, If i�at. then tM7e (���cl �a�#h �ffort �aparwaek rnust E�e sul�r�litted a�7cl m4as� b� f�lleri o4�E wiff�esul ni�stalt�s #o a�r��d a��d �etr�c� c�sclarcd as r�on� r���n��va. E]. fV�`�J�l�rk o� co�sEr��clion —�urretr#!y pla��n�cE far Fe����uaf}r 4. ���� �. �u#�sEa�xtiaa C��in�al�ti�n — 4�� cs�endar da�s �ro�n i�TP Rn�s �{ing exF�l�ined €I�a4 the C3ky's �a���i is t� r��th s��k�s�a��tia! ��r�npEefiion k7y kf7e eG�c3 of N1afc�� �0�3, I�u[ khe �bove �E�(� �;alend��� �l�y dea�ili��� w�ll ��v�rn �_ �'iR��l ��r��ipE�[ioi� �4t�� �alendar cia�s fron� �TP �. Lic��a�dak�4� da��xages p�r �ecti�n 00 �� �3 11, �isc��.��si�n Il����s A Av��il�bil�ty a� larrds f�r work, �e� �eclFo�ti 00 7� O(� ��-� � I F�. �, Rr�i� i{ing �x��f;�ir�e� iF��,� al� �asetnertts anr� tf�i� lae�k properky �r� ��rr���nlly l�cii�g p�oc4�re�i. The Earg�t cla#� fnr pr��urement is mi���a��ary- � �f 3 �. �4an �k7e�ls dis�;��ssion i�err�s�, � , �f���13, note � — und�rgr�un� [�l� wJ {uli hody f'ti�i�gs �, �heet �, r�otc: 38 — exss�ing g�s 1i��es 3. �F��e� 3, �ot� �9 — fi�+�stor•� �rat�ct�oi� �#_ �I'���i 3, i3ok� �� - �le�kri��l ��i�3��ly dtiru3g cnrGstf�cii�n Rc}r� }Ci��g �x�xl�iilecE kl�a� �he �ontrac��r is rcquirecf lo pro�+id� ot�-s�te ger�er�t�r�f� fs�r c:�ns�R��clac�a� p�we�, aa}� lf�at p�ri��ar�r-:nl �r�w�f is p�a�7�ed lt� be p{ovi�e<1 b� ��II �U�� VI. p�t�ski����s S�. �4r��w��s Pfc� yuc:�lioi�s v�e��e ask�d, ���� OO l l l3 iNVITA'i'I01V Tp BIDDERB Page l of 3 SECTION 00 I1 13 1NVITATI�N TO BIDDERS RECEIPT OF BIDS Sealed bids For the constructian of South Westsi�ie V Ele�ated Storage Tank, CPN 103428 ("PcaJecY') wili be r�ceived by the City of Fort VJorth Furchasing Ofiice until 1:30 P.M. CST, Thursday, December 2, 2021 as further described below: City of Fort Worth Purchasing Division 260 Texas Street Fort Worth, Texas 76102 Bids will be accepted hy: US Mail, Courier, FedEx or hand delivery at t�e address abave; Bids will be opened publicly and read aloud at 2:00 PM C5T in the City Couneil Chambers. In lieu of dalivering completed Business Equity (M/WBE} forms for the project to the Purchasing Office, bidders shall email the completed Business Equity forms to the City Praject Manager no later than 2:00 p.m. on the third City business day after tl�e bid opening date, exclusive of the bid opening date. GENERAL DESCRIPTION OF WORK The majar work will consist of the (approximate) following: 1.5 MG composite elevated storage tank with appuz'tenances, electrical, communications, and control. 325 lf of ductile iron yard pfping. Three (3} 36" yard gate valves with manholes. Fire hydrant assembly with valve and piping. Site grading. 3,QOD sf of concrete driveway pavement. 3,SOO lf of gravel access road. 8121f of chain [ink fencing with 26-ft wide double swing gate. PREQi]ALIFICATION Certain innpt'overaents included in this project must be per%rmed by a contractor or designated subcantractor wha is pre-qualified by the City at the tirr�e of bid apen�ng. The procedures for qualification and pre-qualification are outlined in the Section 3 of 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Cantract Documents may be examined ar obtained on-tine b� vzsiting the C.ity of Fart Worth's Furchasing Division website at hrtp ;: r�-: ���� � - - .� - - - -,-,- � i --- -- �.� and , clicking on the link to the advertisad project foldars on the City's eIectronic document managernent and collabaraYian system site. The Contract Doeuments may be downloaded, viewed, and printed by interested contractors andlor suppliers. Bid Document Fold�r; h�s:ildocs.b360.autodes#c.comi::nardslfdl c..4b39-e89f-42�8-97Q7-52af26�s97fid� Addendum foIder: https:lltEocs.b36� �utodesk.c.�rrti:,haresi185c4e82-aeaG-4fb9-bbt8-6e5c�9c:�GOdc::'� Copies of the Bidding and Contraet Documents may be purchased from Halff Associates o££'�ee which is lacated at: C1T'Y OF FORT WORTH South Westsido V Elcvatcd Storagc Tank STANDARD CONSTRUCTION SPECIFICATION DOCUM�NT CPIY 103428 lZevised 7/I9/2021 0011 l3 INVITATION TO BiDDERS Fage 2 of 3 �004 Fossil Creek BIvd Fart Worth, TX 76137 The cost qf Bidding and Contract Documents is: Sct of Bidding and Contract Documents with fufl size drawings: $120.00 Set of Bidding and Contract Documents with half size (if available) drawings: $90.00 EXPRESSION OF INTEREST To ensure potential bidders are kept �p to date oi any new information pertinent to this project, all interested parties are requested to email Expressions of Interest in this procure�nent to the City Project Manager and the Design Engineer, The email should include the company's name, contact person and that individual's email address azzd phone number. .All Addenda will be distributed drrectly to those who ha�ve expressed an interest in the procurement and will also be posted in the City of Fart Worth's purchasing website at t_� ri-.- ��rtWnrtlit�xs�s.��» 'pur�.h:.�i«: PREBID CONFERENCE — Web Conference A prebid con%renee will be held as discussed in Seatian 00 21 13 - INSTRUCTIONS TQ BIDDERS at the fallowing date, and time �ia a web con�erencing application: DATE: �r.,-. _: ,. ., � TIME: l�:t�� a"1 Invitations with links to the weh canferencing applicaiion will be distributed directly to those who have submitted an Expression of Interest. If a prebid canference is held, the presentation and any questians and answers pravided at th� prebid conference will be issued as an Addendu�n to the call for bids. If a prebid conference is not heing held, prosgective bidders can e-mail questions or camments in accordance with Section 6 af the Instructions to Bidders referanced a�ove to the project manager(s) at the e-mail addresses listed below. Emailed questions will suffice as "questions in writing." If necessary, Addenda wiil be issued pursuant to the Instructians to Bidders. CITY'S R.�GHT TO 1�CCEPT QR REJECT BIDS City reserves the right to waive irregularities and to accept or reject any or all bids. AWARD City will award a contract to the Bidder presenting the lowesi grice, qua�ifieations at�d campetencies considereci. INQUIRIES � A11 inquiries relative to this procurement should be addressed ta the following: Attr►: Russail Redder, PE, City af Fort Wqrth Email: zussell.redder@fortworthtexas.gov Phone: 817-392-4970 AND/OR Attn: ftan King, PE, Halff Associates, Inc. Email: rldngG7u halff.com Phane: 817-813-57I5 ADVERTISEMENT DATES �o� �mber �, ;U .] 1��,�*n�, • l � ?0^f C1TY OF FORT WORTH 5outh Wcstsidc V Ekcvatcd Staxage Tank STANDARD COiYSTRUCTION SPECIFICATION �OC�MENT CFN 103428 Revised 711912p21 Op 11 13 17VVITATION TO BIDDERS Nage 3 of 3 END OF SECTION CLTY OF FORT VirORTfi 5nuth Wcstsidc V EEcvatcd Storage Tank STANDARI) CONSTRCJCTION SPECIFICATION UOCLIMENT CPN 103426 Revised 7/19l2021 00 21 13 INSTRUCTIONS TO BIDD�R5 Page 1 of i6 SECTION 00 �1 13 INSTRUCTTONS TO BIDDERS 1. Defined Terms 1.1. Capitalized terms used in these INSTRUCTTONS TO BIDDERS are defined in Section 00 72 00 - GEN�RAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated helow w�ich are applicahle to bot1� the singular and plural there�f. 1,2.1. Bidder: Any person, firm, partnership, company, association, or corporatinn acting directly through a duly auihorized representative, submitting a bid far performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any persan, firm, partnership, company, association, or corporation acting direc�ly through a duly authorized representative, submitting a bid for performing the wark contemplated under the Contract Docum�nts whose prineipal place flf business is not in the State of Texas. 1.2.3. Successful Sidder: The lovwest responsihle and responsi�e Bidder to whom City (on t1�e basis of City's e�+aluation as hareinafter provided} makes an awatd. �. Copies of Bidding Documents 2.1. Neither City nar Engineer shall assurne any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete scts of Bidding Documents. 2.2. City and Engineer in making copies aiBidding Documen�s available do so only for the purpose of obtaining Bids for the Work and do not authorize or canfer a license or grant for any other use. 3. Prequalification of Bidders (Pri�ne Contractors and Subcantractors) 1. Bidders or ti�eir designated subcQntractors are required to be pxequalified for the work types requiring prequali�cation as per Sections OQ 45 i 1 BIDDERS PREQLTALIFICA`I'IONS and 00 45 12 PREQUALIFICATION STATEMENT. Fums seelcing pre-qualification, must submit the documentation identiiied in Section 00 45 11 on Section 00 45 13 PREQi1ALIFICATION APPLICATION at Ceast seven ('1) calendar days prior to Bid opening for review and, zf quali�ed, acceptance. The subcontractors listed by a Bidder on Op 45 12 must be prequali%ed for the appropriate work types. Su�contractors must %llow the same timelines as Bidders for obtaining prequalification review. Sidders or Subcontractors who are not prequalified at the tirr�e bids are opened and reviewed may cause the bid to be rejected. Prequaliiication requirerxzent waric types and documentation are available by accessing ail required itles th.rough th.e City's r�rebsite at: �lit[�� _ � .TlritWJl�ii �nai�l7rnLC,tR _v�1y, GI'�'Y OF FORT WORTH SouCh Westside V Elevated Staragc Tank 5TAN17ARD CON3TRUCTION Si'ECIFICATIQN DOCLiM�NT5 Gity Proje�t Na, 103428 Revised/iJpdated A�gust l3, 2021 00 21 13 IIY5TTt(JC'I'lONS TO BIT)DEiiS Page 2 of 16 3.1.1. Paving — R�quirements document located at: hrtps: �� a]��ia.IG� LVv'Di ��llcxd5.�6 vIPfO] e:.tRe�o�rceait�e��urc�s�'/[�� : 020- °/a20Construction%20DocumentslContractor°/a20Prequal ification/TPW%24Pav�r��, %20Contractor%20Pre ualification°/a20Pro am/PRE UALIFICATION%20R�.�! UIREMEIVTS%2QFQR%20PAVING%2QCONTRACTORS.pdf 3.1.2. Roadway and Ped�strian Lighting -- ReQuirements document located at: F�«ps:/i ap,�s.fortwUrthte�as.guv/Pr�j e�tResources/Res�.urce�P/t�2°�o20- alOConstruction%20Doc�amentslContractor%20Prequali F'icationlTPW%20Rpadwa � '�20ancf%20Pedestrian°/a20L�iitin�%20Preyualification%2�Pro� � � a i n�,.L i" �!ULIt iH.l '„ ?QPREQi "AL'" �2URr:(�A � 1V l �j�a,� 3.1,3. Water and 5anitary 5ewer — Requirements document located at: htt� �., � ap�S. iuFtW viCl7 ��Xas. �u r/Pro� o�tRt�ou� L��, itesour�csP,'��, ,;,2t`, - ,,2bConstrucrian%o20Documents/Contractor°/n20PrequalifeatianlWar_ .,'�unu'..,� �SaniTary%20 Sewer%2dContractor%20Prequalification%o2UPrograin/W SS%ZOpre �u ��°�=�?Ore uirements.�di 3.2. Each Bidder, unless current�y prequalified, rnust submit to Cily at least seven (i) calendar days prior to Bid opening, the dacum�ntation identified in 5ection 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2.1,5ubmission af and/or questions related to prequali�cakion shauld be addressed ta the City contact as pravided in Paragraph 6.1. 3.3. Th� City rese�rves the right to require any pre-qualified contractor who is the apparent Iow bidder for a project to submit such additional informatton as the City, in its sole discretion may require, including but not limited to manpower and equiprnent records, information al�out key personnel to be assign.ed to tha project, and construction schedule to assist the City in evaluating and assessing the ability of the apparent low bidder tn deliver a quality praduet and suecessfujly complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recomrnendatian regarding the award of a contract will be txkade ta the City Co�ncil. Failure to subrnit the additional izifortnation, if requested, may be grounds for rejecting kh� apparent low hidder as non-responsive. Affected contractors will he notified in writing of a recommer�dation to the City Council. 3.4. In addition to prequalification, additinnal requirements for qualiiication may be required within variaus sectians of the Conttact Docutnents. CY1'Y DF FORT WORTH South Wcstside V Elevated Storaga Tank STANI]ARD CONSTRUCTION SPE;CIF[CATION pOCUMENTS City Praject No. 103428 Ra�ised/Updated Augast ! 3, 202 t 0021 13 [lYSTRUCTIDN3 TO BIDDk.RS Page 3 of 16 3.5. Special qualifications reqnired for this project include the following The tank manufacturer shall have previously, successfully d�signed, fabricated, canstructed and com�nissioned a minimum of ten (10} 1.5-millian gallon or larger capacity eomposite elevated potable water starage tanks with structural conerete domes. All ken {10) taz�cs shall ttav� been in satisfactary operation far at least five (5) years. These tanks shall have been of the same design described in Specifcation 33 16 19 Composite Elevated Water Storage Tank. 4. Examinatian of Bidding and Contract Docaments, Other Related Data, and Site 4.1. Before subrr�itting a Bid, each Bidder: 4.1.1. Shall examine and carefully study the Contract Documents and other related data identif�ed in the Bidding Doaumen#s (including "technical data" x�%rred to in Paragraph 4.2. below). No inforrr�ation given by City or amy representative of the C.ity other than that contained in the Contract Docurnents and afficially promulgated addenda thereto, shall be binding u�an the City. 4.1,2. Should visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance ar furnishing of the Work. The project site is within ib.e Walsh Ranch and any entity� (Bidder, sub-contractor, agents, etc.} who will access the site shall execute an access and inden:�nity agree�nent with Walsh Ranches Limited Partnership prior to accessing the site and shall ab'sde by ali req�irements of the agreen:zent. The Farm immediately following these Instructions to Bidders shall b� used for this agreement, and the terms of this agreement are not negotiable. A copy of the executed agreement(s) shall be provided to the City. The successful Bidder who enters into a contract t�vith the City for canstruction of the Project and the Bidder's sub-contiractors, agents, etc. sha11 also be required to execute t�iis agreement with Walsh Ranches Limited Fartnership prior to accessing the sike. A copy of the executed agreement(s) shall be provided to tkte City. 4.1.3. Shall cons.ider federal, state and local Laws and Regulations that may affect cost, pragress, perfortnance ar furnishing of the Work. 1.4. Shall study all: (i) reports oi explorations and tests of suhsurface conditions at or coptiguous to the Site and all drawings nf ph,ysical conditions relating to existing surface or s�abs.urface sbructures at the 5ite (except Underground Facilities) that have been identiFied in the Contract Documents as containing reliable "technical data" and {ii) reports and drawings of Hazardous Environn�ental Cqnditions, if any, at the Site that have been identiiied in the Cantxact Documents as containing reliable "technical data." The geotechzticaI investigation conducted by the Engineer for this project is. not to i�e considered reliabie "technical data'" necessary for final desigi� of �he tat�k and is only to be considered approximate infarn�ativn to assist the bidclers with developing bids. The selected tank manufacturer will be required to conduct all geotechnical investigations tzecessary to design the tank. CI'I'Y OF FORT WOR7T3 South Westaide V Elevated Storage Tank STANDARD COIVSTAUCTION SPECLFICATION DOCUMGIVTS Cily ProjectNa. 1D3q28 RevisedlCTpdated August 13, 2U21 �tl 21 l3 INSTRiJGTIONS TO BIDDERS Pagc 4 of 16 4. L5. Is advised that the Contract Documents on file vvith the City shall constitute all of tl�e information which the City will furnish. Ail additional information and data which the City will supply a�er promulgation of the formal Contract Docurrients shalI be issued in the form of written addenda and sh�l1 become part of the Caz►tzact Dpcuments just as tbough such addenda were actually written into the original Contract Docurtt�nts. No infarmation given by the City other than that contained in the Contract Documents and of�cially promulgated addenda thereto, shall be binding upon the City. 4.1.b. Should perform independent research, investigations, tests, bo�ings, and such other means as may he necessary to gain a complete knawledge af the conditions which will be encountered during f1�e construction of the project. For projects with restricted access, upan request, City may provide eaeh Bidder access to the site ta conduct such examinations, investigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidd�r must fi�l all holes and clean up and restore the site to its former conditions upon completian of such explarations, investigations, tesks and studies. 4.1.7. Shall determine the difficulties of the WorK and a31 att�nding circumstances affecting the cost af doing the Work, tirr�e required for its cnmpletion, and obtain all information required to make a proposal. Bidders shall rely �xclusively and so�eiy upon iheir own estin:�ates, investigation, research, t�sts, expIoraiions, and other data which are necessary for full and complete infarmation upon which the proposal is to be based. It is understood that the submission oi a pz'oposal or bid is prima-facie evidence that the Bidder has made the investigations, examinations and tests herein required.. 4.1.$. Shall pt'omptly natify City af all conflicts, errars, ambiguities or discr�pancies in ar between the Contract Documents and such other related documents. The Cantractor shall not take advantage af any gross error or omission in the Contract Documents, and the City shall be permitied to �xzake such corrections or interpretations as may be deemed necessary for fulfillznent of the intent of the Contract Document5. 4.2. Reference is made to Seetion 00 73 00 — 5upplementary Conditions far identi�ication of: 4.2.1. those reports of explorations and tests of subsurface conditions at ar contiguous to the site which have been utilized by City in preparation of the Cantract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor ihe Engineer guaraniee that the data shown is representative of oonditions which actually exisi. 4.2.2. thase drawings of physieal condztzons in or relating to existing surface and subsurface skructures (except i7nderground Facilities) which are at or contiguous to t}re site that have been utilized by City in preparation of the Contract Documents. C1TY OF FORT WORTH 5outh Westside V Elevated Storage Tank 5'1'A1�DARD Cd]VSIILUCTiON SPECIFICATION DOCUMENTS City Project No, ifl3428 RevisedlClpdaled August ! 3, 2021 aozi t3 INSTRUCTiC3NS TQ BID�ERS Page 5 of 16 4.2.3. copies of such reports and drawings will be made avai.lable by City tq any Bidder on request. Thos� t'eports and drawings may not be part of the Contract Dacument,s, buk i�e °technical data" contained therein upan which Bidder is entitied to rely as provided in Paragraph 4.02. of the General Coaditions has been identified and established in Paragraph 5C 9�.02 of the 5upplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpxetatinns, ppinions or information. 4.2.4.Standard insurance requirements, coverages and Iimits. 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 �s premised upon perfarming and furnishing tha Work required by the Contraet Dacuments and appiying the speeifie means, methods, techniques, sequences or procedures of constructian (if any) that may 6e shown or indicated ar expressly required by the Contract Docurnents, (iii) khat Bidder has given City written not�ce of a11 conflicts, erroxs, ambiguikies and discrepanciss in the Contract Documents and ihe written resolutions thereofby 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 (i�) that the Contract Documents are generally sufficient to ind'scate and convey uudersianding af ail terms and conditions for performing and furnishing the Work. 4.4. The pravisions of this Paragraph 4, inclusive, do not ap�ly to Asbestos, Polyehlarinated biphenyls (PCBs}, Petroleum, Hazardous Waste or Radiaactive Material covered by Paragraph 4.�}6. oF the General Conditions, unl�ss specifically identifted in the Contract Documents. 5. AvailabiGty of Lands for Wark, Etc. 5.1. The lands upon which the Work is ta be performed, rights-of way and easements far access th.ereto an.d other lands designated for use by Contractor in performing the Work are identified in the Contract Documents, All additional lands and access theretQ required far temporary construction facilities, construction equipmen.t or stQrage o� materials and equipment to be incorporated in the Work are to be pbtained and paid for by Contractor. Easezz�e�ts foz' permanent structures or permanent changes in exisiing facilities are to be obtained and paid for by City unless atherwise provided in the Contract Documents. 5.2. Outstanding right-vf-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of fi�.e Supplementary Conditions. In the event the necessary right- of-way, easeme:nis, and/ar permits are not obtaincd, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the projeet. 5.3. The Bidder shall be prepared tn commence canstruction without all executed right-of- way, �a�ements, and/or permits, and sha11 submit a schedule to the Gity of how eonslruction will proceed in the other areas of the proj ect t�at do not require permits and/or easements. CITY OF FORT WORTfI Snuth Westside V Elavated Storage Tank STANDAItD CO3YSTRUCTION 5PECIFICA"I`ION DOCUM�NTS City Projent NFo. ] 03428 RevisecllLlpdated August 13, 2421 00 21 13 IN5TRUCT[ONS TO BiDDERS Page 6 aF 16 6. Interpretations and Addenda 6.1. All questions about the meaning pr inYent of t�e Bidding Docutnents are to be dire�ted to City in writing on or befare 2 p,m., the Monday prior to the Bid openin.g. 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 recarded by Ci .ty as having received the Bidding Documents. Only questions answered by farmal written Addenda vvill be binding. Oral and other interpretations or clarifications rvi11 be without legal effect. Address questions to: City af Fort Worth 200 Texas Street Fort Worth, TX 76102 Attn: Russell Redder, PE, 5traiegic Operations — Facilities Planning Email: russsll.redderQfartworthte�cas.gov Phane: $17-392-4970 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisahie by City. 63. Addenda or clarifications may be posted via the City's electronic document management and collaboxation system at = . :1.' _ "�� ... _ `_ �_ _ '_ __ _ _ ' _ _ - _ _ _- - - � -� . , . . . r , � . 6.4. A prebici canference tnay 6e held at ihe time and place indicated in the Advertisement or INVITATTON TO BIDDEftS. Representatives of City vvill be present to discuss ihe PrQject. Bidders are encouragcd to attend and participate in the conference. Ciiy �vill transmit to all prosp�ctive �idders of record such Addenda as Gity considers necessary in response to questions az'ising at the canference. Oral statements may not b� relied upon and will not be binding or legally effective. i. Bid Secarity 7.1. Each Bid inust be aecompanied by a Bid Bond made payable to City in an amount of iive {5) percent of Bidder's maximum Bid price, on the form atfiached or equivalent, issued by a surety meeting the requirements of Paragraph 5A1 of the General Conditions. 7,2. The Bid Bonds provided by a Bidder wi�l be retained until the conditions of the Notice of Award have been satisized. If the Successful Bidder fails to execute and return the Contract Documents within 1�4 days after the Notice of Award conveying same, City may consider Bidder to be sn default, rescind thc Notice of Award and act on the Bid Bond. Such action shall be City's exclusive remedy in the �vent Bidder is deemed to have defaulted. CIT'Y [)F FQRT WARTH South Westside V Elevated Starage T'ank STANDAAD CO]�STRUCTEUN SPEGI['iCATI�N DOCUMEW'PS Cily Project N4. 103428 KevisedlUpdated August 13, 2021 00 2! 13 INSTltUCTT4IVS TO BIDUERS Page 7 of 16 8. Cflntract Times The number of days within which, or the d�tes by vvhich, Milestones are to be achieved in accordance witkt the Ganeral Requirements and the Work is to be completed and ready far Final Acceptance is set forth in the Agreement or inaorporat�d therein by reference to the attached Bid Farm. 9. Liquidated Dannages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or-Equal'" Items The Contract, if awarded, will be on th� basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or-equal" items. Whenever it is indicated ar specified in the Bidding Doeuments that a"substitute" or 'br- equal" item of rnaterial ar equipment may be furtzished or used by Contractar if acceptable to City, application for such acceptance will not be considered by City ur►ti1 after the Ef%ctive Date of the Age�xnent. 'I'he prpcedure for submission of any such application by Conteactor and consideration by City is set fartt� in Faragraphs 6.OSA., 6.OSB. and 6.OSC. of the G�neral Canditions and is suppjemented in Section O 1 25 00 of the General Requirements. 11. Subcontractors, Suppliers and Others 11.1. In accordance with the City's Business Equity Ordinance No. 24534-11-2020 the City h�s goals for the participation of minority business and/or women business enterprises in City contracts $idQ,OQQ or greater. See Section 00 45 40 far the MIWBE Project Goais and additional requirements. Failure to comply shall render tk�e Bidder as npn-responsive. Business Equity Ordinance Na. 24534-11-2420, as arnended, codified at: �. ; - !�, { 1 �u. ,,�y �, n n_n ,�c+� ; _.i_, - .i/C�r1�vlA�.Qliilti� �i . .. rlullldt4.. 1lWa,lit�r 11.2. No Contractnr shall he reqt�ired to employ any Subcontractor, Supplier, othet' person ar organization against whom Contractor has reasonable objection. 12. Bid Form 12.I. The Bid Fornn is included with the Sidding Documents; adc�itional copies rnay be obtained fram the City. 12.2. All blanks an the Bid Form must be aompleted and the Bid Form signed in ink. Erasures or alterations sha�1 be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for each B1d item, alternative, and �nit price item listec� th�rein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bldder skall stafie the przces for vuhich the Bidder proposes to do the work contemplated or fu�z7nish materials required, AII entries sha1S be legible. 12.3. Bids by cprparations shalI be exe.cuted in the corporate name by the president ar a vice-president or other corporate officer accoznpanied by evidence of authority to sign. The corparate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. � CITY OF FORT WORTF3 5outh Westside V Elevated Stornge Tank STANDARI] CONSTRiSCTION SPEC[�'ICATEON I)OCUM�NTS City Project No, 103428 Revised/UpdatedAugust k3, 2021 00 21 13 iMSTRUCT�ONS TO BmDERS Page 8 of 16 12.A�. Bids hy partnerships shall be executed in the partnership natne and signed by a partner, whose title must appear ut�der the signature accompanied hy evidence of authority to sign. Th� official adciress of the partnership shall be shown below the signatura. 12.5. Bids by limited lia�ility companies shall be executed in the name of the firm by a member and accompanied by evidenee pf authority to sign. The state of formation of the fiz-zn and the official address of the firm shall be shown. 12.6. 12.7. 12.8. 12.9. Bids by individuais shajl show the Bidder's name and official address. Bids by joint v�ntures shall be executed by each joint venture in the manner indicat�d pn the Bid Farm. The official address of the joint venture shall be shown. All names shall be typed or printed in ink below the signature. The Sid shall contain an acicnowledgement of receipt of all Addenda, the numbe.rs of which shall be filled in on t11e Bid Form. 12. i 0. Postal and e-mail addresses and telephane number far cammunications regarding the Bid shall be shown. 12.11, Evidence of autharity to conduct business as a Nonrasident Bidder in t'he state of Texas shaII be provided in accordance with Section DO 43 37 — Vendor Compliance to State Law Non Resic�ent Bidder. 13. Suk�mission af Bids Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Docuz�nents, at the tim� and place indicated in the Ad�ertisement or INVITATTON TQ BIDDERS, addressed to Furchasing Manager of the City, and shall be enclosed in an opaque sealed envelope, marked with the City Praject 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 rnail or other delivery system, ihe sealed envelope shall be snclosed in a separate envelope with the notation "BID ENCLOSED" on �he face of it. 14. Withdrawal of Bids I4,1. Bids addressed to the Purchasing Manager and filed vsrith the Purchasing Office naay be withdrawn prior to the time set for bid opening, A xequest for withdrawal must 6e made in writing and delivered to the Purchasing Office ta receive a time stamp prior ta the opening of Bids. A timely withdrawn bid will be returned ta the Bidder or, if the request is within o�e haut' of bid opening, will not be read aloud and will thereaf�er be returned unopened. 14.2. In the event any Bid for which a withdrawal request has been timely filed has been inadvertently opcned, said Bid and any record thereof wiil subsequently 6e marked "Withdrawn" and will be given no further consideration for the award of contract. CI'i'Y QF FQRT WORTH Soutb Wesuide V Elevated Storage Tank STANIaARD COiYSTRUC170N SPECITICATION DOCUIVIENT5 City Project No. 103428 RevisetL�Updated August 13, 2021 0o zi i� INSTRUCTIONS T4 SIDUERS Page 9 of 16 15. Opening af Bids Bids will be opened and read aloud p�blicty. An abstxact of the amaunts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 16. Sids to Remaip� Subjec# to Acceptance All Bids will remain subject to acceptance for a minunum of 90 days or the titne perioti speci�ed for Notice of Award and execution and delivery of a complete Agreement by Suceessful Bidder. City may, at City's sole discretian, release any Bid and nullify the Bid security prior fa that date. 17. Evaluatian 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, nanresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City 6elieves that it would not be in the best interest of the Project to make an award to that Bidder. City reserves the rigtst to waive informalities not involving price, contract time or changes in the Wark and award a contraet to such Bidder. Discrepancies between the multiplication of units of Work and unit pric�s wi11 be resolved in favor of the unit priaes. Discrepancies between the indicated sum of any column of �gures and the correct sum �hereof will be resol�ed in favor of the correct sum. Discrepancies between words and �'igures wili be resolved in favor of the words. 17. I. i. Any or all bids will be rejected if City has reason to believe that collusian exists among the Bidders, Bidder is an interested party to any litigatian against City, City or Bidder may ha�e a claim against the other or be engaged in litigation, Bidder is in asrears on any �xisting contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactary manner, or Bidder has uncomipleted work which in the judgment of the City will prevent o.r hinder the prompt completion of additional work if award�d. 17.2. In addition to Bidder's relevant prequalificatzat� reauirements, City may consider the qualifications and experi�nce of Subcontractoxs, Suppliers, and other persons and organizations proposed for those portians of the Work where the identity of such Subcantractors, Suppliers, and other persons and organizations must be subrz�itted as provided in the Cantract Documents or upon the request of tlze City. City also rnay consider the operating costs, maintenance requiren�ents, performance data and guarantees ofrnajor items ofmaterials and equipment proposed for incorporation in the Woric when such data is �equired to be submitted prior to the Notice of Award. 17.3. Gity may conduct such investigatians as Ciiy deems necessary ta assist in the evaluation af any Bid and to establish the r�sp.onsibility, qualifieations, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and arganizations to perform and furnish the Work in accordance with the Contract Documenis to City's satisFaction within the prescribed tirne. 17.4. Coniractor 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. CI'I`Y QF FORT WOR'i'E� 5auth Westside V Elevated Slorage Tank ST:ANDARll COl�fSTRUCTiON SPECIFICATIO[tif DOCIIMLNTS City Prnject No. 103428 Revised/[7pdaled August 13., 2Q21 4D 21 13 1NSTRUCTIQNS TO BIDDEKS Page 10 of ib 17.5. If �e Co�tract is to be awarded, it will be awarded to lawest z-espansible and respansive Bic�der whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Gavernment Code Chapter 2252.OQ1, khe City will nat award cantract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a zesponsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbirl a Nonresident Bidder to obtain a comparabl� contract in the state in which the nonresidenYs principal place af b�siness is lacated. 17.7. A contract is not awarded until formal City Cauncil autharization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid op�ning unlass extended in writing. No other act of City or oth�rs will canstituie acceptanae oF a Bid. Upon the contract award, a Notic� of Award will be iss�ed by the City. 17.7.1. The contractar is required to fill out and sign the Certificate of Interested Parties Form 1295 ancf the form must be submitted ta the Pro�ec# Manager before the contract will be presented ta the City Council. The form can be obtained at htt�,,�:l�r.w��.ethic�.state.tx.u��datx/iorms,t29511�95.odf 17.8. Failure or refwsal ta comply with the reyuirements rnay resnit in rejection of Bid. 18. Signing of Agreement 18. L Wh.en City issues a Notice of Award Yo the Successful Bidder, it will be accampanied by the reyuired number of unsigned counterparts of the Froject ManuaL Witk�in 14 days thereaftsr, Contractor shall sign and deliver the rec�u�red nurnber of eour►terparts of the Project Manual to Ciiy with the requir�d Bon.ds, Certificates of Insurance, and all other required documentation. 182. City shail thereafter deliver ane fully signed counterparfi to Cantractor. END OF SECTION CITY OF FORT WORTII South Westside V Elevated Storage Tank STf�NT]ARD CDNSTR[ICTION SPECIFICATION DOCIJM�N'C3 City Pmject No. 103428 Revised/CJpdated Flugust 13, 2021 ACCE53 AND iNDE1V�INITY AGREEM�NT This Access and indemnity Agreement (this "Agreement") is �nada and entered into on this of , 2021 (the "Effective Date") hy and between Walsh Ranches Limited Partnership, a Texas liznited parfnership ("Owner"), and , a ("Accsss Party„). WHEREAS, Access Patty has requested that Owner grant its permission for Access Party to access the area depicted on Exhibit A(the "Property") fo.r #he limited purpose of , along with the right of ingress and egress to, &am and upon the Prvperty (the "Purpose"); and W`HEREAS, Owner has agreed to grant Accass Party access to the Property soiely for the Purpose subjeet to the ternas and pravisions of this P►greement. NOW THEREFORE, in considerakion of the foregoing and other good and valual�le consideration, the receipt and sufficiency of which are hereby acknowledged, the Owner and Access Part}+ hereby agree as follows: l. Access; Coaperakion. Qwner hareby agrees to aLlow Accass Party and its affxliates and their respective emglvyees, contractors, consultants, subcontractors and agents (collectively, the "Representatives") to access the surface of the Property for the Purpose in accordance with the terms and provisions of this Agreement. Prior ta exercising its rzghts hereunder, Access Party shall cantact }ii1! h��r[=ir�+y nt ? iil7� �}9(s• 3��7i' with at least two (2) haurs' notice, to make arrangements to exercise such rights. Access Parry and its Representatives shal] reasonably coaperate with Owner and Owner's agents, contractors, and representatives (collecti�vely referred to herein with Owuer as "Owner Representatives"}, in connection wiih its activities on the Property. 5uch cooparation shall include, but shall not be limited to, notifying Owner and any necessary Ownex Repxesentatives prior to accessing the Property. 2. Access Partv Conduct, (a) In exercising its rights hereunder, Access Party sha11 and shall cause all of its �tepresentati�es to: (i) eonciuct a!1 actions related to the Purpose within the timeframe speci�ed by Own�r or Owner Rapreseniakives, with due ciiligenca and in a pr�dent and careful manner in accordance with al1 applicable prudent industry practices and in accordance with applicable laws; (ii) promptly nntify Owner and necessary Owner Representatives of any damage to the Property or any structures, and re�air any damage to the Properiy or any stnFctures, t"ixtures or personal prop.erty located thereof, at Access Party or iks Representative's sole cast and expense; (iii) maintain the Required Insurance Coverage as specified in Section 6 of ihis Agreement; and (iv) comp�y wzth any rules, regufations or other insh-uctions provided by Owner and Owner Representatives and provide competent supervision for all employees and 4ther personnel under the direction and control of Access Party who are on premises own.ed or controlled by Owner. (b) In exercising its rights hereunder, Access Party shall nok and shali cause ali of its Representatives not to: (i} hunt, fish or hring any weapons, fishing tackle, dogs, drugs or alcahol onto the Property; (ii) interfere with Owner's or its tenants', lessees', subiessees' or agents' use of the Property, including Owner Representatives' business aperakions an the Property; (iii) perform any activities or operations on the Property that are not within the limited scope di the Purpase; ar (iv) place or allow to be p'laced any lien, charge, security iRterest or other encumbrance upon the Praperty or any personal property or fixtures locatec! thereon. 3, Cleanup and Aestoration. At all times Access Party is perfo�rmming the Purpose, Access Farty shafl keep the Access Location free af spills, trash, and other waste. Access Party shall return any raads, road shoulders, grasses, turnarounds, fences, and okher areas damaged duzing Access Party's petformance of the Purpose, to their original state. 4. Dama�es. Access Pariy shall be respansible and lia6le for (and s4�a11 promptly pay and compensate the applica6le darnaged party for} any Ciaims (as herei�after deftned in 5ection 5(a)) caused b}r Access Party or its Representatives affecYing any livestock, girowix►g crops, improved pastures, trees, roads, structures, windmi�ls, water well�, pipclines, stock ponds, jakes, ditches, gates, fences, cattle guards, pens, oi! or gas wells, parsonal property, build'mgs, fixtures or improvements in the exercise af Access Party's righis hereunder, The provisions flf this Section 4 skall survive the ex�airatian or termination of this Agreement. 5. Exculpation and Indemnification. ACCESS PAATY HER�BY AGREES: (A) ACCESS PARTY'S AND ITS REPRESENTATNES' ACCESS TO THE PRQPERTY {AND ANY ACTiVITIES OR OPERATIONS CONDUC'1'�D THEREON) SHALL BE AT ACCESS PAR'I`Y'S SOLE RISK, COST AND EXPENSE AND ACCESS PA17T'Y WAIVES AND RELEASES ALL CLAIMS, CHA1tGES AND CAU5E3 OF ACTION OF ANY KINll AND CIIARACTER (INCLUDING CLAIMS FOR CONTRACT'UAL INDEMNITY), JUDGMENTS, DAMAGES, LOSSES, PENALTIES, FINES, SBTTLEMENTS, EXPENSES (INCLUDING, WITHOUT LIMITATION, ATTORNEY �'EES, COURT C05T3, AND OTIiER C05TS OF INVESTIGATION OR DEFENSE), LiENS OR ENCUMBRANC�S FOR LASOR QR MATERIAL5, AND OTHER LIAB�LITIE� OF ANY KIND WHAT50EVER, WHETHER KNOWN OR Ui�iKNOWN, Wf3E'�'HER FIXED OR CONTINGENT (COLI.ECTIVELY, "CLAIMS") AGAINST OR SU�FERED BY OWNER, OWNER REPRE5ENTATN�S, A1VD OWNER'S AFFILIAT85, AND/OR ITS OR THEIR 1'ARENTS, SUBSID[ARI�S, DIRECTORS, PARTN�RS, MEMBER3, OFFICERS, EMPLOYEES, AT'1`ORNEYS, CON'1'RACTORS, AGENTS, OTHER CONTRACTORS, INVITEES AND SUCCE550A5 AND ASSTGNS O� SUCI-i Pt�RTIES (COLLECTIVELY THE "OWNER INDEMNI7'EES") ARISING IN ANY WAY THEREPROM OIt IN ANY WAY CONNECTED THEREI�IT`H OR ARiSING IN CONNECTION WITH (i) THE CONDUC"C OR CLAIMS ASSERTED SY ACCESS PARTl', ITS A�FII.iATES, AND/OR IT5 OR THEIR 1tESPBC"I'IVE AUTHQRIZED REPRESENTATIVES, DIRECTORS, PARTTIERS, MEMBERS, OFFICERS, EMPLOYEES, ATTORNEYS, CONTRACTORS, AGENTS, RE�RESENTATTVES,INVITEES AND SiTCCE�SORS AND ASSIGNS OF SUCH PART3ES (COLLECTIVELY, THE "�P GROUP"), DR (IT) A THiRD PARTY DERIVATIVE OE A MEMBEit OF AP GROUY (DERIVATNE OF A MEIVIBER OF THE Ap GR�UP TO INCLUDE CLAiM5, DEMANDS, CAi7SES OF ACTION, AND LIABILITY OF EVERY IC1ND AND CHARAC'I'ER BY, THROUGH, UNDER A MEMBER �F AP GRQUP FOR THE MATTERS DESCRIBED ASOVE OR WHICH WOULD NOT EXIS'F BUT FOR A RELATIONSHIP `I'O A MEMBER OF THE AP GR�UP, SUCH AS, �UT NOT LI11�fITED TO, STATUTOiZY WRONGFUL ❑�ATH CLAIMS AFFORDED THIRD PARTIES BY R�ASON OF THE DLATH OF A MEMBER OF AP GAOUP), ARTSING OUT OF, RESULTING FROM OR 1N ANY WAY INCIDENTAL TO, DIRECTLY OR INDIRECTLY, THE PURPOSE OF TH1S AGREEMENT, AND/OR THE PRES�NC� OF A MEMBER O� AP GROUP OR THE PRESENC� OF AP GROUP PROPERTY, AT A FACIL[TY AND/OR SIT� OR LOCATION OF OWNER INDEMNITEES, OR (Iln OTHERWISE RELATED TO THE PURPOS�, OR OTETER ACTIONS OF THE AP GROUP OR OCCURR.�NC�S OF ANY OF THE ABOVE IN CONNECTCON WITH THEII� PRESENCE UPON, ENTERING OR LEAVING THE PRQPERTY, AND (B} ACCESS PARTY SHALL REI.�AS�, IN�IEMNiFY, DEFEND AND HOLD HARMLESS THE QWNER 1NDENINITEES FROM ANY AND ALI, Ci.AIMB ARiSING OUT OF �R IN ANY WAY CONN�CTED WITH, OR RELAT�D TO, ANY OF THE ABOVE-D�SCRISED MATTERS IN SUBPART (A), OR FROM ANY BREACH OR DEFAULT OF THTS A�SREEMENT BY ANY OF THE AP GROUP; AND THE FOR�GOING RELEASE AND INDEMNI�ICAT�QN SHALL APPI.Y WHETHER OR NOT SUCH CLAIMS, OR OTHER ACTIONS, CAUSES OF' ACTIQN, LIABILITIES, DAMAGES, LOS5E5, CQSTS OR EXPENSES ARISE OUT UF (I) N�GLIGENCE (INCLUDII�G SOLE NEGI.iGENCE, SIMPLE NEGLIC�NCE, CONC[lRRENT N�,GI.IGENC�, ACTIVE OR PASSIVE NEGI.IGENCE) OF ANY jNDEMNIFIED �'ARTY, OR (In $TRICT LIABILITY, OR ANY OTH�R LEGAL FAL1L'1' OR RESPONSIBILITY OF ANY OWNER INDEMNITEES OR AN'1t' �THER PARTY OR PERSON. (C) WITH RESPECT TO THIS AGREEMENT, BOTH PARTIES AGREE THAT THIS STATEMENT COMPLi�S WITH THE REQUIREMENT, KNOWN AS THE EXPRESS NEGLIGENCE RULE, TO BXPRESSLY STATE IN A CONSPICUOUS MANNER TO AFFORD F.AIR AND AD�QUATE NOTICE THAT THIS AGREEMENT HAS PROVISIONS REQUIRING ONE PARTY (THE IN1��MNI`CQR) TO BE RESPONSIBLE FOR THE N�GLIGENCE, STRICT LIABILITY, OR OTHER FAUL`� OP ANQ"CHER PARTY (THE INDENiMTEE). THE INDEMNIFYiNG PARTY REPRE5ENT5 TO THE ITVDEIWCNIPT�D PARTY (I) THA'i IT, THE INDEMNIFY1NCr PARTY, HAS CONSULTED AN ATTORN�Y CONCERNING 1"HIS AGREEMENT OR, IF IT HAS NOT CONSUL'TEb AN ATTORNEY, THAT IT WAS PROVID�D THE OPPORTUNITY AND HAD THE ABILITY TO SO CONSULT, BUT MADE AN INFORMED DECISTON NOT TO DO SO, AND (II) THAT IT, THE INDENINIFYCNG PARTY FULLY LTNDERSTANDrS ITS OBT.IGATIONS UNDER THIS AGI2EEMENT. {D) The provisians of this 5ection 5 shatl survive the expiration or terminakion of ihis Agreement. 6. Insurance. Access Party shail, and shal.l cause the Representatives to, maintain in full force and effect throughaut the term of this Agreement, at Access Party's (or its Representative's, as applica6le) sole cost and e�cpense, the insurance described below (the "Required Insurrrnee Coverage"). Such insurance shal! be regarded as a minimum and sinall be primary to any other existing, valid, and colleetable insurance. Limits of coverage required under this Agreement are in excess of defense (and relaked) costs. Cach insurance policy maintained by Access Party in connection wikh the Purpose must be endorsed as follows; (a} To waive, to the extent of Access Party's risks and liabilitias (including but not limited to indemnify risks and liabilities) as allncated to Access Party by the Agreement or as otherwise burdening Access Party, Underwriters' rights of subrogation (whether by loans receipts, equitable assignment, or atherwise) against Owner and any member of Owner or Owner Representatives. (6) To provide adeq.uate territorial and navigatian limits with al] laws ar regulations of state or country jurisdiction, if ap�licable. (c) To provide coverage for Owner and any member oi Ownet Representatives, as Additianal Insureds, relative to Access Party's risks and liabilities (ta the extent of the indemnity risks and liabilities assumed hereunder) as allocated to Access Party by the Agreement or as atherwise burdening Aceess Party (except the Warkers Compensation policy}. Aceess Party shall, during the progress of the wvrk, carry, at its awn expense, on forms and in reliable insurance caznpanies autharized to do business in the state or area in which the work ts to be performed hereunder, the fnllowing minimum insurance coverages: (a) Worker's Compensation and Err�ployer's Liahility Insurance in accordance with the bene�ts afforded by the statutory Worker's Compen.sation Acts applicable to the state, territory or district of hire, supervision or place of accident. Policy limits for worker's compensation shali nat ba less than statutory �imits and far employer's liability one million dollars ($1,OOO,QQO) each accident, nne million dollars ($1,DOO,OflO) disease each employee, and one miiiian dollars ($ I,OOO,Q00} disease policy limit. {b) Commerciaf General Liability Insurance including "Action Over" claims, bodily injury, deati�, property damage, independant eontractors, productslcompleted operations, contractual, and personal jnjury liability, with a limit of $1,00O,OOD per occurrence and in the annual aggregate. (e) Commercial Automobile Insuranee covering ow�ed, hired, rented, and non-owned au#ornative equipment with a limit af $I,000,000 per each occurrence and $1,ODO,OOD bodily injury andlar praperty damage, combined singie limit. (d) Excess Umbrella Liability Insurance coverage in excess of the tertns and Limits of insurance specified in Seetians 6[a), ,6�b and 6(�, with a combined limit af $5,000,600 per vccurrence. (e) Prior to accessing the Praperty, Access Party shali furnish Owner a certi�cate of insurance evidencing tlae caverage zequired herein. (�] Failnre of AP Group to secure the insurance covetages, or comply fully with any vf the insurance provisions of this Agreement, or to secure such end4rsements on the pnlicies as may be necessary to carry out khe terms and provisions of this Agreement shali be the xespansibility of Access Party and shall in no way act tv relieve Access Party fram the obligations of this Agreement. 7. Terfn. This Agreement shall automatieally terminate and expire immediately upon notice by Own�r tv Accass Party; providea; however, that the terms and provisians of Section 4 and Section 5 shall survive the tercuination of khis Agreement witfinuf time limit, 8. Severabilitv. Any provision of this Agreement that is prohihited or unenfarceable in any jurisdiction shall, as to that jurisdiction, ba ineffective to the extent of that prohibitian or unenforceability without invalidating the remaining provisians hereoF or a€fecting khe validify or enfarceability of that provision in any other jurisdiction. 9. Governin�Law. 'CHIS AGREEMENT SHALL BE GOVERNED BY AND INTEAPR�TED IN ACCORDANCE WITH THE LAWS OF THE STATE OF TEXAS, WITHOUT RSCaARp TQ THE APPLICAT[ON DF ANY PRINCIPLES OF CONFLICTS OF LAWS THAT WOULD DIRECT THE APPLICATdON OF THE SUBS'I"ANTIVE LAW OF ANOTHER STATE. In addition, the parties agree to the exclusive jurisdiction and venne of the State or Federal Courts t�aving jurisdiction in the Caunty of Parker in the State of Texas for resolutian of any clairn or dispute relating to this Agreement and hereby waive any argument of lack of persona! jurisdiction or inconvenience of forum regarding such eourts. 10. Entire Agreement. This A�reement re#lects the whole and entire ag�reements arnvng the parties hareto with respect to the subject matter hereof and supersede all prior agreements and understandings, oxal and written, among fhe parties with respect to the subject matter herenf. This Agreement shail not be amended except by a writing executed by both parties. 11. Attorn_ e��s' fees. Any party to this Agreement who substantially prevails (gi�ing due consideration to all relevant circumstances and not tz�erely to which party obtairis a jadgment or recovery in its favor) in asserting ar defending a elaim or suit arising out o�a transaction covered by this Agreement shall be awarded, in addition to alI other damages allowed under law, its costs, fe�s and expenses, including reasonable attorneys' fees and casts. 12. Affiliates. It 'ts understood and agreed by Access Party and Owner that, #�otwithstanding anything herein to the contrary, all d'uect and remote parent, subsidiary, and affiliated entities of the Owner shall have tt�e same righks and protections under this Agreement as iithey were Owner. l3. Non-Assi nabili . Neither this Agreemant, nvr any duties hereunder nor any retention of Access Party subject to tY�is Agreement may be assigned or subcontracted, in whoie or in part, by Aeeess Party or Access Party's subcontractnrs withaut the written consent of Owner. Any assignment or suhleiting permitted 6y Owner shall not relieve Access Party of its obligations her�in. Therefore, a remedy available to Owner far breach of this provision (avaiiable in addition to all remedies which wauld otllerwise be available) shal.l be the recovery vf any 1vsses, cos#s, and expenses (including attomeys' fees) which are incurred by Owner, its directors, officers, empioyees and agents, and against whieh losses, costs and expenses Owner, its directors, officers, employees and agents wnuld have been indemnified had Owner had a simiisr contractual relationship with each of Access Party's subcontractors identical to this Agreement. I4, Counte arts and Execution. This Agreement may be executed in cnunterparts, each of which shal! be deemed an original instrument, hut ali such caunterparts together shall constitute but one agreement. Each party's delivery of an executed counterpart signature page by e-mail is as effective as executing and delivering a hard eopy. No Party shall be bound by the tarms and pravisions of this Agreement unkil su.eh time as ali of the parties have executed countetparts of this Agreement. IN WITNESS WHEREOF, the parties ha^ve caused this Agreement to be ex�cuted by their duly authorized eepresentatives on the date specified �e1ow their signature, but to be effective far all purposes as of the Effective Dake. OWNER: ACCESS PARTY: WALSH RANCHES, LP [Name] Walsh North Star Company, a Delawue Limiked Liability Corparation, its General Partner By: _ By: Name: Title: Name: Title: Exhibit A The "Properfy" DO 35 13 CONFLICT OF IN7ERES7 STATEMENT Page 1 0(1 � S�CTION 00 35 13 CONF'LICT' O� IN�'�R�Si SiAiEM�NT �ach bidd�r, afferor or respondent to a City of Fort Worth pracurement is requir�d ta campl�te a Conflict of lnterest qu�estionnaire ar certify that ane is current and on fla with ti�e City Secretary's Office p�arsuant to state law. If a memb�r pf the Fo�t Worth City Council, any one or mors of th� City Mar�ager or Assistant City Managers, or an agent of the City who exercise discretion in the planning, t�commettding, selecting or contracting wfi� a bidder, offeror or respondenk is affiliated with your campany, then a Local Govarnment ��icer Canflicts Disclosure Statament (CIS} may be r�quir�d. You are urged to cons�lt with caunsel r�garding th� applicabiiity of #h�se �orms and Lacal Ga�ernment Code Chapter 976 ko your com�any. The referenaed forms may be downloaded from the links provided below. _ . ` � '��:� ❑ ❑ C� � ❑ ❑ �Id���: ' �t�ie.tx.�slform�lGlS.�ctf CfQ �arrn does nat appfy � CIQ �orm is on file with City Secretary C!Q Form is k�eing provic�ed to the City S�cretary CIS Form does not apply C{S Farm is on �ile with City 5ecretary CIS Form is being pravided to the City S�cr�tary La�dmer� Structure5 I, I. �: �16� Harman Road F�re lAlor4h, i1�i 76�%i �Y� ��H��nark atrucfiures 1. �.�. Slgnature: �_�, � CF��is �amon, �re�iden� �� �ar��r�ark Tifle: sx�uc�ures IUQanage�er+t Inc., �enerai �a�e� �N� �F S�CT'IQN CITY OF FORT WORTH STANDRRD CONSTRIlCTEDN SPECIFlCATION DClCtJMENTS Revlsed Fepruary 24, 20F0 00 41 00 Bid Praposal Work6oak �or���r�Y o� �r�����s� t�������n���a�� ���n� �I� �ar ►►endo�� do�ng business wifh loca# go►�ernmental entity 7his queslionnaEre reflec#s changes mada to the Isw by H.B. 23, 84th Leg., Regular 5esaion. o�FICEliS�OR�LY This queslionnalre is bsing [Ited in acwrdanca with Chapter 1 i6, Local Govemment Code, by a vendor who paie Receivad has a business relalionship as delined by 5oclian 176.001{1�a� with a local gavornmental enlity and tho vendor meels roquiremenEs undar Seclion 176.008(a). By law this questionnaire musl bs Eiled with ih� records adminislrator of the local governmenlal entily not IaEer than 1he 71h business day a#!er ihe date lha vandor becomes aware ol facts Ihal requlre lhe slatemenl lo be filed. 5ae 5oclion 176.006(a-7), Local Gavarnmanl GodQ. A vondor commits an o(iense if the vendor knowingly vialates Section 178.00S, �ocal Government Code. An afiense undor lhis seclion is a misdemaanor. � f�ame of vendor wha has a business refatlonshlp wlth local govemmental enkity. �----•�'na� � ',:rL..�.., .� l, � � 2�Check this box If you are tl I Ing an update to a previously fl led questlannalre. (7he law requirc�s that you �ile an updated completed questionnaire with the appropriate liling authority not iaEer than the 7th 6usiness day after the date on w��ich you became aware that the originally liled questionnaire was incom�lete ar inaocurate.) � Nanne af IocaE gov�mrrient afficer abaul wham the lnFormatlon is being dlsclosed. F Name aF O�icer 4 Descrlbe �aoh employm�nt or other business relatfonshlp urith the local government offlcer, or a family memkser at the pifEce�, as deserfiaEd by Section 17B.003(a)(�)(A). Also describe any Famiiy re[atiortship with the local govern�nent offie�r. Complete subparts A and � ior each employrr:ent or b�siness relattonshlp deseribed. Attaoh additlonal pages to this Form ClQ as necessary. !4vfvi A. 1s the local c�overnmant officer or a family member of tha officer receiving ar like[y to receive taxable income, ather than inveskment income, from the vendar? � � Yes � No B. Is the vendor receiving or likeiy to reoeivQ taxahie income, other than in�estment incame, from or at the diract�on of tl�e local government oificer or a family n3ember Qf the o�icer ANQ the taxable income is not reeeived from the lacal ga�ernmental entiry? � Yes � No 6 Describe each employmeni ar husiness relatlanshi� that ihe vendor named in Sectivn 1 mainta[ns wlth a oorpar�atEon or other huslness entlty wfth respect to which khe iocal government atficer ser+res as an offiGer ar dlrector, Qr holds an uwnership Interest af an� percent or more. Fnvn�� . & ❑Check this box if the venclor has given the local governr�Ent officer or a family member o[ the officer vno or more gifts as described in Section i76.003(a)(2)(B), excluding gifts described in Sect�on 178.003(a-1). 7 .f /'' � _ _— j ..�___� :i, . -n �A�`-�nbe� z.:iiy:�1 �gneUi[e oF ve or d�ing b�.is�ess i[h th�. �avemmenial er�lily �ale - - •*� u���nc�� _� v4t�u , .; � m -a� F rtn�.. Form prav€ded by Toxas �Ihics Commission www.ethfcs.slalo.ix.us Revised 1113412U15 �BPl��,I�i �� INY��L�i �l���7i�N�aA1RL� ��t v�H��r ��in� bu�ir���� w1Fl� I�i��l �dre��r�rr���#�l ��tity A compleke co�y of Chapter i�6 af the Loaa! Gave�rnment Code may be foun� �t httpllwwvu.stalutes.legi�.state.bc.usl f]ocsl�G�htmILG.176.htm, �Qr easy reference, beE�w are some of the sectid�s clted on this form. ti��l ���ernr�ent ���� 617�.�q1(1-�); "6usiness relationship" means a connea4ion between two or more parkaes based on cammerclal acli�ity of one of the parties. The term daes not include a conneciion base�i on: (A) a transaction 4hat is sui�ject to rate ar fee regulatian t�y a federal, state, or local governmental entity or an agency oi a federa�, state, ar loca! govarnmenta� enkity, (�) a transaoiEan conduct�d at a prics and su�ject to terms available to the pubi[c; ar (C) a purci�ase or lease af goods.or services from a parsan that is chartered by a state ar fec[eral agency and that fs sui�ject fo reguiar oxaminatlon i�y, and reporting to, t�at agency. loc�1 �odernme�t �ada� 9i�.00�j�1(�l[A? and {�j: (a} Alocal govemmsr�t officer shal{ f�le a canflicts disclosure sta#ement with respeci to a v�ndor ..r (2] ths vendor: (A) has ar� employment ar other busEness relationship w3th the lacal government afficer or a famlly member of fhe ot#icer ihat results in the officer nr fami#y member receiving taxa�le Encome, ather than €nvestmeni income, that exceeds $2,5a� during ihe 12-month periad preceding ihe cfate #hat the officer becnm�s aware that (Iy a contract beiwaen t�e iocal government�l entity ar�d vendQr has beer� executed; ar (iij ihe local governmen�al entiry is considering entering into a contract with the v�r�dar; (B) has given to the taca� go�emment �fficer or a family member of �he officer one �r more gi€ts fhat ha�e an �qgregate vafue of more than $i 00 in tfle 12-month period preceding the date thie oiti�r b�comes aware that: . (i} a contract between the loea! governmental entity and vendor has been executed; or (ii} tne local governmenta[ entity is considering sntering intQ a contracf wiin t�� vendor. l��cal ��e��rn�nent ��cie ��6.�9�ia) �n� f2►-�1 (a) Avendar sha11 file a completed canfHct af interesi q�estiann�lre ii the vendar has a business relatianship with a locai g�verr�mentai entfty an�: (i} has ar� empfoyment or ather business relatianship with a�oeaf governmeni afficer of tfi�at {ocal gavernmer�tal sntity, or a Pamiky member of the offEper, described by Secfion 175.003(a}(Z)(A); (�} has glven a local gavernmen# afficer of ihai local governmental entity, or a family member o� the offlcer, one or mnre gifts wiih the aggregate �alue speciffed by Section i 7fi.4Q9(a}(2)(B), excluding any gift describsd by Section 176.003 (a-i ); or (3y has a family r�lationship with a incal government officer of tY�at local gavemrnental �ntity. (a-i )�'he compl�#ed confllct of interest questionnaire mu�i ba filec� wfth the appraprlate r�cords administrafar not later than the saventh business day after ths later of: (i} the d�te thai the vendor: (Ay t�egins discusslons or negotlatians to enter inta a cantract with 1he loc�l gQvernmentai entity; or t�) su�mits to t�a lacal governmentaE �ntity an applicati�n, raspanse to a request for �ropasals or bids, cnrrespnnd�nce, or another writing r�Eated to a poientia! contract �vith th� local gavernmental entity; ar (2f the d�t� the vendor beaomes aware: (A) af an emplayment or nther busin�ss relationship wi�h a lacal gQv�rnment Qfficer, qr a famlly mam6er o# ihe officer, described by 5ubsectian (a); (B) that the �endar has given ane or more gi�t� �escribed hy Su�isectian (a}; ar (C� of a famfly relat�anship wfth � local gavernment officer. Ferm provlded by Toxa� Elhlcs Commicsion www.ethlcs.stele.ix.us Revised 11/30I2015 0o a� fla eio FORM Page 1 af 3 TO: The Purah�ing Manager eln: The ��rchasing �ivisian 20� Texas Steeet City of Fart Worth, Texas 76102 FOR: City PrnJect No.; 103428 Un[tslSsctions: 9. �nter Intu Agreement SEGTION OU 411 00 ��I� F'ORM Sauth Westside V�levated Starage Tani� 7he uncfersignad �idd�r proposes and agrees, if this Bid {s accepted, to snter fnto an �reement wtth Ci#y in the form included in the Bidcfirtg Docufn�nts to perfarm and furnish all Wark as sp�eiFed or indicatec! in #he Contract Documents for the Bid F'rice and wtthin the Con#ract 1'!me indleatecE in thls 61d and in accordanee wlth the other terms and conditions of lhe Contract Ooc[�ment5. 2. �It1���t Achttorkl�gements and CertiFicatEon 2,1. In subm�tiRg this 8id, Bidder accepts all oF the tert�s and conditfons at the IIVVl�RTION TO BI�D�RS and IN�T�IJCTIO�IS TO BIDC}�RS, inc[uding withnut limitation those dealing with the dispasition of �ld �ond. 2.2. Bidder is aware af all costs ta provide the required irisurance, will do so pending contract award, arsd wlll provide a valid insuranae aertiflcate meeting ail requlre�ents within 94 days af natification of award. 2,.3. Sidder certities that this qid is genulne anci nnt made in the interesk oF or on behal# of any undisc{osecf individua! or �ntity and is not submifted in canfc3rnzity wlth any callusi�e ag►eement or r�les ot any grnup, association, organization, or corporaiion. 2.4. Bldcler has nof dfrectly or Indirectiy induced or sollclted any other B€d�er to submlt a tafse or sham �id. 2,5, Bidcler hae not sollc€fed ar indwced any indi�idual or entily to ref�ain (Corn bidding. 2.6. �idder fi�as not engaged In eorrupt, fraudulent, e�llusive, or coercive practices in contpet(ng for the ContracE. For the purposes of this ParagrapE�: a, "corrupt prackice" means tha af�erirrg, giving, recelvit�g, or sofic[ting oi any thing af value litcely fa influence the actlon of a pu�lio offiaial in E�e bidding pracesa. b. "fraudufenk �ractice".means an [ntentior�al misrepresentatlon of facfs made (aj to Influence th� bldding process ta the detriment of Clty (b) to ssEablish �id prices at a�tifciai non-com�#itive le�els, or (a} to daprive City of the bersefits of free and op�n compstikian. c, "callusive practioe' rrseans a sch�rne nr arrangement between two or mare Bidders, with or without the knowf�cige of Cf�7r, � purpase of which {s to establisit Bid prices a# artifcial, non-competitive leve{s. CITY OF FORT WORTH SrRNpARD CQNSTRUCTION SPECIFiCATiON DOCUMENTS l�qvised 913Qt20�1 tltl A1 QO 618 Ptopasal Wodcbook OU 41 PO BIQ FflRhi Page2nf3 d. "r.oerc�va gractice" means ha�[ning or threatening to harm, dlraGtly or inc�ire�tfy, persons or their property ta influence their participatian In the i�fdding pracess or affect the executior� of the Cantrac#. 3. �'requaiiFicaHon The Bldder �cknowledge� th�t khe fallowin� work types must be psrtormed anly by prequalified contractors and subcontractora: a. Elsvateai storage tank and assaclated appurtenar�ces cnnstruction b. Wat�r iransmissian, De�etopment, 42-inches arsd smaller c. Concrs#e F'aving Gonstruc�tan (LesS than 'k5,OD0 squara yards� d. Gathaikc Proteclion e. f. g• h. 4. ilme Of Com�letfqn 4.1. 1"hg Work will ba complete for Final Accepianee wiEh(n 4i35 days after the data when the tNe Contract 7irr►e c4mmenaes ta run as pravided In ParagrapM 2.�3 of the Genera# Cond�tions. 4.2. Bidder ac;cepts the pravisions af fhe /�r�ement as to liquidated �famages In the event of faliure ta camplete the WorK {andlar aahieverr�ent of Mflestones) wiEhin the tlmes speolfled !n the i�s reement. 6. At'Pacheci to thE�s Btd The folEdwing documents are attached #o and made a par� of thls Bid: a. This B�d Form, Section 40 41 QO b, Ftequired �lid �ond, Sec�ian QO 43 13 Essued by a surety m�efiflg the requiremenis of �'ar�qr$ph 5.Q1 of the General Gonditior►s �. Rrapasal �arm. Secfian 00 42 43 d. Uendar Compli�nCe to State Law Non Resident �idder, Se,�Eion �0 43 37 e. MWB� �orrns (o�tional a! time ai �Icl} f. Pr�uall�fcation SEaterrsent, 5ection 00 4512 g. Con0lct of Interest AFficEavii, �eoflan 04 35 93 °If necessary, CIQ ar CIS torms are to t�e provtded dtrectEy to Ctty Secretary h. Any additional documenfs lhat m�y be requlreci by Sectlon 12 of the Instructions io Bidders Ci7Y OF Ff�tT W4R7li S1'ANDARI� OdNSTFiElETIOry 3PECIF1CATi0N pOCUMEM'S Rnvlsad 8130fiU21 UD 41 00 61tl #'�ropossl Wotkhook ao a� an 81� FORM Aage 3 of 3 6. Total �icf Amount 6.1. Bit[der will comple#e the WorEt in accordance with the Contract qocuments for the followiRg bid arnaunt, In the space provided be�ow, plsase enter the totaE bid amount for this project. pn{y this figure wikl be resd p�blicly by khe C�ty at the bid opening, 6.2, It is understood and agreed by the Bidder In signing ihis propasal #hat the total b9d amount entered below is subjecf to verificakion andlo� modificaklon 6y multiplying the unit bid prlces for eaoh pay i#em by the respective estimated quantitles shown in this proposa! and then tokaling a!I of the e:xtended amounts. 6.3, ' . r . . . . �� 8a�e 6id �� • . . .. _ , _ . _ • _�. _ _..__ � __ �- - - �se de _ _ . . _ .. . . F Total Bid �. f�[ti Submf�ial This Bid is suhmitted ppc���j 2. 2t�2:� Respectfully submitted, By. L��-�l�-�, (SEgnakure) ��rEs Laenvr� $Q.00 $D.04 �V�.�O �Q. �� $o.00 �. 3nu.��Uu wIJA ��l N/A N/A ��,�6a:�� by #he enkity named b�low. (Printed Name) F'r's�ideqf of l.a�dr�lnr# StiuE.u��; nnat��a��?7[� Irl� _. �.=i^ti�: �I �It�@: 1,�8�Fl�fi - Company: ����rlC Str�ctures I� L.t�, Address: j ��5 Har�nwr Road �'or . 1Cvo� - h Tx 7bi; : State of Incorporation; Y- � EmaiL � <jn �iing�a+i4�rnlan�n►ark.cnm Phone: �== i� g39-8�8� €�!b OF SEC71aN Corporate Seal: CITY OF FORT WORTI-I 3TAN�ARD CONS7ftUCilON 5PEClFICATIQN �OCUMENTS Revised 9f3Dl2a21 00 A1 0� Bid Proposal Warkhaak I,i1NriMAifiK STRUL�UR�S MAlVAGEM�fdT lNC. �he utldBr�f�r�ed� baing all af #�e direcLars of I.A{�DhfiARi� ��UCfIJA�S MAAfA�EfVl�h1� iNG,, �� �areby ta�Ce th� fo«av�[ng scNna� by us�i�ten cnnsent, pursu�nt to t� prnvlsions of 5edlon ial(F) of the Generai C�rparatton l.aw af t��e State 4� tleleware, Adoptlan af tha faltnwing Rr.soiuRian�: Wi;ERFAS, tehdmark Str�;ct�res Managament Ir�c. (t�ee'°company"l ls tha genera� partr�er af Landrnaek 5tr,uctures i, LP; a�� WH�R�, the �ompany Fmm tirrMa to t�ma submits blds ar�d negotlates ccntracta and entsrs Intv mntracts t�+r arr� an behalf of Landmeric 5tn�ctNres 1, LP; �rrd W�I�i�S, ti� c4mpa�y w�sFies to autl�orire G1►rGsta�t�er �amo�, Nresfdent oft�e Canapany, end IN�iliam [� �felds,lr., VEca ProsEelent of the Car�pany, to underMke sueh activit[�s on hehatf oi th� Campany acting es ganer�l partr�er. and on behaiFot l�rtarnark Structcares Iy LP: a�� Wlk�A�RS, !he ComBanywlEshest� eactend s�tharity ta e�� oi �hr�stapher temon and Wt111am (�. �letds,.lr. to take such ad6on u�lthaut the naces�ty ef the j�fnder of khe ath�r In submltdn� �r�s ah� �e�otiatlr� cantracts a�d �ritertng Inta c�ar�racts oa► bef�alf oF Lsndm�eGt �tructuvns 1, !P; NOW, i`��R��C1R�� �� !T R�SQE�►l�p t�at CHrlst���a� 4aman an� Wl�fFam Q. Ftel�s, Jr., BENn�' 1tIItll4pt ZISB�OIRIIif aPtEl£ At�'iOEA a�@ �lltFlOi'IiC'�i �S �9SIOWS: a} ta suhmft blds nnd/�r to ne�atfate contract� an�/pr to ent�r Intg oon�rec� %r ar�d on behalf af 6andr�tar£ Struciur�ss t, 6P; a�d ' bj to �xewrg end deAver such dawments and tq iska such other ac�ians as h� �onslders nec�sarY vr adv[sa�la to g�ve eHec3 W ti� resalutlon sr�d the Eransadlon8 �rovEded tar here�n. 6� rr FUFiTk�R R�5i16v�D, 4hat ar�Y �Id su�ntitt� and/oc any corrtt�+ct negotlated and/ar any eentraC� �r�tcCed �nbc� f�y f�tlstap�er laman as presldertt �i tlte Cnmpany ar WElflann (l. �fef�s. !�„ Vle�e Presl�e�t af t�e Car�pany, as v�Etne�sed �y his s��ature thefeto {s Hareby r�aognited asbinding rtpon Lsndinark �tructu�nsl, CF, �l�r�y. ilated: Marck 23, 2017 � C�ristapher Laman "�`�., .� ���+a .. -- sus�� ta�on � ��r,�.c�`-� -� - — -- - 1 Kr �, �tn�ds, �r. 00l243 B� PROP09nL Pnge 1 0l 1 3EGTl0lN 60 42 43 PROPOSALFORM �1��� �UAA ��IC� A�l� UNIi ��I�� �I� Bidder's Aopplicafion Pm�ecl fieat h�l6rnttihon B�ddets Pmposel s��li� Deacnplia�� Spzcil'ieahos� Sechan Lhu[ of g�d Lhut Puce 6id VaWu [temN�O. No. Meayiue CZim�itity �levated Starage 7ank - Constructian of a 1.6 MG Composita Elevated Storage Tank and all appurfenances, Poundation, excavaiio�s, aoncreie. � wtelding, painting, and any other improvements noi speciFically identified in the Sectian 3316 79 & LS i '"' ^'`�{ .--• •••�� other lump sum i[ems, Including all equfpment, materials, serv{ces, inspect[ons, Varfous disinFection, tes;ing, and cammisslonfng raqufred in accordar�ce wich the Contract �acumeMs. Electrical - Conslructlon and installation oP all eiectrical, Instrumentation, 2 controls, Ilghting, and communicatfnns improvements including a1i equipment, �ivision 2S & LS 1 x« � -- --- maferiats, services, tesEing, and commissioning required in accordancewith Oivision 40 '''��' ttie Contract Documents. Yard Piging - Construction anci Installation of aq y:ard piping fmprovements and associaied appurtenances includitzg vaMes, vaults, connections, Fce t�ydrard g assemb]y, piggYng faclliYias, 4" PVC drainage line with cleanouts and including Various LS 1 "�°' C°'"� -�r 1°`.' all equipment, materials, services, disfnfectio�, testing, and commissioning required in accordance with the Contract Documents. Trench 5aiery- Ail trench saTety measures related with the constmction ofi ihe 4 wa�k In accarda.nce wlth the Contract Qdcuments- SecEion 33 05 10 LF 490 •• .,a6a Site ImpraVemenks - consfruction and insFallatlon of all sita improvemenEs including site preparaiion, s#ie gratling, fencing wlth mow strlp, gate, surface 5 restpration, grassir�, csancrete pavement, sidewalk, and dralnage Variqus LS 1 ---_ —. •u •y�i Improvements including all equipment, materials, and serviees in accordance with Ihe Contract €�ocumenta Offsiie Gravel Access Road - construction antl InStallatiqn af lh�z ofisite gravel aceess road to annnect €rom tfte existing Walsh Ranch gravel roatl ro the tanK site to the dimensions indicated in the plans includng clearing, gruUbing and 6 5lripping, roadlembankmentlditch grading, suhgrade compaciion, gravel Section 3211 23 & SY 8,A00 4' --- �'' installation arid cz�mpactlnn, and grassing disturbed areas, including all Various equipment, materials, and services in accordance with ihe Contract aoaumeMs. Tt1e ps�ymeni aYea measufement shall be at the top wvidthaf the roadwa . CuMert Crassings a! Gravel Road - construcUon and insiallation oF the double- 6'x3' RCBandsingle-3'x�' RCBcufvertcrossings fncluding headwallsand � retainlr�g walls, foundation prep, Torrrnvork, cnncrete placement, curirg and all Sections 33 A'I 10 & � � r c n�} FT�,`�u equipmeht, materials, and services In accordarice with the Contract 33 49 AO & Various �onumerrts. Flexible Base Roadway Repair Albwance - repair of existing gravel rnad where aut3ioYized by fhe Clty YncludVng flexible base removal, subgrade e repairlpreparationleompaotion, flexible base replacement and campaetian, and Seotion 3211 23 & Sy 3,00� • all equipmerit, materials, and sefvlCes !n aCCofdance wlth the CorRract Wafious 9 �� Documents. This allowance item shall only be used as authorized by the Citys Representati�e. - B�d5unvnarp "fu1:�l EtA S iCNB O� SECTfOiV G3['y OFFORT}VOT.TH STaW F7,1RU CONS7'APCiION &PECQ�]CATIPN DGCSIMF.NqS Retis[�F9l.i0f20E] 00 JI OQ PidPropesel Rmbhoal: upa3 �3 oio eario �'ar�e 1 04 7 SECTlON �0 A3 13 BiD B�ND KNQW ALL BY THESE PRES�NTS: That we, • , icnnwn �s "BiddeY" Merein and a corperate surety duly authorixed to da �usiness in Che State�of Texas, known as "5ure�y" herein, are held and �rmly baund unto the City of FoCt Worth, a municipai corporation created pursuant ta the laws of Texas, known as "City" herein, in the penal sum of �ive percent (5°foj of Bidder's maximum bid prlce, in lauvFul money of Uie Unitecl States, fo be paid in Fort Worih, 7arrant CounFy, Texas forthe payment of whicki s�m well and truly to �e made, wc bind ourselves, our heirs. executors, adminislrators, sucoessofs and assigns, jnintly and severally, firmly by these presenis. WIiEFiEAS, the Princigal 17as suhntilted a bid ar proposal #o perform Work far the follawinc� project da5ignatad as South Westside 1/ �levated 5torage 7ank 0 NOW, THEREFORE, the corsdition of this obligat�an is such that if the City shalf award the Cantract Far the foregoing projact ta the Princlpal, and the Principai shaH satisiy all requirements and canditior�s required for the execution oF the Contract and shall enter inko the Contraci in writing with the City in accordance with the Eerms of such same, then t�is obNgation shall be and Gecome nuil and vaid. If, however, the Principal fails to execufe such Contract in accardance with the terms of same or Pails to satisfy all requirements and candiiions required for the execution af the Contracl, this band shall become the properiy of tf�e Ciiy, will�out recourse of the Principal andlor Surety, not to exceed tF�e penelty hereof, and shail 6e used to camper�sate Ciry for the difference between Principal's total bid amaunt ar�d Ihe next selected bldder's total bid an�a�int. PROVIDEO FURTHER, that iF any legal action be tiled on this Band, venue shall lie in Tarrant Cou�iy. Texas or the Uni;ed States I�istrict Court for khe Northern DisVict of Sexas, Fort Worth division. IN WITNESS WH�REOF, the Principal and the Surety have SIGNED and SEAI.ED this instrumenl by duly autfiorized agents and of@cers. on this the _ xnd day af �L����F� , 20it- A�fTE � ,r�*�l i s as ta Principal i yF - —. - 41e� PRl1VCIPAL: " . ". _ _' 1' � 'Y BY: i�. � �' - . " . _ — - . N�me and Titke �f- �_ I� � �� --, Sirynaturp _ . - _ - • .� f� -. _ `..'sA I s � i. - CIfY OF FDRT WORTH $7�lNDA3�I] CON9Tf7UCT1QN 3PECIFICATIQN D�UMEN TS Rav�sctd 913pf2021 00 �1 a48�t1 F'topnsat Wo�ktook LANDPJIAAK SFRUCTLIR�S AAIWAG�I+II�NT lfUC.. Th� u�tRers#gned, bein� �il ofthe dirac�ars af LAI��A�tK STRI�Ci-�1�5 MA�MAC�M��1'� 1�4G, do hareby taks th� follaw[ng ac�ian t�y wrltten cunsent, p�rsua�t to the prnu�stons of Se�tlan 14��f� al�the �en@ral C�rpacattan lsiw of �e Stata of Rela�re. Adopt�en af the Foilawing Res�lutlans: WI4�R�A�, dendmaC�C Str�lfstures Mar�agernentl�c. (tite "Comp�ny�} 15 the gan�al pert�ter of 6��dt�ar�c Stt�cturas 1, 6P', and WiiER�S, tl�e campany From Nme to tlme se�bmlts bt�1s and �eg�tiates cantracts and enters I�rtu contracts iar and an �eftalf of �ar��marfc Su�ct�,res I, LP; and WhfE��S, ti�a Gompany wislres tn �uth�rixe Ch�.�tap�er Lumar�, Pr�sl��t sf tFie Ce�apany, end Wllliem C!. �#a{ds, lr,, VI� Presldent of tHe Can9pa�ny, tn underWk� sacl� acttvlc�es on �eha!( of �f�� �ompany �cNng as �ner�1 partner, end an beltalf af tandmer�c 5tructures I., LP; an� 1NH�ii�AS, the Co��aflyrtEshestn exee�r! author,�yto e�sh oi Chrlstap�er Lamon ar�d Will�im U. �letds, h W bke such adEon v�lkhcutt�a nec�sstty oi the��n�Eer af tha ather In s�#�ml#tfng k,lds an� negotlacln� cantratts a�d e�tering I�t� caHirac�s � b�aEf of l�ndm�rk �tCuc�fe� !, l.Pi NOW, Tk��R��l�, �� I� A�S06VE0 thet �itrt5ta�het 6amon �nd 1Ni[Ile+� O. F[etds, Jr., actirs� urftAgut tha Jainda� aith� oth�r, are ���rited as fcx!lovsr�; a} ta submlt btds und/ar ta negatiate conttacts andf or ko enter Jnto cr�ntrac�s Far and on 6ehaff oF land�tark Str�actures 1, I.P; �nd � 6j m exacuta and deklver such da�msr�ts and tn r�tke suc� ather a�ans as he co�stders ner.esrary or aa�visa�le to g[v� sf%4 w this resatt�tion an� the tran�actlans prvv�ded !or hereln. �� �' FUR'fl�l�H RESUL.V�D, thnt a�y C#d �.�bmitte,� andJn� ar�y contrac# �egat�at� aad/c►r arly ca�t�ra� ente�:d Intv by Chrfsic�h�r larnan as presicfent wf lEts Car��any�r Willlam tl. �I�C�s, lr., Vl�e Preslderrt af #t�e �ompany, as wft�sa�sa� 6y hl3 s�gnakure tisareto Es heteby reoog�t�ed as t�lndlns upon tanclmark gtruc�ures I, �,�, ���y. Dated; tWarcfi �3� i�i7 Clyrist�phec Lar�on �, -� ���� SusaNtar��� --- �-�— . 1 . in e. �le1�s, Jr. - pp 43 13 B[D BQ�ID Pe�e 2 of 2 - .:!- :•-��r Witn ss t urety Attach Pnwer of Attomey (Surety} for Attomey-in-Fact Address: - - . _ ; •��--: � �_- - -� f l�68C - . �`X y6� iT SURETY: F�C� _ yk" ' :.--; �e� +. vi�� v� � i��.i � _ . ��, ' —� � /1 h " � � e�: `" � Signature �' -=�� :�i �:: :< ii. Y Name and 7itle Acidress: .� _ -►J�'�K, =��� .�: :� :��r���::�. i�.: �u.�7t$�r. �fl �"•.9C Telephone Number: � 'Nate: If signed by an a�eer of the Sur�ty Company, ti�ere must be on iile a certifed extraCt irom the by laws showing that this person has authoriiy to sign such vbligation. If Surety's pitysical address is diiferent from its inailing address, both must i�e provided. The date of the band shall nat be prior to ihe date lhe Goniract is awarded. I:N!](]I� SIiC�I'lON CITY OF FORT WORTW 5TANdAR(] Cf}NS7RUCTI:JN SP�GFICATIOi�f OOCUMENTS F2mnsed 8�3t112021 G� n t 00 Bid ProposPE Workbnnk ZURICH AM�RICAPf EfYSUlZANCE COMPANY CQLD�IIAL AMERICAN CASUAL7'Y A�VD SilRETY GU149PAiYY F11]�W'I"Y ANn DEPOSIT CQMPANY OF MARIR,ANA POW�R O� A`I'7'URiV]EY iC3VdW ALL MEN SY '17�iESE PRESEIVTS: Thsi Ihe "LURICH AMERICAIV IIV5�IRA]VCE COMPANY, a corpnratian of the SGttc af T[ew York, th� C�I.QiVIAI. AMERfCAN CASUALTY AND SURETY COMPANY, a corporetion of the St�►te aP Illinois, and !ha FIIIE�.iTY AN� DEPQSIT CpMPANY OF MARYLMID a corpnratiorr af the Slste of [Uinois (herein coliectively called [he "Co�npanies"), by ito$ert D. Murray, Vice Prres�dent, in gursttancc of a�tharity granted �iy Article V, Seetion 8, af the By-Laws of said Companics, whiah are set forth on thc reverse s�de hereaf and are hereby certified to bc in full force and el%ct an lhe date hereoi; do hereby nominatc, cQnstitutc, and appain! , Robyn ROST and iiaymond CIL, 6uth o�' Matawan, New Jerscy, EACH, its truc and Iswfttl ��ct�t and Attomcy-in-Fac�, to makc, exccute, scal nRd delivcr. iar, and on its behalf as surety, and as its act a�d dced: uny and all hoads aasi under�airfngs, and Ehe executian af suc6 bonds or underlalcings in ptirsuance af these presents, shall be as binding upon seid Coinpanies, as fully and amply, to ali intents ond purpases, as if they had been duly execu�ed �nd anEaeowledged by the regu�arly elccted offtcees of'the ZLIRICN AM�E�FCAIV [TISi3RANCE COMPANY al i�s o1T3ce in New York, N�w Yark., the re�ularly aleeted officers aPthe C�LbNIAL AM�RICAN GASUALTX AND SURE'f`1l CQMPAi�iY at its of�ice itt Owings Mills, Marylw�d., snd ihe regutat'ly elected of('icers oFlhe FIDELI'f'Y AND DEPQSIT COMPANlf F36 MARYLAND at ils office in Owings Mil[s, Maryfand., in tlieir own proper persoas. The said Vice President does hereby certify that the cxtract sc! forth on tho reverse si�le hcreof is a ttve cnpy nf Articic V, Section 8, of the By-l.aws ofsaid Comppnies, and is now in forcc. RY WITN�SS WHEkEt3F, the� ssid Vice-President has hercun�o subscri6ed hisfher names and a�xcd tf�c Corporate Scals oC the said ZURICH AM��1CAiV 1t�5UILANCE C(?MY'ANY, CQLQNIAL AM�RICAN CASUALTY APED SURI�TV CQMPAf�Y, and FiDELiTY AN� DEPdSlT C(J�iYI PANY Q� IViARY1,ANp, i�is 25th day of Septesttla�.�r, A.D. 2014. _ � �. � �a ltreyr t�+Y 3 $ +��C�� �z '��� $�� � �i � � _ 'b•u„ � ° ' e��. �� �_• �� By: RaberF D. hfrirray Yice Presidsnf �• �L`l+i.U7G � A.7Z1TtLS�--- By: Da�s+n L�. Bro�vn Seerelary� 7UR1CM AMI�RICAN INSURANCE COMPANY COLQNIAL AM�RICAN CASUALTY ANEJ� SUft£7'Y Cl7MPANY F�ELITX ANX1 DEP05iT COMP�#�fX OF MARY[.AND State of Marvlaad Cnunty ofBaltimore On this 2.6th dny nf 3eptember, 2019, befare Ihe subscriber, a�fntary Pub3ic of �he S�ate of Marylur�d, duly commissioned and yualified, Ro6crt D. ME�rray, Vicc Prealdeat aqd Do�rs� E. Snown, Sccrelary 4f tlte Comptutics, �o mc personulky kaovm to bc thc individuais and of�ccea descdbed in end who execated the p�eceding instrument, a�td acknawled�od ifie execution of samc, and being by ma duEy sworn, dcposeth and sAilh, that hrlshe is the said a4i'icer oF the Campaay aCoresaid, and tf�at !he seais affixed tv the procaling instnimes�l are 1hc Ca�arate ScuiS of said Companics, and Ihet the suid Corpora�e $�ml� and Ihe si�atu� as suth oRiccr were du�y afi'ix+x! and subsnribuc! lo thc snid i��rumerit by the uuthvrity and direclia� of the said Corporativns. li�[ TES7IMONY WHE1tE0F, I huvc hcrcunto stl nty hand and et�ixa! my O(ficlal SCaI 1he dny nad yrAr first abovc wrilten. +5,��71151lfltr�i :�.`i'tu�t��rys•, e �� �.> > `;-� �: ; i� /' ���{.r . i J . l�51�;',. � : • ''',+� If'1Y14111 �t1 ��a�„� Constancc. A. Dunn, Noiary Anblie My Cammissioa Exp3rea: July 9. 2023 EXTRACT FR4M BY-LAWS OF TH� CO1C+lPAiVIES "Article V, Section S, Atranicys-in-Fact. The Cliiet Cxecutive OFfcer, thc President, orany �xecutive Vice L'residentor Vice ['resident n�ay, by written instruirient undar d�e lttested corparate seal, �ppoinl altorneys-in-fnct �vith autharity to execute bonds, policies, �ecobniza��ces, s�ip.ulations, unde�takin�;s, or atltier like instrumen�s on beholf oFthe Cnmpany, and may autliorize finy aFecer or ai�y sueli nttaE•ney-in-fact In affix tite cnr�so�te seul llieretn; aud mssy with or wilhoul cnusc modi!'y oF revnke any sttoh n�pointmant nr uutEiority al any li ittc." CERTIFICATE I, lhe unctersigned. Vicc Pa•esident af the ZUlt1CH ,41vlER1CAN INSUI�ANC� COML'ANY, thc COLONIAL. A,14ERlCAN CASUALTY AAlD SURETY CCIMPAI�IY, 1nd thc t�ID�LI'fY AND DEP(3S1T COMPANY OF MARYLAND, cio hereby certify that Ehc farc�oi3�g Po�vc�• of Attorney is sti11 in full Force and eftect on the date of this ccrtificatc; und f do hnther cerfify Eh�t Article V, SecEion $, of the Ciy-Laws ofthe Compa�iies is stitl in farce. 1'l�is Potver nf Atlorney and Cerli�ca�a may �e si�ued by f�csimils under niid Uy nuthority of thc fo!]owi3ag resoEt�tion nf �he Board of Dirccinrs of �hc ZUR[CFf AMERICAN [N3URANC� Cqiv1PANY at u meetiiig duly cf�lled und licld oii �he 15t1� day o£Dcce�nber l�)�)R. RCSQLVGD: "Tluit the signature oFd�c PresideEtit ar a Vice Peesident and tkie ntlesting siguxcure ofa �c�reta�•y or an Assistant Secretaiy and tlic Senl of tlre Cainp�ny snny Ue aii'ixcd by facsimile p�� nny Po�ver of Attorney..,Any sucW I'a�vcr or nny eertificate thercof bearing sueh tacsimile signature flnd seal shall ha valid and binding on the Compnny," Tliis [�owcr ot' Atlnmeq and Certi6cntc may be si�neci hy flcsimile uncicr 1vd Uy t�uihorily of the follawing ��esoli�lion oP t[ic Boni�d af Dircctors oCthe CbLON[AL AM�RICAiV CASUALTY AN� 5U1tETY COI+r1PANY at a�nceting duly e<�lled s�nd Itield an dfe 5lh day nf iViay, 1994, �tc� the fallowing resulutian of dte l3c�ard nf Uirc;ctors of lhe HfUrLITY AND R�k�OSI'1' COMP'ANY OI� MARYI.AN[) at n mee�ing duly caped and held oii tlie l4th day of May> [990. RGSClLVCD: "Th�t tha Facsimile or meehanically reprociuced seal oFtl�e eom�nEiy afid f�csintile or �neaEianically reprodu�ed signature of �ny Vice-President, Secretary, or Assisfanf Sci;retary af fhe ComPflny, whether made heretofore or l�ercaftcr, wherever appearing upon a cerli[i��! cnpy of any powcr nf �itnrney issucc� hy thc Cnmpany, sl►all �e valid and binding up�n tfic Compony wi[Ei lhc samc fnrcc nud effe�t sis thoagl� mnnuuliy afGxed. l�J TE5TI1v10NY WI�IERE�F, I l�ave Itcrcunto subscribcd n�y i�ame and allixed thc curporute sesls of tlte said Cotnpanies, lhis �nd dlyof G� �r1►q��_,. • =i_. _ ,,.,..,�.,,, .r'iNv+sli "�, ���'.� `�a o[ro1� ;��e��,r-�:���,'s ��Ab � � � ; a�1° �"�� � �a � ,.,o � ; �� •' a��� rooa ��'a ` � `-�`�1�1/f ���.0(¢��-�-""' � q �.��r�*. ,.*a�; �,e,,�i' �� - w,.,, �,,,�•� v Ba�an M. F[odgcs, V1CC PPCSIdC[1[ TO R�POAT A CLAIM W1TH I2�GARD TU A SUR�TY BO]�D, PL�ASC SCJI3MIT A COMPLETC QE�CFtiPTIQ�1 OT TH� CLAIM I1VCLl1D[1�C TNE PRINCIPAL O1V THE I301VD, TH� BONC} NUMBER, A1tiD YDUR CON'I'AC7' INI'ORMATION TO: Zurieh Sureky Claiins E 299 Zui•ich Way Scliaui�ibu��, TL GOl9G-105C 800-62G-4577 T DqcuSign Er�velope ICl;'1:i28"1Gd'1.-AE1F�11Q�i•A72?-F�1E8C92C:B63 THC TIbrLITY Alrlll TIEPOSiT COIVIPA�lY ��r• MnRvi�,nvn 17.�J9 �uriclt W�y Sc1i.iEimltittc�;, LL GUI�}G StfltCliSCill f1I' l'IIIJII10EIlI CU�kiIlEilll! As C1f E)cceiti��icr 31, 202Q ASfif:'I'S t3�tir�cEti ................................................................................................................................................ � 21i2,G2�1,334 5tcscics............................................................................................................................................... 19,7 I 5,3�2 Ctish Fiitd Shnrl-'fcrin htivestirtic3ils .................................................................................�..........,.,,... 1,21 �),7R l IZCII15Ul'�111L'C IZOC(SVEI'�i�3IL' .................................�.,.....,..,,............,.�..........�....................,.................... I �,2�33; #GG I�ccicra�l liicomc Tar; Iicco�er;ihlc ..................................................................................................... ! 1��,25:i UIIIGI' ACCIillI1IS IZC4CIV�li7IC.� ............................................................................................................ z9�t1FS�,s.��} �I�q'i'AL 1117M1'I'i'I:1] 1155E'I'S ..........................................................................................................�h :ia2,�1$L1,iSf1 i.ir1C31E,1'k'11aS, SURPLLJS AND (lTHI?12 fEt7N1)S fteScrvc far �ftiaea �tncl Lx�}ensec ...................................................................................................... S 539,5RR Cccicd Iteii�surnncc Premi�uns Pay�l�lc ............................................................................................ �13,847,OU5 Rcrnitumcar; ainEl Ilcnas tln�tElacntec[ ................................................................................................. 0 PFtynblc ta piire�tEs. subs �nd �f�ilii�tes .............................................................................................. � Scc�u�i�ics I..ending C.ollatcrui Liabili�y ............................................................................................. Q ���UT.1[.Y.IAE11l.ITlE:S ....................................................................................................................� ��4,�E,�,��)� c.upil:il Stack, Paicl U�� ........................................................................................ '� 5,(}(}Q,(1Ub Sur�slus ................................................................................................................. 282,G37, lG3 Surplus as rcgarcls E'olicyholders ...................................................................................................... 7.�7,G3"1,1G3 "C<�•rni ........................................................................................................................................ � 332,{15A,75G �� Sccuriiies car�•ied a� � lGS,i)G5,329 in thc �1�ov� 5lulement arc cic�iositeci with various siates as rcr�uirecl I�y law. Sec�t��itics c�trricd a�i tli� E�n.cis pe�sc��ibecl �y thc Na�tionnl Assnci��linn af E�isa�-�ince: C'o�nmistiic�ncrs. On !h� bnsis af tnn�'ke� c�uotFttio�ts Fnr ctll bandx a�ud stocics �»ned, die Camtpany's Intai udini#tccl t►ssots at C)ece�nber 31, 2fl20 wc�ulct !�c �34G,��39,970 anc� s�uplus �►s rc�arcf.s ��olicyl�alcic��s :E3Q2,02G,377. !, I.AUIiA J, LAZARClYK, {.ar�mrnlc SccreEfiry of lhe 1��1at�t.Ci'Y ANb DEi'QSI'I` C-CltiiI�ANY (1�' MAIlY[.ANI), c!u flcreUy cct'fily Ii�al Iha tnt'e�,ni�i�; 5tntemci�t is:i �orrecE uxi►i�il ot'tEie nsseis flnd liFibilicics of Il�c stiicl Caittpi�3ly On E�re 31 s� day ai' T)ccc��ibor, 20?.Q, �nou,siqnodby; � �Aldl�$4 ,�. �pVT�0.}''i/')�� — t�puqaa14a7�tso =. Cniy�oi�rrrc Sc�a•ctn� 1j S#aie of [Ilinais � CEIj� OI�SCIIElIFlll�llll'$ S�� SHE15iflIlCfl Ltl�'1iV0[kl ISI� bclqre ���e, ll N011ll'y PtlE1ylC U� �IfC SUIIC UP I�Ii1d7iS� in ttie City nf Scl�aunt6m'g, Niis i Srh dny af I�lurcli, Z021. IiYhN HdRGAN �fHclalSeal ' Nntary pubHc - 5Cate of IIIlnois -�����—�j�� N����ny>I�uhNr A4y tommission Expires bec 7p, 207� i 00 43 37 VENDOR COMPLIANCE 70 STA7E LAW Paga t ai 1 �E��'k@N 00 43 37 VENDOFt COMPLIANC� TO BTATE lAW NDN RESI�EN1' BIDpkF� Texas Government Code Chapter 2252 was aciopked for the awerd af contraa#s ko nonresident �idders. 'Chis law provides khat, irs order to be awa�ded a cankract as law bidder, nnnresident E�Iddars (out-oF-state contractors whose corporate offices nr principal place of buslness are outside the StaEe of Texas) bid prajects for conskructian, improv�ments, supplies at services In Texas at an amount lower than the lowest Texas resider�t bidder by fhe same amounk lhat a Texas resident 6Edder would be required to �nderbid a nonresident bfdder in order to obtain a comperable contract In the 5tate which khe nanresideni's principal place of busineas is located. The appropriate blanEcs in 8eckion A must be filled oui by afl nonresident bidders in order far yaur bid fo meet speciflcatians. The failure of nanresident bidders to dv so wilE aufamaiicaAy disqualify that bir�der. Resident bidders must checfc the box in Sectian �_ A. Nanresident �idders in the State of , our prineipal pEaae oP busin�ss, are eequirsd to be percent lower lhan resident bidders by 5late Law. A copy of the skatute is attached. Nonresldent bidders in the Skate aF , our principal Piaae oF business, are not required ta underbid resident bldders. 8. The prinaipal place af business of our company or aur parent company or majority owner Is In khe State of Texas. � BI��I�Ft: L-: �: :-r:- i" ::, .__-a � , e� 1.�[95 1'98rmon $br�E� borF War�h, Tgxss 7�1 `? By: �l�..s �����.� ���` � ""' (SlgnatufE) Title: �"�j'�enti �r �:�dm$rk �ruc�ures RnA-�eEnen4 lne.. �enerel �arirte- pate: :,� �nber ? �0�� Ltvn ar s�c�•�oN CrTY OF FORT WQRTN STAhFDARD CONSiRUCiION 5PECIFICAi�ON C�OCUIVfEN'CS Fiavlsad 813012q21 00 41 00 91d Propasaf Wark600k ooasit-� BII]pERS P[ZEQL3AL�ICATIONS Page l af 3 l SECTION 00 45 11 2 BIDDERS PREQLIALIPTCATIONS 3 4 1. Summary. A Bidder ar their designated subcontractors are required to be prequalif�ied or 5 have applied for prequalificatian hy tke City for the work types requiring prequaIif'�cation 6 prior to submittittg bids. To be considered for award of con.txact the Bidder must subtnit 7 Section 00 45 12, PREQUALIFICATION STATEMENT for kf�e work type�s) listed with 8 their Bid. llny contractor or subcontractor who is not preaualif'xed for the work type{s) listed 9 must submit Section 00 45 13, PREQUALIFIC.�TION APPLICATION in accordance with 10 the requirements b�low. The information must l�e subnnitted seven ('� days prior to the 11 date of the opening of bids. Subcontractors must follow the same timelines as contractors 12 %r obtaining prequalification review. Bidders or Subcontractors who are nat prequalif'ied at 13 the time bids are opened and reviewed may cause th� bid to be rejected. 14 15 l6 The prequalifieation process will establish a bid limit based on a technical evaluation and 17 financial analysis of the contractor. For example, a contractorwishmg to submit hids on 18 projects to be Qpened on the 7th of April must file the infarmatian by the 31 st day of March I9 in order to eligible to work on these projects. In order to facilitate the approval of a Bidder' S 20 Prequalification Applicatian, the following tx�.ust accompany the submission. 2i a. A complete set of audited or revi�wed financial statements. 22 (1) Classif'ied Balance Sheet 23 (2) IncQrne Statement 24 (3) Statement of Cash F1o�vs 25 (4} Statement of R�tained Earnings 26 (5) Notes to the Financial Statexn.ents, if any 27 b. A certified copy of the fsrm's o.z'ganizationa! documents (Corporate Charter, Articles 28 oiIncorparation, Articles of Orgarii�ation, C�rtif�icate ofForrriation, LLC 29 Regulations, and Certificate of LaniYed Partnership Agreement). 30 c. A completec3 Bidcier PrequaIific�fion Application. 31 (l) The firm's Texas Taxpayer ldentification Number as issued by the Texas 32 Comptroller of Public Accounts. To obtain a Texas T�payer ldentification 33 number visit the Texas CompYra�ler of Public Accounts online at th� 3�F following web address w�x+w.window.state.ix.us/taxpermit/ anc� fi1J. out the 35 application to apply for your Texas tax ID. 36 (2) The fum's e-mail address and fax number. 37 {3) The ium's DUNS nunnber as issued by Dun & Bradstreet. This number 38 is used by the City far required reporting on FederalAid pro}ects. Th� DUNS 39 number may be obtained at w�vw.tlnb.com. 40 d. Resumes reflecting the construction experience of the prsnciples of th� i'u'm for firms 41 submitting their initial prequalification. These resumes should inc�ud� the size ar►d 42 seope ofthe work performed. 43 e. Other information as requested by the Gity. 44 45 2. Prequalification Requiremen#s 46 a. Financtal Statements. Financial statement submission must beprovided in 47 accordance wi�h the following: 48 {1) The City r�qu�'es tktat the Qriginal Financial Statement ar a certified copy 49 be submitt�d for consideration. CITY OF FORT W ORTH South Westside V Elevated SFoxage T��lc STANDP.R� CONSTKUCI'ION SP�CIFIGATIpN DOCUIvI�NT5 City Project No. 103428 Revisad August 13, 2�21 OD4511-2 B[pDERS PREQliALIFICATI0Ai5 Page 2 of 3 2 3 10 11 12 13 1�F 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 so � (2) To be satisfactory, the financial statements mustbe audited or reviewed by an independent, certified public accounting firm ragistered and in goad stand'mg in any state. G�rren�t Texas statues also require that accounting firms performing audits or reviews on business entities within the State of Texas be properly licensed or regisiered with the Tex�s State Board ofPublic Accountancy. {3) The accounting firm shouid state in the audit report or review whether the contraetar is an individuai, car�aoratio. n, or limited fiability company. (4) Financial 5tatements must be presented in U. S. dollars at the current rate of exchange of the Ba]anca Sheet date. (5) The City will not recognize any certified public accountant as indepencierit who is not, in fact, independent. {6) The accountant's opinion an the financisl statements of the cantracting company shauld state that the audit or review has been conducted in accordance with auditin:g standards generally aecept�d in the Uni�ed States of America. This must be stated in the accounting fi�m's opininn. It should: (1) express an unqualified opinion, or (2) expxess 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 statenoea�t must be prepared as of the last day of any month, not more than one year oSd and must be on file with the City 16 months thereafter, m accordance with Paragraph 1. (9} The City will determine a contractor's bidding capaciiy for thepurpases of award'mg contracts. Bidding capacity is determined by muItiplying the positiue nat working capital (working caprtal= current assets— current liabiiities) by a factor of 10. Only those statements reflecting a positive net working capital position will be cansidered satisfactary for prequalificafion purposes. (10) In the casethat abidding date falls within the tirne a new fmancial stat�ment is being prepared, the previous statement shall he updateci with �aroper ver�cation. BidderPrequalificatian Applicatian. ASidder Prequalif'ication App�ication must be submitted along with audited or reviewed financial stai�ments by %rms wishing to be eligble to bid on all classes of construction and maintenance projects. Incompleie Applications will be rejected (1) In those schedules where there is nothing to report, the notation of "None" or "N/A" should be inserted. (2) A minimum of five (5} references of related wark must be provided. (3} Submission of an equipment schedule which indicates equipment under the controlof the Contractor and which �s related to the type of work for which the Contactor is seeking prequalification. Th� schedule must include the manufacturer, model and general cor�man desctiption af each piece of eyuipznent. Abbreviations or means of describing equipment other than provideti above wiIl not be accepted. 3. F�igibility for Award of Contract a. The City shall be the sale judge as to a coniractor's prequalif'ication. b. The City may reject, suspend, or modify any prequalifzcation for failure by the coniractor to demonstrate acceptable financial ability or performance. c. The City will issue a letter as to the status of �he prequalif'ication approval. CITY OF FORT WQRTH STANDAR.D COIYSTAUCi'IOAI ST'�CJFICATION DOCUMENTS Revised August 13, 20� l South Westside V Elevated 5torage T1nlc City Project No. 103428 004511-3 BIDDERS PREQUALIFiCAT10N5 Nage3of3 ci, If a contractor has a valid prequalification letter, the contractor willbe eligible to perform kha prequalif'ied work types until the expiration date stated � the jetter. g END OF SECTION CITY OF FQRT W OATH South Wesiside V�levafed S#orage Tvilc 5TANDARll CaNSTEiUCTION SPEC�'iCATION D�CLTMEN'C'S City Project No. 103428 Revised August 13, 2421 QO 45 12 PREQUALIFICATION S7ATEMENT Page 1 of 1 S€CTION 00 4v 7� PREQUALIFICA7'ION STATEM�NT �ach Bidder for a City procurement is required to complete the informativn belpw by identiiying the prequalifie� contractors andlor subconiractors whom they intend to utilize for the major work type(s) listed. Major Work Type ContractorlSubcontrac#or Company Name Prequafification Expirativn Date associated appurtenances , cons#ruction, or F'acili#y Storage � Lr�+dmar� �trueture � I, Lr' �'io1?°�z . Water 7ransmission,_ De�eEopment, All Sizes n,.:t.. Y=-- --�,.—�-� :� -- f- � (:rsrf��rr�raY I��i�is= �'I�aa�� a� ��ar.e ����r� � �•i � {=r ���.F�:r. o �._llk'I}`?:,5� r'�=��5•t �:•_".i• i�r {�vl�'C 1:i3Rc ��+_'r� . � :ri3i`.= � C.[�iis���ilrf��„si� Ni�a�-�, ,F.,��. w1�11r �i�-at s;. ;*,L„ Q �.`{F�F'If1i�1�71'J�1"7:_ k-rifi: �?I' {: _�^� CIe��E' k�tlf ��� =1't�'�' � {f{iFlL�lfhf3'f 4 �r!'F�': F'�.'Ir� ..f :.;i�i� . �.li�i�: �"F � ; I ' ��I��� 0 [���Il'i�7�4�+ �'�s7111� HtC� ul 5,�2�.� ��r�_1�� Fi4fr i,J S�]3Cc The undersigned herehy cerafies that fhe contractars andlar subcontractors described in the table above are currentfy prequalifed for t�e wark types listed. BIDDER: By: Chr�� Lam��� i.and�+ark �*�uc*ure� �, L#� �n65 Harmon Ro�� (5ignature} F.,�t Worth, f]( 76i77 TI�G: Pr^. �..., i��,..�.,.�,.�. _ _.. bate: �,"�/��21 END QF SECTiON CITY OF FORT WORTH STAfdRARD CONSTRUCTION SPECIFICATlON DOCUM£iVTS Revised 09I30�2021 �n 41 00 Bid Proposal Work600k ���������� Date of Balance Sheet sECTTON oa as i3 PREQUALIFICATI�N APPLICATIQN Name underwhich youwish to qualiFy Post Office Box Csty Mark only one: Individuat Limited Partnership Ges�eral Partnership Corparation Limrted Liability Company 5ta�e Zip Code Street Address (required) City State Zip Code T elephone F� Email Texas T�pay�r ldentif'xcation Na. F � DUNS No. {if applicable) EmaiUmail this questionnaire along with financial statetnents to the appropriate group helow. A separate submittal is required far waterlsewer, paving, and lighting: JVork Category — Water Dcpt - Watcr/sewer Work Catcgory — TPVV Paving Work Catcgory — TPW PcdlRdwy Lighting �o'i ,.__. _ �ir' �T a AI�� � s.��lr_� ._" " ' it i �c_:, -�:. �rt Worth Water Department ngtneermg an City o Fnrt Wort Transportat�on an Pu l�c C�ty o Fnrt Worth TPW Transportation Fiscal 5ervices Division 2D0 Texas St. Fort WorksDept. 885! Camp Bowie West Blvd Forf Management Attn: Clint Hoover, P.�. 5001 Worth, TX 76142 Worth, Texas "16116 Attn; Aiicia Garcia 3ames Ave. Fork Worth, T?C 7b l 15 �Financial Statements must be mailed. Mazk the envelape: "Bidder Prequalifieation Application" Q045[3-2 BIDDER PliEQiJALIFICATION APPLiCA`1'ION Page 2.of S BUSIN�SS CLASSIFICATION The fnl�owit�g shouId be completed in order that we may praperiy classify your firm: (Check the block{s) vvhichare appiicabl� —Block 3 is ta be left blan.�c if B1ack 1 and/ar Bloek 2 i� checked} � Has fewer than 100 employees and/or � Has less thaz� $6,OOO,Q40.00 in annual gross receipts OR � Does not meet the criteria for being designated a small business as provided in Section 200b.0U1 of the Texas Gavernment Code. The classification oiyoux �'irm as a small or ]arge business is not a factar in determining eligibility to become prequalif'ied. Select majar work categories forwhich you would ii�ce to beprequali€'ied (City may dee� you are not qualified far selected category or may approve yau at a lesser sizellength and maximum size may pot be listed specifically under a m�,jor work category): MAdOR WORK CA'I"�GQRIFS Water Department Augur Boring - 24-inch diameter casing and less Augur Boring - Greater than 24-inch diameter easing and greater Tunneling — 35-Inches — 60 —inches, and 3S0 LF or less Tunneling - 36-Inches -- 64 —mches, and greater than 350 LF Tunneling — 66" and greater, 35Q LF and greater Tutv�eling — 66" and greater, 35Q LF or Less Cathodic Protection Watar Distrtbution, Development, 8-inch diameter and smaller Water Distrbution, Urban and Renewal, $-inch diameter ar►d smaller Water Distrbution, Development, 12-inch diamet�r and smaller Water Distribution, Urban and Renewal, 12-inch diameter and smalle�' Water Transmission, Development, 24-inches and smaller Water Transmission, LTrban/Renewal, 24-inches and smalker Water Transmission, Develapment, 42-inches and smaller Water Trans�nission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes Water Transmission, UrbanlRenewal, AilSizes Sevver Bypass Pumping, I8-inches and smaller Sewer Bypass Pumping, 18-inches --36-inches Sewer Bypass Pu�nping 42-inches and larger CC"I'V, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller CITX QF FORT W4RTH South Westside V E[evated Storage Tnnk STANDARD CONSfRUC'f iON SPECIFiCATION DOCUM�NTS City pxoject No. 103428 Ctevised August l3, 2021 00 45 l3 - 3 SI���R PRHQLJAL�'ICATIONAPPLICATION Page3of6 MA.iOR WORK CATEGORIFS, CONTINUEX) CCTV, 42-incnes and sma�ler CCTV, 48-inches and smaller Sewer GIPP, I2-inc�es and smaller Sewer CI�'P, 24-inches and smaller Sewer CIPP, 42-inches and s.maller Sewer CIPP, All Sizes Sevver Collection System, Development, S-inches and smaller 5ewer Collection Systenn, Urban/Renewal, 8-inches and smauer 5ewer CaIlection System, Development, 12-inches and smaIler S�wer Collectian System, Urban/Renewal, 12-inches and smaller Sewer Iaterceptaxs, Deveiopment, 24-inches ar�d smaller Sewer Interceptors, i7rbanlRenewal, 24-inches and smaIler 5ewer Intercepta�s, Development, 42-inches and �maller Sewer Interceptors, Llrban/Renewal, 42-inches and smalIer Sewer Interceptois, Developmenf, 48-ixiches and smaller Sewer Interceptors, UrbanlRenewal, 4$-iuches and smaller Sewer Pipe Enlargement I2-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlarge�nent, All Sizes Sewer Cleansng , 2A�-inches and smaller Sewer Cleaning , 42-inches and smaller Sewer Cleariitzg , All Sizes. Sewer Cleaning, 8-inches and smaller 5ewer Cleaning, 12-iz�ches and smaller Sewer Siphans 12-inches or less Sewer Siphons 24-inches or less Sewer Si�hons 42-inches or less Sewer Siphons All Sizes 'I�ansportation Public Worl�s Asphalt Fa�ing Construction/Reconstruciion (LESS TIIAN 15,000 square ya�'ds) Asphalt Paving Construction/Reconstruction {15,000 square yards and GR�ATER) Asphalt Pat+ing Heavy Maintenance (UNDER $I,000,000) Asphalt Paving Heavy Maintenance ($1,OflQ,00.0 and OVER} Goncrete 1'avin.g Canstruction/Recflnstruetion (LESS TIIAN 15,000 square yards)* Concret� Paving Coustruetion/Recpnstruction (15,000 square yards and GREATER)* Roadway and Pedestrian Lighting NOTE *There is not a pr�qualif'�cation requirement for installation of coucrete sidewalk, cu� & gutter, driveways, and panelreplacement, only concrete gaviag CITY OF FORT WORTH Soutlt Westside V Elavated Storage Ta�k 51'ANDARD CONSTRUCI'ION SPECIFICATIOi� DOCUIvi@NTS City ProjeCt I'1o. 103428 Itevised August l3, 2021 004513-4 BIDDER PREQLIALIF'ICATION.4PPLICAT[flN Yage 4 af 8 1. List eq�zipment you do not ovtrn but which is available by renting DESCRIPTION OF EQUiPMENT NAME ANT] DETAILED ADDRES� O� OWNER 2. How many �ears has yaur organization been in business as a generalcontractor under yourpresent nart� e? List previous business names: 3. How many years of exp�rience in had: construction r�+ork has your organizafiian (a) As a General Contcactar: (b) As a Suh-Contractor: 4. *What projects has your organization completed it� Texas aa�d elsewhere? CONTRACT I OF I DATE AMOUNT � WORK COMPLETED *Iirequalifying only show worl� 5tate�ent. 5.Have you ever failed to complete any work awarded to you? If sa, where and why? NAME AND D�I'A1L�;ll ADDRESS OF OFFICIAL, TO WHDM YOU REFER 6.Has any officer or owner of your organizaiion e.ver been an officer of another o.rganization that iailed to compiete a contract? If so, stata the nanze of the individual, oth,er organization and reason. 7.Has any officer or owner of your organization ev�r failed to complete a contract execut�d in hislher name? If so, state the name of the individual, name of owner and reason. LOCATION CITY-COUNTY- STATE CITY OF FORT WORTH South Wesfside V Elevated Storage TAuk STANDAItD CONSTRUCI'IQN SPEC�'ICATION �OCLiMLN`f5 City project No. 1D3428 itevisad August 13, 2021 pD A3 13 - 5 BIDDER PREQUALIFTCAT70NAPPLICATION Page S of 8 8. In what other lines of busin�ess are you financially interested? 9. Have you ever perf�rmed any wark for the City? If sa, when and to whom do you refex? _ i 1, Give the names o#� any affiliates or relatives cu�'rently debarred by the City. Indicate your relationship ta this persan or fu`rn. 12. What is th� construc�ion experience of tl�e principalindividuals in your organization? PRESENT MAG�TITUDE POSITION OR YEARS OF AND TYQE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any owner, offic er, director, ar s.tockhokier o£ your firm is an ernployes of the Gity, or shares the same kzousehotd with a Cify employee, please list the name ofthe City employae and the relationship. In addition, list any City employee who is the spause, child, or parent of an owner, offieer, stockholder, or director who does not live in the same household but who receives caz'e ar�d assistance fromthat person as a ciirect result of a documented medical conditioz�. This includes foster children or those related by adoption or rnarriage. CITY OF FORT WflRTH Sc�uth Wescside V�levated 5torage T�ilc STAIYBARD CONSTRUGTION SPECIFICA'I'IQN IIOCUNiENTS City Pro�ecE No. J.03428 Revise� August 13, 2021 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the Sast three years. 00 4S l3 -6 BIDDER PREQi1AL�'TCATiON APPLICATION Page 6 nf 8 CORPORA'I�ON BLOCK PARTNERSHIP BLOCK If a carporation: If a partnership: Date of Incorporation State of Organization CharterlFile No. Date of nz'gaavzation President Is partnership general, limited, or registered lizniked Siab�7ity partltership? Vice Presidents File Na. {if Limited Partnersh�p) General Partners/Officers Secretary Lunit�d Partners (if applicable) Treasurer LIIVIITID LiABILITY COM!'ANY BLOCI� Ii a corporation: State of Incorpara�ion Date of organization �ile No. Individuals authorized to sigr► %r Partnership Oi�cers or Managers (with titles, if any) -'---- r__■■ 1�:xcept ior limYte[i partners, tne xnmviauais iis�ea xn �ue u�ucK� uuvvG �. c p�G� u...�.. �� uara. ��..� signature autharity foryour firm un�ess otherwise advised. Shoaldyou wish to grant signaEure authority for adci�tional indi�idusls, p�ease aktach a certified copy ai the corporate resolution, carporate minutes, partnership agreement, power af attorney or ather legal dacumentation which �rants ihis authority. CITY DF FORT W�RTH 5outh Westside V Elevated Starage Taiilc STANDARD CONSTRUC'1'LDN SPECIF[CA'PION DOCUSv1ENT5 City Proaect No. LD3428 Aevised August 13, 2D21 00 45 13 -7 eIDDBR PREQuAI,INICATiON APPLICATTON Qage 7 of 8. 14. Equipment � TOTAL Sim�ar types of equipm�nt may be lumped together. If your firm has more than 30 types of equipment, you may shovu these 30 types and shoW the remainder as "various". The City, by aIlowing you to show only 30 Yypes of equipment, r�serves the right to request a camplete, detailed list of all your equi�tnent. The equipment list is a representation of equipment under the control af tl�e firm and which is relateci ta the type of work for which the firm is seeking qualif'ication. in the description include, the manufaeturer, model, and general common description of each. BALANCE SHEET ITEM QUANTITY ITEM DESCRIPTION VALUE 1 2 3 4 5 6 7 8 9 ZO 11 12 13 14 15 16 17 i8 l9 zn z� 22 23 24 25 26 27 28 29 30 Vario us - TOTAL C1TY OF FORT WOltfH Soutl� Westside V Elevated 5torage l�ank STANDARD CONSTRUCl'ION 5P�C�ICATION aOCUMENTS City Pra�ecf No. 1Q3428 Revised August l3, 2021 004S13-S SIDDER PREQifALiFICATT�N APPLICATTDN Page8of8 B�DDER PR�QUALIFICATION AFFIDAVIT STATE QF COLJNTY OF The undersigried herek�y declares that the faregoing is a true sfatement of the financial condition or the entity herein f�'st named, as of the date herein irrst given; that this statement is for the express purpose. of inducing the party to whom it is suhmitted to awarci the subrnitter a cantract; and that the accQuntant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein narned is hereby authorized ta supply each party w ith any information, while this statement is in force, necessary to verify said statement. , beictg duly sworn, deposes and says that helshe is the of the entity described in and which executed khe foregoing statement that helshe is familiar with the t�ooks oi the said entity showing its Financial conditian; that the foregoing financia3 statement taken from t4�e �ooks of the said en�ity as �f the date thereof and that the answers ta the yuestions of the foregoing Bidder Prequalification Application are correci and true as of the date oF this affidavit. Firm Name: Signature: Sworn to befare m� this day of J Natary Public Notary Pablic must not �e an officer, clirectar, flr stockholdcr or relai�ve th�reof. CITY OF FORT WORTH Sou� Westside V Elevated Storage Ta1�i€ STANDARD CONS7'RUCI'ION SPECIFICATION �70CUN(GNTS City Pmject No. 103A�28 Revised August l3, 2021 aua5z��-t tx�r�'ritnrro�t ec�t�f��,in�rc� wi��•��i wo�KE:u:s coNu�i:Nsn'ru» t.nw Pugc 1 o r' l � SECTION DO 4� 2G 2 CONTI�ACTOR COMPL.CANCI; W[TFI WORK�R'S COMPENSA"I'ION LAW 3 Pursuant Co Texas Labor Code Sectiaiti 406.Q9t{a), Rs amei�ded, Contractnr certities t17at it � �rovides worker's campensatic�n insur�i�ce coverage for all af ics empinyees em��loyed o�i City 5 Project Na. 1 Q3428. Cantractar iurther eertires tl��l, pursuai�i to Tesas Laba�• Code, Section G 40G.096(b)y AS i11ilCR�G(�, it will ��ravicle to City its s�iUcontractor's ce��tificates ol'cotnpii�ne:e �vitli 7 WOI'kEl''S C0131(}�l7SFif1Sli1 GOVO['fl�Te. � �l CONTRACTUR: iU I 1 L,andmark Structures I L.P. i2 CUIII��IIj' 13 I�F lGGS I-larmoi� Raad I S Aciciress IG 17 18 19 20 2f 22 ?3 ?,� �$ Fort Worth Tex�s 7b177 City/Statel�ip i'l-Il: S"fATE OF� �r�xas COUN`I'Y OF TAf{R�1NT By: Chris Latuon (Please Print) • `� Signature: �'�= _ � ���--- Tit{c: Presid�nt of' L��idmark Structures Ma�la�ement Ictc. Ge�ierlE Partner (Ple�se Print) 2G B�FORf; ME, the undersi�;ned rtuthority, on this d�ty pei•sanally appears;d 27 Clu•is Lamon President of L�nd���a�•k Structures M�►�lH�ement lnc.. G��ieral ParEi�eE•, kt�own tc� ine 28 to be the person �vE�ose ��an�e is s�bscribeci to the foregoing instru�nent, anci acknawledged to me 29 tiiat he executed th� sanze as the act flnd cleed ol' E.a��dmarlc Structures � L.P. �or tlic; �tirposes aitd 30 consider�tion thcrein ex}�ressed and in the ca��city thei•ein stated. 3! 32 33 3�4 3S 36 37 38 �� �a GIV[iN UND�R MY H�1ND AND SCA[. or o��FICG tiiis ��I►�% dAy oF ��, 2Q22. * =�,�_A- ^a� 3ti�RY A�✓g� L4NDA f SANTfAGO Notary ID pt 3Z34•91 Q4 S r � P My Cammission Explres �'cFt� Fe6ruaryq,207� ta�•y Pubiic in ��td ar tlle State exns �Nn oF s�cT�orr CI'1'Y Ol� P(31iT W[3R'I'I1 S'l'ANI]ARD CflNSTRIJC'I'!pN Sf'IiCIE�ICA7'IO3V I)[3CllMlr,N'I'S Ruviscdluly 1,20�1 Snulh Wcsls9dn V �Icaulcd Slortigc'I'suik Ltly ��iOjCl'i �41. ��3�Zi� Dfl4540-1 Business Equity Goal Page 1 of 2 SECTION 4� 45 40 Business Equity Gaal APPLICATION OF POLICY If the total dollar value of the contract is $ i40,0a0 or rnore, then a Business Equity goal is applicable. A B�siness Equity �`irm re.fers to certi�ed Minority-, andlor Wamen-, owned Susiness Enterprises (MIV�'BEs). 1D li 12 13 14 15 15 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the iull and equitahle participation of Busin�ss Equity F`irms when applicable, in the procurement of all goods and services. All requ�rements and regulations stated in the Gity's Business Eguity Ordinance No.2S165-10-2021, (replacing Ordinance No. 2�534-11- 2020 (codifiedat: ;�u�� _'�:::;_a�,_U ' �.��.�.,n 1� ���x ,�-�,.�i � .�r�, ; =�_r�_�-� _--��-} applyto this bid. BUSINESS EOLITTY PROJECT GOAL The City's Susitr,ess Equity goal on this projec# is �0% of the total bid value of the contract {Base bid applies to Parks and Coiaarfaunity Services). METHODS TO COMPLY WITH THE GOAL On City contracts where a Business Equity Goal is appiied, offerors are required to camply wiih th� City's Business Equity Ordittance by meeting or exceeding the abo�e stated goal or otherwise comply with the ordinance thirough one af the following methads: I. Commercially uset'ul services performed by a Business Equfty prime contraetor, 2. Business Equiky su6contracting participation, 3. Cambinafion of Bus�iness Equity prin�te services and Busi�aess Equity subcontracting participatinn, 4. Business Equity Joint VenturelMentor-Protege parf�cipation, 5. Gaod. �aith Effort documenfatian, or 6. Prim� contra�tor Waiver documentation. SUBNiITTAL OF REQiJIRED DOCUMCNTATIDN Applicable doc�nnents (listed below) must be received by the Purchasing Di�ision, OR the o£ferar shall EMAIL the Business �guity documentation to tbe assigned City of Fort Worth Project Manager or Department Designee. Documents are to be received no later than 2:00 p.m., on the third City basiness day after the bid opening d�te, exclusive of the bid opening date. 34 The Offeror must subanit one or more of the foiiowing doeuments: 35 1. Utilization Form artd Letter(s) af Inte�tt, i�tl�e goal is met or exceeded; 36 2. Good Faith Effort Form and Utilization Form, including supporting documentation, if 37 participation is less than stated goal, ar nn Business Equity participation is accorrzplished; 38 3. Prime Contractor Waiver Farm, including supporting documentation, if the Offeror will perfarm 39 all subcontractinglsupplier oppartuniiies; or � 4D 4. Joint VenturelMento�r-Proteg� Form, if goal is met or exceeded with a Joint Veniure qr Mentor- 41 Pratege participation. 42 43 44 45 46 �47 A�8 49 These farms can be found at: Business Equity Utilization Fartn and Letter of Intent iitt�}S:, �n�� - tO� r:' ,I'tt1� �__ � i�'� �GCR ` �u�Car �i4 ,Uu1...,Sp� �a°� �n-�. %20MW1i�/1VE11V%2dBusiness%20E ui %2UVrdina��crBusiness°ro20E vi '�io20Utilization"/o20Form. »df Letter of Intent CITY O� FORT WQRTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Qctober 27, 202i South Westside V Ele�ated 5torage Tank City Project 1Vo. 103428 oa as ao - 2 Business Equity Goal Page 2 of 2 }lit�] ��t�T��.TniiWr,�i _- vi� F1'O� C[R.- �Ulli�•-=1R'-Ci�'u�'��,�U ; �.Vl'!'.��i �i�W �S:a'r � {u�� • [ ]rtlinan 'L, :tt � nt� latPn� ��� 1 c7�1 4 Susiness Equity Good Faith Effort Po�'im 5 � i��_„ !pr- ' ti rcesi �esourcasP/60 i�1.0 = 6 '�� -' $ `� ��R� , z0�.„'" ?OOrdinance/Business%20E ui %20Good%o20Faith%o20Ef 7 ��.�t �2� _.,��n•u.if 8 9 Business �quity Prime Coatractor Waiver Form 10 hrt�s '+a s.fc�rtw��rthtexas. ov/Pra'e;,tResourc:.�f�t��ur4caPrvO°•„ZO- 11 2UMWSEIN�W%2�Business%20E�uity° o20Qrdinanea/Business%20Equitv%20Prime°�oZ4Contractor l2 2{�W _��, -.Pdf 13 14 15 lb 17 18 l9 20 21 22 23 2A� 25 26 z� Zs 29 3Q 3S 32 Business Equity Joint Venture Fnrm � 'npS.�OFtWC�Ifihi�' -� c- _�"`,y�^,tKPCrn�r� ;g�`Crcnl�.;_ �•rr-iir".� �ii- � �n{,'S� Ii£W.. �(�gt�;it _ `,2f1Fp��jt,, �'1C)rd�n3n ..,3���;ne�� i,-���ir�_��fllnint"�i�i'v -�nit •� FAILIIRE TO ACHI�VE THE GOAL OR OTHERWCSE COMPLY WITH THE ORIDNINACE WILL RESULT IN THE BIDDERIO�FEROR BEING D�CLARED N�N-RESONSIV� AND THE BID RE.[ECTED. �'AILURE TO SUBMIT THE RE UIRED Bi1SINESS E UTY DOCUMENTATION OR OTHERWISE COMPI.Y WITH'SHE ORDINANC� WILL RESL►LT IN THE BID SEING DECGAItED NON- RESPONSN� THE SID REJECTED AND MAY SUBJECT THE BILID�RIOFFEROR TO SANCTIOI\S AS DESCRIBED IN SEC. 20-3'13 OF THE ORDINANCE. For Questions, Please Cnntact The Business Equiiy Division af the Department of Diversity and Inclusion at (S17) 39Z-2674. END OF SECTION CITY OF POR'�' WORTI� STANQARD CON6TRUCTIQN 5PECiFTCATION DOCUM�NTS Revised October 27, 2Q21 South Westside V Elevated 5torage Tank City Projeet No. 10342B F� �� � � � � � �` � H � � � � � � � � � � ; � � � s � � � � �� � � b s � � � � ,� i � � � � a � � � � � � � 0 � � � � � � �� ��� � � � � � � N O w N � w � � � �a M g _i � � 6 � �� � � i �•. � � � �� � � �� � � � � � � � � � � � � � � � � ❑ � � � a � � � � � � � e � � � .�. � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � m � � � �,g � � � � � � � � � � � V � � � � � � � � � � � � � � �. � � � �� � �� �� � t��6 — �� �� � �� � � �� �� � � �� � � �� :� s =� .� -.�� � � �� E� �� �� � �� �� �� �� �� �� �� � � � � �� �� �� . ,� �� �� .� � �� ��r� B e �. � � � �� �� � � �. � �� � A � � �� � '�� ��o � � � �� �,�e � �� �� � � 'S � O H [? � � � � � .� � � � � � � � � � �� �� _�� �� �. Ea �� �� � �� �� � � � � � �� �. � .� :�� �� � �� �� � � �� �� �� �� �� �� �� �� �g � � �� � � � �� � �� � � �� � L7 � � '- � �� � �� � � :� -� � �� �� .� � L�J � � � �� �a ��� � � � � � �� � � � � �� � �� �� � � � v �� � �.�. � � �� ��� �, ���. ���� ��� � � b � � � � � ���� ����'� � �� � ��� ���� ��� �� ���� ������� � ��� � � �� �� ��� �-�� �� �� � � �Q�� ��� � ���� � ��� �� ��� � � � � '� � � .� ��� � � � _� ,����� � o�� � ������ ��� � ���� ��� �� � � ����� ��� �� ��' �� � ���� ���� ���� _� �� ���� E�� � L � � � � ��� � �@�.� �g�� �,� � m�� ��; �� �� �.� ���� � � � ���� �� �� r� o�� �� � 0 ���-� ����� m �� ■ � .� � �� �'� o �� �� �W � �� ��� � � .�a� �#� �� � �'� '� � �. � � � ���i] U ��� � 4� �� � � � � � � � � � � � _��� �� �w '� � ��� ��� ��� � '� � �� ���� �� � � � �� � �.� � � � ���� � � ��� �� � � � •� � � � � �� � �, � � � L � � � � �� �� � ��� � , � ��� � ��. �� �� .� � �� � � � � � ��� � � ,�� � � .� � � � � � �• � � � � �� �� �c��m ��� � ; � ��. �� � �� C � � � . ����� � � �� �� � �� �� �� �� �� _� � � �� �� �� �� � � � � �� � � � � � ��� � ���°�i7 �`• .� � ►� � � .� �� ��� � �a �� ��� � � � � � � � � � � � � i ❑ � � � z �� � � � � � � � .�� � � � � � � ���� �H E � 6 � � � � � � � � �� �� � �p u � � � � � V � � � � � � ,� r�4 � � �� � � � � � � C a � � .0 � � 0. � � � � � � � � �. � � � � � � � a � M � .i� 7.0 ., � � � � .� �- rF ': m si m Y +'y rn � � � ��y-# � � {U r ,k � � �� � � � .� � � �� O Q 11'S �.3 � � � � � � .� � `i� � � � � � � � � �� �� ❑ � � � � � � � �❑❑ �� � � � � � � � � .-1 �F _� � +o .� � � � G i �} � � � � F _ . � w � v � d � � � .� � � � 7 � w c5} � M v P � � N a � � �� � rw i.lh � � � � � �� � � � "� � � �� � � � � � � � � � � � � � ��� ���� � � � � � � � ❑ � � P"� G �G I�,k � C�'.i � O � a � � i�% � . � P � V � � � � �� � � � � � � 1 � .� O � �� Q 4. � � � � � � � � � TM�c F- � x 0 w 8 G �, I � x � # O � �� � r'+ � en � �, � O � � ao i+1 � � �� � � _T �;' } a� T � �� � � � � � � � � .� � n u � .� � � � �' � � .i� ,� '� � � T �� � � � � �❑ � �� � � � � �� � ��� � � �� �� � � � �� � �� � � �� ��� 3�� � ���� � � �� � �� ���� � �� � � ��� � ��� � �� � ��a �. � � � � �� � � �� � �� �� � � ° � ���� �� �� �� � ��� � �� � � � �� � � � _ 4 e � c � � � r� � o` ��` � _ a � � � O � I Q r-� � � Q} � � 1 � � �* Ffl 4 �• a' � � �* � � � ` � � W � - � �� '�i V�f W � � � a V1 �! ih � � "� � � � � � rly � u� � ■. � � {p � ➢8 �� � � � � � � a.�� 4 � � � ..�� �� � � � � � � � - -- � 'o ,,,y` I ;, rp 1 x � � � � � `J ' � � C � � rG O u � � O � _ � .�j 4 40 � p h C } � � L � � � 1�7 � � +.0 � � � � � � N � � � � � i �' 40 � � � 7 � � 4 p1 � � � n Vti GC P'� i'+� � + � /D 'C � � � � � � � � � � �� � � .. � ,� � � � � �� -��� � � � �� � � �� ��������� ���� � � �� � � �� ¢� �Q z ''� u� � rn U � k- ¢ � � �ir � � � � � � .� � � s��C '� � � � � �+9 i1 � � � � � � � � � � � � � � � � Al a` � E�i E� �r . � � �;,� � � � y o ° � � � � b � � � � d � '� F � N � � � O � 4. � �` � ro � � � � Q �� � � � � � � � c* � � � W �'. �„ � � w u. � � � � � � ,� � � � � � ' F� � � � � O d O � C � � 0 0 0 � a a a � � � N � � r� o 0 � � � � h F-�- H � � a ,��a�'i � � � m � � � 3 ❑ � I X � N �j � � � � .� •� � � a �-, ._. � �a��� N LSj � � d7 � t6 � ��� c � � � N � tU N N Q p —" � � O � � � L�i � c., �- � � � � � a � � � �� � �� � � S.,i � '� lajy �T � .«d 4� � t6 p �n O �.�� � 3 � ��' n T� a Q o� � � N � � � N � � � .� � N � � � C ��u� o � � � C � N � '.��. � � Q ��� aaia� � � � � `o� �� � � tCf � � � '� 3 °���o ��Q� � � �e�� � `�- .� o � � � g C � �:i� � � � B � C O � C � � c a �� a� -- �; N � -a � � � � � �� � �' S� � �• O `�� �E �� � � � .� a� — p. � � a�... G � O � � � �-• � � � � oo°',�° L � � 0 � N t� C � �r 3 � � fl y � � � G � 3 � � � � o Z �s. -� � � � L �o.._.�� ��'O�a� c;m��L q) � p 3 � ��•� N� � Q � •� Q � � � � � +.� � � (� ��_ � ���EL � l�'j � � � � Q ts' � � v� � � �Q��U� Qo � --- U Q1 .�.� �����a� 43 U � O � � � N � N � � � � uj �„1 � � � a,. o����� ������ � �� a�- � �- � U p Q � � � � � � � � v a -��� �� �? � ` s�.. � � � Q. � � Q � � a�� � o� O � C �� � � � L � ���samQ- c������ ��Q.., o �.��� � � 4 O y,��� N � � � U 0 � G � � �� �"�a�'ro •c � � �. o t aN:,=�N�n � � � c � � � N (a � � °����',a� b.. �T' .0 O � O � Rf w' '� U� �. � � � � 0 � � ,� �,�o�y� � � � � � � 7' L m � L�S� (6 � U � � .���o�� � � E ��:a��7+ •X '� C Q. � � � � � � � � ��x•Lw� m � N � �..�L i= i � � � � k- � � �} � � ei � ~ � � V• ,1 � � a_�:_ � � F�,� � e � � R w � g a � � � � � O � � � � I�� �I� � � � � �� � �� �'� ul i � � � L � � � � � - Q� � = � _ � � � � w � � � � �n �7 �� � �� y � � ^ � s � N � � ��,=� Zr� � � � � � - [] - a7 -- C] �� oQ m � � �. c :� � ,�' � m � � � 0�L3 � � y i6 O � � � V D L �� � �� qWti � p�' N ��� ❑ i.. .Y ��m owa SOUTH C�NTRAL �EXAS ��Cj�NAL C�R�'I�ICATfON AGENCY Your unlred certiticatid� saurce www.sctrca.org necember 7 6, 2020 Jane O. MclLenzie Gulf States protective Coetings, fnc. 201 N.16th Sf. Laporte, TX 77571 Aear Jane p. McKenzie: W� are pEessed fo fnFortn yflu that your app�ication far certiticatian in our Small, Minor�ty, Woman and Vetera� Businesa Entarpris� (SlMIWN} Program has been approved. Your �rm met the requirements af the SC�'RCA Policy and Pracedut'e Manual and is ct�rrentfy certiRed as a: "S�� W�� Cartiticatian Number: i20127Ts7 Cerlificetion Exp(ra�on: Decetnbsr 31, 20z2 Providkng the fvllowing prpducts ar services: NAiCS 238990: ALL OTH�E3 SP�ClALTY 7RAdE Ct7NTRACTQRS NAICS 532�490: OTHER C�MMERCIAL ANC} !Nl]USTRIAL MACHINERY ANE7 �QUIPMENT R�NTAL AND LEASING NAICS 811310: CO.MM�FtC4A� AN� INDU57RIAL MAC[iENERY REf'AIR AEVp MAIN7ENANCE S�R�lICE9 On the two ye�r anni�rersary date af your certifieatinn, you are requErad to provlde a renewal applkcstion affirming that Ro changes have accured aifacting your certification status.l'he SC7FiCA wi11 send you a Cartificatian Renewat reminder sixty (60) days prior to yaur expiralion date. 'ihs �,GTRCA wi[I no��ng 'n I c ificate upon certiflcalion ranewals._ Yaur eYpiration date is �acam�aP 31, 2U��. Please nalify this o�ce within thirty (30) days of any changes affeating the size, ownership, canlrol requirementa, or any mate�ia! changa In the fnfarmation pravided in the submission of the certification application. 'Fhank you In ad�anos. Slnaereiy, Charles Johnson, Executive E?Irector ,wi'i:.� 'br �i�� a 'r. * ' �t��:� I��.E11B� ��Gl�� TEX.�S C4MPTROLLER DF Ft1�LIC .�.CCC3UNTS "fhe 7exas Comptroller of Public Accounts (C�A) administers ihe Sfaiewide His#oricaqy Underutilized Business (HUB} Program for the State of 7exas, which includes certifying minarlty, waman, and servlce disabled veEeran-awned businesses as HUBs and facilltates ihe use of HkJBs in state prpcurement and pro�ides fhem w[th iniormatian a� the state's pra�uremeni process. We are pleased to inform ynu that your a�plication for ce�tif€cationlr�-eettiticatinn as a HUa E�as been appraved. Your campany's pro�le is listed in the Staie of Taxas NI�B pireetary and may be viBwed anllne at https:/lmycpa.cpm.sta#s.#�c.usitpasscmblsearchlindex.jsp. �ra�ided that your company contlnues tp meet HUB eligibility �equiremer�ts, tF�e at4ached HL1B certiflcate is valid far the time perlod spaciffed. You m�st notliy the Hl1B Program in wrEfing of any changes affecking yaur company's co�npliance with the Ht1� eligibliliy requ[re�►ents, incfudir�g cita�ges I� ow�ershEp, day-to-day manageman#, cnntroi andlor principal place of business. Nate: Arty ohanges r►�ade to your company's lnformation may nsquire the HUB Pragram t� re-evafuaie yaur campany's eli�ib!lrty. Please visit aur website af httpJlcomptroller.iaxas_gnvlprocurementlpr4g�hubl and referen�e our p�ahli�atlans (i.e. �raw Ynt�r Business pamphlet, MUB �rochure and Vendor Guide) pro�iding ac�dition infarmation vn state procurement resnurces that can increase your company's chances of do9ng business with the state. `fhank you for your participaflon in the Hl1B programt If you have any questians, yvu may conkaak a HUB Program represe�tati�e at 512-4fa8-5872, or toEl-free in Texas at 1-888-863-588'[. `�ex�� h4i�toric$il+y Under�ith�ized �us�r��s� (WiJB� ���ti# ��t� Sia��WIi1FI���wile�I�Unrt�ivlJleid hi��lrv��� p.a9�am G5�!eiic�±s�Ni� C,1umb�3r �aIvlV�n�ar l�;:n^b� r: App�aval d�le: S�tdaiRnd Cx�araEkon i��#6; TY�e 3'exas .;amptrolls�r �f �ciblic Ac�aunts {CPP►�, 7�ereby cer4lfies lthat ��:��s�a��effo 416413 71 �l3EP-2418 11-SEP-2427 ���� ������ �"������II�� �V���1���� ���o has successfuliy met the estak�Eished requlrements af the State af i'�xas Historically Underutilized 8usiness (HUBj Program ta be recogni�ed �s a HUB. This certificate printed 14-S�P-201 �, superssdes any registration and certificate previously [ssued by #he k�UB Program. If tfi�Bre are any changes regard�ng the informatlon (I.e., business structure, awnership, day-to�ay management, operativnal control, i�us(ness locatton) provided in the subrnission af the buslness' appHcation for registrationlcert�ficatlon as a Fili6, yn� must immediately (withln 30 days of such cha�ges) na�tiiy the HUB Progrart� In writir�g. The CPA reserves the right to conduct a compliance rs�iew at any time to confirm HUg eligibility. F{I16 cer�ificaiion may �e suspended or revoked upon flndings af ineligibility. �i� � .�� -; � / ._ Leure Caglo-f;{iRofosa, Siatevr+IG'a H[IB Prograrrr Manaqar �r�r��r�� sr�k�art so►�r'z�s �'vlw�wn ���ia; p� afdor ror SPaRn oge�ol�s �n� na�Ulusio�s uo rr�her a�;,caalon (un.versl!los] �o �a cr�diae� rc�r �,i;rxa��r� krr.s t�u��ness as , HLI�. II•��Y mf+bt ew��d �ayraia�R 4^;?0: tha �oM�r:ca[eJV�� �lumbor sdanr�ticd ak,�ti�u, A,or��ss, urilk��r�al,�M an� p�rima currEraci�r-, a�a ancaurave� ka ++orihar th� cam�.+aitiy'9 11U� flo�l�Prauaw �:.��Yi l� iuuula�y � nnl.ce �,I tiwaiJ L�y ar�•a9elr.g Ira Ir,sr�ral �hl�lasJ!r.qYc�e.spo.s!ntu.s`X.:.��1Epas�c��r9�ourc�,;^•'��,�6�] ar �y cv�r�f,�t;lr.� u,� #�Ud �mar�^, at s1R�B�.s�72 ar �ntil-f�n m 7exa� a� i�9a��9�3•5�a�_ uF,.,e�u � �- - � � � �����;���� VIlom�n �usiness �nterprise �W��) L� Yransportation Op�rations, ��� �� ��r�.����rt�.t���. �pe�°�.�i��s9 �ILC has fileck with the Agency an Affidauit as defined by NCTRCA Women Business Enterprise {W8E) Pfllicies 8� Procedures and is hereby certified ko provide service(s) in khe foAawing areas: NAICS 484220: SPECIA�IZEU FR�IGHT {FXC�PT US�D GOO�S) TRUCK[fVG, L�GAL ihis Certificatian commences December 19, 202Q and supersedes any registration or �isting previously issued. This c�rtificatio� must be updated euery two years by submission of an Annual Update Affidavit. Ak any kime ihere is a change in ownership, contral of the firm or operation, notification musf be made immediately to the North Central Texas Regional Certification Agency for eligibility evaluafion. Cerkification Expiration: December31, 2022 issued Date: December 19, 2D20 CERTfFICATION NO. WFWB93243N1222 �_ , rl a ' ' Certification Administratar . ` � �_ �� yo � �w ��� � �� e � ��� �d � � � � � � H � ¢ ■� � l�j"� � � w � � � � C.� � � � z H � �/�� �iP' � � � � � I � � 0 ca � � � J W � � � � � � � �/� vI � � � � � � � � � � tf� � � � � � � � � U m .� U � N C O .� z , 0 N � S'�J � O N � P � N � 0 � � � � � � O � U] U � . � � � J 0 � � � � �� 19 v � � I � � m r cu �e � � N � fl � � I � n � � ,��, .� -'�� `� 4 � � '- � .�. -} + .� � U '� � 0 � � � U -� � � Z � � � � � a y � a � D � � ti K�I c�V � r M Lt7 0 � � � � b .� � � � � I� I � C .c II � 0 U � N � R O N � � m .Q Q � � � .Q � � ro c 0 .� Z 01 4 I [ll IS7 Q e � a � � m � a� U N w m � � x v G a .� a� a� � 3 a� .> d fd C G] � U � � � Z � c rn 0 a c� � m w � w N O � � M S.; � 0 n � � � � U ❑ � � z � O 3 � l� O. � O T QI � .� � A m '� �� � � ��-- _ _- � iVlinority �usines� �nterpris� (M��) ` � s C�. �ob�rts Truc�ing Incorporated �,E�.���,����.��;�,� d�� lL�+�b��ts 7Cr��l��� Inc��°po����� has filed vu€th the Agency an Affida�it as de#'ined by NC7RCA Minority Business Enkerprise (MBE) Palicies & Procedures and is hereby certified to provide service(s) in the following areas: RlAECS 23�910: 51�� �REPARf��'ION CO�'TRACTORS RlAI�S 4�4��Q; SPECIA�I��� FR�IGFiI� (EXCEPi US�D GOODS) TRUCFLI�lG, LOC�1L This Certification commences Jan�ary 31, 2D21 and supersedes any registration pr listing previously issued, This certification must be updated e�ery two years by submission af an Annual Update Affida�it. At any time there is a change in ownership, conkrol of tiie firm or operation, notification musf be made immediately to the North Central Texas Regional Certification Agency for e[igibilify evaluation. Certi#ication �xpiration: January 31, 2023 lssued Date: January 31, 2021 CERTIFICAT'[ON NQ. BMMB63336N0123 L' e ' ! , i Certificatian Administrator � � � uru�c��r -7�.�u�:s�+;•�n �mall f�usiness �nfierprise {S��} �. Roberts Trucking Incorporated �a Y��be�rts Tr��l��� Inc�rpo��.t�� has filed with the Agency an Affida�it as defined by NCTRCA Small Business Enkarprise (5B�) Policies & Procedures and is hereby ce�tified ta pro�ide service{s) in the fflllowing areas: NAICS 238910: S17E PREFAR�YION CONi�ACTORS WAICS +�&4��0: SP�CI�►LIZE� FR�IGHT (EXCEPT' US�D GDODS) TRLlCFtIWG, LOCAL This Certification corr�mences January 31, 2021 and supersedes any registration or listing pre�iously issued. This certification must be updafed every two years by submission of an Annual Update Affidavit. At any fime there is a change in ownership, control of Ehe firm or operation, natification must be made imrrtediately to the Narth CentraE Texas Regional Certifieafion Agency far eligibility evaluation. Ceriification Expiration: January 3�, 2�D23 Issued Date: January 31, 202'k CERTIFICATION NO. BM5B686�4N0123 �. � , � I s Certification Administrator k- -- - �isad�antaged �usiness �nterprise (DB�) -� n Q. Roberts iruc�ing Incorporat�d F�������x.��� �. ���b�rts '�������� I��o�p�rate¢� has filed with the Agency an Affida�it as defined by NCTRCA Disadvantaged Business Enterprise �DBE) 49 CFR Part 2E a�d is herel�y cerkified ta pravide service(s) in the following areas: NAICS Z3�910: SITE PR�PARA�ION CONTRAC�'OR5 NAICS 4a33�a: BRICFt, S�ON�, AN9 RELEITED COWSiRUCTION ii�A►i�idl�►L �AERCHAWT WFiOLESALERS NAICS 484220: SPECIALIZED FREIGli7 {�XC�.PT USED GOODS) 7RUCFtING, �OCAL This Certi�ication commences October 6, 2�20 and supersed�s any regisfratinn ar listing }�reviously issued. This certificat'ton must be updated annually by su�imission of an Annual Update Affida�it. At any time there is a change in ownership, control of the firm or aperation, notification must be made immediately to the North Central Texas Regional Certification Agency for eligibility e�aluation. Issued Dat�: October E, 2D20 CERTIFICATION NO, BMD�24389N1�21 �,��� �f�i��,� � � TllCY � �� � 4 �� ��tR�[� �t �_ ' , r / . � Certification Administrator 04 52 43 - I Agrecment Pagc 1 oF 6 sECT�o� ao �� �3 AGREEMENT THIS AG1�E11+I�PdT, authorized on _. y. �v � is made by and between Ehe City of Fort Worth, a Texas home rule mnnicipality, acting by and through its duly authorized CiEy Manager, ("City"), and Landmark Structures !, t.P., authorized to da business in Texas, acting by and through its duly authorized representative, {"Contractor"). City and Conkracior may jointly be referred to as Pa�ties. City �nd Contractor, in consideration of the mut�al covenants hereinafter set %rth, agree as follaws: Article ]. WORK Contractor shall complete all Work as specifed or indicated in the Contract D�cuments for the Project identified herein. Arrtiele 2. PROJECT The project for wiuch the Work under the Contraet Doeuments may be the whole ar only a part is generally described as foilaws: 5oa#h Wes��icie � Elevated Starage Tank City Pmject No. 103428 Artfcle 3. CONTRACT PRICE City agrees to pay Contractor for performanca of the Wark in accordance with ttie Contract Documents an amount, in c�rrent funds, of Seven Mitlion Three �eacidred and Sixfy Thausand Dollars ($7,3b0,D00.Od). Contraet price may be adjusted by change orders duly authorized by t�►e Parties. Article 4. COIVTRACT TIL�YE 4, l Fipal Acaeptanee. The Work shall be substantially aomplete within 420 calendar days aftcr thc date when the Contract Time commences ta run ar�d complete for finel acceptance within 485 calendar days after the date whcn the Contract Time coinrnences to run, as pro�ided in Paragraph 2.02 of the General Condirinns, plus any extension thcreof allowed in accordance with Artiols l2 of t�e General Conditions. 4.2 Liquidatcd Damages Cantractor recognizcs that trme is af the essence for Substantial Completian and ta achieve Final Acceptance of the Work and City and the public will suffer frorrt loss of use if the Vlfork is not comgleted within the time(s) specified in Paragraph 4.1 above. The Contractor aiso recognizes the delays, expense and difficulties inval�ed in proving in a legal proceeding, the actuaE loss suffered by the City if the Wnrk is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (ht�t not as a penalty}, Contractor shall pay City Oae Thousand Dollaes (;�1,�OO.QO) for each day that e7cpires aftee the time specified in Pa�agraph 4.1 foe the Work to be substantially complete until the Ciry issu�s a Certificate of Substantial Campletion, and Contractor shau pay City One ThnUsnnd Dollars ($1,000.00) for each day that $xpires after the time specified in Paragraph 4.� for �inal Acceptance unril the City issues t�e Final Letter of Acceptance. CI1'Y OF FORT WORTH 9outh Westsidc V Plavaled Starage Ten1c STANDARD CONSTi�UCfION SPECIFICA7'ION DOCUMENTS City Pmject Na. 103428 Reviacd 9/flU2021 005243-2 Agreement Page 2 of 6 Article �. CONTRA,CT DOCiTMENTS 5.1 CONTENTS: A. Tlie Contract Docunnents which comprise the entire agreement between City aud Contractar concerning the Work consist of the %ilowing: 1. This A�reement. 2, Attachrnents to ihis Agreement: a. Bid Form 1) Proposal Form 2) Vendar Campliance to State Law Non-Resident Bidder 3) Prequali�cation Statement 4) State and Federal documents (projeci specifrc) b. Current Prevailing Wage Rate Table c. Insurance ACORD Form(s} d. Payment Bond e. Performance Bond £ Maintenance BQnd g. Power of Attorney %r the Bonds h, Worker's Campensation Af�'idavit i. MBE andlar SBE Utslization �'orm 3. General Conditions. 4. Supplementary Conditians. � 5. Specifications specifically made a part of the Contract Documents by at�achment or, if not attached, as incorporated by reference and descrihed in ih.e Table of Cantents of the Project's Contract Dacuments. 6. Drawings. 7. Addeuda. 8. Documet�tation submitted by Contractor prior ko Notice of Award. 9. The follawing which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorparated part of the Contract Documents: a. Notice to Proceed. h. Field Orders. c. Change �rders. d. Letter af Final Acceptance. Article 6. INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harrnless and defend, aE its own expense, the city, its afficers, servants and eex�ployees, from and a�ainst any and al[ cla�ms arising, out of, ar alleged to arise out of, the worFc and services ta be performed hy the eontractor, its ofCcers, agents, ernployees, subcontrattors, licenses or invitees under this contraet. This indeu�ni�cation rovisian is s eei�call intended to o erate and be effecEive even ii it is alleged or proven that all ar some af the dama�es bein� sou�ht were caased, in whoEe or in part, bv a�v act, omission or ne�ligence of the city. This indemnity pro�ision is intended ta include, without limitation, indemnity far costs, expenses and le�al fees ineurred by the city in defending against such claims and causes of actions. CI'fY OP FORT WORTfI 5outh Wastside V Elevated Storage Tank STANDARD CONSTRUCTION SPECIFICATION DQCUMENTS City Project ]�(a. 103428 Revised 910f/2�21 005243-3 Agreement Page 3 of 6 6.2 Contractar co�enants and agrees ta indemniFy and hold harmless, at its own expense, the city, its offcers, servanfs and employees, from and against any and all loss, damage or destruction of properky of the city, arising ouE of, ar �lleged ta arise o�t of, the work and services to be performed by the contractor, its officers, agents, employees, subcanteactors, licensees or invitees u�nder this cantract. This indemni�cation rovisian is s ecificall intended to o erate and be effective eve� if it is alle ed or nroven that all or same of the damages being sought were eaused, in whole or in Aart, 6v anv act, omission or negligenca of the citv. Article �'. MISCELLANEOUS 7.1 Terms, Terms used in this Agreement which are deiirted in Article 1 of the General Condikions will have the tneanings indicated in the General Conditions. 7.2 Assigt�ment af Contrack. This Agreement, iacluding all of the Contract Documents may not be assigned by the Contractor without the advanced express written cansent of the City. 73 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and 1ega1 representa�ives to the athez party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7,4 Severability. /Non-Waiver of Claims. Any provision or part of the Cantract Doc�ments held to be unconstitut�orial, void or unenfarceable by a court of conzpetent jurisdiction shall be deerned stricken, and all remaining pravisions shall continue to he valid and binding upon City and Coniractor. The failure of City or Gantractar ta insist upan the performance of any term or pravision of this Agreement or to exerc�se any right granted herein shall not constitute a waiver of City's or Con.fiz'actor's respective right to insist upan appropriate performance or to assert any such right on any future occasion. 7.5 Governing Law and Venue. This Agreement, including all of the Contract Docuznents is performable in the Stat� of Texas. Venue shall be Tarrant County, Texas, or the United States District Couct for the Northezn District of Texas, Fort Worth Di�ision. 7.6 Autharity to 5ign. Contractor shall attach evidence of authority to sign Agreennent iF signed by someone ather than the duly authorized signatory ofthe Contractor. 7.7 Nan-appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period far any payments due hereunder, City will n�tify Vendar af such occurrence and this Agreement shall tez�,ninate on the iast day of the fiscal period for which appropriations wez'e reeeived without penalty or expense tv City of any kin� whatsoe�er, except as to the portions aFthe paytnents herein agreed upon for which funrls have baen appropriated, CITY OF FORT WORTH 5uulh Wastside V Eievatecl Slorage Tank STANDARD COi�f5TRi1C'I'IO1V SP�CIFICATION DOCUIVfI:NTS City Pmject No. ] 03428. Revised 9/01l2021 005243-4 Agreement Page 4 of 6 7,8 Prohibition On Contracts With Companies Boycotting Israel. Cantractor, unle.ss a sole proprietor, acknowledges that in accordance with Chapker 2271 of the Texas Go�ernment Cod�, if Cantract�r has 1p or more full iime-emgloyees and the contract value zs $1p0,Op0 nr more, the City is prahibited from entering into a contract with a company £or goods or services ur�less the contract contains a written �erification fram the company that it: (1) does not hoycoit Israel; and (2) will npt boycott Israel during the term of the contract. The temis "boycoii Israel" and "company" shall have the meanings ascribed ta those terrns in Sectinn SOS.Q41 of the Texas Government Code. Sy signing this eontra��, Contractor certifies that Contractor's si�nature provides written veri�cation ta the City that if Chapter ��'�1, Texas Goverr�me�t Cade applies, ConEractor: (1) does not baycatt Israel; ar�d (2) r�vill not boycott Israel during the term of the contract. 7.9 Prohibition nn Boycotting Energy Companies. ConYractor acknov,rledges that in accordance with Chapter 2274 of ihe Texas Government Code-(as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2), the City is prohibited from entering into a con�racf for goods or seroices ihat has a value of $100,004 or more, which will be �aid wholly oz partly from public funds of the City, with a company (with 10 or mare full-time employees) unless the contract contains a written veri�cation from the company that it: {1) does not boycott energy companies; and (2) will not boycatt energy eompanies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2274 af the Texas Gavernmenf Code (as adcted hy Acts 2021, 87th Leg., R.S., S.B. 13, § 2). To the extent that Chapter 2274 of the Gavernment Code is applicable to this Agreemeni, by signing this Agreement, Contractor certi�ies that Contwactor°s signature provides writien verification to Ehe City that Cantracter: (1} daes not 6oycott energy companies; �nd (2) will not hoyeo#t energy companies during the term of this A�reement. 7.10 Prohibition an Discrimination Against Firearm and Amrtaunition Industries. Cantractor acknowledges that except as otherwise pz'ovided by Chapter 2274 of the Texas Government Code (as aclded by Acks 2021, 87th Leg., R.S., S.B. 19, § 1), the City is prohibited from eniering into a contract for goods or services that has a value of $100,OQ0 or more which will be paid wholly or partly f'rom public funds of the City, vwith a company (with 10 or more full-time employees) unless the contract contaius a written r�eri�'ication frpm the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a tireanm entity ar firear�n trade association; and {2) wiIl not discriminate during the term of the contract against a firearm entity or firearm trade associat�on. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to thase terms by Chapter 2Z74 of ikze Texas Goverriment Code {as added by Acts 2021, 87th Leg., R.S., S.B. t9, § l). To the extent that Chapter 2274 of th� Gavernment Code is applicable to this Agreement, hy signing this Agreement, Contractor certi�es fhat Contraetor's signature provides written veri�ication to the City ihat Cantractor; (1} does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade associatEon; and {2) will not discr'rminate against a firearm eniity or �rearm trade association during the term of this Agreement. CITY OF FDRT WQRTl-I South Weslside V Elevated Stnrage 1'ank STANDARD CDNS f'RUCTION SPECIF[CA'T"iON I70CUMENTS City Project No. ] 03428 Revised 9/01121D21 005243-5 Agrcement Page S of 6 7,11 Immigratifln Nationality Act. Contractor shall varify the idantity and employment eligibility of its employees who perform work under this Agreement, including co�no.pleting the Employment Eligibility Verification �orm (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms and supportin,� eligibslity documentation for each employee who performs work under this Agreement. Contractar shall adhere to all Fec�eral and State laws as wetl as establish appropriate procedures and controls so that na services will be performed by any Contractor ernplayee who is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY C�TY AND HOLD CITY I-L�RMLESS FROM ANY PENALTIES, LCABILITIES, OR LaSSES Di1E TO VIOLA'1'�ONS OF TH�S PARAGRA,PH BY CONTRACTOR, CDNTRACTOR'S �MPT,OYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written natiee ta Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 7.12 Na Third-Farty Beneftciaries. This A�reement gives no rights or benefits to anyone other t%an tl�e City and tt�e Contractor and th.ere are na third-parly benefieiaries. 7.13 No Cause of Action Against Engineer. Contractor, its subcontractars and equiprnent and materials suppliers on the PROJECT or tk►eir sure#ies, shall maintain no direct action against the Engineex, its officers, empIoyees, and subcantractors, for any claim arising out of, in connection with, or resulting from the enginesring scrvices performed. Only the City will �e the beneficiary of any undertaKing by the Engineer. The presenc� or duties af the Engineer's personnel ac a canstruetion site, whether as on-site representatives or otherwise, do not make the Engineer or its personneI in ar�y way responsible for those duties that belor�g to the City and/or the City's consttuctian contractars or akher entities, and do not relieve the constructiqn contractors ar any other entity of their obligations, duties, and respansihilities, including, but not limited to, all construetion methods, means, t�c�iniques, sequences, and procedures gecessary far caordinating a�d completing all portions of the construction work in accordance with the Contract Docurn.ents and any health or safety precautions required by such construction work. The Enginear and its personnel have no auihority to exercise any control over any construction contractor or other entity or their errtplayees in connection with their wark or any heaith or safety precautions. CTT'Y OF FORT WORTH 5outh Westside V Elevated 9torage Tan& 5TAI+IDARD CONS7'RUCTION SPECIFI�ATION DOCUMENTS Cify Project Nn. 103428 Revised 9l0112U21 OD 52 bJ - 6 Agn.wm�nt Paga6of6 IN WITNESS WHEREQF, City and Contractor have each axecuted this Agrecment ta be ef#'ecti�e as of the date subscribed by the City's desig�tatad Assistant City Manager ("Effective D�te'�, Contrackor: `rAI'k�t-�t�Xi= E��r���''`f �'CityofFortWorth �.. i � sy: L�- -__ L��r- Signature Chris i.arnon By: � �� --� :,�; _ Dana Burghdoff Assistant City Man�ger Mar 9, 2022 President af Landmark Str�ctures Date Manage__ineni Inc., General Partne� � Title � � At�� 1�65 Hsrtnon Raad Adciress r�: , , � r. . -� ,., _. P. Gonzsles,a+�� i S� Fort Worth, Texas 7517T � �� CityfState/Zip (Seal) � �� � � � �. �,s.e,�°� ���; �,���,}_�s�& . .9".F�. � •�� �� ? ,�. �',• �:' � �� . ��� ���,�� } = �; aua� M&C: � � 0 � � Date Date: � � � � � Form 12I5 No.: �"��.,. ����,'�s'�a.��/��5 � �� �'J Contraei Compl�anc� A�Ianager: Sy signing, I acknowledg� that I am the person responsible for khe monitoring and RfIE1l1I11S�I'dLEOR OFtA15 COIIfTBCt, inaluding ensurin� all perfortnance and reporting . requirements. �e/l.R���. P.F_ . • Russell Redder, P.E. Project Mauager Approved as tv Form and Legality: � Douglas W. Blaek 5r. Assistaut City At#orney APPROVAL RECOMMENDED: nhrlc+_nNnr� Chris Harder� Director Water Dapartment i i CiT]' 4N FORT WOR7H �au�r, 4441�a,tsid� 5+ �:��+��i��e l�nk 3TAN�ARD CONSTRUCTIdN SI'�CIF[CATIpN I]OCUMGNTS : fry �nrjvc� rlv. �103�428 Revised 91D111021 - -�-- - ll1Nli�UtRiiK S fRUCI'CiRES MAhEACEh+��PJT INC. �k�� tr�dersigned, aain� �li �f the dir�ctots s� IAN�MARif SiR.U�IJR�S IIRAMR��M�N'i IIv�,, d� hareby iaEce �he fnllcnr�iir:� actian f�y wrltt�n consant, pursu�nf Yo t��e pruvl�i��s 4# 5�ctigl� #4��fj Af ti1� G�tser�l ���rpr�'�ion L�w ol���St�te t�f Uel�wdw�, Ado}�i#nn af tha fnllnwing Resolutions: W�€��t�AS, Lendr�7�rk 5tructur�s �an�gam�nt it�c, {th� "�om�any�'� is t�� gQn�rqJ p$rt���r of �andmarit Sir+�c��srr�� E,1.�; and 1t�M����, t3�e carnpanylrom tlm� ta t#me submfts ��1s and negotiAtes cbn#racts anci enrers Fnto co�tracts t'or a�d �n #t�haff �� Landm�rtc �tr�ctur�s I, IaP; s�d INHER.�AS� the C,nmp�ny uu�sh�s t� authr�rex� t�hrl�tapha�r Larn�n. Pr�sid�! �fthe �ampany, en d Williem b. ��$Ids, Jr., lflae PrEsldent nf the �cstn}�any, t� ur�dert�ik� ��ch aetir�tRas rtrr b�Eialf nf the Curr��ar�y acting �s guner�) p�r��r, and ars behafF ni landmark Structar�� I., �.€�; �nd YV�t�fi�AS; t�e �ontp�nyw�sAe� tb �xten� �uthorityto each nf Chrlstaphor Wrrio� �nd L�1�I��ain Q. FIeMd�, Jr, t+n t�.ke s��ch ��t&�h #+►�thout the necesslty of tht� joind�r af ih� other in subr�ll�#ng �Ids and nega�iatlrrg cor�tr�ets �nd errtering l+�to c�mract� ors behalf of l�r�dmar6c 5trw�tur�s i, LP; N�rW, iFf �f��F�R�, �� I� R�SOI.V��r tha� Cfsris�apher �amon er�d 1�Vllftam �5. �iel�s, Jr., �c#i�r� wlt�out #ha Jalndar af 4h� crti�fir, �,re �ut�i�rfzed as F'oficsws: �y to su�mlt btd� andJ�r tv ne��tfare cn»cract� andJor t� �nt�r inta carrtr�cts far �r1d �n h�halft�f L�ndm�rleStruCtu��s E, I.�; a�1d ' i� j to ex�eute and i��l Iv�r such dacumen�s an�# �a ta�c� sach otE��r a�ticsns a� f�e eonslrlers necessary or ad,ris�lrl� to gfv� eFfa�i to �hi� r�salutian and tls� �rarasa�ctl�nS pravld�d for her�ln• �� t�' �tI�THEii R�[?LV�p, that ��y hl� st�fomit�ri end/t�' �ny �antra�ci �egotl�t� and/ar anY cant+�cl enter�d Intcr hy Chrirto�►�ep La�mon ps �resi��nt of ti�e ��mpanY o�'kM�lam �. Fie(ds, Jr., Vlce Pr��id�nt �f tha �tnp�ny, as v��tnsssa� by hls slgr�al�Ce Eftereto f� h9reiry r�e�gnl�ed as bin�fiing upan [.�dr��rk Str�ctures I, �p, �ny �]atetl: M�rcf� �3, 2017 Gh�istopher �arr�r�n �'�"-�.� � �:� v- S�san l��mo�n _, . 1 m �. Ftelds, Jr, �� � 5, . OD 61 13 - I PERFORMANCE BQNp Page 1 of 2 1 2 3 4 S 6 7 8 9 10 11 SECTION 00 61 13 PERFORMANCE BOND gond no. 6359655 THE STATE OF TEXAS § § KNOW ALL BY TH�SE PRESENTS: COUNTY OF TARRANT § That we, Laildmark_Structures I, L.F. , lmovvzi as "Principal" harein and Fideiiiv and Deposit Cainpany of Maryland , a corparate surery(sureiies, if more than ane} duly authorized to do business in the State of Texas, lcnawn as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Warth, a municipal corporation created purs�uant to the lavvs of Texas, known as "City" herein, in the penal suin of, Seven Million Three Hundred 12 5i_xty Thousand Dollars ($ 7,35�,000 }, lawful money of the United States, ta be paid in Fort 13 Worth, Tarrant C.ounty, Texas for the payment of which sum well and truly to be inade, we bind I4 ourselves, our heirs, executors, administrators, successors and assig�s, jointly and sevexally, 15 firmly by these presents. 16 WHEREAS, the Pi•incipal has entered into a certain written coniract with �he City 17 awarded the � day of �-�v ar!'�s , 20.22, whieh �ontract is hereby referred ta and 1 S n�ade a part hereof for alI puzposes as if fully set farth herein, to furnish all materials, �quipment 19 20 21 22 labor and ot�er accessaries defined by law, in the prosecution of the Work, including any Change Orders, as pravided fox in said Contract designated as South Westside V Elevated Storage Tank, City Project Number 1Q34�8. NOW, THEREFORE, the condition of this obligation is such that if the said Principal 23 shall faithftxlly perfarm ii obligations under the Contract and shaIl in all respects duly and 24 faithfully perfarin the Work, incIuding Change Qrders, under the Cantract, according to tl�e plans, 25 speci�cations, and con�ract documents therei�l referred to, and as w�ll during any period of 2b axtensio�. af the Contract that may be granted on the part of the City, then this obligation shall be 27 and became null and void, otherwise to remain in full farce and effect. 28 29 30 PROVIDED F[TRTHER, ihat if any legaI action be iiled on this Bond, venue shall lie in Tarrant Cotznty, Texas or the United States Dist�•ict Caurt for the Northern Disri•ict of Texas, Fort Worth Di�ision. C1TY OF FORT WORTH 3TANDARD CONSTRUCTION SPECIFICATIpN DOCUM�N`I'S &evised 7uly I, 2011 South Westside V Elevated Storage Tat►k City Project No, 103q28 00 61 I3 - 2 PECtFORMANCE BO1VD Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chaptar 2253 af'the 2 Texas Government Code, as amended, and aIl liabilities an �is bond shall be determined in 3 accordance �ith the provis�ons of said statue. 4 IN WITNES� WII�REOF, the Principal and the Surefy have SIGNED and SEALED 5 this instrumenf by duly authorized agents and officers an this the ,��n�day of ��udnrn 6 , 2022. 7 8 9 10 11 12 l3 ATTEST: 1� Keri Adrian-Williams 15 16 � ` � 17 18 � ' ` � �--- 19 �Priric pal} Secretaiy 20 21 22 23 2 ' ess as to Principal 25 Linda �. Santiago 26 Pre-Construc�ion Coordinator 27 28 29 30 3l 3Z 33 34 35 36 37 38 39 40 4I 42 PRINCIPAL: Landinark St�-uctures I, L.P. BY;�.- �� -�, ���� - -� 5ignat�zre Chris Lamon, President of Landmark Structures Management Inc., General Partner Narne and Title Address: Landmark 5fructures T, L.P. 1665 Harmon Road Fort Worth, Texas 76177 SU�TY: �deli and ]�et�osit Com�any�f ar lan�d � t + BY: , , Signature , Robva Rost, Attorney-In-Fact _ Name and Titl� Address: Fidelitv and Denosit Cam�anv of Maryland c/o Zurich, 1400 Am�rican Lane Schaumbur�, IL 6p I 96 __ Telepl7one Number: 732.335.5342 43 *Nate: If signed by an officer af the Surety Company, tlaere must be on £'ile a certi�'ied extract 44 from the by-laws shawing that this person has authority to sign such obIigation. If �k5 SureLy's physical address is di�Ferent irorn its mailing address, both m�t be provided. 46 The date of the bond slaall not be prior to the date tlae Contract is awarded. �47 CITY OF FORT WORTH South Westside V�levated Storage Tank STA�)DARD CONS'FRUCTION SPECiFICATION DpCUMENTS City Praject No. i03428 Ke�ised 7uly 1, 201 l i11NDPVfA�i�C STftUCTIiRE$ fw1,4f�ACrEMENT ING. �Ir� under�i�nad, b�in� ali nf tha dfr�ctors �,f �,ANiit�ARK Si�iU�7'URES MARlLt�EI1�Ei�T Fl�C., da hereby ia�C� i}�e fallo-srring aetion by wrlkk�i� cansent, p�ur�uant fa Ei� prauisions nf 5�ctipn 441(�j of t�te ��rteral Carp4r�rtior� E.�w af Ch� S#�te r5f D�1�w�t`e, A�doptin� nf tira f�flawin� R��u'tlnns; UIlt��REAS, l�ndny�rk Struc#ur�s Managarna�t �nc. �the "Cornpanl�"} IS thc+gen�a'�] p�rtn�rr of Lan�fmar� S�rucc��r�s t, Lfi; �,nc� 1�VH��E145, th� Cntnpany fram tlme t� k�m� submits �Cds and ne�vtlat$s cnnxracts �nct �nters i�s#o c�r�Gis �'qr arr� �n ��half nf L�r�dmerk �tructares I, Lp; �nd . WHER�A�, ��e Comp�ny w9sh,es tn aut��ri�� Ch.ristop€� �r I�arnvr�. Pr�:sl�der�! �f the Campat5y, and Wi116�tn [� FE�I �s, �r,t lll�e Prosfdent of �he Cam�any, to undertak� such a�kir�tie�s orr belf�lF �f t�� �ompa�y a�tin� ss ganer�l partr►er, an� arr 6�ha�f' �f Landmarlc Structures I., Rp; and • Wkf��AS, #he Companyv�shes ta exten� a�rthoT�tyto ea�h af Christopf�a�` l�mon and l�lii Il�a�n 4, FIQ�ds, .Ir, r,� take s�fch �ttl�n ��ithot�# t�roe n ecesslky o# the �oinder af the othar in subrnitting bld� an� n��a�fa#In� s�unir�ets and entering Inta can3racis ass� I�e�lf of t�ndrrt�r6c Stra�tur�s t, �p; N�W, T��R�E�R�, gE f'f itESDlVF[3 that Glirisrapher �aman and Va�lll�am �i. �ields, Jr., �ct��rg ti+�thout the�oin�ar af tha oti�sr, a�e awthor€��� a� F�ilaws: a� ta su�mlt I�lds andJc�r ta negotEac� cnr�Cracts and/or tc, ent�r tn#�► cantruc�s fnr a�d �n h�half �f Landmark Str��tar�s f, l.�, a�nd ' b) to exacute �nd cf�llvtsr sucp� da�r��n� ant� �o t�itQ �ueh other a�;tic�ns as he �onsiders necess�ry ar ud�i�bla tn gl+�e �€fQ� tu thls e�s�tluttar� ��d the E�ansacflons �rovid��i f�r f��re�n, �� li' FkJ R'iH�li RES�L�f�p, tltat a�y hid submftke� end/crc �ny cot�ttfitt ne�otiate�d �n�Jaa� any cQntra�f: �t�tered into by Chri�opher Lant�n as �resid�nt �f t�l� �ompar�y or Wi�11am O. F3�Ids, Jr�,� Vlce �re�ldah� of tha Gompany, as ua}ii��sse�l by hls si�nat�ra #f�erei4 is h�re�+ r�c�gnlxed �s bin�flrig u�nr� l,�ndr��rk �tru�tures I, �P, �any. �ater�: M�rch �3, 20�.T �lnstapher L�man � � �� susan ��mvn 4 ! m O. Tfel€ks, Jr, - —� OOS114-1 PAYMEN'3' BdND Page 1 of 2 1 2 3 4 5 6 THE STATE OF TEXAS COUNTY OF TARRANT SECTION Ofl 61 14 PAYMENT BOND Bond No 6359655 § § KNOW ALL BY THESE PRESENTS. § 7 That we, Landtnark Structures I, L.P. , known as "Principal" herein, and Fidelitv and 8 Deposit Com�aany of Maryland , a corporate surety (sureties), duly authorized to da business in 4 the State of Texas, krzown as "Surety" herein (whether one ar more}, are held and %rmly bound 1� unto Y1�e City of Fort Worth, a municipal cogporation created pursuant to the laws of the State of 11 Texas, known as "City" herein, in the penal sum of Seven htillio� Three Hundred Sixty 12 Tl�ousaud Dollars ($ 7,360A00 ), lawful a�xioney oF the United States, to be paid in Fort 13 Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we bind 1�4 15 ourselves, our heirs, executors, adrninish•ators, successors anci assigns, jointly and severally, firimly by these presents: 16 WHEREAS, Principal has entered into a certain written Contract witY� City, awarded the 17 �day of ��� , 2022, which Contract is hereby raferrad to and made a 18 part h�reaf for a11 purposes as if fully set forth herein, to fi�rnish all inaterials, equipment, lal�or I9 and other accessoxies as de�ned by law, in Yhe prosecution of the Wnrk as provided far in said 20 Contraci a�d designated as South 'Vi�estside V Elevated Stora�e Tank, City Project Number 21 1034�8. 22 23 24 2� 26 2? 28 29 3D N�W, THEREFORE, THE CONDITION OF THIS OBLIGATION is such �that if Principal shall pay all monies owing to any {and a�l} payment bond beneficiary (as defined in Chapter 2253 of the Texas Government Cotie, as arnended) in the prosecut�on af the W�ork under the Contract, then this obligation shall be and became null and void; atherwise to rernain in fuIl force and effect, This band is made and executed in compliane� with Che pravisions of Ghapter 2253 of the Texas Government C.ode, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute. C[TY QF FORT WORTH STANDARD C��iSTRUCTION SPEGIFICATION DOCUMENTS Revi�ed July I, 201 I SouYh Westside V Elevated Storage Tank Ciry Projeci No. 163428 00 61 14 - 2 PAYMEN'I'BOND Page 2 of 2 1 IN WTTNE�S WHEREDF, the Principal and Surety have each SIGNED and SEALED 2 this instrument hy duly auihorized agents and afficers on this the :,,.;1� day of 3 -fi+��b uoi�u , 2022. PRIlVCIPAL: Landmarlc Structuzes I, L.P. ATTEST: Keri Adrian-Williai�ns � � . ' /` ; � (, � Pri . ipal} Secretary Wimess as �o Principxl Linda E. Santiago Pre-Canstruction CoordinaCor ATTEST: . .— BY: r' � - ' ��-� 5ignature Chris Lamon, President of Landmark StrUctures Manage�aent Inc,, General Paz'tr�.er Address: L�ndmar� Structures I L.P. 1665 Harmon Road Fort Warth, TX 7b177 SURETY: Fide '.�nd Denosit Com�anv af Marvland 5 BY: I{ b ; < < � - � =-1--.� , , � Signature Robyn Rosi, Attorney-In-Fact Name and Title 4 5 6 7 8 9 10 Address: FideIitv and Deposit Company af Maryland clo Zurich 1400 American Lane Schaumburg, IL 6019b Teleplaone Number: 732.335.5342 Note: If signed by an officer of the 5urety, ihere rnus# be Qn file a certifed extract from the bylaws shawing that this person has authority to sign such obligation. If Surety's physical address is different fram its inaiIing addre�s, both must be provided. The date of the bond sha11 not be prior to the date the Contract is awarded. END OF SECTjON CITY OF FORT VVORTH South Weatside V El.evaCed 5torage Tank STANDARD CONSTRUCT'ION SYECI�'ICATION DOCUMENTS City Project No. 103428 Revised h�ly 1, 2011 {Surety) Secretary UINDPJIF1T4iCS1'RUCT4�RE5 MA�AC�C�iE�IT I�1C, �h� u�derslgr�eal, b�i�g all �f �� dir�ctnts t� I.,ANDMA�K S7C�UCCl�R�S MA�4AG�i1N�1di I�i�., d4 E�areby t��e khe fo�lavling aet➢vn �y+�ri�t�n co�isent, pur�u�snt ta ti�e prnvlslons of ��ck�nn A�4�(fj 4f the. G�ner�� Corpar�tirsn E��n►ofci�A Sia#e af �elawar�. AdoptfoR af tha foilav�ing Resolutl�ns; W#9�R�A�, l,raetdniark 5tructur�,s M�a#�merrt Inc. {the "�vrn�any"'} ls tha gan€�ral p�r#nar 9f l.�n�mar�c Siruc�ures �, l.fi, �nd VafH���,S, the cor�pany from tl me to tdme sui�mits bEds and ne�otlates cnntra�ts anc! �nt�rs ir�to cnnt�acts far ar� an �rehalf of Landmerk 5tructures I, LP; and _ WH �REfkS. �e c+��pa�y uaishes t� o utharixe t�nrl�topl� �r Gn_rnor�� 4�r�sf��nt af tf�e �arnpat�y, an d Will i�rn �. Fields,lr., Ui�� Pr�sfd�nt �f th� �m�a�y, k� und'ertak� ��ch acRi►�t�es r�n bel�xlF af th� eo�npa�y uctin� �s �ener�l par�sr, and c�� ��aCf nf �arrdmarEc str�ctures I., E,P: and 1Nt��4t�A5, tFte Compar�y+Mshe� ta extand authaNtytv e�ch at Chrlsta�herlarr�on �nd V�tl�am [?. �I�Ids, Jw. to t�k� st��h ��to� v1►thout the ne�essity af �h� �ai�a�r af th� ather tn subr�ltt9ng bids �nd nag�a�fatlrt� c�ntracts and entering ln#u cantr�ct� o,� b�lFof L��dm�r� stru�k�r�s �, LP; NOW, THEfl�Ff3R�, �� f� ��SO�V�[1 thaC �hrisi:tiph�r L,��r�n an� Wilf.�a m Ci. �lAldSy.IY,� ect�n$ Avithnut tEts ]a�ndaP c�f the at�er, ar� �utho�Fze� as f�lfa�vs; a) to submlt bld� �ndJ�r to negotfare cantr�cts an�J�r ta �nter into car�tr�cks for �nd qn 6eh�lf�sf L�ndm�rk 5kr�ctu�es f,1.�; an�f ' bj to ex�c�te �nd ciekfv�r such d�un�anEs ans� to talt� such atlti�r ar,�]ru�►s as he ea�ts#d�rs ne�es�ry or ndwis���� ta glve eFfQ�t to titls r�s�lution and th� transacelans �mW1d�d for h�erelr�. �� 17 �UFtTH�ti RESG►LVED, that any �Id submitted �ndl�r at�y cantract r�egat�ated $nd/or �ny can�rxcl enter�d I�t� by Christaphe� La�nan as �resi�ent ci t�e Campany ar +.�Eilam O. �de�ds, Jr., Vice �re�IrJ�nt af the C�mpany, as v�ftn�ss$� I�y hls s1�paRur� t��ersto rs heraby r�c�gnlzed �s �n�flr�g upun L�a�drrt�+'k 5trustur�s I, �P, �aany. Da4etl: AAsrc�; �3, �P17 _. _. _.__ ... �1135�S1p�'i�C �Tfi4R y "�-�� �,�+lrlx��s �,—___ .. __ ... $1�5813 dfMtl'1L►n 4 I�E n10, FEBidS. !r. �� � OD6119-1 MAII�iTENANCE Bpi�ID Page 1 of 3 1 2 3 � 5 6 7 THE STATE QF TEXAS COUNTY OT TARRANT SECTION 00 G1 19 MAINTENANCE BOND Bond no. 6359655 § § KNOW ALL BY THESE PRESENTS: § 8 That we Land�nark Structures I, L.P. , known as "Principa]" herein and Fideliiy and 9 Deposit Companv of M.a�• 1�_, a corporate surety {sureties, if tnore than one) duIy authorized 14 to do business in the State of Texas, known as "Surety" h�erein (whether one ar more), are held 11 and firmly baund unto the City of Fort Worth, a municipal carporation creatt�d pursuant to the 12 laws af the State oiTexas, known as "City" herein, in the s�m of Seven Millian Three 13 14 15 I6 17 Hundred Sixty Thousand Dollars ($ 7,360,000 ), lawful money of th� United Staies, to be paid in Fort Worth, Tarrant Counry, Texas, for payrnent of which sum well and truly be made unto fihe City and its successars, we bznd ourselves, our heirs, ex�cutors, adtninistrators, successors and assig��s, jaintly and severally, firmly by these presents. 18 �IEREAS, the PrincipaI has elltered inta a cerrtain vvritten contract with the City awarded I9 the�day of ���r`e�wll`'� , 2022 which Contract is hereby 2� referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 21 materials, equipment lahor an�d ather accessories as defined by law, in the proseeution af the 22 23 24 25 26 27 28 29 30 31 32 33 34 Work, includir�g any Work resuIting fram a duly authoi7zed Change Order {co�lectively herein:, the "Work"} as provided far in said contract and designated as South Westside V Elevated Stnrage Tank, City PrnjectNumber 1Q3428; and WHEREAS, Principal binds itself ta use such materials and to so construct the Work in accordance with the plans, speci£'ications and Contract Docurnents that the Wark is and will remain free from defecYs in materials or workr�ians�ip fnr and during �he period of twn (2} years after the date of Final Acceptance of the Wark by the City ("Maintenance Period"); and WHEREAS, Principal binds itself to repair or reeonstruct the Work in whole or in part upon receiving notice from th.e Gity of the need there£or at az�y time within the Maintenance Period. CITY OF FORT WORTH STANAARD CONSTRUCTION SPECIFICATIOi�! DOCUME3VT5 Revised Suly 1, 2011 South Westside V Elevated 5torage Tank City P��oject No. 143428 1� i 0061 19-2 MA[NTENAMCE BDND Page 2 of 3 NOW THEREFORE, the candition of this o�ligation is such that if Principal shall remedy any defeciive Work, for which timely notice was pruvided by City, ta a completion satisfactory to the City, then tl�is obligation shall become null and void; otherwise to remain in fuIl force and effeet. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the City rnay cause any and ali such d�fective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the St�'ety under this Maintenance hond; and PROVIDED FURTHER, tha� ifany legal action be filed on this Bond, �enue shall lie in Tarrant County, Texas or the United States District Court for the Northe�a District of Texas, Fort Worth D'zvisio�.; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaclaes. 1 2 3 4 5 6 7 8 9 ]0 ri 12 13 14 15 16 17 18 19 CITY OF EOAT WORTH STANDARD CONSTRUCTION SPECIFICATIpN DQCUMENT� RevisedJuly 1,2fl1! South Westside V Ele�ated Storage Tank Ciry Prnject No, 103428 oDG119-3 MAIN`i'�NANCE BOND Page 3 of 3 IN WITNESS WHEREOF, fihe Principal and the Surety have each SIGNED and SE�.I.,ED this instrument by duly authorized agents a�d afficers on this the �� day of -��%r+,;�t� - �.. , 2022. 4 5 6 7 8 9 10 ATTEST: i 1 Keri Acirian-�Viltianis 12 � . 13 = 14 15 �1'rinc pal) Secretaiy 16 17 18 19 • � 20 21 Witness as to PrincipaI 22 Linda E. Santiago 23 Pre-Canstruction Coardinatar 24 25 2b 27 28 29 30 ATTEST: 31 32 33 34 35 { ur ) Secretaiy 36 a LuQngo 37 38 39 i es as Suret�r 40 PRINCIPAL: Landmark 5tructures T, L.I'. � �, BY: ;_.� � �_�- Slgnature Chris Lamon President oi Landmark Structures Mana ement Inc. Ganeral Partner Name and TitSe Address: Landmark Structures I, L.P. 1665 Har�man Road �rart Worth. TX 761�'7 S TY: I r Fide ' an De osit Cam � o�__f N�1 �id T�'Yt �. _' _ i _ - - _ ` Signature Robyn Rost, Attarney-In-Fact Nairae and Tit�e Address: Fidelity and Deposit Compa�v of Ma ,r l�nd Cf0 Zuric�i 1400 Atnerican Lane Sahaumburg, IL 60196 Telephane Number: 732.335.5342 41 *Note: Tf signed by an offic�r of tk�e Surety Campany, there inusi be on file a certi�ed extract 42 frotn the by-laws showing that this person has autharity to sign such obligation. If 43 Surety's physical address is different from its mailing address, ba�h must be provided. 44 The date of the band slaall not be prior to the daC� tha Contract is awarded. 45 CiTY OF F�RT WORTH South Vi�estside V Elevated 5tarage Tank STANDARi3 CONSTR[TCTIDAI SP�CI�'fCATION DOCITN1E3�iTS CityProjectNa. 1D3428 Re�iscd 7uly+ 1, 2011 LANDW]Ai�K STRU�rIf RES F�lAAL4CEME�17 INC. i'h� undersignad, ���nB �IN of tha dirpst�rs nf L,4N13MARIi SiitUCCUR�s MANA�EM �hl� �[d�., do h�r�by tai�e th� folCnvrin� �ctivn by wrlt4�n con�ent, pur��ant Cp ti�e pro+rlslons of S�ct9on 1�1(f� �i the G�ner�i Cnrporstian I�uv �f the S#�t� of �efa�nrar�, Ado�tion af tha falla+n�ing Ras�lt�tiotts: UI1W€���45, L�ndni�rk 5true#ur�s hAsnagamarrt Inc, �th� "Campan�"} I� the g�nerAl p�rtnar �f l.andm��c siruc�ur�s !, L�; �n� �A+M EREAS, th� enmpany from tfrn+� t� time su�mt�s.�l�s �n8 negatiat�� c�r�tracts anc# ent�rs ir�#o coi�#racis tor ar�d on �reh�tf �f l.,��idm�rk SCructur�s I, LF�; and WHEFt�/�, t�e Compmryy wiskes ta aulhori�s �rl�ph�r I.am�n, I�rPsld��t of tf�e Corripar�y, �n� W�lfism 0. F�alds, �r,, Vice Pre�l�i�nt �f the G�m�rany, t� underta�e �uch a�t[viN�!s ari b���aiFaf tt�� �mpany �c�ing as ggn �ral partn�r, �tnd on b�half r�f I�a�dmarl� Stra�ur�s 1., �.R: and 1NN�R�AS, tit� C.�mpany wlsbes ttr extand serfho�ity ta ea�h of �hrlst�ph�r I.ampn and WMll�am o. Ftelds, .fr. � 4ak� su�Fi �c�[a�r� u�ith�sirt the ne�esstiy of th�►}�1nd�r af tl� ather En su6mlit�ng blds �nd neg�4iating cuntr�cts �nd entertn� inta cantracxs on �s�alf af L�nd��rG� 5tru��r�s I, LP; N�1�lF�HER�F�R£, �� ���SOI,V�p tha� Christaph�r �m�n anei 1N�Iflam C�. Ki�ids, Jr., �c�ing uulthvut the ]ainda� of �h� cr##hh�r, are autMo�ise� as folfows: a.j ta suUml# �Ids andJc+r �p negotf�te c�eracts an�/a�r t� $nt�r iv�t�r r,o.r�tr�cks for an8 bn 6�half uf L�rrdrn�rk 5tructut�s t, L�: and � itj to exacuta �nd �ieliver such d��ur��n� and to take swch othek� aGile�ns �5 pe GonsfcfErs necess�ry or gduisable ta glve eff��t ta thl� re�lutian �nd the t�nsactlo�s pro�rfd�d for herean. �K I� �U�i`k#�[t I�E�pLVER, th�tt �t�y b�d submitt�si pndlair �ny corr#r�tct n�atl�tQ�! an�f ar any caatrac�k entered into by Christop�er E�rmt�n as �r�SGd�nt Of �.t�� C�mpany ae kM[�lam O. F�eidl�, Jr., Vlce �re�l�ent �f tha C,ompany, as+�itnessed hy h.ls signatur� thereto is i��reby recagnBx�d as �lnding up4rr l.�a�dm�rk 5tructur�� 1, �P any. �ate�: M�rcf� �3, 20�,7 _ _.. �..�. C�h�st�phet La�man � �� �� Susep l�man � 4 i �It O, F����S, J�; C�rpora�� �el�nov��edge�nent STATE OF COUI�TTY OF � �-•_� -� �" On the� day of � the ye�.r ���*^. , befoxe me �ri�s E. S�nti3�.. , 1�TDTARY PUBLIC personally appeareci ' • rrrar� �r��dent �f ► ����im�r, -� St, � cw �„ � a�.a ;�„ it In .�. :�.. i r�... �� personaljy �nawn ta me (or praved to me on thc b�sis of satisfactory evidence) to be the person whn e�.ecuted t�e wrthin instrument as president {o� secretary}or on behalf of the cr�rparation therein named and �cknowiedged to me that the corporation ea�ecnted it. Il�l' WITNE�S WHERE4F, I have hereunta set wy �and and a�ed my Ufficial Seal, the day a�d y�ar f �st above writ�en. „ iViy Commission ex�irea ��t:::�ry 4j -,►: `n Public, residing at ► � - {�E�,� xs`�v °�'an LINQA E SANilAGO Notary I� �t132344i0A q {q My Cammission Expires TFCF�� Febru�ry �{, 1024 - � — ACKNOWLEDGEMENT 0� SUREfY State of New Jerse County of Morris Ciiy of Florham Park On this �.na� day of �r r in the year �C �. � before me personally . , 4 Came Robyn Rost �o me known, who, being by me duly sworn, did �epose and say that he resides in �forham Park NJ that he is the Attorney- In-Factfor In and which execu�ed the attached i corporation described : ihat he knows the seal o� the sa9d corporation; that the seal affixed to the said instrument is such corporate seal; and �hat it was so af�Xed by Order of the Boa�d of Directors of the said corporation, and that he signed his name ihereta by like order. Notary u lic � i�i�MA� F�ANCI� F �C�RN�� SR. ID # 2433021 iVOTARY PUBLIC STATE QF N�W J�RS�Y My Comm�ss�an Expires April 23, 2023 ZIIRICH AMERICAIV INSiJItANC� COMPANY CQLONCAL AMERIC.Al� CASiTALTY AND SIIRETY COMPAI�IY FIDEI.TTY AND DEPOSIT COMPANY OF MARYLAND POWER OR A'I'TORNEY KNOW ALL MEN BY '�HESE PRESBNTS: That tka ZURiCH AMERICAN INSURANCE COMPANY, a corporation of the State of 1�Iew York, the COLONIAL AMERICAN CASUALTY AT[IJ SI JRETY GQMPANY, a corporation of the State of Illinois, and the PIDELITY AND DEPOSl'i' CDMPANY OF MARYLAND a coiporation of the 5tate of lllinois {herein collectively c�lled the "Companies"), by Robert D. Murray, Vice PrCslident, in pursuanoe of authority granted by Article V, 5ection 8, of the By-Laws ofsaid Companies, wkich are set forth on the reverse side I�ereof and are hereby certified to be in full force and effect on tl'ie date hereof, do Isereby nominate, constifute, and appoint , R4byn ROST and Raymond GIL, both of Matawan, New Jersey, EACH, its true and lawf�l agent and Attomey-in-Fact, to make, exeoute, seal and deliver, for, and on its behali as surety, and as its acE and deed: any and ��1 bonds and undertal�ngs, anei the exeoution af sueh bands or undertakings in pursuance of these presents, shall be as 6inding ugan said Companies, as fully and amply, to all intents and purposes, as if they had been duly ex�cuted and acicuowladged by the regularly elected of�icers of flie ZUTiICH AlVIERICAN INSURANCE COMPANY at its af�"xce in New York, New Yark., the regularly elected o£ficers of tl�e C�LONIAL AMERI�AN CASUAL.TY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the xegulariy elected officers of the FIDEL.ITY ADID DEPOSIT COMPAl*�Y OF MARYI,AND at its o�'ice in Owings Mills, Maryland., in tl�eir own proper persons. The said Vice President does hereby certify that the extract seY forth on the reverse side hereof is a true copy of Article V, Section 8, of tha Sy-Laws of said Companies, and is now in force, IN WITNESS Vi7I�EREOF, the said Vice-I'resident has hereunto subscribed his/her names and afiixed the Corporate 5eals of the said ZL3RICH AM�RICAN INSLIIiANCE COMPANY, COLQNIAL AMERICAN CASEJALTX AIYD SURETY COIVIPANY, end R1DEI.ITY AiVD DEPOSIT COMPANY OF MAIi.Y[�AND, this 2bth day af Septernber, A.D. 2019. ���.x ti� y�.b �u,_ ,,....V �•4 y DIIpJ'i —�R zd f J�p*��°�m� � � �� .�a w � � ���� � �����a�� � `� ti � �:���;; �.� �� By: Roberl.D. Mu��•ay Yice Presid�xt ��-,i�czc-�U -'�� ��:1�9uy`_� By.� Dawra E. Brawn Secretcary 2Ui2fCH AMERICA.IY INSY7RAIVCE COMPANY COLO�VIAL AMERICAN CASiJALTY AIYq SURETY COIWIFANY F1A�LITY AND DEPdS1T CQWIPANY OF MARYLAND State of Maryland Connty of Saltimore On this 2�th day af Septem6ea•, 2019, befoi�e the suhsariber, a Notary Public of the 5tate oF Mary[and, duly eommissianed and qualifed, Kobert D. Murray, Vice President and bawn E. Brown, Secretary oP the Companies, to tne personally known to be fhe individuais a�d officers described in and who cxecuted the preccding instivment, and acknowledged the exectEtion of same, and being hy me dtily swom, deposeth and saith,. that he/she is thc said Officer oF the Company aforesaid, and that the seals affixed to the preceding instrument arc the Corporate 5eals of said Companies, and that the said Cvrp.orate 5eals and the signafure as such ofFicer were duly affixed and su6seribed to the said instniment by the authprity atid direction of thc said Corporationa. IN TESTIMONY WHBI2EOF, I have hereunto set my hand and affixe,� my Offictal Seal the day and year first ahove written. ,`s�,�'q i 5'�?f'h;''•, ���iir�i�;ti�r ••.. � w '�.'' y` :.�-, :s� ;�, �• Pl)�5 :1 : r'h1t'r'i�a�i,'�,�• �>»rnsflf��� �►�"'�'�_ Q .1�,v „�,.�1 Constance 11. Iluun, Notary Public My Commission Bxpires: July 9, 20Z3 EXTRACT FRDM BY-l.A1NS OF THE COMPANIES "Article V, Section 8, Atcomevs-in-Fact. 'Fhe Chief �xecutive Qf3ficer, �e President, or any Executive Vice President ar Vice President may, by wriiten inshvment under the attested corporate seal, appoint attoineys-in-facC wi.th authozity to execute bonds, policies, reeognizanees, skipulations, undertafcings, or other like instrumeuts on behalf of the Company, and may authorize any officer or any such attorney-in-faat to affix the carporate sea[ t�ereto; and may wiih or without cause modify of revake a�ny �ueh appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERiCAN INSURANCE COIVIPANY, the COLONIAL, AMERICAN CASUALTY AND SURETY CQMPAN�', and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do }�ere6y certify that the foregoing Yower of Attomey is still in full force and effect on the date of this ceetificate; and I do furtlier certify that Article V, Section 8, of tk�e By-Laws of the Companies is still in force. This Power of Atforney and Certificate may be signed by facsimile under ai�d by autl�ority af the following reso.lution of the Board of Directors of the ZURICH AMER4CAN INSURl�NCE COMPANY at a meeting duly called and held on the 15fh day af December 1998. RESOLVED: "T'hat the signature of the President or a Vice President and tlie atCesting signature af a Secretary or an AssistanE Secretary snd the Seal of th� Company may be affixed by fansirnile on any Power of Attorney...Any such Power or any cer�if cat� thereof hearin� such facsimile si�ature and seal shall ba �alid and binding an the Company." TL3is Power ot' Attorney and Certificale may be signed by facsimile under and by autltority of the following resolution of the Board of Directors ofthe CQ�..OTiIAL AMERICAlV GASUALTY A1�FD SURETY COIVIFANY at a meeting duly called and held on the Sth day ofMay, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEP�SIT CDMPANY OF MARYLAND at a meeting duty called and held on the l Oth day of May, 1990. RESDLVED: "That the facsimile ar mechanically repraduced seal of the company and facsimile nr mechanically reproduced signature of a�►y Vice-President, Secretary, or Assistant Secretary of the Can�pany, whether n�ade heretafore or hereafter, wherever appearing upon a esrtified capy of any power of attarney issued by the Company, shall be val'td and binding npon #he Company with the same force and eft'ect as though manually affixed. IN 'I�STTMONY WHBREOF, I have hereunto subsceibed my naine and affixed the corporate seats of the said Companies, this � day af r I� ,�� , v�s�� �,�+'nN StJB M�b '�r� �p Pirosr �� ��aR��� d�Ai� � � � � ��� . ���� "'� �, r "� � �� ae� � q 4��"'..✓� �r1 I�N�I �INH�}� `� �l� �f��,�..,r rr Brian M. Hodges, Vice Presicient TO RE�'DRT A CLA�M WITH REGARD TO A SURETY SOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE SOND, THE BOND N LIMBER, AND YOUR CONTACT INFORMATION TO: Zui•ich Surety Clairns 1299 Zuricli Way Schaurnburg, IL 60196-1056 800-626-4577 , pac�Sign Envelape ID: 2S297fi42-A�7F-41p6-A122-�F1E8C92CB63 THE FIDELIT� A1�TIl D�PO��T C�I�IPANY oF MA�tn.A�vo 12�9 Zurich Way Scl;auruburg, IL 60196 State�nont of Ffii�ncial Couditiart As Of Deceniber 3l, 2020 A5S�T5 Bonds................................................................................................................................................ $ 2C2,624,334 SEacks............................................................................................................................................... 19,715,392 Casl� a�id SharL-7'e�m Tnvestments ,,,,,,,,,,,,,,,,,,, ,, _......,.,............,..,...,..................,...,,..,.,..,..,....,...., 3,219,7R1 ReinsuranceRecnverahle ................................................................................................................. I7,293,466 Federal incoine Tax Reco�erabla .................................................................................................... 114,253 Othe►• Accounts Receivable .............................................................................................................. 29,083,530 TnrALAnMrm`rlan Ass�Ts,..,.....,..... ........................................................... ............................. � 332,�5Q,756 LIABILI'1'I�S, 5URPLUS AND OTH.ER �'CJNDS Rcscive for Taxes aad Expenses ..... .............................................................................................. $ 539,58$ CederlReinsu�•ance P�•emiurns Pay�ble ............................................................................................ Q3,8�47,005 k7eniittancesand Itcros Unallocaked ..................................................................................�,.,,,,. ,..... 0 payable to pareiuts, subs and affilsates .........................................................,..,........,.,..,..,..,.,....,....., 0 Secui•ities Lending Cnllateral Liability ............................................................................................. 0 T�TAL LIA13iL1?`1�5 .................................................................................................................... � �i�4,413�593 Ca�JiiB� ,�tOGk, z����� up ........................................................................................ � s,aoo,aoa Sui�lus ................................................................................................................. 282,637, E53 Surplus as regarcis Policyliolde�•s ......................................................................... .. ........................ 287,637,1 G3 ToTAL................................... .................................................................................................... $ 332,450,756 Securities ca���ied at $165,065,329 iu t�ie abo�e staiein�nt are dcposited wifl� vaiiaus skat,�s as ret�u�•cd by law. Securities carcied un #he ba�is pcescribed by t�e National Association of �ns�ir�nce Cou�missioners. On tlie �asis af marlcet quat�iions fos alI bo�ds ��d stncics owned, lhe Company's total ad�nitted assets at Dece�nber 3.1, 2020 would be $346,439,970 and surplus as rcga�ds pc�lxcyh❑lders $3Q2,026,377. I, LAURA J. LAZARCZYK, Corporate Secrataiy af the FIDELfTY AND DEPQSIT COMPANY o� MARYLAND, �o lier•eby eertify tl�at tlie foregc�i�ig statemeait i:s � carrec�e�cliibit of tltie assets �j�d liabilities af tEie saic! Canipany on tf�e 31 st day ofDcccinher, Za20. pacu8lflned byC ,��o�l�i�'�. .�. i,�;,uV'f1y+�� w„��aa... Co� por ate 5ec� et�r]r 5taie of tilinois � CiCy af Scliautnburg ��' Subscribed u�zd stivoin tn, 6efore me, a NoEaty 1'u61ic af tl�c 5tate af TEtinois, iti tUe City of Scliaun�burg, tllis 15ih duy of MnrcL, 2021. RYAN HOQGAN - ' � Offltfal Seal l � � , Notary PubltC - State of IIIlrtois ' � No1ar}+Public k3y Commisslon Explres Dec 1Q, 2Q2+9 ��' �,.' -- - ' t- NAME� INSUFiED: Landmark S#ructures I, L.P. POLICY NUMB�R: 46UEAKQ�98f �_t �11 ��ITdllTdl���o�i�� �����/�� ��/""►�ll�l�� �6d�Y��/��� ���lial Various pro�isions in this policy restrict caverage. Read the entire palicy carefully to determine rights, duties and whak is and is noi cflvered. Throughout this policy the words "yau" and "your" refer to the Named Insured shown in the Declarations, and any oth�r persan or organization qualifying as a Named Insured under this palicy. The words "we", "us" and "our" refer to the stock insurance campany member of The Harkford providing this insurance. The word "insured" means any person or organization quafifying as such under Section II — Who Is An Insured. �ther worcis and phrases that appear in quotation marks have special meaning. Refer to Section V— Definitions. SECTIOAI I — COV�RAC�5 COVERACE A BDDILY IPl,1l1RY AND PROPERTY �AMAG� LIABILITY 9. Insuring AgreemEnt a. We wi11 pay those sums thai the insured becomes legally obligated to pay as dama�es beca�ase of "bodily injury" or "property damage" ko which this lnsurance applies. We will have the right and duty to defend fhe insured against any "suit" seeking those darnages. However, we vuill have no duty to defend #he insured against any "suit" seeking damages for "bod[ly injury" or "property damage" to which this insurance do�s not apply. W� may, at our discretion, investigate any "occurrence" and sektle any claim or "�uif' that may result. But: (1 j The amount we will pay for damages is limjted as describ�d in Section Ill — Limits Of Insurance; and (2) Our right and duty to defend ends when we have used up the applicable limit of insuranca in the payment ofi judgments or seitfements under Gor�erages A or � ar medical expenses under Co�erage C. No other abligation or liability to pay sums or perform acts or services is cavered uNess explicitiy provided for under Supplementary Payrnents — Coverages A and �. b. This insurance applies to "bodily injury" and "property damage" only if: (1) The "bodily injury" or "property damage" is caused by an "occurrence" that takes place in the "co�erage #erritary", (2} The "bodily injury" or "property damage" oceurs during the policy period; and (3) Prior to the policy periad, no insured listed under Paragraph 'f. of Section I[ — Who fs An Insured and no "employee" authorized by you to give ar receive notice ofi an "occurrence" or cEaim, knew that the "bodily injury" ar "property damage" had occurred, in whole or in part. If such a listed insured ar authorized "employee" knew, prior to the policy period, that the "bodily injury" or "praperfy damage" occurred, then any continuation, change or resumption of such "bodily injury" or "proper�y damage" during or after the policy period will be deemed to ha�e be�n kr�awn prior ta the policy periad. c. "Bodily injury" ar "properEy damage" will be deemed io have be�n known to have occurred at the earliesk time wheR any insured listed under Paragraph 1. of Section II — Who Is An Insured or any "employee" a.uthorized by you to gi�e or receive �otice of an "occurrence" or claim: (1} Reports all, or any part, of the "bodily injury" or "property damage" to us or any a#her insurer; (2) Receives a written or verba! demand or cfaim for damages because of the "bodfly injury" or "property damage"; or (3j Becomes aware by any ather means that "bodiiy injury" or "property damage" has accurred or has begun to occur. d. Damages because of "bodily injury" include damages claimed by any person ar organization for care, loss of services or death resulting at any time from th� "bodily fnjury". e. Inc�dental Alledical iV�alpractice And Coad 5amaeitan Caverage "Bodily injury" arising out of the rendering of or failure to render the following health care services by any "employee" or "'v�lunteer warker" shall be deemed to be caused by an "occurrence" for: HG 00 01 09 16 [�age 1 of 21 O 20'[B The Hartford (Includes copyrighfed material of Insurance Services Office, Inc. with its permissian.) (1) Professionaf health care services such as: (a) Medical, surgical, dental, la�aratary, x- ray or nursing services or treakment, advice or instruction, or the related furnishing af faod or beverages; (b) Any healfh or therapeutic service, treatment, ad�ice or instruction; or (c) The furnishing ar dispensing af drugs or medical, dental, or surgicai supplies ar appfiances, or (2) First aid services, which include: (a) Car�iopulmonary resuscitation, whether performed manually or with a d�fibrillafor; or (b) Servic�s pertflrmed as a Good Samaritan. Far the purpose af determining the limits of insurance, any act or omissian together with all related acts or amissions in tF�e furnishing of these services to any one person will be cons�dered one "occurrence". However, this Incidental Medical Malpractice And Goad Samaritan Co�erage provision applies only if you are not engaged in the business ar occupation of providing any of the services describec� in this provision. 2. �xclw.sions 7his insurance does not apply to: a. Expected Or Intended [njury "Bodily injury" or "property damage"' expected or intended fram fhe standpoint of �he insured. This exclusian does not apply ta "hodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. b. Contractual �iability "Bodily injury" or "property damage" for which the insured is obligaked to pay damages by reason of #he assumption af liability in a contract or agreement. This exclusion does not apply ta liability �or damages: (1) Thaf the insur�d would have in the absence of ti�e contract or agreement; or (2j Assumed in a contract or agreement that is an "insured contrac#", provided fhe "bodily injury" ar "property damage" occurs subsequent fa the executian of the conkract or agreement. 5olely for fhe purposes of liability assumed in an "insured contract", reasonable attorney fe�s and necessary lifigation expenses incurred by or for a party ofher than an insured are deemed to be damages b�cause of "bodily injury" or "property damage", provided: (a) Liability to such party for, or for the cast of, that party's defense has also been assumed in the same "insured cantract"; and (b) Such attorney fees and liki�ation expenses are for defense of that party against a ci�il or alternative dispute resolution pracesding in which damages to which this insurance applies are alleged. c. Liquor Liability "Bodily injury" or "property damage" for which any insured may be held liable by reasan of: (1j Causing or contributing to fhe intoxication of any person; (2) The furnis�ing of alcohofic be�erages to a person under the legal drinking age or under the influence of alcahol; or (3} Any statute, ordinance ar regulation relaking fo the sals, gift, distri�uiion or use of alcoholic beverages. This exciusion applies e�en if the claims against any insured alleg� negligence or other wrongdoing in: . (a) The supervision, hiring, employment, fraining or monitoring af others by that insured; or (b] Pro�iding or failing to pro�ide fransportation with respeci to any person that may be under the influence of alcohol; if the 'bccurrence" which caused khe "badily injury" or "praperky damage", inval�ed that which is described in Paragraph (1), (2) or (8) above. However, this excl[asion applies on�y if you ar� En the business of manufscturing, distributing, seffing, serving or furriishing alcohalic be�erages. For the purposes of this exclusion, permitting a person to bring alcohalic beverages on your premises, for cansumption on your premises, wi�ether or not a fee is charged or a license is required for such� aeii�ity, is not by itself considered the business of selling, serving or �urnishing alcohalic beverages. d. Warkers' Compensation �nd 5imilar Laws Any obfigaiion of the insured under a workers' compensation, disability benefits ar unemployment eompensa#ian law or any simifar law. e. �mployer"s �.iability "Bodily injury" to: (1) An "employee" of the insured arising out of and in the course of: Page 2 of 21 bG UO 01 D9 16 (a) Ernployment by the insured; or (b) PerForming duties related io the conduct af the insured's business; ar (Z) The spouse, child, pareni, brother or sisker of that "employee" as a consec�uence of Paragraph (1) above, This exclusion applies: (1) Whether the insured may be liable as an employer or in any other capacify; and (2} To any obligation to share damages with or r�pay someo�e else who must pay damages because of th� injury. This exclusion does not apply ta liabiliky assumed by the insured under an "insured contracF'. f. Pallution {1) "Bodily injury" ar "property damage" arising out of the actual, alleged or fhreatened diseharge, dispersal, seepage, migtation, release or escape of "pollutants": (a) At or fram any premises, site or lacation which is or was at any time owned ar occupied by, or rented or loaned to, any insured. However, this subparagraph does not apply to: (ij "Bodily injury" if sustained within a building and caused by smoke, fumes, vapar or soot produ�ed by or ariginating from equipment tha� is used ta heat, cool or dehumidify the building, or equipment that is used to heat wa#er for p�rsanal use, by the buildir�g's occupants or their guesks; [ii) "Bodily injury" or "property darnage" for which you may be held liable, if you ere a contractor and the owner or lessee of such premises, site ar location has been added to your policy as an addikional insured wikh respect to your ongoing aperations perFormed for that additional insured at thaf premises, site or location and such premises, site or location is not and never was owned or occupied by, or rented or loaned to, any insured, other than that additional insured; or (iii) "Bodily injury" or "property damage" arising out of heat, smake or fumes from a "hosfile fire"; (b) At or from any premises, site or locatian which is vr was at any fime used by or for any insured or others for the handling, storage, dispasal, processing or treatrr�eni af wasfe; (c} Which are or vuere at any kime transported, handled, stored, treated, disposed of, or processed as waste by ar for: (ij Any insured; or (ii) Any person or organizatian far whom you rnay be legally responsible; (d} At or from any premises, site or location an which any insured or any contractors or subcontractors working directly or indirectly on any insured's behakf are performing operations iF the "pollutants'" are brought on or to tha premises, site or lacation in connection wiih such aperations by such insured, contrackor or subconkractor. However, this subparagraph does not apply to: (i) "Bodify injury" or "property damage" arising out af t�e escape nf fuels, lubricants or other operating fluids which are needed to perfarm the normal electrical, hydraulic or mechanicai functions necessary far the operation of "mobife equipm�nt" ar its parts, if such fuels, lubricants or other operating fluids escape frorn a �ehicle part designed to hold, stare or receive them. This exception d�es not apply if the "bodily injury" or "praperty damage" arises out of the intentional discharge, dispersal or release of the fuels, lubricants or other operaiing fE�ids, or if such fuels, lubricanis or other operating fluids are brought on or ko the premis�s, site or locakian with the intent that they be discharged, dispersed or released as part of the operations being perFarmed by such insured, coniractor or subcontractor;. (ii) "Bodily injury" or "properEy damage" sustained wikhin a building and caused by the r�lease of gases, fumes or vapors from materials brought into that building in conneciion with aperations being performed by you or on your behalf by a contracior or su6contractor; or (iii} "Bodily injury" or "property damage" arising ouk of heat, smoke or fumes from a "hostile fire"; nr (ej At or from any premis�s, site or location on which any insured or any contractors or subcontractars working HG 00 01 09 46 Page 3 of 21 directly ar indirectly on any insured's behalf are performing operations if the operafions are to test for, monitor, clsan up, remove, contain, treat, detoxify or neutralize, or in any way respond to, or assess the effects of, "pollutants". (2] Any loss, cost or e�pense arising out of any: (a) Ftequest, demand, order or statutary or regu.latory requirement ihat any insured ar others test for, monitar, clean up, remo�e, contain, treat, detoxify or n�utralize, or in any way respond ta, or assess the efFects of, "pollutants"; or (b) Claim or suif by or on behalf of a governmenkaf authority for damages because of testing for, rnonitoring, cleaning up, remo�ing, containing, treating, detoxi�ying or neutralizing, or in any way responding to, or assessing the effects of, "pollutants". However, this paragraph does not apply to liabilify for damages �ecause of "property dama�e" that the fnsured would have in the absence of such request, demand, order or statutory or regufatory requirement, or such claim or "suit" by or an beha[f of a gavernmental authoriiy. g. Aircraft, Auto Or Watercraft "Bodily injury" or "�roperty damage" arising aut of the ownersE�ip, mainienance, use ar entrustment ta others of any aircraft, "auto" ar watercraft awned or operated �y or rented ar ioaned ta any insured. Use includ�s operafion and "loading or unloading". This exclusion applies even if the claims against any insured a�lege negligence or other wrongdoing in the SU�BI'VIS30�i, hiring, employrt�ent, kraining or monitoring of others by that insured, if the "oecurrence" which caused the "bodily injury" or "praperty damage" in�ol�ed the ownership, maintenan�e, use or entrustment to others of any aircraft, "auto" or watercraft that is owned or operated by or rented or IoaRed to any insured. This exclusion does not apply to; (1) A watercraft while ashore on premises you awn ar rent; (a) A watercraft ya� do nof own that is: (aj Less than 51 feet long; and (bj Not being used to carry persons for a charge; (3) Parking an "auto" on, or on the ways next to, premises yau avvn or cent, pro�ided the "a�to" is nai owned by ar rented or loaned ta you or the insured; (4) Liability assumed under any "insured cantracY' for the ownership., rrtaintenance or use of aircraft ar watercraft; (5) "Bodily injury" or "property damags" arising out af: (aj The operation of machinery or equipment that is aitached to, or part of, a land vehicle that wvuld qualify under the definitian af "mobile equipme�Y' if it were not s�bject to a compuEsory or financial responsibility law or ather mator �ei�ic�e insurance la.w where it is licensed or principally garaged; or (bj The ope�ativn of any of the rnachinery or equipmenk listed in Paragraph f.(2) or f.(3) of the definition of "mobile equipment'; or (6) An aircrafk that is nnt owned by any insured and is hired, chariered �r loaned with a paid crew. However, this exception does not apply if the insured has any other insurance far such "badi.ly injury" or "praperfy damage", whefher the other insurance is primary, excess, contingen# or on any other basis. h. f�obile Equipment "Bodily injury" or "praperky damage" arising out af: (1) The transportation of "mobile equipment" by an "auto" owned or aperated by or rented or laaned to any insured; or {2) The use af "mobile equipmen#" in, or while in practice for, or while being �repared for, any prearranged raeing, speed, demolition, or stunting activity. L War "Bodily injury" or "property damage", howe�er caused, arising, directly or indirectly, out af: �'1) War, including undedared or civil war; (�) Warlike action by a military force, including action in hindering or defending against an actual or expecked attack, by any government, so�ereign or other authority using military personnel or other a.gents; or �3) Insurrectian, rebellion, re�olution, usurped power, or action taken by governmental authority in hindering ar defending against any of these. j. Damage To �roperty "Property damage" ta: Page A� of 21 HG 00 07 09 1B (1} Pr�perty you own, rent, or occupy, incfudiRg any costs or expenses incurred by you, or any other persan, organization ar entity, for repair, replacement, enhancemenk, restorakian or maintenance of such praperty for any reason, including prevention of injury to a person or damage to another's property; (2) Premises you seil, give away or abandon, if the "property damage" arises out of any part of #hase premises; (3) Properiy loaned ta you; (A�) f'ersonal praperty in the care, custody or contrnl af th� insured; (5) That particular part of rea! praperty on which you or any contractors or subcontractars warking directly or indirectly on your behalf are perforrning op�rations, if the "pro�erty damage" arises out of those operations; or (G} i'hak particular part of any praperty that must be restored, repaired or replaced because "your work" was incorrectly parformed on it. Paragraphs (1), (3} and (4) af this exclusion do not apply to "property damage" {other than damage by fire} to premises, including the conteRts of such premises, r�nted to you for a period ofi seven or fewer conseeutive days. A separate limit of insurance applies to Damage 'io Premises Fiented To You as described in Section III — Limifs Of Insurance. ParagraPh (2) Qf this exclusion does not apply if the prernises are "your work" and were ne�er occupied, rented or held for rental by yau. Paragraphs (3) and {4) af this exclusion do not apply to "property damage" arising from the use of elevators. Paragra�hs {3), (4), (5) and (6} of this exclusion do n�t ap�iy ta liability assumed under a sidet�ack agreement. Paragraphs (3) and (4) of this 0xclusion do not apply to "property damage" to borrowed equipment while not being used to perform aperatians at the job site. Paragraph (6j of this exclusion does not apply to "property damage" included in the "products-cornpleted operatians hazard". k. Damage To Your Product "Property damage" to "your procEuct" arising out of it ar any part of it. I. Damage To Yaur Work "Properiy damage" to "your worEc" arising aut of it or any par# of it and included in the "prflducts-completed operations hazard". This exclusEan does not apply if the damaged wark or the work out of which the damage arises was perForrned on your behalf by a su�contractor. m, �amage ia lmpaired Property Or Property Pio# Physicalfy [njured "Property damage" to "impaired praperty" or property that has not been physically injured, arising out of: {1J A defect, deficiency, inadequacy or dangerous condition in "your prociuet" or "your wark' ; or (2) A delay or failure by you or anyone acting on yaur behalf to perform a contracf or agreement in accordance with its ferms. This exclusion daes nat apply to the loss of use of other property arising out of sudden and accidental physicai injury to "yaur produc#" or "your work" after it has been put to its intended use. n. Recall Of Products, Wor� Or Impaired Property Qamages claimed for any loss, cost or expense incurred by you or others for the loss of use, withdrawal, recall, inspection, repair, replacement, adjustment, removal or disposal of: {1} "Yaur product'; (�j "Your work' ; or (3) "Impaired praperty"; i# such product, wark, or property is withdrawn or recalled from the maricet or from use by any person or organization bacause of a known or suspected defect, deficiency, inadequacy or dangerous car�dition in it. o. Personal And Advertising Injury "Bodily injury" arising oUt af "persana[ and ad�ertising injury". p. Access or �isclasure Of Canfidential Or Personal lnformation And Qata-related Liahility Damages arising out of: {'[) Any acc�ss ta or disclosure of any persan's or organization's confidential or persanal information, including pakents, trade secrets, processing methods, eustomer lisfs, financial infarmatian, credit card information, healfh information or any oth�r type of nonpubiic information; ar (2) The loss of, loss af use a#, damage to, corruption of, inability to access, or inability to manipulate electronic data. This exclusian appfies e�en i� damages are claimed for notificatian costs, credit monitoring expenses, forensic expenses, �iG 00 01 09 16 f�age 5 of �9 �ublic relations expenses or any other loss, cost ar expense incurred by yoea or athers arising a�k af that which is described in Paragraph (1) or (2) above. Howev�r, unless Paragraph (1) above applies, this exclusion does nof appiy fo damages because of °bodily inJur}�'. As used in this exclusion, electronic data means informakion, facts or programs stared as or on, created or used on, ar transmitted to or from computer software, including systems and applications software, hard ar floppy dEsks, CD-ROMS, tapes, drives, ceEls, data processing de�ices ar any other media which are used with electranically controlled equipment. q, �mplaymentoRelated Practices "Bodily injury" to: {1 j A person arisin.g out af any "employment— related practices"; or {2) The spause, child, parenf, brother or sister of that person as a consequence of "bodily injury" to that p�rson at whom any "employment-related practices" are directed. This exclusion applies: (1) Whet�er khe injury-causing ever�t described in the definition of "emplayment- related practices° occurs before employment, during err�ployment or after employment of that person; (2) Whether the insured may be liable as an employ�r or in any other capacity; and (3j Ta any abligation io share damages with or repay someone else who must pay damages because of the injury_ r. Asbestos (1) "Bodily injury" or "property damage" arising out ofi the "asbestos hazard". (2) Any damages, judgments, settlements, loss, costs or expenses that: (a} May be awarded or incurrad by reason of any claim ar suit aileging actual or threatened injury or clamage of any r�atur� or kind to persons or property which would not have occurred in whole or in part but for the "asbestos hazard"; (h} Arise out of any request, demand, ord�r or statutory or regulatory rec�uirement that any insured or others test for, monitar, clean up, remove, encapsulate, contain, freat, cietoxify or neutralize or in arty way respond to or assess the effects of an "asbestas hazard' ; or (c) Arise aut of any claim or suit for damages because of testing far, monitoring, cleaning up, removing, encapsulating, containing, treating, detoxifying ❑r neutralizing or in any way responding to or assessing the effects of a� "asbestos hazard". s. Recording And Distribution O# iUiaterial �r Informaiion In Violation Of l.aw "Bodily injury" or "property damage" arising directly or indirectly out af any action or omission khat vioEates ar is alleged to violat�: (1j The T�I�phone Consumer Protection Ac# (TCPA), including any amendrn�nt of or addition to such law; (2) The CAN�SPAM Act of 2Q03, including any amendment of or additian ta such faw; (3j The Fair Credit Reporting Act (FCRA), and any amendment af or addition ta such iaw, including the �air and Accurate Credit Transactian Act (FACTA}; ar (4) Any federal, state or loeal skatut�, ordinance or regulation, flther than the TGPA or CAN-SPAM Act of 2003 or FCRA and their amendments and additions, thak addresses, prohibits or limits the printing, dissemination, disposal, collecting, recording, sending, transmitting, communicating or distribution of material or infarmation. pamage T'o �remis�s Rented Yo You -- �cception �ar �amage �y �ire, Lightning Or �xplasion Exclusions c. thraugh h. and j. through n, do not apply to dama.ge by fire, lightning or explosion to premises while rented to you or iempararily accupied by you with permission of the owner. A separatc limik of insurance applies to this coverage as described in Section [Il — Limits Of Insurance. C01/ERAGE B �'�RSOWAL ANn ADV���ISWG INJURY LIA�ILITY 1. lnsuring Agreement a, We will pay those sums that the insured becomes legaffy obligated to pay as damages because af "�aersona] and ad�ertising injury" to which this insurance applies. We will have the right and duty to defend the insured against any "suit" seeking those damages. However, we will �ave no duty ta defend the insured against any "suit" seelcing damages for "personal and advertising injury" to which this insurance cfoes not ap.ply. We rnay, at aur Page 6 of 21 HG 4Q 01 09 16 discr�tion, in�estigate any of�ense anc! settEe any ckaim or "suit" that ma.y result. But: (1} The amount we will pay far damages is iimited as described in Section III — Limits Ofi lnsurance; and (Z) Our right and duty ta defend end when we ha�e used up the applicable limit of insurance in tF�e payment of j�dgrnents or settlements under Caverages A or � or medical expenses under Coverage C. No other obligation or liability to �ay surns ar perForm acts ar services is co�ered unless explicitly provided for under Supplementary F'ay�menis — Coverages P� and �. b. This insurance appfies to "personal and advertising injury" caused by an offense arising out of your business but anly if the offense was commiited in the "coverage territory" during the policy period. 2. Fcxcfusions This insurance does not apply ta: a. Knowing Violation Of Rights Of Q.nother "Personal and advertising injury" arising out of an offense committed by, at the direction or with the consent or acquiesce�ce of the insured with the expectatian of inflicting "personal and advertising injury". b. Material PublisE�ed With FCnowledge Of Falsity "Personal and advertising injury" arising out of oral, written or electranic pubiication, in any manner, af material, if dane by or at the direction af ihe insured with knowledge of its falsity. c. fV�aterial F'ub[ished Prior To Palicy Period "Personal and advertising injury" arising out of oral, written or electronic publication, in any manner, of material whose first publication took place before the baginning of the policy period. d. Criminal Acts "Personal and advertising injury" arising out o# a criminal act committed by flr at the direction of fhe insured. e. Contractual Liabilfty "Personal and advertising injury" f�r wnich the insured has assumed liai�ility in a contract or agreement. This exclusian does not apply to liability for damages that the insured wouNd have in the absence of the contract or agreement. f. �reach Of Contract "Persanal and advertising injury" arising out af a breach of contract, except an implled cantract to use another's "ad�ertising idea" in your "adver�isement". g. C�uality Or Perforrttance Of Goods — Failurs io Gonform To Statements "Personal and advertising injury" arising out of the faifure of goods, producis or services to con�orm with any statemenf of quality or performance made in your "adverfisement". h. 1dVrong Description Of Prices "Personal and advertising injury" arising out of the wrong descriptian of the priee of goads, products or services. i. infringemenE Af fntellectual ��operty �tights (1) "Personal and advertising injury" arising out of any actua) ar alleged infringement or violation of any intellectual property rights such as copyright, patent, traclemark, trade name, trade secret, trade dress, service mark ar other designation af origin or authenticity; or (2} Any injury ar darr�age alleged in any clam or "suik" that alsa alleges an infringement or vialation af any intellectual property right, whether such allegation of infringement or violation is made by yau or by any ather party involved {n the claim or "suit", regardless of whether this insurance wauld a3herwise apply. However, this exclusion does not apply if the anly allegatian in the claim or "suit" involving any inkellectual property right is limited to: (1) Infringement, in your "advertisement", of: {a} Copyrighk; (b) Slogan; or (c) T9tle of any literary or a�tistic work; or (2) Copying, in your "advertisement", a person's or organization's "advertising idea" or style of "adv�rtisement". j. insureds ln IWedia And Int�rnet Type �usinesses "Personal and ad�ertising injury" committed by an insured whose business is: (9) Ad�ertising, braadcasting, publishing or telecasting; (2} Designing ar determining content of web sites for others; or (3j An Internet search, access, content or service provider. Hawever, this exclusion does not appfy to Paragraphs a., h. and c. of the definition of "personal and adverilsing injury" under the Definitions Section. iiC QO Q1 D9 16 Page '� of a1 For the purposes of t�is exelusion, the placing af frames, bord�rs or links, or ad�ertising, for you or others anywhere on tf�e Inkernet, is not by �tself, cansidered the business of advertising, broadcasting, publishir�g ar telecasting. k. Electronfc Chatraoms Or �ulletin Boards "P.ersonal and adver�isir�g injury" arising out of an �lectror�ic chatroorn ar bulle#in board the insured hosts, owns, ar o�er which the insured exercises eantrol. I. Unauthorizecf Use Of Another's Name Or Product "Personal and advertising injury" arising ouf of the unautharized use af another's name or product in your e-maif address, domain name or rnetatags, ar any okher similar tactics to ►'r►islead another's potential cusfomers. m. Pallution "Personal and ad�ertising injury" arising out of khe actual, alleged or threatened discharge, dispersal, seepage, migration, release or escape of "pollutants" at any tim�. n. �allution-Related Any lass, cost or expense arising out o# any: (1) Request, demand, order or statutory ar regulatory requirement that any insured or others test for, monitar, clean up, remove, cantain, treat, detoxify or neutralize, or in any way respond to, or assess the effects of, "polfu#ants"; or (�) Claim or suit by or on behalf of a governmental authority far damages because of testing for, monitoring, cleaning up, remaving, coniaining, treating, detoxify[ng or neutralizing, or in any way res�onding to, ar assessing the effects of, "pollutants". o. V1Faw "Personal and advertising injury", however caused, arising, directly or indirectly, ouk of: ('I) War, including undeclared or civil war; (2) Warlike aciion by a miiitary force, inciuding action in hindering or defending against an actual or expected attack, �y any gavernment, sovereign or other authority using military personnel or other agents; or (3J Insurrection, rebellion, revolution, usurped pawer, ar action taken by governmental authority in hindering ar d�fending against any of khese. p. Internet Advertisements And Content Of Others "Personal and advertising injury" arising out of: (1) AR "advertisement" for others an your web site; (2) F'lacing a link ta a wei� site of others on your web site; (3) Cantant, including information, sounds, text, graphics, or images from a web site of others displaysd within a frame or border on your web site; or {4) Cornputer code, software or programming used to enable: (a) Your web site; or (b) The presentation ar functiona�ity of an "ad�e�iisemenfi" or other cantent on your web site. q. Right Of Privacy Created By Statute "personal and advertising injury" arising out of the violation of a person's right of privacy created by any state or federal act. However, this exclusion does not apply to liabifity for damages that the insured would ha�e in the absenee af such state or f�deral act. r. Violation Of AnFi��rust law "Personal and ad�ertising injury" arising out of a �iolation ofi any anti-trust law. s, 5ecurities "Personal and ad�ertising injury" arising out af the fluctuation in price or value of any stocks, bonds or afher securities. t. I�ecording And �istribution Of �aterial Or Information In Viofatian Of �aw "Personal and ad�e�tising injury" arising directly or indirectly out of any action or omission that violates or is alleged to �iolate: (1) The Telephone Consumer protection Act {TCPA), including any amendmant of ar addition ko such law; (aj The CAN-SPAM Act of 2Q03, including any arnendment of or addition ta such law; (3j The Fair Credit Reporting Act (FCRA), and any amendrnent of or addition to such law, including the Fair and Accurate Credit Tra.nsaction Act (FACTA); or (4j Any federal, state or local statute, ordinance or regulatian, other than tl�e TCPA or CAN-SFAM Act of 2a03 or FCRA and their amendments and additians, that addresses, prohibits or limits the printing, dissemination, disposal, collecting, recording, sending, transmit�ing, communicating or distribution of material or infarmation. �*age 8 of 21 HG OD 01 09 1B u. I�mployment-f�elated Practices "Personai and advertising injury" to: (�I) A person arising out of any "employment related practices'; or (2) The spouse, child, parent, brath�r or sister of that person as a consequence of "personal and advertising injury" to that person at whorn any "�mployment-rela#ed practices" are directed. This excl�sian applies: (9) Whether the injury-causing event descrihed in the definition of'"emplayment- related practices" occurs before employment, during employment or after employment of that person; (2) Whether the insured may be liabfe as an employer or in any otl�er capacity; and (3} To any abligation ta share damages wikh ar repay someone else who must pay damages because of the injury. �. Asbes#os {1) "persanal and advertising injury" arising out af the "asbestos hazard". (�) Any damages, judgments, settfements, loss, costs or expenses that: {a} May be awarded or incurred by reason of any claim or suit alleging actuaf or threatened injury or c#amage of any nature or kind to persons or property which would not have occurred in whale ar in part but for the "asbestos hazard"; {b) Arise nut of any request, demand, order or staiutory or reg�aiatary requir�ment that any insured or a#hers test for, mo�itor, clean up, r�move, eneapsulate, contain, t�eat, detoxify or neutralize or in any way respand to ar assess the effects of an "asbestos hazard"; or (c) Arise out af any claim or suit for damag�s bscause of testing for, monitoring, cleaning up, removing, encapsulating, containing, tr�ating, detoxEfying or ne�tralizing or in any way responding fo or assessing the effects afi an "asbestos hazard". w. Access Or �isclosure Of Confidential Or Personal Information "Personal ancf advertising injury" arising out of any access to or disclosure of any person's or organization's confidential ar personal inforrnatian, including patents, #rade secrets, processing rrtethods, cuskomer lists, financial information, credit card informatian, health information or any other type af nonpublic informaiian. This exclusion applies even if damages are claimed far notificatian costs, credit monitoring expenses, forensic expenses, public relations expenses or any other loss, cost or expense incurred by you or athers arising ouf of any access to or disclosure of any persan's ar organizatian's confiden�9a! or personal information. COVER►4GE C IVI�DICAL PAYNlI�NTS 1. Insuring Agreement a. We wilf pay medical expenses as described below for "bodily injury" caused by an acc9dent: (1j On �remises yau own or rent; (2} On ways next to premises yau own or rent; or (3) Because of your operations; provided that: (1) The accider�t takes place in the "coverage territory" and during the policy periad; (2) The expenses are incurred and repor#ed to us within #hree years of khe date of th� accident; and (3} The injured persfln submits to examination, at our expense, by physicians of our choice as often as we reasona6ly require. b. We will make these payments regardless of fault. These payments will r�ot exceed the applicable limit of insurance. We will pay reasanable expenses for: (1) First aid administered at the time of an accident; (2} Necessary medical, surgical, X-ray and denta� services, including prosthetie devices; and (3) N�cessary ambulance, hospital, professiar�al nursing and funeral services. 2. Exclusions We will not pay expenses #or "bodily injury": a. Rny lnsured To any insured, except "volunteer workers". b, bired Person To a person hired to da work for or on behalf of any insured flr a ter�ant af any insured. c. Injury On Normally Occupied �pemises To a person injured an that part af premises you own or rent that the person normally oceupies. d. Workers Compensation And Similar �,aws To a person, whe#her or r�ot an "employee" of WG 00 01 0916 �age 9 af 21 any insured, if b�nefits fior the "bodily injury" are payable or must be provided under a workers' compensatian or disability benefi�s law ar a sirnilar law. e. Athletics ActiviEies To a persan injured while practicing, instructing or participating in any physical exercises or games, sparts, or athletic contests. f. Products�Com�leted Operations Nazard Included within the "products-completed operatians hazard". g. Co�erage A Exclusions Excfuded under Coverage A. SUPPLEMENYARY PAYMEN75 — COV€RAGES A AN� B 1. We wil[ pay, with respect to any claim we investigate or settle, or any "suiY' against an insured we defend: a. All sxpenses we incur. b. Up to $9,000 far cost of bai[ bonds required because of accidents or traf�ic law violations arising aut of the use of any �ehicle to which the Bodi[y Injury Liability Ca�erage appli�;s. We do nof ha�e to furnish these bonds. c. The cost af appeal bonds or bonds fo release attachments, but anly far bond amounts within the applicable limit of insurance. We do not have to furnish these bonds. d. All reasonable expenses incurr�d by th� insurec! at our request to assist us in the investigaiion or defense of the claim ar "suit", including actual foss of earnings up to $500 a day because af time off from work. e. All court costs taxed against #he insured in the "suit". Howe�er, such costs da not inclucfe attorneys' fees, attorneys' expenses, witness or expert fees, or any other expenses of � pa:rty taxed ta the insured. f. Prejudgment interest awarded against the insured on that part of the judgment we pay. If we make an affer ta pay the appiicable limit of insurance, we will not pay any prejudgment interest based on thai period of iime after the offer. g. All interest on the full amounf of any judgment that accrues after entry of the judgment and before we have paid, offered to pay, or deposited in court the part of the judgment tf�at is within khe applicable limit of insurance. �hese payments will not reduce the litnits of insurance. 2. If we defend an insured agairtst a"suit" and an indemnitee of the insured is alsa named as a party to the "suiY', we will defend tha# indemnitee if all af th� following conditions are rnei: a. The "suit" against the indemnitee seeks damages far which the insured has assumed the liability of fhe indemnikee in a contract ar agreement #hat is an "insured conkract"; h. ihis insurance applies to such liability assumed by ihe insured; c. ihe obligation to defend, or the cast of the defense of, that indemnitee, has alsa been assumed by the insured in the same "insured cantrack' ; d. The aflegations in the "suit" and #he information we Know about the "occurrenc�" are s�ch that no confiict appears to exist between the interests of the insured and the interests of the indemnitee; e. 7he indemnitee and the insur�d ask Us to conduck and control the defiense of that indemnitee against such "suit" and agree that we can assign the same ca�nsel to defend the insured and the indemnitee; and f. The indemnitee: (1) Agrees in writing to: (a} Cooperate with us in khe in�estigation, settlement or defense of the "suit"; (b) Imm�diately send us copies af any demands, natices, summonses or legal papers received in connection with the "suit'; (c} Notify any ather insurer whose coverage is availahle to the indemnitee; and (dj Cooperate with us with respect to coardinating other applieabie insurance available to the indemnitee; and (2) Provides Us with wrikten authorization to: (a) Obtain records and other information related to the °suit' ; and (b} Conduct and control the detense of the indemnitee in such "suit". So long as th� abave conditions are met, atkorneys' fees incurred by us in the defense of that irademnitee, necessary litigation expenses incurred by us and necessary lifigation expenses incurred by the indemnitee at aur request will be paid as Supplemen#ary Payments. Notwikhstanding the provisions of Paragrapf� �.h.(2� of 5ection I— Coverage A— Bodily [njury And Property Damage Liability, such payments wifl naf be deemed to be damages for "bodily injury" and "praperty damage" and will nat reduce the fimits of insurance. Page 10 of �1 HG 40 �1 09 16 Our obligakion ta defend an insured's incfemnitee and to pay for aftorneys' fees and necessary litigafior� expenses as Supplementary Payments ends when: a. We have used up the applicable limit of insurance in the payment of judgments or settlements; ar b. The conditions set forkh above, or the t�rms of the agreement described in Paragraph f. above, are no longer met. SECiIOIV II —lii1H0 IS A�V II�SUR�� �I. If you are designaked in the Declarations as: a. An incfividual, you and your spouse are insurads, but only with respect ta the condtack of a business of which you are the sQle owner. b. c. d. A partnership or joint �enture, you are an insured. Yvur rn�mh�rs, your partners, and their spouses are afso insureds, buf only with respect to the conduct of yaur business, A fimiked liability campany, you are an insured. Your members are also insureds, but only with respect to the canduct fl# your business. Yo�r managers are insureds, but only w3th respect to their duties as your managers. An organizatian other than a parknership, joint venture or limiked liability eompany, you are an ir�sured. Your "executive officers" and direckors are insureds, but only with respect to their duties as your officers ar directors. Your stockholders are alsa insureds, but only with respect to th�ir liability as stockholders. e. A trust, you are an insured. Your trustees are also insureds, but only with resp�ct to t�eir duties as trustees. 2. Each of the fallowing is also an insured: a, �mployees And Vofunteer Warkers Your "volunteer workers" anly while performing duties rela#ed to the conduct of your business, or your "employees", other than either your "executive aificers" (if you are an organization okher than a partnership, joint �enture or limited liability company) or yaur managers (if you are a limited liabiliky company}, �ut only for acts within the scope of their empfoyment by yau or while perfarming duties related to the conduct of your bu�iness. Hawever, none of these "employees" or "�oluntesr workers" are insureds for: {1) "Bodily injury" ar "p�rsonal and advertising injury": {a) Ta yau, to your partners or members (if you ar� a partnership or joint venture}, to your members (if yau are a limited liabiliky companyJ, to a ca-"employee" while in the course of his or her employment or performing duties re�ated to the conduct of your business, or to your ather "voiunteer workers" while performing duties related to the conduct of your business; (h) 7o the spause, child, parent, brother or sister of that co"employee" or that "volunteer worker" as a consequence of Paragraph (9j(a) abo�e; (c) For which #h�re is any obligation to share damages writh or repay someone e[se who must �ay damages because of the injury described in Paragraphs (1}{a) or {1)(b} abave; ar (d) Arising out of his or her providing or failing to provide professional health care services. If you are not in the business of providing pro�essianal health care s�rvices: (a) Subparagraphs (1)(a), (1)(b) and (1){c) a6ove do not apply ta any "employee" or "volunteer worker" pro�iding #irst aid services; and (b) Subparagraph (1)(dj abave daes not apply to any nurse, emergency medical technician or paramedic employed by you to pra�ide such services. (�) 'Property damage" to properiy: {a) Owned, occupied or us�d by, (b) Rent�d to, in the care, custody or control of, or over which physical control is being exe�cised for any purpose by you, any of your "employees", "volunteer workers°, any partner or member (if you are a par#nership or joint �enture), or any member (if yau are a li�nited liability corn pany). b. Real �state iWanager Any person (other than your "employee" or "voiuntesr worker"), or any organization while acting as yaur real estate manager. c. Temporary Custodians �f Your Property Any person ar organization having proper temparary cusiody af your property i# you die, bUt only: (1} With respect to lial�ility arising aut af the maintenance or use of that praperty; and (2) Until your legal representative has been appainted. d. �ega{ Representative If You Die Your legal rep.resentative if you di�, but oniy F�G p0 01 09 16 Page.11 of a7 with respeck ta duties as such. That representati�e will ha�e all your rights antE dufies under this Co�erege Part. e. Llnnamed Subsidiary Any subsidiary, and subsidiary thereof, of yaurs which is a legally incorporated entity of which you own a financial interest of more than 50% of the �a#ing stock on the �ffecti�e date of the Coverage Part. The insurartce af€orded herein for any subsidiary not named in this Goverage Part as a named insured does not apply to injury or damage with respect to which such insured is also a named insured under another policy or woulc! be a named i�sured under such policy but for its termination ar the exhaustion of iks limits af insurance. 3, Newly Acquired Or F'ormed Organixation Any arganizafion you newEy acquire or farm, ather than a partnership, joint venture or limited liabifity company, and o�er whieh yau maintain financial interesk of more than 50% of the voting stock, will qualify as a Named Insured if there is na other similar i�surance a�ailable to that organization. Howe�er: a. Coverage under tf�is provision is afforded anly until the 18�th day after you acquire ar farm the organization or th� �nd of the policy period, whichever is earlier; b. Caverage R daes nat appfy to "bodily injury" or "property damage" that occurred before you acquired or formed the organiza#ian; and c. Co�erage B does not apply to "persona! and advertising injury" arising out of an offense commikted before you acquired or formed the organization. 4. {Vonowned Watercraft With respect #o watercraft you do not own that is less than 51 feet long and is not be9ng used t� carry persons for a charge, any person is an insured whife operaking such watercraft with your permissian. Any other person or organization respansible for ihe conduct of such person is alsa an insured, bu# only with respect to liability arising out of the operation of the watercraft, and anly if r�o other insurance of any kind is avaifable to that person or organizatian far fhis liability. Howe�er, no person or organization is an insured with respect to: a. "Bodily injury" ta a ca-"employee" of the p�rson operating the watercraft; or b. "Praperty damage" to property owned by, rented fo, En the charge of ar occupied by you or the emplayer of any person who is an insured under this pro�ision. 5. Additionai Insureds When �equired �y Written Contract, Written �greement �r Permit The follawing person(s} or organization(s) are an additional insured when you ha�e agread, in a written contract, wntten agreement or because of a permit issued by a state or politicai subdivision, thai such person ar organization be added as an additional insured on your poficy, provided the injury or damage occurs subs�quent ta the execution af the contract or agreer�ent. A person or organization is an additfonal insured under this provision only for that period of time r�quired by the contract or agreement. Hawever, no such person or organization is an insur�d under this provisian if such person ar organization is included as an insured by an endorsemenk issu�d by us and made a part of this Coverage Part. a. Vendoes Any person{s} or organization(s) (referred ta 6elow as vendor), but anly with respect to "bodily injury" or "property damage" arising out of "your producfs" which are distributed or sold in ihe regular course of khe vendor's business and only if this Coverage Part pro�ides coverage for "bodily i�jury" or "property damage" included within t�e "products-campleted operations hazard". (1) The insurance afforded the �endor is subject to the following additional exclusions: This insurance doss not apply to: (a} "Bodily injury" or "praperty damage" for which the �endnr is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion do�s nat apply ta iiability for damages that the �endar would ha�e in the absence af khe cor�tract or agreement; (b] Any ex�ress warranty unaukhorized iay you; {c) Any physical ar chemical change in ihe product made intentionally by the �endor; [d) Repackaging, except when unpacked solefy for the purpose of inspection, demonstration, testing, or tF�e substitution of parts under instructions from the manufacturer, and then repackaged in the original container; (e} Any failure to make such inspections, adjuskments, tests or servicing as the vendor has agreed to make or normally page 12 of 21 �G 00 01 09 16 {fl (�1 (h) undertakes to mai�e in the usual course of business, in connectivn wifh fhe disfribution or sale of the praducts; Demflnstration, installati�n, servicing or repair operatians, exce�t such operations performed at the vendor's premises in connection with the sale of the product; Produc#s which, after distribution or safe by you, ha�e been labelec! or relabeled or used as a cantainer, part or ingr�dient of any ather thing or subsiance by or for �he �endor; or "Bodily injury" or "property damage" arising aut of the sole negligence of khe vendor for iks own acts ar omissions or those of its employees or anyon� else acting on its behalf. Hawever, this exclusion does not apply to: (i) The exceptians contained in Sub- paragraphs (d) or (�; or (iij Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to mak� in the usual course of busi�ess, in cannection with il�e distribution ar sale of the products. {2) This insurance does not apply tQ any insured person or organizafion, frnm whom you ha�e acquired such produc#s, or any ingredient, part or container, entering into, accornpanying or containing such products. b. Lessors Of �quipment (1) Any person(s) or organizatian(s) frorr► whom yau Eease equipment; but anly with respeet to their liability for "bodily injury", "praperty damage" or "personal a�d advertising injury" caused, in whole or in part, by your maintenance, aperatian or use of aquipment leased to you by such persan(s) or arganization(s). (�) With respecf to the insurance affordeci to these additional insureds this insurance does no# apply to any "occurrence" which takes place after the equipment lease explres. c. Lessors Of Land Or Premises Any person or organizatian fram wham you lease land ar premises, bu# only with respect to liability arising out of the ownership, maintenance or use of that part of th� land ar premises leas�d to you. With respeck to the additional insureds exclusians apply: insurance afforded these the fallowing additional This insurance does r�ot apply to: '[. Any "occurrence" which takes place after yo� cease to lease that aand; or 2. 5tructural al#erations, new consfruction or demolitian operations performed by or on �ehalf of such person or organization. d. Architects, �ngineers Or Surrreyors Any architec#, engineer, or surveyor, but only with respect to liability for "i�odily injury", "proper#y cfamage" or "personal and advertising injury" caused, in whole or in part, by your acts or amissions ar the acts or omissions of those acting on your behalf: (1) In connection with your premises; or (2) In the perfarmance of y�ur ongoing operaiions performed by you or on yaur behalf. With respect to the insurance afForded fhese additional insur�ds, the fallawing additianal exclusion applies: This insurance does not apply to "badily injury", "property damage" or "personal and advertising injury" arising out of the rendering of or the failure to render any professional services by or for you, including: 1. The preparing, appraving, ar failing to prepare or approve, maps, shop dra�vings, opinions, reports, surveys, field orders, change orders or drawings and specificatians; or a. 5upervisory, inspectioR, archikectural �r engineering acti�ities. This exelt�sion applies even if the efaims against any insured allege �egligence or o#her wrongdoing in the supervision, hiring, employmeni, training or monitoring of others by that insured, if the "occurrence" which caused the "badi[y injury" ar "property damage", or the ofFense which caused the "personal and ad�er#ising injury", invol�ed the rencfering of or the failure to render any professional ser�ices by ar for you. e. Permits Issued By State Or Folitical Subd�visions Any state or political subdivision, but on4y with respect to operations performed by you or on your behalf for which the state or poiitical subdivision has issued a permit. With respect to ihe insurance afforded these additionai insureds, khis insurance daes noi appEy to: (1) "Bodily injury", "�roperty damage" or "personal and ad�ertising injury" arising ouk of operations perFarmed for th� state or municipality; or aG UO 01 09 16 �age 13 af 2'[ (2) "Bodily injury" or included within the aperations hazard". f. Any Dther Party "praperty damage" "products-completed Any other person or organization wha is not an additional insured under Paragraphs a. throug� e. abo�e, but only with respeck to �iability for "bodily injury", "property damage" or "personal and ad�ertising injury" caused, in whole or in part, by your acts or omissions or tF�e acts or omissions of those acting an your behalf: (7) In the perFormance of your ongoing ap�rations; (2j In cannection with your premises owned by vr renfed to you; ar (3) ]n connection with "your work" and included within the "praducfis-completed operations hazard", but only if (a} The written contract or agreement requires you to pro�ide such co�erage fo such additianal insured; and (b) This Coverage Part pro�ides eaverage �or "bodily injury" ar "property damage" incfuded wifhin the "products- completed operatians hazard". Hawe�er: (1) The insurance afforded to such additional insured only app�ies ta ihe extent permitked by law; and (2) if caverage pravided to khe additional insured is required by a contract or agreement, the insurance afforded to such additional insured will no# be broader than that which you are required by the contract or agreement to pravide for such additional insured. With respect to khe insurance afforded to tt�ese additianal insureds, this insuranc� does not apply fo: "Bodily injury", "properiy damage" or "personal and ad�ertising injury" arising out of the rendering of, or the failure ta render, any professipnal architeetural, engineering ar surveying services, including: ('I) The preparing, approving, or failing to prepare ar approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specificatio�s; ar (2j Supervisary, inspection, archiiectural or engineering acti�ities, This excfusion applies even if the elaims against any insured alleg� n�gligence or other wrongdoing in the� supervision, hiring, employment, training or monitoring of others by ti�ak insured, if the "occurrence" wi�ich caused the "badily injury" or "property damage", or the offense which caused the "personal and ad�ertising injury"', in�olved khe rendering ofi or the failure to render any professional services by nr for yau. ihe limits af insurance tf�at ap�ly to additional insureds is d�scribed in 5ectian III — Limits O�f Insurance. How this insurance applies when ather insurance is available to khe additionaf insured is described in the Other Insurance Condition in Section N-- Commercial Genera! Liability Canditions. No persan or organization is an insured wikh respect to the canduct of any current or pas# partnership, joint v�nture or limited liability company #hat is not shown as a Named Insured in the Declarations. SECTIOR� Ilf — LIi�iITS OF INSURANCE 1. ihe iVOost We lNill Pay The Limits of Insurance shown in the Declarations and the rules below �x the most we wiil pay regardless of the number of: a. Insureds; b. Claims rr�ade or "suits" brought; or c. Persons or organizatians making claims or bringing "suits". �. General Aggregate Limit The General Aggregate Limit is the most we will pay for the sum of: a. Medical expenses under Caverage C; b. Damages under Cav�rag� A, except damages because of "bodily injury" or "prflperty damags" incl�ded in the "products- completed operations hazard"; and c. Damages under Co�erage �. 3. Products-Completed Operations Aggregate Limit The Producfs-Compl�ted Operations Aggregate Limit is the mast we will pay under Co�erage A for damages because of "bodily injury" and "property damage" included in the "praducks- complefied operations haxard". 4. �ersonal And Ad�ertising Injury l.imit 5ubject to 2. above, #he Personal and Advertising Injury Limik is khe most we will pay und�r Cov�rage B for the sum of all damages because of al� "pers�nal and adverfising injury" sustained by any one person o� organizafion. 5. Each Occurrence Liinit Subject io �. ar 3. above, whlchever applies, the Each �ccurrence Limit is the most we will pay for the sum of: a. �amages under Co�erage A; and Page 14 of �1 HG 00 07 09 16 b. Medical expenses under Co�erage C because of all "bodily injury" and "property damage" arising out of any one 'bccurrence". 6. Damage io Premises Ftented io You L�mit Subject to 5. above, the f]amage To Premises Rented Ta You Limit is the most we wilf pay under Coverage A for damages tiecause of "property damage° to any one premises, while rented to you, or in the case df damage i�y fire, lightning ar explasian, while rented ko you ar temporarily occupied by you with permissian of the awner. In the case of damage by fire, lightning or explasion, the Damage ko Premises Rented 7a Yau Limit applies to all damage proximately caused by the same event, whether such damage results fram fire, lightning or explosion or any carnbination of these. 7. Medical �xpense 6imit Subject to 5. above, the Medical Expense l.imit is the most we will pay under Coverage C for all medical expenses because af "bodily injury" sustained by any ane person. �. How Limits Apply To Additional Insureds If you have agreed in a writken cantract or written agreement that anotf�er person or organization be added as an additional insured on your policy, the most we wil! pay on behalf of such addiiional insured is the lesser of: a. The limits of insurance specified in the written contract or written agreement; or b. The Limits of lnsurance shown in the Declarations. Such amount shall be a part of and not in addition to Limits of Insurance shown in the I]eclarations and described in this Section. ihe Limits of Insurance af this Coverage Part apply separately to each consecutive annual period and to any remaining period af less than 12 months, starting with the beginning of the policy period shown in the Declarations, unless the poficy period is extended after issuance for an additional period of less than 12 months. In that case, the additional period will be deemed part of the lask preceding period for purposes of determining the Limiks of Insurance. S�CI'10{� IV — CUf1�11A�F�CIAL GENERAL LIABILliY COPIDIT'IOIVS 1. Ban�ruptcy Banlcrupfcy or insol�ency of the insured or af the insured's estate will not re[ieve us of aur o�ligafions und�r this Coverage Part. 2. Duties In 7he �vent Of Occurrence, Offense, Claim Or Suit a. iVotice Of Occurrence Or Offertse Yau or any additional insured rnust see to it that we are natified as saon as praciicable of an "occurrence" or an offense which may result in a claim. To the extent passible, notice shauld include: ('!) Fiaw, when and where the "occurrence" ar offense toolc place; {2} The names and addresses of any injured persans anci witnesses; and (S) The nature and locatifln of any injury or damage arising out of khe "occurrence" or offens�, !�. lVotice Of Claim If a claim is made or "suit" is brought against any insured, you or any additional insured must: (1} Immediate{y record the specifics of the claim or "suit" and the date received; and (2) Notify us as soan as practicable. You or any additional insured must see to i� that we recei�e written nokice of the claim ar "suit" as soon as practicable. c. Assistance And Cooperation Of The Insured You and any other in�olved insured must: (1} Immediately send �s copies af any demands, noticas, summonses ar legal papers received in connectfon wiih the claim ar "suit"; (�) Authori�e us to obtain records ancf ather informatian; �3) Coop�rate with us in the investigation or settlement of the claim or defense against the "suit"; and (4) Assisk us, u�aon our request, in the enforcement of any right against any person or organizatian which may be liable to th� insured because of injury or damage to which this insurance may also apply. d. Obligations At �he Insureds Own Cost No insured will, except at that insured's awn cost, voluntariiy make a payment, assume any obligation, or incur any expense, other than far first aid, w'ithout our consent. e. �►ddi#ional Insureds Other lnsurance If we cover a claim or "suit" under this Coverage Part that may also be covered by otfi�er insurance available to an additional insured, such additional insured must submif such cfaim or "suit" to the o#her insurer for defense and indemnity. Hawever, this provision does not apply to the extent ihat you ha�e agreed in a written FCG 04 09 09 '�6 Page 15 of 21 confract or written agreement thai this ir�surance is primary and non-contributory wi#h the additional insured's awn insurance. f. Knowledge Of An OCCLIITL'[1C@r Offense, Cfaim Or 5uit Paragraphs a. and b. apply to you ar to any additional ins�red onfy whan such "accurrence", O'�F9t1S6, CI�IRI OC °SUIt�� is known ta: (1) Yau ar any additional insured that is an indi�idual; (�) Any partner, if you or the add.9tional insured is a parknership; (3j Any manager, if you or the addikinnai insured is a limited liability cvmpany; (4j Any "�xecutive afficer" ar insurance manager, if you or the additianal insured is a carporation; (�) Any trustee, if you or the additional insured is a trust; flr (6) Any elscted or appoi�ted official, if yau ar the additi�nal insured is a political subdivision or public en#ity. This duty applies separately to you and any additional insured. 3. Legal Action r4gainst lis Na person or organization has a right under this Ca�erage ParE: a. To join us as a party or ofherwise bring us into a"suit" asking far damages from an insured; or b. 7o sue us on this Coverage Park unless all of its terms have been fully complied with. A person ar organizatian may sue us to recaver on an agreed set�lement or on a final judgment against an insured; but we will not be [iable for damages that are nok payabfe under th� terms of this Coverage Part ar that are in excess of the applicable limit of insurance. An agreed seCtlement mea.ns a settlement and relsase of liability signed by us, the insured and the claimant or khe claimant's legal representative. 4. Other Insurance If other �alid and collecti6le insurance is a�ailable to the insured far a lass we caver under Coverages A ar � of this Cov�rag� Pari, our obligations are limited as follows: a. Primary lnsurance This insurance is primary except when b. hefow appiies. If other insurance is also �rimary, we wiH share with all that other insurance b� the m�thad describecl in c. below. b. Excess Insurance 7his insurance is excess over any of the other insurance, whether primary, excess, contingent or on any other basis: (1) Yaur {filork That is Fire, Extended Co�erage, Builder's Risk, Installation Risk or similar caverage far "your wark"; (�} Peemises Rented To Y'ou That is fire, lightning or explosion insurance for �remises rented to you or temporariiy occupied by you with �ermission of the owner; (3) Tenant Liabiliiy That is insurance purchased by you to cover your liabifity as a ter�ank for "property darnage" to prerrtises rented to you or temporarily occupied by yau with permission of the awner; (4) Aircraft, Auto Or Watercraft if khe ioss arises out of the maintenance or use of aircraft, "au#os" or watercraft to the extent not subjec# to E�cclusion g. of Seetion I-- Coverage A— Bodily Injury And Praperry Damage Liabifity; (5j f'roperty Damage io �orrowed �quipmenE Or Uss Of �lerrators If the loss arises out of "praperEy damage" #o borrowed equipment or the use of ele�ators to the extent not subject to Exclusion j. of Sectian i- Coverage A- Bodily Injury And ProperEy damage Liability; (6) When You Are Added As An Additionaf lnsured To Ot�er lnsurance Any other insuranee available to you co�ering liability for damages arising out of khe premises or operations, or products and compfeied opera#ions, for which you have been added as an additional insured by that insurance; or (7) When You ddo[ Others As An AddEtior�al Insured T'o 7'his Insuranc� Any other insurance available to an addiiional 9nsured. However, the foflowing pro�isions apply to other insurance ava9labfe to any person or organizatian who is an additianal insured under this ca�erag� part. (a) Primary Insurance When Required By Cantract This insurance is primary if you ha�e agreed in a written cantract ar written agreement that this insuranee b� primary. If ather insurance is also Page 96 of 2'[ HG 00 Q9 09 16 primary, we will share with all that ofher insurance by the method described in c. below. (b} Primary And Alon-Contributory io Other Insurance When Required �y Contraat If you ha�e agreed in a written contraet, written agresment, or permit that this insurance is primary and non- r,nntributory wikh the additional insured's own insurance, this insurance is primary and we wilf not seek contribution from that other insurance. Paragraphs (a} and {b) do n�t apply to other insurance ta which the additional ins�red has been added as an additional insurad. When this insurance is excess, we will have no duty under Co�erages A or � ta defend the insured againsk any "suit" if any other insurer has a duty to defencf the insur�d against ihat "suit". If no other insurer defends, we will underEake ta do so, but we will be eniitled to the insured's rights against all khose other insurers. When �his insurance is excess over other insurance, we will pay only our shar� of the arr�ount af the loss, if any, that exceeds the sum af: (1 j The totsf amount that all such other insurance wauld pay for fihe loss in the absence of this insurance; and (2} The total of all deciuctible and self-insured amounts under all that other insurance. We will shar� the re�naining loss, if any, with any other insurance that is not described in this �xcess Insura�ce provision and was not bou�ht speci�cally to apply in excess af the Limits of Insurance shown in fihe beclaratians af this Coverage Part. c. Niethod 4f 3haring If all of the other insurance permits contribution by equal shares, we will #ollow this method also. Under this approach �ach insurer contributes equal arnounts until it has paid i#s applicable limit of insurance or none of the loss remains, whiche�er comes first. If any of the other insurance does not permit contribution by equaf shares, we will contribute by limits. Under this methad, each 9nsurer's share is based on the ratio of i#s applicable lirnit of insurance to the total applicable limits of insurance of all insurers. 5. �remium Audit a. We will compute afl premiums for this Coverage Part in accordance with aur rules and rakes. b. Premium shown in this Caverage Part as advance premium is a cleposit premium anly. At the clase of each audit period we will compute the earned premiurrt for that period and send r�otice to tha first Named Ir�sured. The due date for audit and retrospective premiums is the date �hown as the due date on the bil1, If the sum of the advance and audit premiums paid for the policy period is greater than the earned premium, we will return the excess ta the first Named Insured. c. The first Named Insured must keep recards of the information we need for premium computatian, and send us capies at such times as we may request. B. RepresenEations a. When You Acc�pt This Policy By accepting this policy, you agree: (1) The statements in the �eclarations are accurate and c.ompfeke; (�) Those statements are based upan representations you made to us; and (3) We ha�e issued this pvlicy in reliance upon yaur representatians. b. Unintentional Failure To Disclose Hazards If unintentionally you should fail to disclose all hazards relating io the conduct of your business that exist at the inception date of this Co�erage Part, we shall not deny coverage under this Coverage Part because of such faifure. 7. Separation O# Insureds �xcept with respect to the Limits of Insurance, and any rights or duties specifically assigned in this Coverage Part to the firs# Named Insured, this insurance applies: a. As if each Named Insured were the only Named Insured; and b. Separately tv each insured againsf whom claim is made or "suit" is braught. �, iransfer Of Rights Of �eca�ery Against Others To Us a. 7ransfer Of �ights Of Recavery If the insured has rights to recover all or part of any payment, including Supplementary Payments, we ha�e made under this Coverage Part, those rights are transferred fo us. The insured must da notE�ing after loss to kG 00 U'� �9 1 G Page 1i of 21 impair them. At aur request, the insured will bring "suit" ar transfer those rights to us and help us enforce them. b, Wai�er Of C�ights 4f Reco�ery (1Naiver Ot Subrn�ation) If the insured has waived any rights of recavery agairist any person or organization for all or part c�f any pa�ment, inc�uding 5upplementary Paymenks, we have made under this Coverage Part, we also waive #ha# right, provided the ]nsured waived their rights of reco�ery against such person or organization in a conkract, agreement or permit that was executed priar to the injury or damage. 9, When We Do Not Renew [f we decide not ta renew this Coverage Part, we wi[� mail or deliver to the first Named Insured shown in fhe Declarations writ#en notice of the nonrenewa! not less than 30 days bafor� the expiration date. If notice is mailed, proaf of mailing will be sufficien# proof of notice. 5�C710P1 V — DEFINITIONS 1. "Ad�ertisement" means the widespread public dissemination of information or images that has the purpose of inducing #he sale of goods, products or services through: a. (1 j Radia; (2) Tele�isEon; (3) Billboard; {4) Magazine; {5) Newspaper; or b. Any other publicatian that is given widespread public distribution. Hawever, "advertisement" does not include: a. The design, printed material, infiormation or images contained i�, on ar upon the packaging ar labeling of any goods or praducts; or b. An interackive conversatian between or among persons through a computer network. 2. "Advertising idea" means any idea for an "advertisement". 3, "As�estas haxard" means an �xpasure or threat of exposure to the actual or alleged praperties of asbestos and includes the mere presence afi asbes#os in any form. 4. "Auta" means: a. A land motor vehicle, trailer or semitrailer designed for travel an public roads, includi�g any attached machinery or equipment; or b. Any afher land vehicle that is subject ta a compulsory or financial resp4nsibility law or other motor �ehicle insurance law where it is licens�d Qr principally garaged. However, "auto" does not include "mobile equipment". �. "Bodily injury" means physical: a. Injury; b. Sickness; ar c. Disease sustained by a person and, if arising out of the above, men#al anguish or death at any time. G. "Coverage territory" means: a. The United States af America (including its territari�s and possessions), Puerto Rico and Canada; b. Int�rnational waters or airspace, but only if the injury or darrmage occurs in the course of travel or transpartation betv�reen any places included in a. abo�e; or c. All other parks of the world if the injury or damage arises out of: (1} Gaods or products made or sold by you in the territory deseribed in a. abo�e; [a) The acti�i#ies of a person whose home is in the ierritory described in a. above, but is away for a short time on your business; or (3) "Personal and advertising injury" offenses that take place through the Internet ar similar electronic means af communication provided the insured's responsibility to pay damages is de#ermined in the United States of America {including its territories and passessians), Puerto Rico or Canada, in a"suit" on the merits accarding to the substantive law in such territory or in a settleme�t we agree to. 7, "Employee'" includes a "leased worker". "Employee" does nof include a "temporary worker". �. "�mployment�Related Practices" means: a. Refusal to emplay that person; b. Termination nf that person's employment; or c. Employmenf�related practices, policies, acts or omissions, such as coercion, demotion, evaluatian, reassignment, discipline, defamation, harassment, humiliation, discrimination or malicious prasecution cfirected a# ihat person. 9. "Executi�e ofFic�r" means a person holding any ofi the o#finer positions created by your char�er, constitution, by-laws or any other similar governing document. 10."Flostile fire" means one which becomes uncontrollable or breaks aut �rom where it was intended to pe, Page 1� of 29 �IG DO 01 09 '[6 11."lmpaired praperty" means tangible property, other than "your product" or "your work", that cannat be used ar is less useful because: a. It incorporates "your product" or "yaur work" that is known or thought �o be defective, deficient, inadequate or dangerous; or b. You have failed ta fulfiN the terms of a contract or agreement; if such praperty can be resiored ko use by the repair, replacement, adjustr►�ent or removal of "your producY' or "your work", or your fulfilfing the terms of the eon#ract ar agreement. 12."Insured contract" means: a. A contract for a lease of prerr�ises. Nnwe�er, that portion af the contract for a lease of premises that indemnifies any persan or organization for damage !�y fire, lightning or explQsian to premises while rented to yau or temporariiy occupied by you with perrtmission of the owner is subject to the �amage ta Premises Rented To You Limit described in 5ectian III — Limits af insurance; h. A sidetrack agreem�nt; c. Any easement or license agreement, including an easement or lieense agreement in cannectian with canstruction or demolition operations on or within 50 feet of a railroad; d. An obligation, as requirecf �y ordinance, to indemnify a munieipality, except in connection with wark for a municip�lity; e. An elevator maintenance agreement; f. That part of any ather contract or agreement pertaining to your business (including an indemnifcation of a municipaliky in connection with work perf�rmed far a municipality) under which you assume the tort liabi[ity of ano#her party to pay for "bfldily injury" or "property damage" ta a third person or organizaiion, pro�ided the "bodily injury" or "property damage" is caused, in whole or in part, by you or by thase acting on yaur behalf. Tort liability means a liabilfty that would be impased by law in the absence of any contract ar agreement. Paragraph f. includes that part of any cor�tract or agreement that indemnifiies a rai{raad for "bodily injury" or "property damage" arising aut of construction or demolition operatians, wi#hin 54 feet of any railrnad property and af€ecting any railroad bridge or trestle, tracks, road-beds, tunnel, underpass ar crQssing. Howe�er, Paragraph f. does not include that part of any contract or agreemenf: (1 j That indernnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving, or failing to prepare or approve, maps, shop drawings,. opinions, reports, surveys, field orders, change orders or drawings and spec9fications; or (b) Giving directions or instructions, or faiiing to give them, if that is the primary cause of the injury or damage; or (a) Under which the insured, if an architect, engineer or surveyor, assumes liability for an 9njury flr damage arising out of tF�e insured's rendering ar failure to render professional services, including ihose listed in (1) above ancf supervisory, inspection, architectural or engineering activities. 13."Leased worker" mear�s a persan leased to you by a fabor leasing firm und�r ar� agreement between you and the fabor leasing firm, to perfarm duties related ta the conduct of your business. "Leased worker" does not include a "temporary worker". 14. "Loading or unloading" means th� handling of proper#y: a. After it is moued from the place where ft is accep#ed for movement into or onto an a9rcraft, watercraft or "auto' ; b. Whils it is in or an an a9rcraft, watercraft or "auto"; or c. While it is being moved from an aircraft, watercraft or "aufo" to the place where it is finally deli�ered; but "loading or unloading" does not include the mo�ement of property by means of a mechanical device, oiher than a hand truck, that is not aftached ta tha aircraft, watercraft or "auta". 15."APOobile equipment" means any af the fallawing types af land �ehicles, inc�uding any attached machinery or equipmen#: a. Bulldozers, farm machinery, forklifts and other �e�icles designed for use principally ofF public roads; b, Vehicles mainfa3ned for use solely on or next to pr�mises you own or rent; c. Vehicles that travel on crawler treads; d, Vehicles, whether self-propelled or not, maintained primarily to provide mobility to permanently mounted: (1) Pow�r cranes, sho�els, loaders, diggers ar drills; or (�,j Road cons�ruction or resur€acing equipmen# such as graders, scrapers or rollers; e. Vehicles not described in a., b., c. or d. above that are not self-propelled and are mainkained WG 00 01 fl9 16 Page 19 of 21 primarily to pravide mobility to permanently attachec! equipment of the following types: ('f ) Air compressors, purrtps and generators, including spraying, welding, building cleaning, geophysical exploration, lighting ar�d well servicing equipment; or (2) Cherry pickers ancE similar devices used to raise� or lower workers; f. Vehicles not described in a., b., c. or c�, above maintained prirnarily far purposes other than the transpartation of persons or cargo. However, seff-propelled vehicles with the fallowing types of permanently attached equipment are not "mobils equipmer�i" buk will be coRsidered "autos": (1) Equipmer�t designed primarily for: (a) Snaw rema�al; (h) Road main#enance, but not consiruction or r�surFacing; or (c) Street c�eaning; (2) Cherry pickers and similar de�fces mounted on automobile or truck chassis and used to raise or lower workers; and (3) Air compressors, pumps and generatars, including spraying, welding, building cfeaning, geophysical exploration, lighting and well servicing equi�ment. However, "mobile equipment" does not include any land vehicle that is subjecf to a compulsory ar financial responsibillty law or other motor vehicle insurance law where it is iicensed or principally garaged. Land �ehicles subject fo a compulsory ar financiaf responsibiliky law or other motor vehicle insuranca law are considered "autos". 16, "Occurrence'" means an accident, including contEnuous ar repeated exposure ta substantially the same general h�armful canditions. 'i7."Personal and advertising injury" means injury, including consequential "bodily injury°, arising out of ane or mvre of the foEfowing offenses: a. False arrest, detention or imprisonment; b. Malicious prasecution; c. The wrongful e�ictian from, wrortgful entry into, or in�asion of the right of private accupancy of a room, dwelling or premises tF�at a person or organiza#ion occupies, committed by ar on behalf of its owner, landlord ar lessor; d. Oral, written or electronic publication, in any manner, of material that slanders or libels a person or organiza#ion or disparages a person's or organization's goods, products or S9r1lIG�S; e. Oral, written or efectronic publication, in any manner, af ma�erial that violates a persan's right af �rivacy; f. Copying, in yoUr "advertisement", a person's or organization's "advertising idea" ar skyle of "advertisernen#"; or g. Infringement of copyright, slogan, or title of any literary ar artistic work, in your "advertisemenk". 18. "Poputants" mean any so[id, iiquid, gaseous ar thermal irritant or contaminant, including smoke, vapor, soQt, fumes, acids, alkaiis, chemicals and was#e. Waste includes materiafs to be recycied, recondifioned or reclaimed. 19. "�roducis�completed operations haxard": a. Includes all "bodily injury" and "property damage" occurring away from premises yo� own ar rent and arising ouk of "your product" or "your work" excepf: (1) Products that are still in ya�r physical possession; or (2) Work tha# has no.t yet been completed or ahandoned. However, "your work" will be deemed eampleted at the earliest of the following tim�s: (a) When all af khe work called for in your contract has been completed. (bj When all of the work to be done at the jo� site has been completed if your contract cafls for work at more than one job site. {c] W hen that part of the work done at a job siie has been put to its intended use by any person or organization other than another cor�tractor or subcontractor warking on the same project. Woric that may need service, maintenance, correction, repair or rep[acement, but which is otherwise carnplete, will be treated as completed. I�. Does not inelude "bodily injury" or "property damage" arising out of: (1 j The transportatian of property, unless the injury or damage arises out af a condition in or on a vehicle not owned or operated by you, and that condition was created by the "loading or unloading" of that vehicfe by any ins�red; (2) �fhe exisience of tools, uninstalled equipmenk or abandoned or unused materiafs; or (3} Products ar operations for which the classification, listed in the Declarations or in a policy Schedule, states that praducks- Page 20 of 21 HG 00 01 09 'i6 compieted operations are subject to the General Aggr�gate Limit. 20. "�roperty damage" means: a. Physicaf injury to tangible property, inclt�ding all resulting foss af use of that property. All such loss of use shall be deemed to occur at the time of the physical injury that caused it; or b. Loss of use of tangible proper#y thaf is not physically injured. All such loss of use shall be deemed to occur at the #ime of khe "occurrence" #hat caused it. As used in this definition, computerized or electronically stored c3ata, programs or software are not tangible praperty. Elec�ranic data means infarmaiion, facts or programs: a. Stored as or on; b. Created or used on; or c. Transmitted to or from; compuier soffware, including systems and applications software, hard or floppy disks, CD- ROMS, tapes, drives, celfs, data processing devices or any other media which are used with electronically co�troffed equipment. 21."Suit'" means a civil proceeding in wF�ich damages because of "bodify injury", "property damage" or "personal and ad�ertising injury° to which tF�is insurance applies are alleged. "Suit" incfudes: a. An arbitration praceeding in which such damages are claimed and to which the insured must submit or does submit with our cor�senk; or b. Any other alternative dispuie resolution proceeding in which such damages are claimed and to which the insured submits wEth our consent. �3, "Temporary rtvorker" means a person wha is furnished to you ta substitu#e for a permanent "employee" on leave or to meet seasanal or shork-term workload conditians. �3. "Valunteer worker" means a person wha a. Is not your "employee"; b. Donates his or her work; c. Acts at the direction o# and within the scope ofi duties determined by you; and d. Is not paid a fee, salary or other compensation by yau or anyone else for their work performec3 for you. 24."Your product": a. Means: (1j Rny goods or products, other than real property, manufactured, sold, handled, distributed ar dispased of by: (aj Yau; (b} Others traciing under your name; or (c} A persan or organizaiion whose business or assets yau have acquired; and (2) Contain�rs (other than v�hiclss), materials, parts or equipment furnished in conn�ction with such goods or produc#s. b. Includes (1} Warranties ar representations made at any time with respect to the fitness, quality, durability, perfarmance or use of "yot�r product"; and (a) The providing af or failure to provide warnings or instructions. c. Does not include �ending machines or other properky rented to or locatecf for the use af athers but not sofd. 25. "Yaur worlc": a. Means: (1) Wark or operations performed by you ar an your behalf; and (2) Materials, parts or equipment furnished in connection wifh s�cYt wark or operatians. �S. lnckudes (1) Warranties or representations made at any time with respect fo the fitness, quality, durability, performance or use af "your work", and [3) The providing of or failure to provide warnings or instructions. HG 00 01 09 16 Page 29 af 29 NAMED INSUR�D: Landmark 5tructures I, L.P. PO�.ICY NUii�BER: 46UEAKQ19Bfi . �...• ` , �FiIS �N�QRS���i��' �IiAPl��S ib� POLICY. �L�AS� R��� li �d���U��Y. AD���SONa4L d�����D � OV�I�O���p ������S O� ��[��I��e�i0�� � �PT00� IV This endorsement madifies insurance pro�ided under the following: COMMERCIAL. GENERAL LIABILITY COVERAGE PART SCH�QULE Name Of Additional insured F'erson(s) �esignated Prvject(s) Or L.ocation(s) Or Or anization s: �f Covered O eratians: Bianket as required by written contract. Blanket as required by written contract. Infarmation re uired to com lete this Schedule if nnt shown above will be shown in the Declarations. A. With respect to those person(s) or organiza#ion(s) shown in the Sch�dule above when yov have agreed in a written contract or written agreement to pravide insurance such as is afforded underthis palicy to them, Subparagraph f., Any Other �arty, under the Additional Insureds When Required L�y Written Contract, Written Agreement �r �ermit Paragraph of Secfion ll — Wh�a Is An Insured is replaced with the following: f. Any Other Party Any ather persnn or organization wf�o is not an insured under Paragraphs a. through e. above, but only with respect to liability for "bodily injury", "properry damage° or "personal and advertising injury" arising out of: {1) Your angoing operations performed for such additional insured at the project(s) or location(s) designated in the Schedule; (2) Premises owned �y or rented to you and shown in #he Schedule; ar (3) "Your work" for the additiona! insured at the projeci(s) ar loca#ion(s) designated in the Scl�edule and included within the "products-camplet�d operations hazard", �orm HS 24 83 0713 but only if: (a) The written contract or written agreement requ.ires you to provide such caverage to such additional insured at the project(s) or location(s) designated in #he Schedule; and (b) This Co�erage ParC provides coverage for "bodily injury" or "property damage" included within the "products- completed operations hazard". The insurance afforefed tn the additional insured shown in the Schedu�e applies: (1) Or�ly if the "bodily injury" or "praperty damags" occurs, or the "personal and advertising injury" offense is committed: (a) During the policy period; and (b} Subsequent to the execution of such written contract or writ�en agreem�nt; and (c) Prior to the expiration of th� period of time that the written eontrac# or written agreement requ�res such insurance be pravided to the additional insured. �age 1 of 2 OO 2013, The Hartford (Includes copyrighted material of Insurance Services Office, Inc., with its permission.) (�) Only to the extant �ermit�ed lay iaw; and (3) Will not be braader than that which you are required by the wr9tten contraci or written agreer�ent to pro�ide for such additional insured. With respect to t�e insurance affiarded to the person(s) or organization(s) that are additional insureds under this �ndorsement, the #oliowing additional exclusion applies: �his insurance does not apply to "bodily injury", "properry damaga" or "personal and advertising injury" arising out of the rendering of, ar the failure to render, any professional architeotural, engineering or surveying services, including: (1) The preparing, approving, or faifing to prepare or approve maps, shop drawings, apinions, reparts, surveys, fieid orders, change orders, designs or specifications; or (2) Supervisory, inspection, architectural or engineering activities. The limits of insurance that apply to the additional insured shawn in the 5chedule are described in the Limits Of Insurance section. How this insurance applies when ather insurance is available to khe adcfitional insured is described in the Other Insurance Condition in Section iV — Commercial �eneral �iability Conditions, except as otherwise amended below. �. With respect ta insurance provided to the person{s) or organization(s) that are additional insureds under this enciorsement, the When You Add Others As An Additional Insured To ihis Insurance suhparagrapE�, under the Other Insurance Condition of 5ection IV — Commercial Ger�eral Liability Conditions is replaced w9th the fallowing: When Yot� Add Others As An Additianal lnsured To 7l�is Insurance {a) Primary Insurance When Required �y Contract This insurance is primary if you ha�e agreed fn a written contract or written agreement that this insurance l�e primary. If ather 9nsuranee is akso primary, we will share with all that other insurance by the method described in Paragraph (c) below. This insurance does no# apply ta other insurance to which the addiiianal insured in the Schedule has been added as an additional insured. (b} �rimary And Non-Contribu#ory Tn Other Insurance When Required �y Contract This insurance is primary to and will not seek contril�ution from any other insurance a�ailable to an additional insured under your policy provided that: [i) The additional insured in the 5cl�edule is a Named Insured under such ather insurance; and (ii) You ha�e agreed in a written contract or written agreement that this insurance would be primary and woukd not seel� contribution fram any other insurance available to the additional insured in the Scheduke. {c) �Ilethod Of Sharing if all of the ather insurance permits contribution by equal shares, we will fallow this method also. Under this approach, each insurer contributes equal amounts until it has paid its applicable limit af insurance or none of the loss remains, whichever comas firsi. If any of the other insurance does not permit contribution by equal shares, we will confribute by limits. Under this method, each insurer's share is based on the ratio of its applicable limit of insurance to the tota{ appficabfe limits of insurance of all jnsurers. All other terms and conditions in the policy remain unchanged. Page 2 of 2 Farm bS 24 83 07 13 NAMED INSURED: Landmarit Struct�res I, LP POLICY NUMBER; 4fiU�AKQ1988 ca�n��Rcia� Au�'o GA 99 d$ 1q 13 r�is �w�o����n��� �H�r���� r�� �o��cv. ��.€��� ���� t� �����u��v. ��������n� �s��i���� -� ����,����� �������� F�� ���l���� I�IJ`T�S � ����R���� �a�i� �4�l� ��`��� ������1� ��1I��AGE ����� This endarsemen# madifies ins�arance provided under the follnwing: BUSiN�SS AUT� COVERAG� FOFtM MaTOR CARRIEf� COVERRGE FORM With resp�Ci to cav�rage pravided by th[s endorsert�ent, th� provisions of the Goverag� Form appky unless modified by the endors�ment. A, Cnvered Autos Liability Caverage is changed as follnws: 1. Paragraph a. nf the t�ollution �xcl�sion appiies anly En ]iabiflty assurned under a cor�tract ar agreement. 2. With respect ta the caverage affarded by Par2�graph A.'i. above, Exolusian �.8. Gare, Custndy �r Cnntrol does no# appiy. �. Changes In Definitians Far the purpnses oF this endarsement, Paragraph D, af the �lefini#fnns Section is r��laced by the follawing: D. "Co�ered pollution cosl ar expanse" means any cost or �xpense arlsing aut of: '!. Any rEquest, demand, arder or statufary nr r�gula#ory requfrement that any "insuced" ar others test for, mor�itor, o�e�n up, remove, contain, treat, defaxify ar neutralize, ar in any way r�spor�d to, or assess the eife�ts of "pollutanls"; or 2. Any claim �r "suit" by ar on �ehalf of a govertlmantal auihority for darr�ages beca�s� o� testing far, monitoring, cleaning up, removing, containing, treaiing, detoxifying or neutralizing, or in any way responding to or assess�ng the �ffents of "pollutants". "Covered pollutian cost or expense" does na# include any casE ar expense arising ouf of the actuaE, alleged flr threater�ed discharga, dispersaf, seepage, rn[yration, release or escape of "pal�utanis", a. 8efare the "pollutants" or any property in which the "pollutan#s" are cantained are maved from the place whe�e Ehey are accepted by the'9nsured" far movement inta or vnta the covered "aut4"; ar b, �lfter the "pollutants" or any praperEy in which tf�e "pvllutants" are contained are maved from the covered "autd' to the place where khey are finally �f�livered, d9spased of or abandoned by the "i nsu.r�d". Paragraphs a. and b. above do not apply ta "accidents" tfiat oacur away #rom �ramises owned by or rented to an "insured" with respect to "pollutan#s" naf in or u�an a cov�red "auta" if: ('IJ The "pollutants" ar any property in which ihe "pollutants" are cantelned are upsei, overiurned or damaged as a result of the maintenance or use oi a covered "auto"; and (2} The dischar�e, dispersal, seepage, migratinn, re�ease nr escape of tf�e "poliuta�nfs" is caused directfy by such �pset, overturn a� damage, Cp 99 a810 73 O ansurance 5ervices Office, lnc., 20� 1 �*age 1 v# 1 Insurad GOpy NAMED INSURE�: Landmark Structuras I, L,P. POLkCY NLIMBER: 46lJEAKQ1988 C4MMERCIAL AUTOAAOBILE HA 99 7G 0312 iHl� �N�O�S�F�ffYEPET' Ca�NG�S �b� �O�ICY. P��AS� R�AD IY CAR��ULLY. �������a��0� �u���i����� ����►� ���� ����������� This endarsement modifes insurance pravided under the following: BUSINESS AUTO COVERAGE FORIUI (Blanket as required by a written contract.j To the extent that the provisions of ihis endorsement pra�ide broacier benefits to the "insured" than other pro�isions of the Coverage Form, the provisions of this endorsement apply. 1. BROAD FORM 1N5URED d. Any "employee" of yours while using a A. Subsidiaries and Newly Acquired or covered "auto" you don't own, hire or Forrned Organizations borraw in your business nr your The Named Insured shown in the personak affairs. Declarations is amended io include: �• �$�Q� �� ��g��$� (1) kny legal business entity other than a partnership ar joint v�ntur�;, formed as a subsidiary in which you ha�e an ownership interest of more fhen 50% on the e�fective date of the Coverage Form. Hawe�er, the Named Insured does not include any subsidiary #hat is an "insured" under any other automobile policy or would 6e an "insured" under s�ch a policy but for i#s termination or the exhaustion of its L9mif of Insurance. (2) Any organization fhat is acquired or formed by yau and over which you maintain majority ownership. However, the Named Insured do�s nof incfude any newly formed or acquired organization: (a) That is a partnership or joint ventu re, (b) 7hat is an '"insured" under any other policy, {c) That has exhausted its Limit of Insurance under any oti�er pvlicy, or (d) 180 days or more after its acquisifian or formation by you, unless yo�[ have gi�en us notice of the acquisition or formation. Coverage does not apply to "6odily injury" or "property damage" that results from an "accident" that occurred bafor� you formed or acquired the organization. B. EmpEoyees as Insureds Paragraph A.1. - WHO IS AN INSURED - of SECTfON fl - LIABILITY COVE�tAGE is amended to add: Paraara�sh A,1, -+NN� ]S AN IFi�I�R�� - a! Seclin� �I - L�a���lty �auer,��oe �s amen�ed ko adtl= e. �Mre I$ssar �f � coveF�d ����lo" While ltte "aut�" �s leased !o you t�firier a wrikt�r� ��eeorrear�k J{ ;]} Tl�e aqreemanl reRUlros Y�u �a ptc���de direc:t �rl�rie��r In�urance ior lha lessa� ancE t�j Fhe "�uko' is �eased w�k�souk a dr►v$r. Su� ��p�so� "r�uka" wlil ka aor�sidC�rpd a cavered ".aula'` you own and not a co�+ere� �€�t�l�" yos� hlre, D. ,Qddilianal Irta�re� if Raguir�� �y Cnn�r�ct �t} �aragraph J�.�. - 4��� 18 AN I�J�11R�€7 • of ����It�rf II • Ll�bllity C�ver�ge Is ar�e:rdet� [o ad�; f bUk�en you 17ave aare�d, Ir1 a�n+rat[en canirack �r writter� agraemenl, t+rak a p�r��n �r prgan��atinn qr�, �d��d 35 er� add�tG�n�G ir�sured on ya�r �]'US1f1F}SS r�UXCl (l���G�. SLiCfI �$fS�fl O! arganrz�taon �s �n {�kns�ra�'�, but onay la tlre exkens s�ah persoa7 or arqar�lze�lof� l� 1ia��� lar "�adily fni�ry�� or "prupeetw dsm�ge' caus.�d �}Y 1�19 cOFtducf Of �n "in9Uf0�" IJn��r tu3ra�r��rns a, ar b. ol 1�Vh� Is �� �n�ur�d t��i�� re���� tp �he ovdr�ershl�. rnal��Re�xan�e o� �se of � cover�d'auGa," O 2011, The Hartford (Includes copyrighted material Form HA 9916 03 �[2 of I50 Properties, Inc., with ifs permission.j Page 7 af 5 Tf�e insurance afforded to any such additional insured applies only if the "�odily injury° or "properry clamage" occurs: (1) During the policy period, ancE (2} Subsequent to the execuiian of such written contract, and (3) Prior to the expiration of the period of time th�t the wrltterl contract requires such insurance be provided to the addiEional insured. (2) How Limits Apply lf you have agreed in a vuritten contract or written agreement i�at another person or organization 6e added as an additional insured on your policy, the most we will pay on behaff of such add9tional insured is the lesser oP; {a) The Eimits of insurance specified in the written contract or written agreerr�ent; or (b) The Limits of Insurance shown in the beclarafions. Such amount shall be a part of and not in addition to Limits of Insurance shown in ihe beclarations and descrlbed In this Seetion. (3i Addik�on�! Insured� Oth�r Ir�aurance Ii w� covar a cf�lm ar "au�k" uttd�r �45 Cav�r��e �art i�at mc�v oloo be �,av¢ra�d hv oth�r insuf�na� pv�il�ble �0 9x� a�i�E[ir,nat irxeured. auc?�, ac��iltlon��� Gf19��f�C� fri�J61 Su�frF�� Sk���4 ���1�f17 aF ��5ul�u �fl lhe olh�r in�urer [or �a€er�se 2nd rridernnliv. I•luwev�r, lhEs provF�lan �oes noC a�aiW t❑ lhe ektent �hSC�t yUU h�V� 24r9�d In a w�k#eA conrrack nf we��ar� �gseamenG th�! inEs insur�n�e +s pNm�t�r �n� reqn- ConlrfGuiol'y wl�h t�lo r�ddill�rrral anar�re�'S a�f� Il�su::�n�e. (4) Duties in The E�ent Of Accident, Claim, Suit or Loss If you have agreed in a written contracf or written agreement that another person ar arganization be added as an adciitional insured on your policy, the additional insured shail be required to comply with the provisions in LOSS CONDITIONS 2. - DUTIES IN TH� EVENT OF AGCiDENT, CLAIM , 5UlT OR L055 — OF SECTION �V — BUSINESS AUTO CpN�ITI�NS, in the same manner as the Named Insured, E Pr�in�ry ai7d I�orr-C�ntribuEnry i# I�aa�rired by Co�71f21Gf qnl� wiEh respac� ta insuF�oe arov]�e� to s�n a��Ehanal �resr�re� irr 1.Q. - Addi�iana lrssured II I�eaulfed 4� ��nlracl, if7e FoUowl�rc� arovGgians aa�lw: f31 Pt�mary Ins�rartre W�+ar� ��qr�ared 6v �on�rael �i�is �nauranc� is nrl�nar� �i �ou h�ve �ar�e0 in a wri;Ren Con#r2Cl or wr�l[en aqr2emeRl Cn�k 1�i� VnSur�nee bP �ri�1�rV IF 4C�49f 1�iSl�rBRCB i5 ��5#} p�lmar+�. we will 9#eere wlih �II th�l diher ins�rance by ti�e �n�#ho� de�s�rf�ad ltr QE}��r Insurar��e 5.d. {�1 Prlm�+ And f�ur�-CunuabutnrY To Olhe� il'k$11i831C� �I��11 f�$QU�f�`d Bj+ {;r0�tF9�Gr 1} y�u F�$ve agread In a wr�t#e� �vrr�acl nf w�ikt�n a�reenten� kl�al lhis Ir,su�snce i� prirrr�ry 2�nd r�on-cpnb�ibut�ry wkkh i#�� oQ�ihonar insura�'S awn �rrsura�ce, R�118 i����r�nc� {s ��imary anct we w111 n�l ��ee#s c;atkRr��uti��rr rrorn lhea c�trie� fns+�rar��e, ��e��ra�3ra �3x and {�I do npl app�w !o aiheF �nsura�xce fa whl�l� ��e adrJHlonal Insured has baan a�tt�d �s �n additiona� i�sured. �Nften fhl� in9k,ranr� la exce�s. we wlll have nfl duly t€� Q4Ferad the insured aga�n�R an�r 'a�ll" If �n+� other Insurer has � du�r to deFe�d Irre lnsure� againsk t��R "suik', if r+a ni��r insura� d�f�rtda, we w�ll undarEake ta d� so, hs�i w$ r�Hl t]#3 �flll�I�'f� j� If1B II15uF9�'B FIi�hES S�%If1S�, 8�1 Ih�&e olt��rF,nsur9�'s. N�h�rn th�s ar�a�rence !� excess over oEher In�Suranca, w� wMll oa+� oa}IY nur sriaee �i ih� ��-�n�nt at Ita� lass. �I arrv. il1�l exceed� ihe surn �F, i9) T1�e I�ta1 am�unL i�tiai. ali sucn akh�r iitisur�n�e u�cauld o�+� Far th�e loss F� !he a�senc�al��a�ls i�sur�nce�:.and i�f 7�h� Cotal oE �I! ��dvctibla and SeEf-lr�e�red alr�nunte u���'ter a11 tha� clhef I�taMrr�nce, U�la wlll shar� I.i�a remainln� loss. if �nv. �y Eh� m�thad d�scribed In Other Itrserr�rfce 5,d. 2. AUTOS RENTED BY EMFLOYEE9 Any "auto" hired flr rented by your "empEoyee" an your �ehalf and at your direction will be considered an "auto" you hire. The OiHER WSURANCE Condition is amended by adding the following: O 2011, 7h� Hartford {Includes copyrighted material Form HA 9816 0312 of ISO Properties, Inc., wlth its parmfssion.} Page 2 of 5 If an "employee's" personal insurance alsa applies on an excess basis to a covered "a�ta" hired or rented 6y your "employee" on your behalf and af your direction, this insurance will be primary i� fhe "employee's" personal insurance. 3. AMENDE� F'�I.LOW I�MPLOY�E EXCLUSION EXCLUSION 5. - FELLOW EMPLOY�E - of SECTION I! - LIABILITY CQVERAGE does not apply if you ha�e workers' compensatian insurance in-force covering all of your "emplayees". Coverage is excess o�er any other collectible insurance. 4. WfREO AUTO PHYSICAL DAMa4GE C�VEF2AGE If hired "autos" are co�ered "autas" for Liability Coverage and if Comprehensiva, Specified Causes af Loss, or Collision coverages are provided under this Coverage Form for any "auto" you awn, then the Physical Damage Coverages provided are extended to "auios" you hire or borrow, subject to th� fallowing limit. Tf�e most we will pay for "loss" ta any hired "auto" is; (1) $10D,000; (2) The actual cash vafue af the damaged or stolen property at the time of the "loss"; ar (3) The cast of repairing or replacing the damaged or stolen property, whichever is smallest, minus a deductible. 7he deductib�e wifl be equal to the largest deduckible applicable to any awned "auta" for Yhat coverage. No deductible applies ta "loss" caused by f9re or lightning. Hired Auto Physical Damage coverage is excess over any other collectible insurance. Subject to the above lirnit, deductible and excess provisions, we will provide caverage equal to the broadest co�erage applicable to any covered "suto" you own. We will also cover loss of use of the hired "auto" if it results from an "accident", you are legally liable and the lessor incurs an actual financial loss, subject to a maximum of $1000 per "accidant", 5. PHYSICAL DAMAGE - ADDITIONAL T�MPORARY TRANSPORTATION EXPENSE COV�RAGE paragraph A.4.a. of SECTION III - PHYSICAL DAMAGE COVEF2AGE is amended to provide a limit of $50 per day and a maximum limit of $1,OOQ. 6. LOANILEASE GAp COVERAGE lJnder SECTION fll - PHYSICAL. DAMAGE COVERAGE, in the event of a tofal "loss" to a covered "auto", we will pay your additional legal abligation For any difference beiween the actual cash value af the "auto" at the time of the "loss" and the "outstanding balance" af the loanlfease. "Outstanding balance" means the amount you o�nre on the loanllease af the time of "loss" less any amvunts representing taxes; averdue payments; penalties, interest or charges resulking from o�erdue payrrtents; additional mileage charges; excess wear and tear charges; lease termination fees; security deposits not returned by the lessor; costs for extended warrant�es, credit life Insurance, health, accident or disability insurance purchased with the loan or lease; and carry-over balances from previous loans or leases. '�. AIRBQG COV�RAGE Under Paragraph B. EXCLUSIONS - af SECTION !11 - PHYSICAL DAMAGE COV�f2AGE, the faflowing is added: The exclusivn relating kp mec�anical breakdown does not apply ta the ac.cidentaf discharge af an airbag. 8, �LEGTl20NIC EQkJIPMEPIT - BROAdEN�D COVERAGE a. The exceptions to Paragraphs B.4 - EXCLUSIOfVS - of SECTION III - PHYSICAL DAMAGE COVERAGE are replaced by the following: Exclusions 4.c. and 4.d. do not apply to equipment designed to be operated solely by use of the power from the "auto's" electrical sysiem that, at the time of "loss", is: Thls extension of coverage does not apply to (1) Permanently installed in or upon any "auto" you hire ar borrow from any of your fhe covered "auto"; "amployees", partners (if yau are a partnership), (2) Remavabke from a housing unit members (if you are a firnited liability company), whioh is permanently instaNed in ar members of their households. or upon the covered "auto"; (3) Ar� Integral part of the same unit housing any electrnnic ec�uipment described in Paragraphs (1) and {2) a�ove; or O 2011, The Hariford (fncludes copyrighte�t material Form HA 99 76 0312 of ISQ F'roperiies, Inc., with its permission.) Page 3 of 5 (4) Necessary for the normal operation of the coverecE "auto" or the monitoring of the covered _ "auta's" operating system. b.5ection III — Version CA 00 09 03 1� of the Business Auto Co�erage Farm, Physical aamage Coverage, Limit of Insurance, Paragraph C.2 and Version CA 00 01 10 01 of the Business Auta Coverage Form, Physical Damage Coverage, Limit of fnsurance, Paragraph C are each amended to add the following; $1,500 is the most we will pay far "loss" in any one "accident" to all electronic equipment (other than equipment designed solely for fhe reproduction of sound, and accessories used with such equi�ment) that reproduces, recsives or transmits audio, visual or da#a signals which, at the time of "loss", is: (1) Permanentiy installed in or upon the co�ered "auto" in a housing, opening or other location that is not narmally used by the "auto" manufacturer for the insiallation of suCh equiprnent; (2) Removable from a permanently installed housing unit as described in Paragraph 2.a. abo�e or is an integral part of that equipment; ar (3) An integral par� af such equipment. c. For each covered "auto", should loss be limiied to electronic equipment only, our obligation to pay for, repair, return or replace damaged ar stolen electronic equipmeni will be raduced by the appiicable deductible shown in the Declarations, or $250, whiche�er deductible is less. 9. EXTRA �Xp�NS� - BROA�ENED COVERAGE Under Paragraph A. - COVERAGE - of SECTION III - PHYSICAL DAMAGE COVERAGE, we will pay for the ex�ense oF returning a stolen co�ered "auto"to you. 70. GLA55 REPJAIR - WAIVER OF �EDUCTIBLE Under Paragra�ah D. - DEI�UCTIHi.� - of SECTI�N III - PHY5ICAL DAMAGE COVERAGE, the followir�g is added: No deductible applles to glass damage if the g[ass is repaired rather than replaced. 71. TWO OR MORE aEDUCTIBLES Under Paragraph D, - DE�UCTIBLE - of SECTION III - P�iY51CAL DAMAG� COV�RAG�, the following is added: iF anather HartFord Finaneiaf SBrolces Group, Inc. company policy or coverage form #i�at is not an automobile policy or coverage farm applies to the same "accident", the following applies: (1) Ef the deductible under this Business Auta Coverage Form is the smal[er (or smallest} deduetible, it will be waived; {2} If the deduetib[e under this Business Auto Coverage Form is nat the smaller (or smallest) deductible, it will be reduced by the amount of the smaller (or smallest) deductihle. 92, AMENDED DUTIES lN TWE EVENT QF ACCIQEN7, GLAIM, 5UIT OR L055 The requirement in LOSS CONDITIONS 2.a. - DUTIES. IN THE EVENT O F ACCIbENT,CLAIM, SUIT OR LOSS - of SECTION IV - BUSINESS AUTO CONDITIONS that you must notiFy us of an "accident" applies only when the "accident" is known to: (1) You, if you are an individual; (2) A partner, if you are a parEnership; (3) A member, if you are a limited liability company; or (4) An executive officer or insurance manager, if you are a corporation. 73. UI�IfVTENTfONAL �'AII.URE TQ �ISCLOS� HAZARDS If you unintentionally fail to disclase any hazards existing at the inception da#e of your policy, we will not deny coverage under this Caysrage �orm because of such failure. 74. HIRE� AUTO - COVEi2AGE 7ERRITORY Paragraph e, af G�NERAL. COIVpITIOI�S 7. - POLICY PER10D, COVERAGE T�RRITORY - af SECTIO�V IV - BUSWESS AUTO GONDITIONS is replaced by the following: e. Far shart-term hired "autos", fhe co�erage territory with respect to Liability Co�erage is anywhere in the worid provided that i# the "insured's" responsibility to pay damages for "bodily injury" or "property damage" is deiermined in a"s�it," the "su.it" is brought in the United States of America, the territaries arld possessions of the Unitad States of America, Puerto Rico or Canada or in a. settlement we agree to. '15. wVAIV��t OF SUB�QGATIOI+E ��AN���i� �� RIGHTS O�" f#�COVE�Y A�AIhf�T pTH�FiS �D U�u - Of S��TION IV -� �]kJSENE�� AUTO �Ohd�IT��f�� is amsrsdeci bv i�[Ickin� Iti[+ fo�lawrna„ Q 2011, 7he H.artford (Includes copyrighted material Form HA 99 96 0312 of ISO Praperties, Inc., with its permission.) Page 4 of 5 4+�c wal�e arxy+ rl�yhl o� reuovery w� maY I��e �[��En�k any� perso€� or organ�z�tl�n wFlh vu�3�m Vou i�aye a wyrlll�n t;ontract that raqkxir,�s aucn w�i�er �ecr�use of pr�ymen#s wo rrujke fo�' darna�es under ihas �o�+etage Form, 16. RESULT/�NT MEIVTAL ANGUISH �OVEFtAC�E 7he definition of "badily injury" in SECTION V- DEFWITIONS is replaced by ihe following: "8odiiy injury" means 6odily injury, sickness or disease sustalned by any person, incl�ding menkal anguish ar death resufting from any of these. 77. EX��N���] �Af�l��LIATION �QND�fiION f��r��t�l�l� 2. 4f 1he C�MMAi� POLI�Y ��T�,1DaT[�]h1S- - �A�1��i�lTiL�N - applle� exc:��i �s f�rHows. iF we cancel far r�ny re�s�n �kher ih2�n rrnn�aw�iertt of premi�km, wc� wl�� m��l ar da�lv�r !o xha Flrst h�amed !r►�ure�! wrlu�n nc+Rlce �f' csn���1,�11c�n et leas� 60 da�s �eFar� tha eHacti�+e q�t� �f �anr.ell2il�n. 1$.IiYBRID, '�LECTRIC, OR NATURAL GAS VEHICLE PAYMENT COVERAGE ln the event of a total loss to a"nan-hybrid" auto for whieh Comprehensive, Specified Causes of Loss, or Colllsion cvverages are pro�ided under this Coverage Form, then such Physical Damage Coverages are amended as follows: a.lf the auto is replaced with a"hybrid" autn or an auto powered salely by elactricity or natural gas, we will pay an additional 10%, to a maximurn of $2,500, of the "non-hybrid" auto's actt�al cash value or replacement cast, whiche�er is less, b.ihe auta must be replaced and a copy of a bill of sale or new lease agreement received by us within 80 calendardays af the date af "loss," c. Regardless nf fhe number of autos cieemed a total loss, the most we will pay under this Hybrid, Electric, or Natural Gas Vehicle Payment Coverage pravision for any one "loss" is $10,p00. For the purposes of the coverage provision, a.A "non-hybrid" auto ks defined as an aufo that uses only an internal comb�stfon engine to move the auto but does nat include autos powered solely by electricity or natural gas. b.A "hybrid" auto is defined as an auto with an internal combustion engine and nne or more electric motors; and that uses the internal combustion engine and one or more electric motors to move the auto, or the internal combustion engine to charge one or more electric motors, which move the auto. 19. VEHICLE WRAP COVERAGE In the event af a total Eoss to an "auta" for which Comprehensi�e, Specifled Causes of Loss, or Collision coverages are provided under this Coverage Form, then such PhySical aamage Coverages are amended ta add the following: In additlon to the actual cash value of the "auto", we will pay u� to $1,000 for vinyl �ehicla wraps whlch are displayed an the covered "auto" at the tima of tatal lass. Regardless of the nurnber of autos deemed a total loss, the most we will pay under this Vehicle Wrap Co�erage pra�ision for any ane "loss" is $5,000. For purposes of this eoverage pro�ision, signs or ather graphics painted or rctagn�tically affixed to the �ehicle are not eonsidered vehicla wraps. O 2011, The Hartford (Includes copyrighted material Form HA 99 16 0312 of ISO Properties, Inc., with its permission.) Page � of 5 NRMED INSURED: Landmark Structures I, LP POLICY NiJMBER(S): 46UEAKQ1986, 46UEAKQI9$8, 46WEAAf�f7Q8 . .*• - A, � TFi1S �NDORSE�II�M� CiiAi�l��� iFi� �OLICY, �L�►4S� ��04� IT C�F���'ULLV. N�T`pC� �F �/�e�C�►��A�IOR� i� G���IF�Ce��'� I-I��D�I�{S) This policy is subject to the following additiona! Conditions: If this palicy is cancelled by the Company, other than far nonpayment of premi�m, notice of such cancepafiion will be provided at feast thirty (30) days in advance of the canceliatian effective date to the certificate hoider(s) with mailir�g addresses on fife with t�e agent of recard or the Company. If this palicy is cancelled by the Company for nonpayment of premium, or by the insured, notice of such cancellatian will be provided within (1 b) �orm IH 03 07 0611 d�ys of the canc�llation effective date to #he certificate holder(s} with mailing addresses on file wfth the agent of recard or the Corn�any. Ef notice is maifed, praaf of maiiing to the last known mailing address of #he certifieate holder(s) an file with the agent of recard or the Campany will be sufficiant proof of notice, Any notification rights provided by this endorssment apply only to active certificate hafder(s) who were issued a certificate ofi insurance applicable to this palicy's term. c� 2011, 7he Hartfard �'a�e 1 of 1 NAMED INSURED; Landmark Structures I, l..f'. POLICY NUMBER: 46WEAAR1708 WOCiF��RS COMPENSATION AND �MP�OY�1�5 �IA�I�ITY AOLiCY €N9[�RS�M�NI' VIdC 42 03 04 ( B) POLICY NUMB�R: 46VIdEAAR1708 i�J�4� l�i�ll��� �F ��lR �ICbi i� �ECO�ER FR�� ��H�RS �w������n���i This endorsement applies only to the insurance provided by the policy becaus� Texas [s shawn in Item 3.A. of the Information Page. We have the right to recover aur payments from anyone liable for an injury covered by ihis policy. We will not enfnrce our right against the person or organization named in the Schedule, but this waiver applies anfy with respect to bodily in�ury aris�ng aut of the operations described in the 8cf�edule where you are required by a written contract to obtain this waiver from us. This endnrsement shall not operate directly ar indireetly to benefit anyone not named in the Schedule. The premium forthis endorsement is shown in the 5chedule, 1. ❑ Specific Wai�er Name of person or organization � Blanket Waiver Schedule Any person or organization far whom the Named Insured has agreed by written contract to furnish fhis waiver. 2. Operations: 3. premium: The premium eharge forthis e�dorsement shall be percent of the premium developed on payroll in connec#ion with work perFormed for the above person[s) ar organization{s) arising out of the operations described. 4. Advance Premium: This endorsement changes the palicy to which it is attached and is effecti�e on the date issued unless otherwise stated. {The information 6elow is required only when this entEorsernent is issu�d subsequent to preparation nf the policy.j Endarsem�nt Effecti�e Policy No. 46WEAAR1708 �ndo�sement No. lnsured 07/14/2021 Premium Insurance CompaRy DATE OF ISSUE: 47�1212021 ST ASSIGN: Countersigned by Page 9 af 1 � Copyrighf 2014 �lational Council on Compensation Insurance, Inc. All Rights Reserved. �� � ���i��«A�� �� PROPE�-r�f �I��uR�e�fc� oare �Mnnr�omrv� 1119I2022 THIS CERTIFICATE 15 ISSUE� AS A MA'Yi'�R qF INFC]RlUTATION ONLY AND CONFERS NO RIGHT5 UPON THE CERTI�ICATE HDLQER. THIS CERTIFICATE �OES NOT AFFtRMATIVELY OR NEGATIV�LY AMENI], E�fTEND OR ALTER THE COVERAGE AFFOR�ED �Y 7H� POLICIES BELdW, THIS C�RTIFICATE OF INSURA.NCE DOES NOT CONST1TlJTE A CONTRACT BEiW��N THE ISSl11NG 1NSURER(5}, AIJTHORIZED REPRESENTA7IV� �R PROpUCER, ANU THE CERTIFICATE HO��ER. PRO�UCER IBTX Risk Services 32335 US Hwy 281 iV. Suite 12A1 Bul�erde 7X 781fi3 JIII L, MC�lory 12148897100 Service�i b-tx.ca m . LANdSTR-D2 210-696-84��} INSIJIteb Landmark Sfructures I, LP 1665 Harmon Raad Fort Worth TX 76117 Hartford Fire lnsurance 19682 COVEFiAGES CERTIFICATE NUMBER: 49D955720 R�VISION NUMBER: LOGATIOH OF pREMI5E5! �ESCRIPTION OF PROPERTY {Atlach AC6R0 107, AdHitEanal Remarks SeheduEe, tf more spsce is requlred} TH15 15 TO CERTIFY THAT THE POLICIES OF INSURANCE LISTE� BELOtilV HAV�. �E�N ISSIJ�D TO THE 1N5lJRED NAME� ABOVE FOR THE POLICY PERIOD INDICATE�. iVO�/UITHSTAN�fNG ANY REQE![REMENT, TERM OR CONDI710N OF ANY CONTRAC7' OR pTHER D4CUMENT WITH RESPECT TO WHICH THIS C�RTiFICAiE NiAY B� 155UE� OR fVIAY PERTAIN, THE INSURANCE AFFORDEa BY THE POLICIES dESCRIBED HEREEN IS SUBJECT TO ALL THE TERMS, EXCLU5IQNS AND CO�f�ITIO�IS dF SUCH POLICI�S. LIMIT3 SHQWN {UTAY HAVE BEEN RE�UCED 6Y PAID CLAIMS. INSR 7YP�OFINSURANCE P6LICYNl1MBER POLICYEFFECTIVE POLICYE%PIqA710N COV@REDPRDpERiY I.IMITS LTR 6ATE (MMlODIYYYI� OATE jMM![I�IYYYYj PROPERTY BLIILQFNG $ CAUSES OF LOSS �E�l1CTIBLES p�'RSflNAL PRqPEftTY $ BA31C s�11LDING BU3IN�SS INCOME � BR�AD CONTENTS EXTRA�XPENSE � SPECIAL RENTAL VAI.U� � EARTHQUAKE �LANK�TBUILDING � Wl�fD gLANKE7P�fiSpRqP � FL�OD BLANKE7 �LdG $ pp � $ $ X INLAN� MARINE TYPE �OF POLIGY X Lmt any 1 Loc, $ �.5 OOQ,U00 CALSSES OF LO55 Bullders Risk x Qisaster l.inlit $ �S,OOQ,004 NAMEO PERILS POLICY NUMBER X T�mp. Lac. $ �,p00,00�0 A X Speeial 46MSEH4844 7l1412�21 7/14/2022 X In Trarisit g �,000,000 CRINIE $ TYPE DF pOLICY $ $ BOILER 8 MACMINERY 1 $ EQUIPNIeNT �R�AKPOWN $ $ $ SPECIAL CONUITIQNS ! OTHER COVERAGES [ACORO 70t, Addifiortal Remarka Schedule, may be�attached H mure space Is required) BlankeE Loss Payee applies when required by writlen contract or agreement as iheir interest may appear. Certificate Holders Continued: CMJ Engineering, K❑C Integr3ty, LLC, Gupta & Associates, Ine. Gorrondona & Associates, Inc., Rfos Group, Inc., Pape-Dawson Engineers, Inc, and Walsh Ranches Limited Parfnership. Project: #1737 - 1.5 MG elevated water storage tank - 5nuth Westside V; Contrac# Value: $7,360,00�. C•: CANCELLATIDN iHOUI.Q ANY OF TH� ABQV� Q�SCRIBED PO.lICIES BE CANCELLEd BEFORE THE =XPIRATION bATE THEREOF, NdTICE WILL BE �ELIVERE� ]N AGCOR�ANCE WITH �HE POLICY PROVISIONS. City of �ort Worth 200 Texas 5treet (Attn: Purchasing Depf.) See Certificate Ho�ders Continued AUTHORRE�REPRESENTATIVH Fort Worfh TX i6102 ��� � i995-2015 ACORD CORPORATION. All rights reserved. ACORa 24 {2016l03) The ACORO name and logo are reglstered marks of ACORd ' ��� �FfiiI�ICAT� O� LIAL I�I�Y IR���1F3�eN�E nare �Mnnroomrv} 7/19/2022 THIS CERTIFICA7E IS ISSUE� AS A MATTER OF INFORMATION ONLY AN➢ C4NF�RS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS C�R'iIFIEA7E DOES [�DT AFFiRMATIVELY OR NEGA7IVELY Al1AEND, EXT'�ND OR ALTER TME COVERAGE AFFORI3ED �Y Ti1E POLICIES BELOW. THIS CERTIFICATE OF iNSURANCE DQES NO7 CONSiITUTE A CONTi2ACT BET'WEEN TH� ISSUING INSUREFi(S), RUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CER7IPICATE HpL��R. IMPaRTANT: [f the certificate hoider is an ADDITIONAI. INSURED, the policy{ies) must Mave ADDlTIONAL INSURED pr�visions or be ertdorsed. If SUBROGATION I8 WAIVED, subject ta the terms and conditions of the policy, certain policies may require an endorsement. A statement nn this certificate does not confer ris�hts io the certificate holder in Ifeu oi such endorsemenk(s). rrzooucER lBTX Risk Ser�ices 32335 US Hwy 281 N. Suite 1201 Bulverde TX 78163 �r�sux�o Landmark 5tructures I, LP 1665 Harmon Road Fori Worth TX 76177 Jill L. M� .�,. � 14-989-710U INSURER 3 AFFOROING Indian Harbor Insurance C 36940 COVERAGES CERTIFICATE NUMBER:966459A76 REVISION fdUMBER: THlS IS TO CERTIFY THAT THE POLIGES OF INSURANC� lISTED BELdW HAH� BEEN ISSLJE� TO THE INSURE� NAM�d ABOVE FOR THE POLICY PERIOD INQICATED. NQTWITHSTAN�ING ANY REQUIREMENT, TERM OR CONd171QN OF ANY CONTRACT OR OTFiER DOCUMENT W17H RESPECT TO WHICFi THIS CERTIFICAT� NEAY BE ISSUE❑ OR MAY PERTAIN, THE INSURANCE AFFOFt��D BY THE POLICIES �ESCRIBED HEREIN 1S SUBJECT 70 ALL TFiE T�RMS, EXCLUSIONS AND CON�ITIONS OF S.UCH POLICIES. LIMITS SHOWN MAY HAVE BE�N REDUCED BY PAIp GLAlMS. IN512 7YP�OFlNSURAHCE ��L5ug� POLICYriIIIMBER MMpblyYyy MaL�IpYE%P LIMITS LTR COMMERCIALGENERALLEABII.ITY FJ\CHOCCURRENCE $ ClAl141S-MAUE � OCCUR p�EM SES�EaEoccu ence S MEO EXP (An one parson} $ PERSONAL&ADV INJURY $ GEN'L AGGREGATE LIMIT APPLI�S P�i2: GENEFtJAL AGGRfGATE $ _ POLICY ❑ p�Q � L4C PiiODIJCTS -COMPlOP AGG $ JECT OTHER: � AUTO1N061LELIABILITY CpMBIN�DSINGLELIMIT � Ea accitlent ANY AUTp BOOILY INJl1RY (Per personj $ OWNED SCHEdUL�Li BOOILY ItJJLIRY {Per accidenf} $ AL1T05 ONLY AUTOS HIRED NON-OWNE� PROPER'I'1' pAMAGE $ AUTOS ONLY AUTpS ONLY Per aecidenl $ UMBRBLIA LIA9 OCCUR EACH aCCURR�FJCE $ El(CHSS LIAB C4AIM5-MPiDE AGGREGATE $ �ED fiETENTIQNF$ � WOR.KERS CONIPENSATION- AN� EMPLOYERS' LIA6ILITY STATUTE ER ANYPROPRIETORIPARTNERfF.XECLITNE Y❑ N!A E.L.EACHACCIOENT $ OFFECE WAhEMBER EXCLUDEP7 [Mandatory fn NH} E.L. DISEASE-EA EMPLOYE �$ If yes, descrl6e under OESCRIPTION OF OPERATIDNS 6elow E.L. �15EASE - POLICY LJMIT $ A ProUPoll Lia6iliiy CE0744650705 11/9/2027 11I812022 PoillProf Lisbiliiy 10,000,000 Retro �ate 11l22l86 Aggregate Llroit 1U,OOQ,000 Clafms Made OE5CRIPTION OF OPERATION51 LDCATIONS! VEHICLES (AC9R� 101, Additianet Remarks Schedule, may be aHached if more�spaca is required) The PallutionlProfessional palicy includes a Waiuer of Subrogatlan wh�n required try wriiten contract with the IVamed I�sured [KLD 05b 01l13]. '�'he PoilutiqnlProfessianal policy includes a 8lsnket Additfanal lnsured endorsement when required in a wrilten canlract with the Named Insured jKLD 050 01113j. Self Insurance Retention $200,000. Certificate Halders Continued: CMJ �ngineering, KDC Integrity, LLC, Gupta & Associates, Inc. Gorrondona & Assaciates, �nc., Rios Group, Inc., Pape-Dawson Engineers, Inc. and Walsh Ranches Limifed Parfnershlp. Projecf: #1737 - 1.5 MG elevated water starage tanlc - 9auth Westside V; Cantract Value: $7,38fl,Od0. TE SHDl1Lb ANY pF 7HE qBOVE DESCRIBE� POL1CfES BE CANCELLEQ BEFORE THE EXPIRATION pA7E 7HEREOF, NOTICE WILL BE UELIVERS� IN Ciiy af �ork Worth ACCOR�ANCE WITN TNE POI.ICY PROVI3IQNS. 240 iexas Street (AtEn: Purchasing Dept.) See Certificate Holders Continued AUTHORIZED REPRESEN'FATIV� Fort VVorth TX 761 fl2 ��� O 1988-2015 ACORD CORPORATION. All rights reserrred. ACORD 25 (2016l03] The AC�RD name and logo are registered marks of ACOFtD �T�N�AR]D GE1�E�L C�l�D�'I'][�llTS �F TI� COl�TS'I'R�J�'�IO�f COI�TRACT C[TY OF FORT VJQ[iTH STA3YDARDCONSTRUCTION SPBETFICA'�ION QOCiJMEAI'1'S Revisian: $2'�1021 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTR.ACT TABLE OF CO1�TEl�iTS Article I —D�finitions andTerminology ....................................................... 1.Oi Defined Tertns ............................................................................ 1.02 Terrninology ............................................................................... Page ...................................................1 ..........................................•---•--..1 ..................................................• 6 Article2— Preliminary Matters ......................................................................................................................... 7 2.01 Copies ofDocuments .................................�..................................................,...............................7 2.02 Commencement of ContractTime; Notiee to Proceed ................................................................ 7 2.03 Starting the Wark .......................................................................................................................... $ 2.04 Befare Siart�g Construction ........................................................................................................ 8 2.05 Preconstruction Canferenc�......... ..........................................._..................................................... 8 2.06 Public Meeting ..............................................................................................................................5 2.07 Initial Acceptance of Sc�edules ....................................................................................................8 Article 3— Cont�actDoctunents: Intent, Amending, Reuse ............................................................................8 3.01 Intent .............................................................................................................................................. S 3.42 R�ference Sta.ndards......---• ............................................................................................................ 9 3.03 Reporting and Resolvin:g Discrepancies ....................................................................................... 9 3.04 Amending and Suppleznenting Contract Dacuments .................................................................10 3.05 Reuse ofDocuments ...................................................................................................................10 3.06 Electronic Data ............................................................................................................................ 1 � Article 4— Availability of Lancls; Subsurface amd Physical Canditions; Hazardou� Environmentaj Conditions; Reference Points ........................................•--................................................................11 4.01 Availab�7ity of Lands ..................................................................................................................11 4.Q2 Subsurface and Physicai Conditions ...................................•--....................................................12 4.03 Diffexi�g Subsurface or Physical Conditions .............................................................................12 4.04 Underground Facilities ........................................................................�-•---•-...............................13 4.05 Reference Points ........................ ....................................................,............................................14 4.06 Ha�ardous Environmental Condition at Site ..............................................................................14 Ariicle 5— Bonds and Insuranee .................................................................................................................�...16 5.01 Licensed Sure�ies andInsurers ...................................................................................................16 5.02 Performance, Payment, az�d Maintenance Bonds ....................................................................... 16 5.03 Certificates of Insurance .............................................................................................................16 5.04 Contractor's Insurance ................................................................................................................18 5,05 Accepfa.nce ofBonds and Insurance; 4ption to Replace ...........................................................19 ArticIe 6 — Contractor's Responsib�ities ........................................................................................................19 6.01 Supervision and Superintendence ...............................................................................................19 CITY OF FORT WORTH 5TANDARDCONSTRUCTEON SPECIFICATlON I]OCUMENTS Revision: $73J202L b.02 6.03 6.04 6.05 6.Ob 6.07 6.08 6.09 6.10 b.11 b.12 6.13 6.14 6.15 6.16 b.17 6.18 6.19 6.2U 6.21 6.22 6.23 6.24 Labor; Working Hours ................................................................................................................20 Services, Materia�s, and Equiprnent ...........................................................................................20 ArojectSchedule ..........................................................................................................................21 Substitutesand "Or-Equa�s" .......................................................................................................21 Cancerning Subcon�ractors, Suppliers, and Oth.ers.....-• .............................................................24 WageRates ..............................................................................._.................................................. 25 Patent Fees anc� Royalties ........................................................................................................... 2fi Permitsand Utilities ....................................................................................................................27 LawsandRegulations.................................................................................................................27 Taxes...........................................................................................................................................28 Use of Site and Other Areas .......................................................................................................28 RecordDocuments ......................................................................................:............................... 29 Safetyand Protection ..................................................................................................................29 SafetyRepresentative .................................................................................................................. 30 Ha�ardCommunication Programs .............................................................................................30 Emer�encies and/or Rectif"ication ...............................................................................................30 Submittals....................................... ............................................................................................. 31 Continuingthe Work ...................................................................................................................32 Contractor's General Warranty and Guarantee ..........................................................................32 Inder�nification ...................................---...................................................................................33 Delegarion of Professional Design Services ..............................................................................34 Rightto Audit .............................................................................•---.............................................34 Nondi�crimulation .. .... ..... .... .... . .... ....... ..... ......... .:........... ..... ..... .... .... . ..... ..... ......... ..... ........... .... . .. 35 Article7- Other Wark at the �i�e .... � ..............................................................................................................35 7.01 Re3ated Work at Site ...................................................................................................................35 7.02 Caordu�ation ................................................................................................................................36 Article S - City's Responsbiiities ...................................................................................................................36 . 8.D1 Communications to Contractor .................................................................................,................. 8.02 Purnish Data ................................................................................................................................36 8.03 Pay WhenDue ............................................................................................................................ 36 8.04 Lands and Easements; Reports and Tests ...................................................................................36 S.OS Change Orders .............................................................................................................................36 8.06 Inspections, Tests, ax�d Approvals ..............................................................................................36 8.07 L'mutations o�t City's Responsibilities .......................................................................................37 8.08 Undisclosed Hazardaus Enviranrnental Condition .................................................................... 37 8.09 Cornpliance 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 Autharized Variations in Work ..................................................................................................38 9.04 Rejecting Defective �+Vork ..........................................................................................................38 9A5 Deterzninations far Work Perfat-�ed ..........................................................................................38 9.06 Decisions on Requirements of Cantract Documents and Acceptability of Work .....................3$ CITY OF FORT WOItTH S'1'ANC�AR.aCONSTRUCTfQN SPECIPICAT[ON DOCLTMENT5 Revision: 8�231Z021 Article 10 - Changes in the Wark; Claims; Extra Work ................................................................................ 38 10.Q1 Autharized Changes in tlie Work ..................................................................... ...... ....38 10.02 Unauthorized Chang�s ut the Work ...........................................................................................39 IO.Q3 Execution of Change Orders .......................................................................................................39 10.04 Extra Work .................................................................................................................................. 39 10.05 Natificatzon ta SuretY• .................................................................................................................39 10,06 Coxztxact CIaims Process .............................................................................................................40 Article 11 - Cost of the Wark; Allowances; Unit Price Work; PFans Quan�ity Measurement ......................41 11.01 Cost of the Work .........................................................................................................................41 11.02 Allowances ..................................................................................................................................43 11.03 Unit Price �ork ..........................................................................................................................44 11.04 Plans �uantity Measurement ..................................................................................... .......45 Article 12 - Change of Con�ract Price; Change of Cantract Time ................................................................. 46 12.01 Change of Contract Price ............................................................................................................46 12.02 Change of Contract Time ......................................................... ...................................................47 12.03 De�ays ..........................................................................................................................................47 Articie 13 - Tests and Insp�ctions; Correction, Rertmoval ar Acceptance af Defective Work ...................... 48 13.01 Natice of De%cts ........................................................................................................................�48 13.02 Access to Work ...........................................................................................................................48 13.03 Tests and Inspections ..................................................................................................................�8 13.04 Uncovexing Work ........................................................................................................................49 13.05 City May Stap the Work .............................................................................................................49 13.Q6 Corz'ection orRemovaI of Defective Work ................................................................................50 13.07 Correctian Period ........................................................................................................................ SO 13.08 Acceptance of Defective Work ..................•---.............................................................................51 13.Q9 City May CorreetDefective Woxk .............................................................................................51 Article 14 - Payments to Contractor and Completian .................................................................................... S2 14.OI Schedule ofValues ......................................................................................................................52 14.02 Progress Paymenis ...................................................................................................................... 52 14.03 Ca�tractor's Warranty of Title .......................................................................................•---........54 I4.04 Partial Ut�ization ........................................................................................................................55 14.05 �inaI Inspection ........................................................................................................................... SS 14.06 Fi�al Acceptance .........................................................................................................................55 14.07 Final Payrrzent ..............................................................................................................................56 14.08 Fjnal Completion Delayed and Partial Reta°age Release ........................................................56 I4.09 Wai�er of Claims ................................................................................................... .... 57 ................. Article 15 - Suspension of Work and Termination ........................................................................................57 15.01 City May Suspend Work ....................................�--•�---�-•--............................................ .....57 15.02 City May Terrriinate for Cause ................................................................................................... 58 1S.Q3 City May Tertninate For Convenzence .......................................................................................60 Artzcle16 - Dispute Resnlution ......................................................................................................................61 1fi.01 Methods and Procedures .............................................................................................................61 Cl'I'YOF FORT WQRTH STANDARDC414STRUCTION SPEC[FICATION DOCUMENTS Revisian: 82302021 Artic�e 17 — Miscellaneous .............................................................................................................................. 62 17.Q1 Giving Notice .............................................................................................................................. 62 17.02 Computation of Times ................................................................................................................ 62 17.03 Cutnulative Remedie� ................................................................................................................. 62 17.04 Survival afObligations ............................•---....,..........................................................................b3 17.05 Headings ......................................................................................................................................63 CITY OF FORT WOIZTH STANiDARDCON1STtil1CTI0N SPECtFICAT[ON DOCUMENTS Revisian: 623I1A'Ll an �z aa - i GENERALCONDfTIDN 5 Page 1 oF63 ARTICLE 1— DEFINITIONS AND TERMiNOLQGY 1.Q1 Defined Terms A, Whereverused in these General Conditior�s or in ather Contract Dacuments, the terrr�s listed below have the meanings indicated which are applieable to both the singular and ph�raI thereof, and words �enoting gender shali include the masculine, feminine and neuter. Said terrns are generally capitalized or written in italies, but not always. When used in a context consiste�at with the definition af a listed-defined term, the term sha11 have a mean�g as defined helow w�Zether eapitalized or itaficized or otherwise. In addition to terms specif'ically defrned, terms with ina,tial capi�al letters in the Contt-act Documents includ� ref�rences ta identified articles and paragraphs, and the titles of other documents or forrms. Addenda—Written or graphic instruments issued prior to the flpening af Bids wlvich elarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—Tk�e written instrument which is evidence of the agreemen� between City and Contractar covering the Work. 3. Applfcation for Payinent—The %rm acceptable to City which is to be used by Contractor dt.lring the course of ti�e Work � requestm� progress ar final payments and which is to be accompanied by such suppor�ing docurnentation as is required by the Contract Documents. 4. Asbestos---�►ny matez�ial that cnniains rnare than one percent asbestos and is iriable or is releasing asbestos fibers into the air above curreni action levels es#ablished by the United States Oceupational Safety and Health Adzninistration. 5. Award -- Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The aifer or proposal of a Bidder submitted on the prescrbed forna setting forth fhe. prices for the Wark to be perforraned. 7. Bidder—The individual or entity who subnaits a Bid direciiy to City. $. Bidding Docurnent�The Bidding Requirements and the proposed Contract Documents (inclucling all Adc�enda). 9. Bidding I�equirernents The advertisement or Invitation to Bid, Instructions to Bidders, Bid sec�arity of acceptable form, if any, and the Bid Fo� with any supplements. 10. Business Day — A business day is defined as a day tk�at the City conducts normal business, generally Monday through Friday, exca�rt far federal or state halid�ys observed by the City. 11. CalendarDay—A day consisting of 24 hours measur�d �rom midnight to the ncxt mir,�uglit. CITY aF FORT WORTH STANDARDCONS'fBIiCTION SPECIF[CATION DQCUMENi'S Revision: 8�'i�1D21 0072UO-1 GENERAL CONDITION S Page 2 of 63 12. C�iange Order� A dacument, which is prepared and approved by the City, vvhich is signed by Contractor and City and authorizes an addition, del�tion, or revision in the Work or an adjustment in the Contract Price or the Coniract Time, issued on or aftex the Effective Dat� of the Agreement. 13. City— The City of Fort Worth, Te�as, a hame-ru�e municipal corporation, authorized and chartered utider the Texas Sta.te Statutes, acting by its governing body ihrough its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform spec�c duties witl� respansb�ity for fmal enforcernent of tk�e contracts ix�volving the City of Fort 1aVorth is by Charter vested iri khe City Manager and is the entity with whom Contractor has entered into the Agreeznent and for whom the Work is to be perforined. 14. Ciiy Attorney — The affici�lly appointad City Atto�ney of the City of Fort Worth, Texas, or his duly authorized representatrve. 1S. City Council - The duly elected and qualif'ied governiz�g body of the City of Fort Worth, Texas. 16. Cfty Manage� — The aff'icially appointed and autharized City Manager of the City of Fort Worth, Texas, or his duly author�zed representative. 17. Contr�act Cdaim—A demand or assertion by City or Cantraetor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand fox money or services by a third party is not a Cantract Claim. 18, Contract The entire anc� integrated written document betvUeen the City and Contractor concerning th� Work, The Cont�act cantains the Agreement and all Contract Dacuments and supersedes priar negotia�ions, representations, or agreements, �vhether written or oral, 19. Contract Doca�ments Those items so desigiated in the Agreetnent. All items iisted in the Agreement are Contract Documents. Approved Submittals, other Contractor subm�ittal�, and the reports and drawit�gs of subsurfa�e and physical conditions are not Contract Docurnents. 20. Cant�act Price The moneys payable by City to Contractar for cornpletion of the Work in accordance with the Contract Documents as statt�d i� tb.e Agreement (subjeci to the provisions of Paragraph 11.03 in the case o�Uni� Price Work). 21. Contract Time—The numbez of days or the datas stated in the Agreement to: (r� achie�e Mileston�s, if any and (ii) complete the Work so tl�at it is ready foz' Fir�al Acceptance. 22. Contractor The individval or entity with whom City has entered 'mto the Agteement. 23. Cost of the Work—See Paragraph 11.01 nf these General Canditions for defini�ion. CITYOF FORT VVORTI-I STANDARI]CQNSTR[1CTION SPECIFICATION DOCUA4ENTS Revisian: 823/L023 oo�zoo-i GENERAL CAND ITION 5 Page 3 af 63 24. Damage Claims — A demand for money or services arising firom the Project ar Site irom a third party, Giry or Contractor exclusive of a Contract Claim. 25. Day ar day—A day, unless otherwise defined, shall mean a Calendar Day. 26. Director of Avfation — The oificial�y appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly apparnted representative, assistant, or agents. 27. Director of Parks and Cammunity SeYvices -- The officially appointed Director of the Parks and Cotnmunity Se�rvices Department of the City of Fort Worth, Texas, ox his duly appointed representative, assistant, or agents. 28. Directar of Pdanning and Develapment — The officially appointed Director of t�b.e P�anning and Deve�Opment Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of T��nsporiation Public Works — The ofFicialty appointed Direetor of the Transportation Public Works Departrnent of the City of Fort �Vorth, `Cexas, or h�s duly apposnted representat'rve, assistant, or agents. 30. Director of WaterDepartment — The offcially appo�nted Director of the Water Department of tl�e City af Fort Worth, Texas, or his duly appointed representative, assistant, or a�ents. 3I. Drawings—That part of the Con�ract Doeunnents prepared ar approved by Engineer which g�rapkucally shows the scope, extent, and character af the V�1 ork to be perfortned by Contractor. Subnaitt�l� are �ot Drawmgs as so defined. 32. Effective Date of the Agreement—The date indicated �n t�e Agreement on whic� 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 af the twa parties to sign and dev��r. 33. Engineer—The licensed professional engine�r or engineering firm registered in the State of Te�as perform�g professional services far the City. 34. Extra Work — Additianal wark made necessary by changes or a3terations of the Contract Documents or of quantities or for ather reasons for which no prices are provided in the Contract Documents. Extra t�ork shall be part of the Wark. 35. Faeld Order--A written arder issued by City which requires changes in the Work but which does not involve a change m the Contract Price, Contract Time, or the inten� of th� Engineer. Fzeld Orders are paid from Field Order Allowances incarparated �to the Contract by fund�d work type at the time of award. 36. Finad Acceptance — The writtan notice given by t.�e City to tke Contractor that the Wark specif'ied ita the Cantract Docurnents has been completed to the satisfaction of the City. CTTY O� PORT WORTH STANDARDCONSTRUCT[qN SPECIFICkT[ON DOC[]ME�fTS Revixian: 82�D21 00 72 OU-1 cE��Ra�ooNoiT�oNs Page 4 of 63 37. Final Inspection — Tnspection carried out by the City ta varify tha� the Contractor has coznpleted the Work, and each and every part nr appurtenance thereof, fully, entirely, and in confortnance with the Contract Documents. 38. General Require�nent.�Sectians of Division 1 of ihe Contract Documents. 39. Hazar°daus Environmental Condition--The presence at the Site of Asbestos, PCBs, Petroleuz�, Hazardous Waste, Radioactive Materia.l, or ather materials in such qua.ntities or circumstances that may present a suhstaniial danger to persons ar property exposed thereto. 40. Haza�dous Waste Hazardous waste is defined as any solid waste listed as hazardous or possesses one or rz�ore hazardaus characteristics as defu�ed in the federal waste regulations, as amended frorn tir�ae to ticxie. 41. Lavvs arad Regulataons—Any and all applicable �aws, rules, regula.tions, ordinances, codes, and orders of any and all governmental bodies, agencies, authari�ies, and eourts having jurisdiction. 42. Liens—Charges, security interests, or encumbrances upan Project funds, real property, or personal property. �43. Major Item— An Item of work included in tkze C�ntract Documents that ha.s a total cost equal �o ar greater than S% of the flriginal Contract Price or $25,400 vvhichever is less. 44. Milestone A principal event specified 'm the Contract Documer�ts reiating to an intermediate Connact Time prior to Final Acceptance ofthe Work. 45. Notice of Award—The written notice by City to thc Successfi�l Bidder sta�ing that upon timely compliance by ihe Succ�ssful Bidd�r with the conditioras precedent listed therein, City wili sign and deliver the Agreement. 46. Notice to Proceed A written notice giv�n by City to Contractor fixing ttxe date on which the Contract Time wi� eommence to run and on which Contractor shall start to perforrra t.�e Wark specified in Contract Documents. 47. PCBs Polychlorinated biphenyl�. 48. Petroleum--Petroleutn, includir�g crude oil ar any fraetion there�nf which is �iquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), sueh as oil, petroleun:a, fiiel oil, ail sludge, o� refuse, gasoline, kerosenE, and oil m�ced with o�her non-Hazardous Waste and crude a�s. 49. Plans — See defmition of Drawings. CITY DP FORT WOIiTH STAiVI]ARDCONSTItpCT10N SPECIF[CATION DOC[JMENTS Rcvisian: 8�L3/10Z1 ao�zao-i G�NEFL4�C6NDITIDN 5 Page 5 of 63 50. Project Schedule—A schedule, prepared and m,ai�tained by Contractor, in accardance with the G�neral R�quirernents, descr�ing the sequence and du�'ation of the activities comprising the Contractnr's plan to accornp3ish th� Work within the Contract Time. 51. Pr^oject—The Workto b� performad undar the Contract Docu�ments. 52. P�oject Manager�T�ie authorized representative of the City who will be assigned to the Site. S3. Public Meetirag -- An announced meeting conducted hy the City to facilitate public participation and to assist the public in gaining an inf'orrned view of t�e Project. S�l. Radioactive Materia�Source, spacial nuclear, or byproduct matexial as defined by the Atomic Energy Act of. 1954 {42 USC Section 2011 et seq.) as amended frozn time to time. 55. Regular Working Hours - Ha�s beginning at 7:40 a.m. a�d ending at 6:00 p.�n., Manday thru Friday (excluding legai holidays). 56. Samples—Physical examples af rna:teri�ls, equipment, or workmanship that are representative of some portion of the Worlc and which establish the standards by which sach portion of the Work will be judged 57. 5chedule of Submittals—A schedule, prepared and masntained by Contractar, of requiured submittals and the time requirements to support scheduled perforrnancc of related construction activities. 58. Schedule of Yalues—A schedule, prepared ar�d mauitained by Contractar, aIlocating portions af the Contract Price to various portions of the Work an�i used as the basis �or reviewing Con�ractor's Applieations for Payrnent. 59. Site—Lands or areas mdicated in the Contract Docunaents as being furnished by City upon whicb the `7Vork is tq be performed, including rights-af-way, pertnits, and easements for aceess thereto, and such oiher lands furttished by City which are designated for the use of Contractor. 60. Specifications That part oi the Contract Docurnents consisting of wr�itten requirements for rnaterials, equipment, systems, standards and workmansh� as applied to the Work, and certain administrative arequ�rements and procedural mat�ers applicable t�ereto. Specif"icafions Fr�ay be specif'icaliy nnade a part of the Contract Documents by atiachment or, i� not attachecl, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 OQ) of each Project. 61. Subcontracto�—An individual or entity having a direct contract wi�h Con�ractar ar with any other Subeontractor for tiie performance af a pari of the Work at the Site. CITY OF I'ORT WORTH STA�IDARDCONSTRUCTfON 5PECIFICATfON UOCIIMENTS Revision: 8�23lZ021 00720D-1 GENERAL CONtI ITION S Page 6 uf �3 62. Submittals—All drawings, diagrams, illustrations, schedules, and other data or inforn�ation which are specif'�cally prepared or assembl�d by or for Contractar and submitted by Contractor to i�ustrate soz�ae partian of the Work. 63. Sr�bstantial Completion — The stage in the progress of the Pra�ect when th� Work is sufficientl� eomplete in accordance with the Contract Dacunaents fnr �ir�al Insp�ction. b4. Successful Bidder—The Bidder submitting tl7e lowest and most responsive Bid to whom City rnakes an Award. 65. Superintender�t— The representative of the Contraetor who is available at all times and ab1� to receive in�iructions from the City and to act for the Contractor. 66. Supplementary Cor�clirions—That part af the Contract Documents which amends or supplernents these General Condit7ions. 67. SupplieY A manufacturer, fabricator, supplier, distt-ibuiar, t7�a.iarialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials ox equip�nent to be incorporated 'm the Work by Contractor or Subcon�ractar. 68. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, maxaholes, vaults, tanks, iunnels, or other such fac�ities or attachments, a�d any encasemer�ts containin:g such facilities, incluciing but not limited to, those that cnnvey electricity, gases, steam, liquid petroleum products, tel�phone or other co�nmunications, cable television, water, wastewater, SYOI�TI W���ir other liquids or chemicals, or traffie or other con�rol systems. 69 Unit Price Wo�k—See Paragraph 11.03 nf these Generai Conditions for deiuiition. 70. Yt�eekend Warking Hours — Hours begintvng at 9:00 a.m. and ending at 5:00 p.rn., Saturday, Sunda.y or legal holiday, as ap�ra�ed 'm advance by the City. 71, Worl� The enti�e eanstruction or the various s�parately identif'�able parts thereof requirec� to he provided under the Contract Documents. Work inch,ides and is the result of performing or provicimg all Iabor, services, and documentation necessary to produce such canstruction including any Change Order ar Field �rder, and furnishing, installing, and incorporating all materials and equiptnent inio such constructzon, all as rec�uu��ed by the Contract Documents. 72. Warking Day — A working day is defined as a day, nat including Saturdays, Sundays, or lega 1 holidays authorized by the City for contract purposes, � which weath�r or other conditions not under the control of the Cantractor will permit �e performance oi the principal unit of work underway for a conta�uous period of not less than 7 haurs between 7 a.m. and C p.m. Z .02 Te�min o �ogy A. The wards and tercns discussed in Paragraph 1.02.B through E are not defined but, when �sed in the Bidding Requirements or Contract Documents, ha�e the indicated meaning. B. Intent of Certain Terms o�'Adjectives: C1TY OF FOR"� WOR'CH STANDAR�CONSTRUCTIOI� SPEC1FiCAT[ON DOCUMENTS Revision: 823I10�1 UD72D0-1 GENERAL CANDITION 5 Page 7 uf f3 1. The Contract Documents include the tez�ms "as aIlowed," "as approved," "as ordered," "as d�eeted" or t�rtns of like effect or import to authorize an exercise �f judgment by City. In a�lilOri, the adjectives "reasonable," "suitahle," "accepta.ble," "proper," "satisfactory," OT adjectives of like effect nr irnport are used to d�scr�be an action or deternvnat�on of City as to the Work. It is intended t�at such exercise of professional judgment, action, or determination wi11 be salely ta evaluate, in general, the Work for com�pliance with the in%�rnation in the Contraet Documents and with the d�sign concept of the Project as a functioning whole as show� or indicated ��he Contract Docurnents {unless there is a spec�c statement indicating otherwise). C. Defective: 1. The word "defective," w�en rnodifying the ward "W'ork," xefers ta W�rk �hat rs unsatisfactory, £au�t}r, 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 raferred to in the Contract Documents; ar c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perforna, Provide: 1. The rvnrd "Furnis�" or the ward °`Install" or the word "Perfarm" nr the ward "Pz'ovide" or the word "Suppiy," ar any combinataon or similar directive or usage thereof, shall rnean furnishing and mcorporating in the Woxk includmg all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specif�cally limited in the context used. E. Unless stated otherwi�e in the Contract Docunnents, words ar pl�rases that have a wall-known technical or construction industry ar t�ade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 3� — PRELINIINARYMATTERS 2,d1 Copies ofDocuments City shaII furnisk to Contractor one (1} original executed copy and one (1) electronic copy of the Contract Docum�nts, and four {4) additional copies af the Drawings. Additional copies will be furnished upon request at the cost of repraduction. 2.02 Gommenceme�at of Contract Time; Notice to Proceed The Contract Time vexill commence to run an the ciay indicated in the Notice to Proceed. A Notice to Proceed may be given na earlier than l4 days after t�e Effective Date of the Agre�rrient, unless agread to by both parties in writing. CITYOF FQItT WORTH STANI]ARDCONSTRUCTION SI'ECIFICATflJN DQCLIMENTS Revision: SrZ'�021 oo�zao-� GENERAL CONoITIDN S Page $ of G3 2A3 Starting the Work Con�ractor shall start to perforz�a. t�.e Work on the date when the Contraet Tux�e commences ta run. Na Work shall be done at the Site prior to t1�e date an which the Contract Time co�ences to nm. 2.04 Before 5'ta�ting Canstr-uction Baseline Schedul�s; Submit in accordance with the Contract Docu.ments, and prior to starting �he Work. � 2.D5 PYeconstruction Conference Before any Work at the Site is started, the Contractor shaIl attend a Preconstruction Conference as speci�ied 'rn the Contract Documents. 2.p6 Public Meeting Cantractor rnay not rnobilize any equipment, rnaterials or resources to the Sita prior to Contractor attend'mg the Pubfic Meeting as scheduled by the City. 2, a7 Initial Aceeptance of Schedules Na progress payment shall he made to Contractor unti� aceeptable schedules are submitted to City in accordance with the Schedule Spec�cation as provided iri the Catt�ract Documents. ARTICLE 3— C�NTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3,01 Intend A. The Contract Doeurnents are complementary; what is required by one i� as binding as �f rec�uged by all. B. It is the intent of the C�ntract Documents to dese�be a functionally cornplete project (or part thereof� to be constructed in accordance with the Contract Docunaents. Any labor, documenta�ion, services, materials, or equipment that r�asonably may be inf'erred froz� t�e Contract Documents or frorn prevailing custona or trade usage as being required to produce tl3e indicated result will be provided whether or not specificaIly called for, at no additional cost to City. G. Claxif'ications and interpretations of the Contract Dqcurnents shall be issued by City. D. The Specifications may vary in forrn, format and style. Some Speci�ication sections nrzay be written u� varying degrees of streamliz�ed ar dec}a.rative style and some sectians may be relatively z�axrati�e by eornparison. Omission af such words and phrases as "the Contractor shall," "in conformity Wl�l," "a5 SI]DWTl," OP "aS S�7QCI�Ief1" 3�e intentional 1t1 5tI'2aTTljffi0(� SBCtlU�15. Om�itted words and phrases shall be suppIied by inference. Sirivlar types of provisions ma.y appear in various par�s of a section ar articles within a part depencling on the format of the C1T Y OF FORT WORTH STATYDAKDCONSTRUCTlOTi SPECIFICATION DOCUM�NTS Revisian: 82.3IIA21 U0 72 Ofl - k GENEFWL CON� ITION 5 Page 9 of 63 section. The Contractor shaIl not take advantage of any variation of form, fomjat or style in malaa�g Contract Claims. E. The erass referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and eL�ewhere within each Specification seetion is provided as an a�d and convenience to the Gnntractor. The Contractor shall not rely on the cross referencing pro�ided and shall be responsble to coordinate the entire Wark under the Contract Docurr�ezats aaad provide a complete Prn�ect vvhether or not the eross referencing is pravided in each section or whether ot not the cross referencing is complete. 3.02 Reference Standa�ds A. Standards, Specifications, Codes, Laws, and Regulatians 1. Reference to standards, speci£'�cations, manuals, or codes flf any technical society, argaxiization, or association, or to Laws or Regulatians, whether such reference be specif'�c or by implication, sha.11 rnean the standard, specid�cation, manual, corie, ar Lav�rs ar Regulations in effect at the time of opening of Bids (or on the Effective Date af the Agreement ii there were no Bids), except as may be otherwise specifical�y stated in tlie Contract Documents. 2. No provision of any such standarci, specifcation, manual, or code, or any instxuction of a Suppliez, shaIl be effective to change the duties ox responsib�lities of City, Contractor, ar any of iheir subcontractors, consultants, agents, or ennployees, from those set forth in tha Contract Documents. No such provision or instruction shall be e£�ective ta assign to City, or any of i�s of�cers, directars, members, partners, ern�loyees, agents, consult�nts, or subcontractors, any duty or autharity to supervise or direct th� perFormance of th� Work or any c�uty or authority to undertake responstbility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and ResolvingDiscrepancaes A. Reporting Discrepancies: Contracto�'s Review of ContractDoctc�nents BeforeStarting Work: Before undertaking eaeh part of the Work, Contractor shall carefully study and cornpare the Gontract Documents and check and verify pertinent �igur�s therein against all applicable field measurements and conditions. Contractar shall promptly xeport in v,rriting to City any conflict, error, ambiguity, or di�crepancy which Contractor discovers, or has actual Irnowledge tif, and shall obtain a written �nterpretation or clarification from City befare praceeding with any Work aifeci�d thereby. 2. Cont�actor's Review of Cont�-act Documents Durang Perfarmcznce af Wark: If, during the performance of the Work, Cantractor disco�ers any conflict, error, ambi�uity, or discrepancy within the Contract Documents, or betwe�n the Conttact Docunr�ents and {a) any appticahle Law or Regulation ,(b) any s#andard, specification, manuai, ar code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City m writing. Contractor shall not proce�d r�ith the Work affected thereby (except in an emergency as requ�red by Parragaph CITY OF FORT WOILTI-1 STANDARDCONSTRUCT[�N SPECiFICATIG�N DOCUMENT5 Reviaion: 8l13/d0el oo�zaa-� G�NERAL CON� ITION S Page l0 of 63 6.17.A) until an amendment or supplement to th.e Contract Documents has be�n issued by one of tk�.e rnethods mdicated 'm Paragraph 3.04. 3. Contractor shall not be liab�e to City for failure to report any conflict, enor, arnbiguity, ar discrepancy in the Contract Documents unless Contractor had actual knowledge thereo£ B. Resolvfng Discrepancies.• 1. Exccpt as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resoI�+ing any conflict, error, ambiguity, or discre�aancy between tne provisions of the Contract Documents and the provisions oi any standard, specification, manua�, or the instruction of any Supplier (wk�ettaer or not specifi�ally incorporated by reference in tiie Contt-act Documents). 2. In case of discrepancies, �gured dimensions shall govern over scaled dimensions, Plans shall govern over Spec�cations, Supplementary Condi�ions shall govern over General Ca�ditions and Specificatinns, and quantities s�own on t�e Plans shall govern over those shown m the proposal. 3.04 Arraending and Supplementang Contr^act Docurnents A. The Contract Documents may be arrkended to provide for additions, deletions, and ravisions in the Work or to modify the terms and conditions thereaf by a C�ange Order. B. T�.e �equirements of the Contract Documents may be suppleinented, and. minor �ariations and de�+iations in the Work not involving a change in Cantract Price or Contract Time, may be authorized, by one or mare of the following ways: 1. A Fielci Order; 2. City's review of a Submitta� (su�j'ect to the provi�zons of Paragraph 6. Z 8. C); or 3. City's written interpretarion or c3arification. 3.05 Reuse of Doc�ments A. Contractor and any Subcontractor or Supplier shall not: 1. ha.ve or aeguire any title ta or ownership rights in any of the Drawings, Specificatzons, or other documants (or copies af any thereofl prepared by or bearing the seal o� Engmeer, mcluding electronic media editions; ar 2. reuse any such Drawit�gs, Specifications, other documents, or copies thereof on extens�ons af the Pro3ect or any other project without written c�nsent of City and specific written. verif'�cation or aciaptation by Engineer. CITYOPFORT WQRTN STA]VI}ARDCOI�STR[1CTlON SPECIFICATION �OCUMEI�TS Aevisian: $%L3ILR�1 no�zaa-� G�NERALCOI��ITION S Page 11 uf 63 B. The prohbitions of this Paragraph 3.05 wi11 survive final payment, or terrnina�ian of' the Contrac�. Notivng herem shall preclude Contractor fxom xetauvng copies oi the Contract Dacuments for record purpnses. 3A6 Elec.tronicData A. LTr�less otherwise stated in the 5upplementary Conditions, the data furnished by City or Engineer to Contractar, or by Contractar to City or Engineer, tk�at nnay be reiied upon are limited to the printed copies included iri the Contraat Documents (also known as hard copies} and other Specifieation�s referencedand located on the City's on-line electronic documez�t znanagern.ent and collaboration system site. Files iri electronic media format of text, data, gc-aphics, or other type� are furnished only for the convenience oi the receiving party. Any conclusion oar infarmation obtained ar derived from such electronic %les w�71 be atthe user's sole risk. Ifthere �s a discrepancy between the electronic fites and the hard copies, the hard copies govern. B. When trar�sferring documents iz� electronic media format, the transferring parly makes n.o rcpresentations as to long term compa�.bi�ry, usability, or readability of documents resulting frorr� the us� of softr�vare app�ication packages, operating systerns, nr eomputer hardware differing from thase used by the data's creator. ARTICLE 4— AVAILABILITY OF LANDS; SUBSUR.FACE AND PHYSICAL CONDITION�; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE PUINTS 4.01 Availability af Lands A. Cidy shall fiun�sh the Site. City shall natify Contractor of any encuanbrances or restrictinns not of general application but specifically related to use of the Site witk� wl�ich Contractor must comply in performiz�g the Work. City will obtain in a timely manner and pay for easements fnr permanent structur�s or penmanent changes m existing fac�7ities. The Ci�ly has obtairied or anticipates acquisition of andlor access to right-of-way, anc�/or easements. Any outstandirig right-of-vvay and/or �asements are anticipated to be acquired in accardance with the schedule set farth in the Supplementary Conditions. Tt�e Project Schedule subnvtted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of way, and/or easenr�ents. 2. The City has or anticipates remov�n.g anc�lor relocating utilities, and obstructions to ihe Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance witb tk�e schedule set farth m the Supplementary Condations. The Project Schedule submitte d by the Contractor in aecordance with the Contract Docutnents mus� consider any outstanding utilities or abstructions to be remaved, adjusted, andlor re�ocated by others. B. Upon reasot�ab�e written request, City shall furnis�i Contractor witl� a current statement of record legal title and legal deseription af the ]ands upon which the Work is to be perfarmed. CITY �F I'QRT WORTH STANdARDCONSTRUCTIOA' SPECIF[CAT[ON DOCiIMENTS Revision: E3�32421 p0 72 DO - l GENERALCON�ETIOiJ 5 Page 12 af 53 C. Contractor shall provide for all addi.tional lands and access #hereta that may be required for construction Facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditians A, Repo�ts and Drawings: The Supplementary Conditions identify: 1. those reparts known to City of exploratzons and tes�s of subsurface conditions at or contiguaus to tihe Site; and 2, those drawings lrnown to City of physical canditions relatu�g to existing surface or subsurface str�zetures at the Site (except Underground Facilities}. B. Lirnited Reli�nce by Contractor� or� Technical Data Authorizeci: Contractar may rely upon the aceuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Suc� "technical data" is identified in the Supplernentary Cozaditions. Contractor may not make any Contract Claitn. again5t City, or any of their afficers, directors, members, parmers, employ,ees, agents, consultants, or suhcantz•actors with respect to: 1. the completeness of such reparts and drawings for Contractor's purposes, includ�g, but not limited to, a:zxy aspects of the means, methods, techniques, sequences, and pracedures of construction to be employed by Contractor, and safety precautions and pragrams incident thereto; or 2. other data, mterpretatians, opit�ionss and information cnntained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation o£ or canclusion drawn frorn any "�echnical data" or a�:y such other data, interpretations, Opll110115, or inf'oz•matio�. 4.03 DiffeYing Substcrface or Physical Condifions A. Notice: Cf Caniractar believes that any subsuxface or physical conditian that �s uncovered or revealed either: j. is of such a natw-e as ta establish that any "teclnnical data" on which Coniractor is entrtIed to xely as pra�ided in Paragraph 4.02 i� materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs x�naterially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generaliy recognized as mhereni m�vark af the character provic�ed for in ike Contract Dacumants; CITYOFFORT WORTH STANDARDCONSTRUCTI01� SPECIFICATION DOCUMEiYTS Re�ision; E�2311021 Ofl 72 0D -1 GElVERAL GON4ITION 5 Pege 13 af 63 then Contractor shal� promptly a�ier becoming avvare thereof and before futth�r disturbir�g the suhsUrface or physical conditiozas or per%rrning any Work in connection therewiih (except in an emergency as required by Paragraph 6.17.A), notify City in writmg about such condition. B. Passible Price and Time Adjushnents Contractor shall not be entitled to any adjusiment in the Contract Price or Conttaci Time if: 1. Gontractor knew of the existence oi such conditions at the tinne Contractor tnade a final cointnitrnent tn City with respectto Contract Price and Contract Tinne by the submission of a Bid or becornmg bound undex a negoiiated contract; or 2, the existence of snch condition could reasanably have been discovered or revealed as a result of the eacamination af the Contract Documents or the Site; or 3. Gontractor failed to grve the written natice as required by Paragraph 4.03.A. 4.04 UndergraundFacilities A. Shawn ar Indieated.• Tlie information and data shown or indicated in the Cantract Dacuments with xespectto ea�cisting Undergroand Facilities at or cantiguous to the Srte is based on ic�ormatian and data furnished to City or Engineex by ihe owners of such Undergaund Facilities, including City, or by others. Un�ess it is ottzerwise expressly provided in the Supplementary Conclitians: i. City and Engineer shall not be responsible for the accuracy or completeness of any such it�ormation or data provided by others; and i. t�18 C05i O� aII O� i�10 �OIlOW1Flg will be included in the C�nt�act Price, and Contractor shall liave full respons�bility for: a. reviewing and checking all such information and data; b. locatmg all Undergxaund �'acilities shown or indieated in t�e Cantract Docutnents; c. coordination and adj�astment of the Work with tt�e ovvners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Undergroun� Facilities and repairing any damage thereta resulting from the Work. B. NatShown orindicated: l. If an Underground Facility v�rh:ich confltcts with the Waric is uncovered or revealed at or eontiguous to the Site which was not shown ar indicat�d, or not shown or indicated with reasonable accuracy in the Contract Docume�ts, Contractor shal� promptly aftex becoming aware thereof and before further disturbing canditians affected ihereby or performin� any CITY O�' FORT WQftTH $TANDARDCON5TCt41CT10N SPECIFICpT[ON DOCUMEIV`I'S Revision: 82312�1 oo7aoo-i GENERAI.00ND IT1QN S Pege 14 of 63 Work in connection t�erewitt� (except in an emergency as required by Paragraph 6.17.A), identify the avvner of such Underground k'acility and give noiice to that owner and ta City. City will review the discovered Underground �acility and detertnine the extent, if any, to which a ehange may be required in the Contract Docuznents to reflect and document the consequences of the existence or location of the Underground Faciliry. Contractor shall be responszble for the sa%ty and protection of such discovered Underground Facility. 2. IfCity concludes that a change in the Cantract Documents is required, a Chan�e Order may be issued to reflect and docurnent such consequences. 3. Verif'ication of existing utilities, structures, and service lines shall include natification of all utility companies a minimum of 48 hours in advance of cor�truction including exp�oratory excavation if necessary. 4.05 ReferencePoints A. City shall provide engineering surveys to establish reference points for canstruction, which in City's judgment are necessa�y to enable Coniractor to proce�d with tl�e Wark. Ci�y will provid� construction stakes or other custamary methpd of marking to establish line and gades for roadvvay and utility eonstructian, centerltnes and benchmarks %r bridgework. Contcactar shall pratect and preserve t�e established refarence paints and property monuments, and shaU make no changes or relocations. Contractor shall report to City whenever any reference point ar propexty monument is lost or destroyed ar requires relocation because of necessary changes in grades or locations. The City shall be respans�ble far the repla.cenaent or relocation of reFerence points or pxoperly monurn�ents not carelessly or willfully de�troyed by the Contractar. The Contractar �hall noti�y Ciiy in advance and with sufficient time to avoid delays. B. Whenever, in the apinion oi the City, any reference poix�t or manument has been carelessly or r�vi�lfully dest�oyed, disturbed, or retno�ved by the Contractor ar any of �is employees, the full cost far replacing suc� points plus 25% will be charged agait�st the Contxactor, and the full amount wi11 be deducted from payme�nt due the Contractnr. 4.06 Hazcardous Environrrtental Condition rxt Site A. Reports andDrawings: The Supplementary Conditions identify those reports and drawings l�own ta City relating to Hazardous Environmental Conditions that have been ic�enti�ed at the Site. B, Limited Redianee by Contr�acfor on T'echni�aiDcata Authorized.� Contractor xz�ay rely upon the accuracy c�f the "technical data" contained i�, such reports and drawings, l�ut such regorts and drawings are not Contract Doc�.unents. 5uch "teehnical data" is identified in the Suppiementary Conditions. Contractor may not make any Connact Cla�n aga'mst City, or any of their officexs, directors, members, partners, employees, agents, consul�ants, or subconiractors �vith respect to: 1, the connpleteness of such reports and drawin,gs far Cantractar's purposes, including, but not limited to, any aspects of the means, methods, techzuques, sequences and procedures of CITYOF FORT WORTH STANDARI]CONSTRUCTiON SPECIFICAT[ON DQCi.IM�NTS Revision: 823�21 00 72 04 - l GEiVERAL C4ND ITION 5 Page 15 of b3 consYruction to be em�loyed by Contractor and safety precautions and programs incident thereto; or 2. other data, inter�retations, opiriions and infarmation contained in such reports ar shown ar indicated it� such drawings; or any Contractor interpretation of or conclusion drawn from any "technical clata." nr any such other data, i�terpretations, opinians or infarmation. C. Coniractor shall not be responstble for any Hazardous Environmental Conditioza uncovered or revealed atthe 5ite vvhich was not shown or indicated in Drawings or Specificatians or identified in the Contract Dacuments to be within the scope of the Work. Cont�actor shall be respons�ble for a Ha7ardous Environrnental Candition cxeated with any materia�s broughi to the Site by Cont�'actor, Subcontractors, Suppliers, or anyone else far whom Contractor is responsible. D. Ii Cantractor encounters a Hazardous Envirorunenta.l Condition or if' Contractor ar anyone fox whozx� Contractor is respons�ble creates a Hazardous Enviranmental Condition, Con�ractor shall i�rimediately: (i) secure or otherwi�e iso�ate such condi�ion; (ii} stop all Work in connection with such condition and in any area aifected thereby (except in an emergency as requu-ed by Paragraph 6.17.A); and (iii} notify City (and prorr�ptly thereafter cor►f'jrm such notice in writing). City may consider the necessity to retain a quali�ied expert to evaluate such condition or take correctiv� action, if any. E. Cnntractor shall not be xequired to resume Work in connection with such conclikion ar in as�y affectedarea unt� afterCity has abtained any requ�red permits relaied therato and delivered wr'ttten notice to Contractor; (i) specifying that such eondition and any affected area is or has been rendered suitable for th� resurnption of Work; or (ii) specifying any special conditions under whick� 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 st is unsafe, ar does not a�ree to xesume such Work under sueh special conditions, then City �ay order the portion af the Work that is in. the area affected by such condition to he deleted from the Work. City rnay have such deleted portion of the Wark performed by City's own forees or others. G. To the fullest extent permitted by Laws and Regulations, Coniractor shall indemnify and hold harmless City, from and agaanst all claims, costs, losses, and dama.ges (including hut not limited ta all fees and cha�ges of engineers, architects, c�tto�neys, and other professionals and all court or arbitration or other di�pute resol�taon costs) arising out of or relating to a Hazard�us Environrraental Condition created by Conlractororby anyonefo�-whomContractoN r:� respon,cable. Nothing an this Paragrapk 4. 06.G shall abdigate Contractor to indemn � any individual or enfity from and against the consequences of fhat individual's or entity's own. neglYgence. H. The provisions of Paragraphs 4.OZ, 4.03, and 4.Q4 do not ag�ly to a Hazardous Bnvirontx�ental Condition uncovered or revcal�ed at the Site. CTTY OF F01tT WORTII STANDATtDC�NSTRUCTION 5PECfFICATIQN DOCUMENTS Revision: &2'ifL021 oo�zaa-� GENERAL OOND ITION S Page Ibof63 ARTICLE 5— BONDS AND INSURANC� 5.01 Licensed S'ureties and In�ure�s All bonds and insurance r�quired by the Cont�act Doc�xrrjents to be purchased and maintained by Contraetor shall be obtained from s�arety or insurance companies that are duly licensed or authorized in the 5tate of Te�s. to issue bands or insurance policies for the liinits and coverag�s so required. Such surety and insurance companies shal3 also meet such additianal requirements and qualifications as ma,y be provided in tl�e Supplementary Conditions. 5.42 Perfornaance, Paymeni, andMair�tenanceBands A, Contractar shall fi�rnish Code Chapter 2253 or security for the faitk�£ul Contraet Documents. 5.03 performance and payment bonds, in accordance with Texas Government successor statiute, each in an amount equal to the Contract Price as performance and payment of all of Contractor's abligations under �he B. Contractor shall furni�h maintenance bonds in an amount equal to the Contract Price as security ta protect the City against any defects �t any portion of tkie Wor1c descrtbed in the Contract Documents. Maintenance bonds shall remain in �ffect for two {2) years after the date of Final Acceptance by th� City. C. All bonds shall be in the form pxescribed by the Contract Docurr�ents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named 'm the list of "Coxnpanies Holding Certificates of Authority as Acceptabl� Sureties on F'ederal Bonds and as Acceptable Reinsurmg Cornpanies" as published in Circular 570 (amended) by the Financial Management Sezvice, Surety Bond Branch, U.S. Department of the Treasury. All bands sig�ed by an agant or attorzxey-in-fact must be accompa�vied by a sealed and daLed power of attorney which shall show that it is effective on the date the agent oar attorney-in-fact signed eaeh bon.d. D. If the surety on any bond fuinished by Contractar i� declared banla-upt or becomes insolvent or its right to da business i� termiriated ir� the State of Texas ar �t ceases to meet the requirements of Paragraph 5.02.C, Contractor shall pramptly notify City and shall, within 30 days after the event giving rise to such notificatian, provide another bond and surety, both of wtuch shall cQmply with the requ�ernents nf Paragraphs 5.01 and S.Q2.C. Cert�ficates af Irasurance Contractor shall deliver tn City, with copies to each additinnal insured and loss payee identified in the Supplementary Conditions, certificates of inswrance (other evi�nce of insurance requestedby City or amr other additional insured) in at least the in�nimum amaunt as specifiec� in the Supplementary Conditions which Cantractor rs required to purchase and maintain. �. T�ie certif'�cate of insurance shall document the City, and all identif'ied entities named in the Supplementary Conditivns as "Additional Insured" on all liability policies. C1TYC)FFOIiT WOIiTH STANDARUGaNSTRUCTiON SPECIFCCAT{ON PQCLTMENTS Revisian: 823rLOZ1 oo�aoo-� GEf�ERAL CAN�ITION S F'age 17 of 63 2. The Cantractor's general liability insurance shall inciude a, `�er project" or "per Iocation", endorserrient, wlai.ch shall be ident�ed 'm the certii'�cate of insu�rance provided ta the City. 3. The certificate s�ail be signed by an agent authorized to bind coverage on behalf of the in:5ured, be complete iu� its entirety, and shnw complete insurance carrier names as listed 'm the currant A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed andlor approved to do husines� in the State of T��cas. Except for workers' compensatio�, all insurers must have a minirnum rating of A-: VII in the current A. M. Best Key Ra�ing Guid� or have reasonably equivalent financial strength and solveney to the satisfaction of Risk Management. If the ratu�g is below that required, written approval of City is required 5. All applicable policies shall include a Waiver of 5ubrogation (Rights of Recovery} in favor of the City. In addition, the Contractor agrees to waive al� rights of subrogation againsi the Engineer (if applicable), and each addrtianal insured identified in the Suppl�znenta.ry Conditions 6. Faiiure of the City to demand such certi%cates ar other evidence of full compliance with the itZsurance requirements ar fa�lure of the City to identify a deficiency frnm evidence that is provided shau not be construed as a waiver of Contractor's obligation to maintam such linas of insurance cover�ge. 7. If insurance policies are not written for specif'ied coverage limits, an Urnbrella or Excess Li�bslity insurance for any differences is required E3CC�55 L1�t�l1�II� shall follow form of the prima.ry coverage. S. Unless otherwise stated, all requ�-ed 'uisurance shall be written on �he "accurrence basis". If caverage is underwritten on a cla.ims-rnade basis, the retroactive date sha�l be coincident with or prior to the da.te of the effective date of the agreement and the certificate of insurance shall state that the coverage is cla.inns-macie and the retroacti�re c�.te. The insurance co�erage shall be maintamed for the duration of the Can�ract and t'or three (3) years followi�g Final Acceptance provided under the Contract Documents or for the warranty periad, whic�ever i� lon.ger, An annua! ceriificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsemen�s, which, neither nullify ar amend, the required Sines of coverage, nor decrease th� limits of said coverage unless such endorsements are approved in writing by the City. In Che eveni a Contraat has been bid or executed and the exchasions are determined to be unacceptable or th� City desires additional insurance coverage, and the City desires the contractor/engineer to obtam such coverage, the coz�tract price shall be adjUsted by the cast of the pre�niuna for such additional coverage plus 10%. 10. Any self-msured retention {SIR), in excess of $25,000.00, affecting required insurance co�erage shall be approved by the City irs regards to asset value and stockholders' equity. In C1TY OF FOCtT WORTH STANDARDCdNSTRUCTION SPECiF[CATIaN DOCLJMENTS Revision: 8�23Cd021 oo�zou-� cENEw+� ooNn irioN s Page 18 of 63 lieu of tradxtianal insurance, alternative coverage maintained through insurance poals or ris�C retention groups, m.Us� alsa be appraved by City. I 1. Any deduct�ble ir� excess of $S,OOQ.00, for any policy that does not provide coverage an a first-dollar basis, must be accepta.ble to a�d approved by the City. 12. City, at its sole discretion, reserves �e right to revi�w the insurance requirements and to rnake reasonable ac�justrnents to insurance coverage's and their limits wk�en deemed necessary and prudent by the City based upon changes in statutory ]aw, court decision or the claims history o£the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 9� days, and the i�surance 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 reasox�able requests %r deietion or revision ar rr�oclif'ications of particular policy terms, eonditions, ilXXll�atiOI]Sy or exelusians necessary to corifoz�nn tlZe policy and endorsemenis to the requirements of the Contraet. Deletions, revisions, or modi�'icatians shall not be required where poficy provisions are established by ]a�v or regulations binding upon either party or the underwriter on any such policie�. 14. City sha11 not be responsibie for the diract payment of insurance premium casts for Contractor's insurance. 5.[}4 Contractor's Insuranee A. Workers Compensatiorz and Employers' Lic�bility. C;ontractor shall purchase and maintam such insuranc� coverage with limits cozisistent with statutary benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 4D6, as amended), and minimum lunits for Ezx�ployers' Liab�ity as is appropria.te for the VVork being performed and as wi11 pro�vide protectian from. claims set forth be�Ow whieh may arise out of or xesult from Contractor's perfarmance of the Work and Contractor's other ob�igations under the Contract Dacuments, whether it i� to be performed by Contractox, any Subcon�ractor or Supplier, or by anyone directly or indirectlq employed by any of them to perfax-rm any of the Wor�C, or by anyone far whose acts any of them rnay be liab�e: 1. claims under woxkers' compensation, disability benefrts, and otrzer similar employee bene�it acts; 2. cla.ims for damages because of bodily injury, occupational sicicness or disease, or death of Contractor's employees. B. Comrnercial General Liability. Caverage shall include but not be linvted to covering liability (bodily injury or property darnage) arismg from: premises/operations, independent contractors, productslcompleted operations, persanal injury, and liability under an insured contract. Insurance s�all be provided on an occurrence basis, and as comprehensive as the eurrent Insurance Services Off'ice (ISO) policy. This insurance shall apply as primary insurance with respect to any otl�er CIT Y O� FORT WORT[-L 5TANQATtDCONS.TRUCTION SP�CtFICATlON DOCUMEN'C8 Revision: 82.'i/2�D21 oo�zoo-t GENERAL C01�� ITION 5 Pagc 19 of fi3 insurance or self-insurance programs affarded to the City. The Commercial General Liability policy, s�all have no exch.isions by endorsements tbat would al�er of nullify prcmisesloperations, produetslcompleted operations, contractual, personal injury, or adverti�ing injury, which are normally contained with the policy, unless the City approves such exclusions iri writing. For construction projects tba.t present a substantial completed operatian exposure, the City nnay require tke contractor to maintain camgleted aperations co�exage for a minimum of no less than tl�ree (3) years following the completion of the pro,�ect (if identif"red in the Supplernentary Conditions). C. Automobiie Liability. A comtnercial busi�ness auto p��icy shall provide covexage on "any auto", defined as autos ownecl, hired and non-owned and provide indemriity for claims for damages because bodiiy mjuty or death of any pexson and ar property dama.ge aris�g out of the work, maintenance ar use of any motar vehicle by the ContractQr, any Subcontractor or Supplier, or by anyone directl}r or �d'n-ectly employed by any of the�n to perform any of the Work, orr by anyone for w#�ose acts any of them may be liable. D. Railroad Protectiv� Liabiiity. If any of the work or any warr�nty work is within the limits of railroad right-of-way, the Contractor shall comply with the requireinents identif'ied in tlne Supplementary Condations, E. Notificatron of Podicy Cancellation: Contractor shall immediately notii�y City upan cancellatian or other loss of insurance coverage. Con�ractor shall sto}� work until replacement insura�ce has been procured. There shal� be no tune credit for days not worked pursuant to this section. 5.05 Acceptance ofBands and Insut-ance,• Option to Replace If City has any objection to the coverage afforded by or other provisions of khe bonds or insurance required to be purchased and maintained by tt�e Contractor in aceordance with Article 5 on the basis of non-confor�a�ce with the Contract Dacuments, ihe City shall so notify the Contractar in writ�ng within 1Q Business Days afterreceipt of the cerkificates (or other evidence requested). Coniractor sha.11 provide to the City such addiiinnal information iri respect of insurance provided as the City may r�asonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, t�e City shall notify the Contractor in rvritn�g af such failure prior to the start of the Wark, ar of such failure to maintam prior to any change in the requir�d coverage. ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES 6.01 Supe�vision and Superirttendence A. Contractor sball supervise, inspect, and direct the Work competently and effciently, devating sueh attention thereto and applying such s1c�71s and expertise as may be necessary to perform the Work � accordance with the Contract Documents. Contractor shall be solely responsble for the means, methods, techniques, sequences, and pracedures of construction. CITY OF F012T WdAT�i STANDARDCOIVSTRUCTION SPECIFICATION DOCiJMENTS Revision: 82'�2021 p07200-1 GE�l�RAL COND ITION S Page 2Q of 63 B. At a13 tin:zes during the progr�ss of khe Work, Contractor shall assign a competent, EngIish- speaking, Super�tendent who shall not be rep�aced without written notice to City. The Superintendent w�71 be Contraetar's representative at the Site and shall have authority to act on behalf of Contractar. All communication given to or received from the Superivatendent shall be bumding on Contractar. • C. Contraci�r shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.q2 Lr�bor; WorkingHours A. Contractor shall provide competent, suitably qualif'�ed per�onnel to perfortn conshuction as requireci by the Contract Docurnents. Contractar shall at all tnnes main�ain good discipline and order at the Sita. B. Except as otYrerwise required for the safety or protection af }�ersons or the Wark or praperty at the Site or adjacent thereto, an.d except as otherwise stated in the Contract Documents, alI Work at the Site sha�1 be performed dura�g Regular Worl�ing Hours. Contractor wi� not pe�nit the performance ai Work beyond Regu�a.r Working Hours or for Weekend Working Hours without City's written consent (which wiu nat be u�reasanably withheld). Written r�ques# (by l�ttear or electronic communication) to perforim Work: far beyond Regular Workmg Hours xequest must be made by noon at least two (2) Business Days pr�or 2. for Weekend Working Hours request xnust be made by noon of the preced�ng Tharsday 3. far legai ho�ida.ys request must be rriade by noon CWO BU5ll7�5S Days prior to the legal holiday. 6.03 Servaces, MateNials, and Equip�ent A_ Unless atherwise speciiied rn the Contract Docuznents, Con�raetor shall provide and assume full responsibility far all services, rnaterials, equipment, labor, transportation, construction equipment and machinery, tools, appli,ances, fuel, power, light, k�eat, telephane, water, sanitary faci7ities, te�aporary facilities, and ail otber facilities and ineidentals necessary far the performance, Contractor required testing, start-up, and cornpletion of the Work. B. All materials and eqtupmenk incozparated mto the Work shall be as specified or, if not specifed, shall be of good quality and naw, except as otherwise pro�ided i� the Contract Dacuments. All special warranties and guarantees required by the 5pccifica�or� shall expressly run to the benefit of Ciiy. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the saurce, kind, and quality of materials and equipment. CTTY OF FORT WORTH STANDARDCDNSTRIlCT[QN SPECIFICATION DOCi1MENTS Revision: $��1 oa�zno-� GENERAL CONUITION S Page 21 of 63 6.04 , 1� C, All materials and equi�ment to k�e incorporated into the Work shall be stored, applied, installed, connected, erected, pratected, used, cleaned, anci conditioned i�n accordance with mstructians af the applicable Suppliar, except as atherwise may be prnvided iri the Cantract Documents. D. All iiems of standard equipment to he incorporated inta the Work shall be the l�test model at the time of bid, unl�ss otherwise speci�'ied Praject Sehedule A, Contractor shall adhere to the Pxa}ect Schedule established in accardance with Paragraph 2.07 and the General Raquirements as it znay be adjusted from time ko lime as provided �elov✓. 1. Contractor shall submit to City far acceptance (to the extent indicated in Paragraph Z.07 and the General Requirements) proposed adjustments in tha Project Schedule that will not result in changing the Cantract Time. Such adjusiments wili comply wsth any provisians of the General Requ�rements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a tx�onthly progress payment for the dura�ion of the Contract in aceardance with the schedule speciilcation Ql 32 lb, 3. Proposed adjustments in the Project Schedule that will suhmitted in� accardance with the requiraments of Article may only be made by a Change Order. S'ubstitutes and "Or-Equals" change the Con�ract Time shall be 12. Adjustments in Contract Time A_ When��er an item of material or equiprnent is specif'�ed ar descrrbed in the Cantract Documents by usmg the name of a proprietary item or ihe name of a particular Supplier, the spec�cation ar description is intended to establish the type, function, appearance, andquality required. Unless the speci�cation or description contains or rs follovved by wards reading that no like, equivalent, o�r "or-equa.P' item or no substitution is permitted, nther items of rnaterial or equipment of otner Suppliers may be submitted to City for review under ihe circumstances descrrbed below. I. "Or-Equal "Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionaliy equal to tl�at named and sufficiently similax sa that no ehange in related Work w�l be requirecl, it may be considered by City as an "or-equal" item, in which case review anei approval of the proposed item may, in City's sole discretion, be accomplishe ci without comp�iance with saxne or all of the requiprexnents for approval of proposed substitute items. For the purposes of this Paragraph 6,OS.A.1, a proposed item of material or equiprnent will be considered functionally equa1 to an item so nanned if: a. the City determines that: I} it is at least eyual in materials of cor�struction, quality, durability, appearance, strength, and desig�n charac�eri�tics; CLTYOFFQRT WOATH 5TAN17ARDCONSTRUC7'lON SP�CIFiCATION DOCUHIEN"i'S Revision: StL'�202:1 00 �a oo - i GENE�iAL CQNO ITION 5 Page 22 of 63 2) it wil� reliahly perfortn at least equally weA the function and achie�e the results impased by the design concept af the completed Project as a functionmg whole; and 3} it has a proven record oi perforrnance and availability of responsive serviee; and b. Contractor certifies tl�at, � approved and incorparated ivato the Work: 1) t�aere will be no increase in cost tn the City or increase in Contract Tgne; and 2) it will conform sub�tantially to the detailed requirements af the �tem named in the Contract Documents. 2. Substitute Items: a. If m City's sole discretion an item of mat�rial ar equi�ment praposed by Con�ractor does not qualify as an "or-equal°' item under Paragraph 6.OS.A.1, it may be submitted as a praposed substitute item. b. Can�ractar shall submit s�x�ficient mforcnation as provided below to allow Ciry ta determine if th� itam of material ar equipment proposed is essent�ally equivalent to that named and an acceptabi� substitute there�or. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone ather than Contractor. c. Conl�actor shall rnake written applicatian to City %r revier� of a proposed substatute item of materi�l ar equiprnent that Contxactoc seeks to furnish or use. The applicatian sk�all comply with Section O1 25 00 and: 1) shall certify that the proposed substi�tute item will: a) perform adequately the functions and achieve tlie resu�s eaIled for by the general design; b) be similar in substance to that spec�ed; c} be suited ta the same use as that specif"ied; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's acl�ievexnent oi final completion on time; b) whether use of the proposed substitute item in the Work w�i require a change in any ai the Contract Documents (or in the pror�isions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute itern; ciTvor• roxT wn�trx STANllAftDCONSTR[�CT[ON SPECIF[CATION DOC[]IvIENTS L2evision: 8rL3f1A21 oo7zoo-� GENERALCON�ITION S Pag� 23 of 63 c) whether �ncarporation or use of the praposed substitute item in cannection with the Woark is subject to payment of any license fee or royalty; and 3) will identify: a) all variations af the proposed substitute item from that specifed; b) available engineermg, sales, maintenance, repair, and replacement services; and 4) shav contain an itemized estimate of aIl casts or credits that wiIl result direct�y or indirectly From use of such substitute item, i�n.cluding costs of redesign and Damage Claims of other contractars affected by any result�g c�aange, B. Substitute ConstructionMethods arProced�res: If a specif'ic zx�eans, method, technique, sequence, or procedure of construction �s expre�sly required by the Cantz�act Documents, Cantractor may fiunish or utilize a substitute means, method, technique, sequence, or procedure of constxuction appraved by City. Contractor sh.a�l submit sufficient informatian to allow City, in City's sole discretion, to deternvne that the substi�ute praposed is equivalent to that expressly called for by the Contract Documents. Contrac#or shall make written application to City for review in the same mannex as thase provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each prapasal or submittal made pursuant to Paragrapiis 6.05.A and 6.OS.B. City may require Contractor to furnish additional ciata abaut the proposed substitute. City wiil be tlie sole judge of acceptability. No "or-equal" or substitute will be ordared, installed or utilized until City's review is complate, which vvill be evidenced by a Change Order in the case of a substitute and an accepted Submittal %r an "or-equal," City will advise Contractor in writing of its detei-mination. D. Special Guar�antee: CiLy rriay require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respec# �o any subsiitute. Contractnr shall indemraafy and hold ha�tndess City and anyone dtreetly or indir�ecfly ernployed by therra f�-om and against any and all claYms, datrrages, losses and expens�s (ittcluding attoYneys feesJ arising out of the use af substituted materials at- equipment. E. City's CostReambursernent: City will record City's costs in evaluatuzg a substitute progosed or submitted by Contractor pursuant to Paxagraphs 6.05.A.2 and b.05.B. Wh,ether or not City approves a substitute so proposed or subrnitted by Contractor, Contractor may be required to reunburse City for evaluating each such proposed substitute. Con�ractior may also be required to reimburse City for the charges far making changes iz� the Contract Docurnents {or in the provi�ions of any other direct contract wit� City) resulting frorr► the acceptance of each proposed substitute. F. Contractor's Faeperr�se: Contractor shall provida all data in support of any proposed substitute or "ar-equal" at Contractor's expense. CiTY OF PORT WdRTH STANDARI7CONSTRllCTlOiJ SPECIFICAT[OM I30CUMEiVTS Revision: 8f��1 0072OD-1 GENERAL C4NbI�lON S Page 24 of 63 G. City Substitute Reirnbursement: Casts (savings or charges) attrbutable to acceptance af a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional t'vme w�l be granted for substitutions. 6.06 Cancerning S'ubcontractors, Suppliers, and Others A. Contractor shali perform with his own organizatian, wark of a �alue not less tiian 35% oi the value embraced an the Cont�act, unless othezwise approved by the City. B. Cont�ractor shall r�ot employ any Subcontractor, Supplier, or other mdividual or entity, whether inrtially or as a repla.cetnent, against whom City rn�y have reasonable objection. Contractor shall not be requi�ed to employ any Subcontractor, Supplier, or other izxdividual or entity to furnish or perform arry of the Work against wvhonn. Contractor has reasonable objection (excluding thase acceptable to City as indicated in Paragraph 6,Q6.C). C. The City rr�ay fram time to titne requixe the use of certain 5ubcontractors, Su�pliers, or other indivrduals or entities on the project, and will provide such reqtiairements in the Supplementary Co�ditinns. D. Minorily Business Enterprise Compliance: It is City policy to ensure the full and equitable participation 6y Minoxity Business Enterprises (MBE) u� the procurement af goods and services an a contractival basis. Ifr the Contract Dacurnents provide for a MBE goal, Con�ractor is require d to camply with the intent of the City's MBE Qrdinance (as amended} by the followirig: 1. Caniractar shall, upon request by City, provide connplete and accurate infornr�ation regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, delefions, or substitutians of accepted MBE without written conseni of the Cflt�+. Any t.uzjustified change or deletivn shall be a material breach of Contract and may result in debarment in accardance with the pracedur�s autlined in the Ordinan.ce. Contractor s4iall, u}�on requestby City, allow an audit and/or exaznination of any books, records, ar files iu the possession of the Contractar that will substantiate the actual wark performed by an MBE. Material misrepresentation of any nat�u�e will be grounds for �ermuiation of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for d�squalificatian of Contractar to bid on future contxacts with the City for a period of not less than three years, E. Contractor shall be fully respons�le to City for all acts and omissions of the Subc�ntractors, Suppliers, and nther individual� or enrities perforn�in.g or filmi�hing any of the Waxk just as Contractor �s responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STF�I�I}ARDCdIV5TRF1CilON SPEC.IFICATION DOCUMENTS Revisian: 8232�1 007200-1 GEN�FZALCAN�ITIONS Page 25 of 63 6.07 1. shall create for the benefit of any such Subcor�tractar, Supplier, or other individual or entity any contractual relatianship between City and any such Subcontractor, Supplier or ather individual or ent�ity; nar 2. shall create any ob�iga�ion on thc part of City to pay or to see to the payment of arry moneys due any such 5ubcontraetor, 5upplier, or other i�dividual nr entiLy except as may otherwise be required by Laws and Regul�tions. F. Cantractor shall be solely responsible for scheduling aud coordu�ating the Work of 5ubcontractars, Suppliers, and other indivuluals or entities perforrnnag or furnishing any of the Work under a direct ar mdirect contract with Contractor. G. All 5ubcontract+ors, Suppliers, and sueh other individuals or entities performing or furnishing any of the Wark shall comrnunicate witli Ciry through Coniractox. H. Ail Work performed for Contractor by a Subcontractor or Sugplier will appropriate agreement between Contraetor and the Subcontractor or Supplier binds the Subconis'actor or Supplier to the appficable terms and conditions Documents for ihe benefit of City. Wage Rates be pursuant to an wiuch specifically of the Contract A. Duty to pay Prevailing Wage Rates. The Contractor shal� eomply with al� requirements of Chapter 2258, Texas Government Code (as amended), includ'mg the payment oinot less than the rates determined by ihe City Council oi the Ciiy of Fart Worth to be the prevailing wage rates in. accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty fo� Violatian. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by �he CiLy, pay to the City $60 for each warker emplayed for each calendar day or part of t�e day that the vvorker is paid less than the prevai�ing wage rates stipulated in these contract documents. T�vs penalty shall be retained by the City ta offset its adzninis�rative co�ts, pursuant to Texas Government Code Z2S8.023. C. Complaints of Violations and City Deterrnination of Good Cause. On receipt of information, mcluding a complaint l�y a worker, cone�rning an alleged violation af 225$.023, Texas Governnaent Code, by a Cantractor ar Subcontraetor, the City shaD make an initia! determination, before the 31�t day after the date the City receives the informat'ron, as to whether good cause exists to behev� that the violation �ecutred. 'I'he City shall notify in writing the Contractor ar 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 oz claimants as the difference batr��eenwagespaid andwages due under the grevailu�g wage rates,such amounts being subtracted from successive progress payments pending a final determination of the violatzan. CITY OF �'ORT WORTH STANDARDCOMSTRUCTiON SPGCIFlCA71DN UOCUMEI+ITS Revisinn: &23�121 oo7aao-� GENERAL CONO ITION S Page 26 of 63 D. Arbftration Required if Violatiora NotResolved. An issue relating to an alleged viola.tion of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affectedworker, sha�l be submitted to bmdirig arbiiitration in accordance with the Texas GeneraI Ar�itration Act (Ar�icle 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected woxker does not resoi�va the issue by agree�nentbefore the 15th day af�erthe datethe City makes its initial detertnination pursuant to Paragraph C above. If the persons required to arbitrate under this sectian da �ot agr�� on an arhitrator before the I 1th day after the date tha.t arbitration is required, a district court sha�1 appaint an arbitrator on the petrtion af any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator �s final andb�d'mg an a1I parties and may be enforced in any courk of competent jurisdiction. E. Records to be Maintairaed. The Contractor and each Subcontractor shall, for a period of three (3) yea�rs follow�ng the date of acceptance of the wark, maintain records that show {i) the name and occupation of each worker employed by �the Contractor in the construction af the Work provide d for in. thi� Contract; and (u) the actual per diem wages paid to each worker. The records shall be open at a�l reasonable haurs for inspeciian by the City. The provisions of Paragaph fi.23, Right to Audit, shal� pertain to thi� inspection. F. P�ogress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall subrnit an af�davit stating that the Cont�acior has complied with the requirements of Chapter 2258, Texas Govez�ment Code. G. Posting of Wage Rates. The Contz'actor shali post prevaiiing wag� rates in a conspicuous place at aIl tirnes. H. Subcontractor Compliance. The Contractor shall mclude m its sut�caniracts and/or shal� otherwi�e require all of its Subcontractors to compiy with Paragrapi�s A through G above. 6.08 PatentFees atad Royaliies A. Cantractor s�all pay all license fees and royalties and assume afl costs incident to tile use in the perfor�nance of �he Wark or the incorporation ua the Wark af any invention, design, proeess, product, or device which is tt�e subject of patenY rights or copyrights held by athez�s. If a partieular invention, design, process, product, or d�vice is spec�ed in the Contract Documents for use in the perfarmanca of the Woric and if, to the actual lrnowledge of City, its use is subject to patent rights ar copyrights calling for tl�e payment of any �icense fee or royalty to others, the e�ster�ce of such rights shall be disclosed hy C�ity in �he Contract Dac�nnents. Fa�ure of the City to disclose such information does not relieve the Contrackor from its obligations to pay far the use of said fees oar royalties to athers. B. Ta the fullest extentpermitied by Laws anc� Regudattons, Cont►-actor shald andemnify ctnd halrl harmless Ciiy, from and agarnstall claim.s, costs, losses, a.nd damages (inciuding but not limited to all fees c�nd charges of engineeYs, architects, aitor�neys, and other professionals cand aIl court or arbitration oY other dispute resalution costs) arising aut of or relating ta an,y infringement of patent raghts or copyrights incident to the use in the perforrnance ofthe Work or resultingfrom CITY OF FOR'T' WORTH STANQARDCdNSTRUCTiQN SPECIFICATfON DOCUMEN'P5 Revision: 82'�LOZI oo�zoo-i cFN�Rnt co�oiria� s Page 27 of 63 the incorporatinn in fhe Work o,f any invention, design, �rocess, product, or device notspecified in tlte ContractDocuments. 6.09 Permits ctnd Utilities A. Contr�ctor obtained peYmits and dicenses. ConiGractor shau obtain and pay for all construction permits and Iicenses exc�pt tIaase provided for u� the Supplementary Conditions ar Cnntract Documents. City shall assist Cantractor, when r�ecessary, in obtaining such permits and licenses. Contractor shalI pay all governmenta! charges and inspection fees necessary for t�e prosecution of the Wark which are applicable at the time of opening of Bids, or, if there are no Bids, on the Eifective Date of t�e Agreement, excapt for p�rmits provided by t.�e City as specified 'ui 6.09.B. City shall pay all charges of utility awners for connections f�r providing permanent service to the Wark. B. City obtuinedpermitscandlicenses. Citywill obtam andpay for all permits and licenses asprovided for in the Supplementary Conditions or Contraet Docucnents. It will be the Contractor's responszbility to carry out the provisions of the permit. If the Contractor initiates changes to the Can.tract and the City approves the changes, the Contractor �s respons�ble for o�tau�ing clearances and coordinatir�g with tkie appropriate regulatory agency. The City will not reimburse the Contractar far any c4st assaciated witl� these requffements of any City acquired pernut. The following are permits the City will ohtain if required: 1. TexasDepartmentofTransportationPermits 2. U.S. Army Carps of Engu�.eers Permits 3. Texas Conunission on Environmental Quality Permits 4. Railroad Company Pernuts C. Outstandfrag pe�mits carad licenses. The City ant�cipates acquisition of andlor access to pertnits and licenses. Any outstanding permits� and licenses are anticipated to be acquired in accnrdance with the scheduZe set forth in the Supplernentary Condrtians. The Pra�ect Schedule submitted by the Conbracto�in accordance with the Coniract Documents must cgnsider any outstanding permits an.d licenses. 6.1fl Laws and Regulatians A. Contractor shall give aIl notices required by and sha1l comply with all Laws and Regulations applicable to the performance of the Wark. Except where ott�erwise expressly required by applicable Laws and Reg��lations, the City shall nat be responsble for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor perforrns any Work knawsng or having reason to know that it �s conirary to Laws ar Regulations, Contractar shall bear all claims, costs, losses, and darnag�s {including but not limited to all fees and charges of engineers, architect�, attomeys, and other professionals and alt Cl"i'YOFF'ORT WORTH STANDARDCONSTRUCTIpN SP8CIFICATIQN DOCiT�vIENT5 Revisiorr 82'i2021 00 7z aa- � GEN�RAL CDIV� ITIOM 5 1' age 28 of 63 court or arbitration or ather dsspute resolution costs) axising aut of ar relating to such Work. However, it shall not be Conlractor's respansib�ity to make certain that the Speci�ications and Drawings are in accordance with Laws and Regc�lations, �ut this shall not relieve Contractor of Contractar's obligations ux�dex Paragraph 3.02. C. Changes in Laws or Regu�ations nak known at the tirne oi opening of Bids having an effect on the cast or time of performance of the Work may be the subjeet of an adjustment in Con�ract Price or Contract Time. fi,11 Taxes A. On a contract awarded by the City, an organization which qualifies fox exemption pursuant to Texas Tax Cade, Suhchapter H, Sections 151.301-335 (as amended), the Contractor maypurchase, rent or lease all rnaterials, s�pplies and equipment used or cnnsumed in the performance of ihis contract by issuing to his supplier an. exexnption certiiicate in lieu of the tax, said exemption certificate to camply with State Comptroller's Ru�ing .007. Any such e�emption cert�cate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Rul'mg .Ol l, and any otller ap}�licable rulings pertaining to fihe Texas Tax Code, Subchapter H. B. Texas Taxpermits and in%rn�a�on may ba obtained frpm: Cornptroiler of Public Accounts Sales Tax Division Capitol Station Austin, TX 787I1; or 2. ht� s� .w �r�4 . W wQG., . �.at:.. t.: ,��,��a�faita.�omsi� i-i�r�.html 6.12 Use of 5ite and OtherAreas A. Li.rraitation on Use of Site and Other Areas: Cozxt�actor shall conf"rne construction. equi�ament, the siorage of materials and equipn:�ent, and the opearations of warkers to t�e Site and otber areas pemutted by Laws and Regulations, and shall not unreasonably encumber the Site an.d otk�er areas with eanstruction eyuipment or other materials or equiprnent. Cantractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereaf, or of any adjaeent Iand qr areas resulting from the perfo�ance of the Work. 2. At any time when, in �he judgment of the City, the Contractor has obstructed or ciased or is carrying on operations in a portion of a street, right-af-way, or easement greater than is necessary for proper execution of the Work, the Cifiy may require the Contractor to fmish the section on which operations are ia grogress before work is cotxnm.enced on any additional area of the Site. CITY OF FOR'1' WORTH STANDARI)CONSTRUCTEON SP�CIF[CAT[ON DL7CUM�NTS Revision: STL'�Ill121 0072Dp-t GENERAL CONDITION S Page 29 of 63 3. Should any Damage C�aim be made by any such owner or occupant because of th� perfornnance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall andemnifyand hold harmless City, fram and ugainst all claims, costs, losses, and dcamages arising-out ofor Yelating to any claim ar actron, leg�l or equitable, bt�ought by any such owner or occupant against City. B. IZemoval of Debri� D�ring Pet-formance of the YTFor�k: Dur�ng the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubb�s h, and other dehris. Removal azxd disposal af such waste materials, rubbish, and other debris shall conform to applicable Laws and Regula.tions_ C. Site Maintenance Cleanfng: 24 hours after written notice is givan to tkle Cantractor ihat the elean-up on the job site is proceeding in a manner unsatisfactory to tihe City, if t'he Contractor fails to correct tl�e unsatisfactory procedure, the City may take such direct action as the City deems apprppria.�e to carrect the clean-Up deficiencies cited to the Contractar in the written r�otice {by letter or elec�-anic comrnunicatian), and the costs of such dir�et action, plus 2S % of such costs, shall he deducted frn�n the monies du� ox to become due to the Cantractar. D. Final Site Cleaning: Priar to Final Aeceptance af' the Work Contractor shall clean tl�e Site and the Work �nd make it ready far utilization by City or adjacent groperiy nwner. At the coznpletion of the Worlc Cantractor shall remove from the Site all taals, appli�nces, cons�ction ee}uipment and machinery, an.d surplus materials and shall restore to original canditian or better all property ciisturbed by the Wor�. E. Loading Structures: Cantractor shall nat ioad nor permit any part of any structure ta be loaded in any mariner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endang�r it. 6.13 Record Documents A. Contraetor shall maintairi in a safe pla.ce at the Site or in a place designated by the Contractar and approved by the Ciry, one (1) xecord copy of all Drawings, Spec�cation�, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in �ood order and annotated ta show changes made during construction. These recard doc�aments together with all approved Sarnples and a counterpart of all accepted Subnaitfa.ls will be available to City for reference. Up� completion of the Work, �hese record documents, any aperation and rnaintenance rnanuals, and Submittals wiil be delivered to City prior to FinaS Inspection. Contractar shall include accurat� lacations for buried and unbedded items. 6.14 Saf ety and Protection A. Contractor shall be solely respansibl� for initiating, maiu�taining and supetwising all safety precautions and progranas in connection with the Wark. �uch responsi�ility does not relieve Subcontractors of their xespansibility for the saf�ty of per�ons ar property in the performance of their wozlc, nor for compliance with applieable safety Laws and Regulations. Contractor shall ciTvt�� �a��r wo�T� STANDARDCONSTREICTIbN SPECIF'ICATI(iN T70CUivIENTS Revisian: S/L'5�21 U07200-1 GENERAI.CONDITIDN S Page 30 of d3 talce all necessary precautions for the safety of, and shall provide the neaessary protection �o prevent daznage, u�jury or Ioss to: 1. alI persons on the Site or who may be affectedby the Work; 2. all �the Warlc and materials and equipment to be incorporated therein, whether in storage on or aff the Site; and ot�er property at the Site or ad,�acenk thereto, including trees, shrubs, lawns, wallcs, pavements, roadways, structures, utilities, and Under�round Facilities not designated foT removal, relocation, or replacexnent in the course of construction. B. Contractar sha�l comply with all applicable Laws and Regulatians rel�ting ta the safety of persons ar property, or to �lie grotectinn of persons or property from damage, injuty, or Loss; and shall erect and maintaim all necessary saf�guards for such safety anci protection. Contractor shall notify owners of adjacent property an,d of Underground Facilities and other utility owners when prosecutian af the Work z�nay affect them, and sha.11 cooperate with them � the protectian, removal, reloeation, and replacement of their property. C. Contractor shall comply with the app�icable requirements of City's safety programs, if an}�. D, Contractor shall itiform City of the spec�c requrrernen�s of Contractor's safety program, i� any, with which Gity's employees and xepresentatives rnust com�Iy whi�e at the Site. E. All damage, �jury, or loss to any property referredto m Paragraph6.14.A.2 or 6.14.A.3 caused, directly or mdirectly, in �ho1e or in part, by Conttactor, any Subcontractar, Suppliex, or any other individual ar ent�iy directly ar indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them ma.y tae liable, sha11 be remedied by Conkractox. F. Contractor's duties and responsibilities for safety and far protection af the Work shal! continue until such tizrie as all the Work is completed and City has accepted the Work fi.1S Safety Representative Contractor shall inform City iri writing of Contractor's designated safety representative at th� Site. 6.16 Hazard G'ommunicat�an Pxogt-ams Contractor shall ba responsxble for coord'mating any exchange of material safety daka sheets or other hazard communication inforznation required ta be made available to or exchanged between ar among en�players in accordance with Laws ar Regulations. 6.17 Emergencies arad/o�-Rectifcation A. In emergeneies affecting the safety ar protection of persons or the Work or properiy at the Site or adjacent thereto, Contractor is obIigated to act to prevent ihreatened c�arnage, injury, ar lo5s. Contractar shall give City prorr�pt written natice if Coniractor believes that any significant CITY OF FORT WOIZTII STAN[7ARDCONSTRUC710N SPBCIFICA3'i0N QOCUNIENTS Revision: StL32[ill OU7200-1 GENERAL CONp IT 10 N S Page 31 of 63 changes in the Work or variations from t1�e Contract Documents have b�en caused tlaereby or are required as a result thereof. If City deternvnes tiiat a change iu� the Contract Docurnents is required because o�the action taken hy Cnntractor in response to such an emergency, a Change Order znay be issued. B. Should the Contractox fail to re�pond to a request from the City to rec�ify any discrepancies, omissions, or carrection neces�ary to conform with ihe requirements of the CQntract Documents, the City shall gi�e tlie Cantractor written notice that such work or changes are to be perform.ed. The wr�,ten notic� shall direct attention to the discrepant condition and request the Cantractor to take remedial action to correct the can.dition. In tl�e event the Contractor does not take positrve steps to fulf�ill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such reznedia.l action with City forces or by contract. Th� City shall deduct an arnount equal to the entire costs for such remedial actian, plus 25°/a, frorn any fund� due or become due �e Cantraetor on the Project. 6.18 Sacbmittals A. Contractor shall suhmit required Submittals to City for review and acceptance in accordance with the accepted Schedule of 5ubmittals (as required by Paragraph 2.0�. Each submittal will be identified as City �may require. l. Submit numbex of copies specified in the Genexal Requirements. 2. Data shown on the �ubmittals will be complete wi�h respec�to quantities, dirriensions, specified perfortnance and design criteria, rnaterials, and similar data to show City the services, materials, and equipment Contractar proposes to provide and to enabie City ta review the informatian for the limited pwpases required by Paragraph 6.18.C. 3. SubmittaL� submitted as �►erein providad by Contractor and review�d by City for conform�.nce with the design concept shall be executed it� conformity wrth the Contract Documents unless aiherwise required by City, 4. When Submittals are submitted far the purpnse of showing the installation � greaier detail, their review shall nat excuse Contractor from requirements shown on the Drawings and Speciiications. 5. For-Informatian-Only subtnittals upon which the City is nat expected to conduct review or take responsive action may be so identif'1ed ir� the Contract Documents. 6. 5ubtnit required number of 5amples specifi�d an the Speci�catians. 7. C�early identify eaeh Sarnple as to material, Supplier, pertinent data such as catalog numbers, the use for which intended anc3 ntYier data as City may require ta enable City to review fhe submittaI fnr the litnited purposes required by Paragaph 6.18.C. CiTY OF �ORT WOItTH STANDARDCONSTRUCTfON SPECIFICATItliJ DOCi1MENTS Reviseon: 8i312A�� OU 72 0d -1 GENEF2AL CON�ITION 5 Page 32 of 63 B. Where a Subs�itial is required by the Contract Documents or the Schedu�e of Submittals, any related Work performed �riar to City's review and acceptance of the pertinent subm�tal will be at the sole expense and respons�bility of Cantractor. C. City's Review: City will provide timely review of required Submittals in aceardance with the Schedule of Submittals acceptable to City. City's xeview and acceptance will be only to deternvne i� th� items cavered by the submitta�s will, after ttastallation or incarporation in the Work, conforrn to the snformation given in the ContractDocuz�aents and be compat�ble with the design concept of the co�aapleted Project as a functioning whole as indicated by the Contract Docuznen�s. 2. City's re�iew anci acceptance will not exter�d to means, methads, techniques, sequences, or procedures o£ canstruction (except r�vherc a particula.r mea�s, m�thocl, technique, sequer�ce, or procedure o£ construction �s specifrically and expressly called for by the Cantract Doeuments) or to safety precautians or programs in.cident thereto. The reuiew and acceptance of a separate item as such will not indicate approval o£ the assernbly in which the itezx�. functians. 3. City's review and acceptance shall not r�lieve Contractor from responsibility for any variation from the requi�rements of the Contract Documents unIess Contractar has complied with the requirements of Section 41 33 00 and City has given written acceptance of eaeh such variation by spec�c wriiten notation thereof incorporated in ar accompanying the Submii�aL Ciry's review and acceptance shall not re�ieve Contractor from responsibiliry for cozx�plying with the r�quirements of the Contract Documents. 6.I9 Continuingthe Work Except as othez�wise provided, Contractor shall cazry on the Work and adhere to the Project ScheduIe durin� all clisputes or disagreernents with City. Na Wark sha11 be delayed or postponed pend�g res�lution of any disputes ar disagreements, except as City �nd Contractar may otherwise agree in writing. 6.20 Cantractof-'s General Wa�r�nty and Guarantee A. Coniractor warrants and guarantees to City that all Wor� will be in accarda.nce with the Coni7ract Documents and will r�ot be defecti�re, City and its officers, di�ectors, members, partners, emplayees, agents, consultants, and subcontractars shall be entitled to rely an representation of Contractor's warranty and guarantee. B. Corztractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or irn�proper mamtenance or operation by persons other than Contractor, Subco�.tractors, Suppliers, or arzy other mdividual or entity for whom Contractor is responsible; or Cll'Y OP FORT pVORTH STANDARIICONSTRUCTION 5PEC1F1CAT10tJ DOCli1VILT1T5 Revision: 8�Z�2(}21 00 �z ao - i GEN�RAL CONOITION S Page 33 of 63 2. nonn:�al wear and tear under normal usage. C. Contractor's obligation to perform and coznplete the Work in accardance wrth the Contract Docurnents shall 6e absnlute. None of the folfowing will constitute an acceptance of VVark that is nat in accordance wi�h the Con�ract Doc�aments or a release af Contractor's obligation to perfortn tl�e W'ork in accarcla.nce wi�h the Contract Documents: 1. observations by City; 2. recommendatian ar payment by City of any progress pr final payrnent; 3. the issuance of a certificate of Final Acceptance by Gity or any payrnent related thereto by City; �4. use or occupancy of kbe Worl� or any part thereof by City; 5. anyreview and acceptance oia Submittal by City; 6. any inspection, test, or approval by others; or 7. any correctian of defective Work by City. D. The Cantractar shall remedy any d�fects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of twa (2) years from the date of Final Acceptance oithe Work ut�ess a longer �eriod is specified and shall fumish a�aod and suificient main.tenance band, complying with the reqnirements of Articte 5.02.B. The City wiIl give notice of observed defects with reasanable promptness. 6.21 Indemnification A. Contractor covenants and a�rees ta indemnify, hold hazmless and defend, at its or�n expense,the City, its officers, servants and employees,from and against any and all claim� arising aut o� or alleged to arise out o� t�e wark and services to fae performed by the Contwactor, its okficers, agents, employees, subeontractors, licenses or invitee� nnder tWs Contract. TH�S iNDFMNiFICATION PRQVISION IS SPECiFICA1,I.Y i TENDED TO OPFRATF AND RF FFFE�'TI .VFN iF jT iS A,,.[: .D OR PR[�VFN TH T ALL OR SOM . OF T F. IIAMAGF� RF,TNf: �(ii1GHT .RF C'A TSED_ iN WHCII.F, [7RIN PART, SY ANY AC'T� OMISSIQN OR NEGLIGENCE O�HF .__�TY, This indemnity provisiom is intended to incIude, without limita�ion, indem�uity for costs, exp�nses and le�al fees incuirred hy the Cityin de�'ending against such claims and causes oFactions. B. Contractarcavenantsandagreestoindemnifyandholdhat�aless,atitsownexpense,theCiiy, its officers, servants and employees, from and against any and all lass, damage or destruclian of propet�y of the City, arising out o� or alleged to a�ise aut o� the work and services to � performed by the Cnniractor, its o�ccrs, agents, ernployees, subcontractars, licensees or invitees under this Contract. THjS iNDEMNiFICAT ON PR[IViS�nN YS CITYOF FQRT WORTC{ 57'ANDA1tDC4N5TRUCTIOM SPECiF[CATlQR� DOCL7MENT5 l�evision: 6�1 oa7zoo-� GENE�ALCONDITIONS Paga 3A of 63 ' \ � i � � ' i . . \ � :. � I i_ \ �� — -`"�.—s�� , _,- �- �_: ��f � .__�-u: � . �_� .�_ ; N . � �_ � _ . � � ._ : ; . � u � � � ;, u _. _ � _� 6.22 Delegation of Prnfe�sional Design Services A. Contractor will not be required to provide professional design services unless such ser�ices a� speciftcally required by the Contract Docurnents for a portion o£ the Work or unless suchservices are required to carry out Contractor's responsibiIi�ies for canstruction means, methods, techniques, sequences and procedures. B. If professional design servi.ces ar certifications by a design. professiana! related to systems, materials or equipment are specif�i�caliy requ�red of Contractor by the Contract Docurnents, City will specify all performance and desig� criteria that such services must satisfy. Contractar shall cause such services or certifications to be provided by a�roperly licensed professional, whnse signaiure and sea! shall appear on ail drawir�gs, calculations, specif"ications, cez-kif'icatians, and S�abmittals prepared b�r such professional. Submittals related to the Wark designed or certified by such professional, if prepared by others, shal� bear such professional's written apprnval when submitted to City. G. City shal! be entitled to rely upon the adequacy, accuracy and campletaness of the services, certifications ox approvals perfor�ned by such dasign professianals, provided City has �pec�ed to Contraetor perfor�nance and design cri�eria. that such services �st satisfy. D. Pursuantto this Paragraph 6.22, City's review and acceptance of design calcuiations and design draw�gs wi� be only fox t�e limiied purpos� of checking for conformance with perforn�ance and design criteria given anci the design concept �xpressed in the Contxact Documents. City's review and aceepta.nce of Submitta�s (except design caIculations and design dxawings) witl be only for the purpose stated in Paragraph 6.18,C. 6.23 Right to Audit A. Tl�e Ca�atxactor agrees that the Ciry slaall, until the exp�ration of three (3) years after final payment umder this Contract, have aceess to and the right to e�tamine and photocopy any du�ectly pertinent books, documents, papers, and records of the Contractor mvolving transactions rela.tmg to tivs Contract. Contractor agrees that the City shall have access duru�g Regular Working Hours ta all necessary Contractor facilities and shall be provided adequate and appropriate work space it� order to conduct audits m compliance with the provisions af this Paragraph. The City shall give Contractor reasonable advance notic� of intended auclits. B. Cantractor further agrees to include in afl iis subcontracts hereunder a pravision to the effect that the subcontractor agrees that the City shalI, unt� the expiratian of tbree (3) years after �'inal payment under this Contraet, have access to and the right to exam�in.e and photaca�ay any directly pertinent books, dncuments, papers, and records of such Subcontractor, involvitig �ransacti�ns ta the subcontract, and fi�rther, that City shall have acc�ss during Regulaz' Working Hours to all CITY OF FORT WOItTN 8Tr1NDARQCOlVSTRUCTiON SPGCIF[EATiON I70CUM�A'TS ite�ision: 8?3I�U21 oo7zan-� GENERALCONpITIONS Page 35 aF 63 Subcontractor facilities, and shall be provided adequate and appropriate work space irz arder to conduct audits in camp�iance with the provisions of this Paragraph. Th� City shaU give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subeontractor agree to photocopy such documents as znay be requestedby the City. The City agrees to reiannburse Contractor for t4�e cost of the copies as follaws at the rate published iri t�e Texas Adminis�rati�e Code in eFfect as of the time copyirig is performed. 6.24 Nonrliscrimincaiion A. The City is responsibl� for aperatirmg Public Tran�portation Prngrarns and implem�nting transit- related projects, which are funded � part v�rith Federal fmanc�al assistance awarded by the U.S. Department of Transportafion and the Federal Transit Adr�in�stratian (FTA}, without discrixnanating against any person m th� United States on the basis af. race, color, or natianal nrigin. B. Title VI, Civil Rights Aet of 1964 as ur►aended: Contractor shali comply with the requirements of the Act and the Regulations as fUrther defined in the Supplementary Canditions for any project receiving Federal assistance, ARTICLE 7— OTHER WORK AT THE S�TE 7_O1 Related Work at Si% A. City may perform other work xelated to the Project at the Site with City's employees, or other City contractoxs, or through other direct contracts therefor, or k�ave other work performed by utility owners. If such other work is not noted in the Cantract Docurnents, then written notzce thereof will be given to Contractor priar to starting any suci� other work; and B. Contxactor shall afford each other contractor wha is a party to such a direct contract, each ut�7ity owner, and City, if City is per%rming otY�er wark with City's employees ar otlZer City contractors, praper and safe access to the Site, prnvide a reasanable opportunity far the introduction and storage of ma,ter�als and aquipznent and the execution of such other work, anci properly coordinate the Work witb theirs. Contractor shall do all cutti�g, fitting, and patching of the Wark that rnay be required to properly connect or otherwis� make it� several par�s come together and properly integrate with such other wark. Con�ractor sha1l not endanger any vvork of others by cutting, excavating, or otherwis� altering such wark; provided, however, that Contractar rnay cut or alter others` vc+ork with the written consent of City and the others whose work will be affected. C. If the praper execution or results of any part of Contraetor's Woric depends upon woric performed by others under tkris Article 7, Contraetor shall inspect such other work and promptly report to City � writing any delays, defects, or deficiencies in such other work that render it unavailabie or unsuitable for the proper execution and results of Cant�actor's Work. Cantractor's failure to so report will constitute an acceptance of sucla other work as fit and praper for integration with Gontractor's Wark except for latent defects in the work provided by others. CI'1'Y OF FORT WORTH 5Tl#1�DARDCONSTRUCTIDN SPECIEICATION DOC[JMEI�"I'S Revision: 8231�D2� ao �z oo- i G�NERALCONUITION S page 35 of 63 7.02 Caordination A, If City intends to contraet with others for the performance of other work on the Project at the Site, the fo�lowuag will be set forth in Supplementary Conditions: 1. the individual or en�ity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the spec'sfic matters to be covered hy such authority and responsibslity will be itemized; and 3. the extent of such authority and responsbilities will be provided. B. iln�ss otherwise provided in the Supplementary Conditians, City shall have authority far such coordination. ARTICLE 8 — CITY'S RESPONSIBILITIES S.Ol Cornmunicatior�s to Contracto� Except as otherwise pravided � the Supplementary Conditions, Ciiy shall issue all caaununications to Contractor. 8.02 Furnish Data City shall timely fuz-nish the data required under the Contract Dacuments. 8.03 Pay W6ten Due City shall make payments to Contractor in aceardance with Article 14. 8.04 � Lands and Easesnents; Reports and Tests City's duties with respect to provid'mg lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.Q1 and 4.05_ Paragraph 4.02 refers to Ciky's identifying and ma.king avai]able to Contractor copies of reports o£ explorations and tests of subsurface conditions and dravvings ofphysical eonditians rela.ting ta exi�ting surface or subsurface structures at pr contiguous to the �ite that have been utilized by City in preparing the Contract Docum�nts. S.QS Change Or�ders City shaIl execute Change Ord�rs in accorda.nce with Paragraph 1�.03. $.06 Inspections, Test.�; ar�d Approvals City's responstbility with respect to certain. inspections, tests, and approvals is set forth in Paragraph 13.03. C1TY DF I'ORT 4VOIiTH SrANDAIiDCONSTRUCT[ON SPECIFICATiON DOCiIMENTS Revision: &�i oo�zoo-t GEN�RAL CONUITlON S Page 37 nf 63 8.07 Limitations on City's Resporrsibilities A. The City shalt not supervise, direct, or ha�e contral or autharity over, nor be responstble for, Contractor's means, methods, techniques, sequences, or procedures of canstruction, or the safety precautio� and programs incident thereto, or for any failure of Con�ractor to compIy rvith Laws and Regulations applicable to �ie performance of the Wark. City will noi be respons�ble for Contraetor's failure to perforrn the Work it� accardance with tihe Cnniract Documents. B. City will notify the Coniractor of applicable safety plans pursuant to Paragraph b.14. S.OS Undisclosed Hazardous Enviranmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth u� Paragraph 4.06. 8.49 Compliance with 5afety Prog�am While at the Site, City's employees and representatives shall cornply with the specif'ic applicab�e requirements of Contractor's safety programs of which City has been infoxnaed pursuant tn Paragraph 6.14. ARTICLE 4— CITY'S OBSERVAT14N STATUS DURING C�NSTRUCTION 9.01 City's Project Manager City wilI pravide ana ar more Pro�ect Manager(s) duru�g the conslx-uction pariod. The duties and respoz�s�ilities and th� lirnitatian.s of authority af City's Project Manager during construction are set forth im� the Contract Documents. The City's Project Managex far this Contract �s identif'�;d in the Supplexr�entary Conditions. 9.Q2 Visits to Site A. City's Project Manager wilI rnake v�si#s to the Site at intervals appropriate to the various sta.ges of aonstruciion as City deerns necessary in order ta observe the progress that has heer�made and the quality of the various aspeets of Contractar's executed Work. Based an inforn�ation abtained during such visrts and observations, City's Project Manag�r will deternvne, in general, if tY�.e Work is praceeding in accordance with the Contract Documents. Ci�y's Project Manager will not be required to make exhaustive or cantinuous inspectians on the Site to check the qualily or quantity of the Work. City's �rojact Manager's efforts wi� be directed tovsrard providing City a greater degree oi canfidence that the completed Wark wiLl conform genera� to the Contract Documes�ts. B. City's Pro3ect Manager's �visits and observations are subject to all tkAe limitations on authority and responstbility in the Cnntract Docurnents ir�ciuc3ing thase set forth irx Paragraph 8.47. C1TY OF FDRT WORTH STAlYDARTJCONS'fRUCTfON SPECTFiCATION QOCUIV[ENTS Revisian: &'L3I�021 00 7z oa - � GENERAL CON� ITIOIN S Page 38 aP �i3 9.03 Authoriaed I�a�iationsin Work City's Praject Manager may authorize mmor variations in the Work frorn the requirements af tk�e Cont�'act Documents which do not involve an adjustment in the Contract Price ar the Contract Tir�ae and axe campat�ble with the design concept of the completed Froject as a functianing whole as iz�dicated by the Contract Doeuments. Thase rr�ay be accorr�plished by a Field Order and will be binciing on City and also on Contractor, who shall perform the Waark i�volved promptly. 9.04 RejectingDefective Work City wi� have autharity �o rejeet Work which City's Project Manager helieves to be defeetive, or will not produce a completed Project that conforms to tl�e Contract Dacunr�ents or that will prejudice the integriry of the design cancept of the campleted Project as a functianing whale as indicated by the Coutract Documer�ts. City will have authority to c�nduct special inspeetion or testing of the Wark as pravided in Article 13, whether or nat the Work is fabricated, installed, or cornpleted. 9.05 Determinatians far Work Perforrned Coniractor will determine the actuaI quantities and c�ass'r�icatiorrs of Work perforn�ed City's Project Manager will review with Con�ractor the preliminaty daternunations on such mattexs before rendering a written recornmenc�ation. Ciry's written decisi�n will be fu�al (except as modif'ied to reflect changed factual canditions or tnore accurate data). 9.06 Decisions an Requirerfzer�ts of Cantract Documents and Acceptabiiity of Work A. City will be the initial interpreter of the requirements of the Cantract Doc�tnents and judge of the acceptabiIity of the Work thereunder. B. City will render a wt�ten decision on any �ssue referred. C. City's written decision an the issue r�fe�rred wi�l be final and bind'mg on th� Contractar, subject to the provisians of Paragraph 10.06. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Author�ized Changes in the Work A. Without invalidati.ng tbe Contract and without notice to an.y surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Cantractor shall promptly praceed �vith the Work involved which will be perforrned under the applicab�e conditions of the Contract Documents (except as otherwise specificaIly provided). Extra Work shall be memorialized by a Change Order which may ar rnay not pr�cede an arder of Extra work, B. F'or minor changes of Woxk not requiring changes to Cantract Time ar Conixacf Price, a Field Order may be issued by the City. crry oF ro��r waRTx STANDARDCONSTRUCTI4N SPEC[EICATiON DOCUM�AITS Revision: 8�'3idU21 oo�zoo-� GENERALCOlVDITIONS Page 39 af b3 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contxact Price or an extensian of the Contract Titn� with respect to any work performed that is not required by the Contract Dacurnents as amendecl, madifi�d, or supplemented as pravided 'm Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10,03 Exeeutfon of Change Orders A. City and Co�:ractor shal! execute appropriate Change Orders covering: 1. changes in the Work which are: {i) orderedby City pursuant to Paragraph 10.O1.A, (uj required because nf aeceptance of ciefective Wnrk under Paragraph 13.0$ or City's correction of de%ctive Wark und�r Paragraph 13.09, or (iii) agreed to by the parties; 2, changes m the Contract Price or Contract Titne vu'hich are agreed to by the parties, including any undisputed sum ar amount of time for Wark actually perfornaed. 1�J.04 Extxa Work A. Shauld a difference arise as to what does or does not constitute Ex�ra Worrk, or as to the payment thereof, ar�d the Ciiy insists upon its performance, the Con�ractor shall proceed with the work after malcing writ�en request for writtan orders and shall keeg accurate account of the actual reasonable cost therea£ Contract Claims regarding Extra Wark shall be made pursuant to Paragraph 1Q.06. B. The Contractor shall funiish the City such itaastaUa.tion records of aIl deviations frorn. the original Contract Docuznents as may be necessary to enable the City to prepare for permanent record a corrected set of plans show�g th� actual installation. C. Tha corripensat�on agreed ugon for Extra Work whether or not mitia�ed by a Change Order shall be a iull, complete and final payment for all costs Contractar incurs as a resuIt or relating to the change or Extra Wark, whether said cosis are known, unknowz�, foreseen or uttforaseen at that time, including vvithout litnitation, any costs far delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Wark. 10.05 Not�ficatian to Surery If the provisians of any bond raquire notice to be given to a surety of any cY�ange affecting the general scope of the Work or the provisions of the Contract Documents (including, but not litnited to, Contract Price or Cont�act Tirne), the giving of any such natic� wr71 be Contractor's respans�ility. The arnouni of each applicable bond will be adjusted by ihe Cantractor to reflect the effect of any such change. GiTlf OF FORT WORTIX STANDARDCD]YSTR[ICTiON SPECIFICATION BOCU3vIENTS Reviaion: &'Z3f2A21 DO 72 flD - I GENERAL DON� ITION S Yage 40 uf 63 10.06 Contract Claims Pracess A. City's Decision Required: All Contract Claims, except tl�ose waived pursuant to Paragraph 14.Q9, shall be refenedto the City for decision. A decision by City s�all he requu�ed as a condition preeedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulati�ns in respect af such Contract Claims. B. Notfce: 1. Written notice stating the general nature of each Contract Claim sha�l be delivered by the Contractor to Cily no later than 15 days after the start of �he e�ent giving ri�e thereto. The responsibility to substamiate a Contract Clainn shall rest with the party n:�aicing the Contract Claim. 2. Notice of the aznourit or extent of the Contract Clairn, with supporting da.ta shall be delivered to the City on or before 45 days from the start of the event giving rise thereto {unless the Ciry allows additional time for Cantractar to submit additiona� or mare accurate data in support of such Contract G1aim). 3. A Contract C1aim for an adjus�cnent in Contract Price shall be prepared in accordance with the provisions of P aragraph 12. (}X . 4. A Contract Claim for an adjustment in Contract Time sha�l be prepared in accordance with the provisions of Paragraph 12.02. S. Each Contract Gla.im shall be accomparued hy Contractor's written statem�ni that tk�e adjustnnent clauned is ttie entire adjustment to which the Contractor believes it is en�tled as a result of said eve�t. 6. The City shall submit any response to the Contractor �within 30 days after receipt of the claimant's last sub�r�ittal {unless Contract allows additional time}. G City's Action: City will review each Contract Claim and, within 30 days after reGeipt of the last submittal of the Contractor, if any, take one of the fallowing actions in writirig: �. deny the Contract Cla�n in whole or in part; 2. approve the Contract C1a.IIn; or 3. notify the Contractor that the City i� unable to resolve the Cont�act C1aim �f, 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�eniaL CITY OF FORT WORTH STANDARDCONSTRUCTIpN SPECIF[CATfON DOCLTMENTS Itevisiun: Sil_'�/1�2.1 ao�zoo-� GENEftALCONDiTIDN 5 Page 41 af 63 D. City's rwritten action under Paragraph I0.06.0 will be final and binding, unless City ar Contractar invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial, E. No Contract Claim for an adjustrnent m Gontract Price or Cantract Time will be valid if nvt subrnit�d in accordance with this Paragraph 10.06. ARTICLE 11— CQST OF THE WORK; ALLOWANCES; i1NIT PRICE WORK; PLAIVS QUANT�TY MEASUREMENT 11.01 Cost of i�e Work A. Costs Included: Tl�e term Cost of the V�ork means the sum of all costs, except those excluded iri Paragraph 11.O1.B, necessarily incurred and paid by Contractor in tl�e proper per�'armance of the Work. When the value of any Work covered by a Chan�e Order, the cosis to be reu�nbursed to Contractor will be only th.ose additional or incremental casts requirec� because of the change in the Work. Such costs shall not ian.clude any of the costs itemiz�d in Paragrapka 11.01_B, and shal� include but not, be limited to the following iiems: Payroll costs for employees in the direct employ of Contractor iti the perfornaance of the Wark under schedules of job class�cat�ons agreed upon by City and Contractor. Such employees shall include, withaut limitation, superu�tendents, faremen, and other personnel employed full time on the Work. Payroll costs for employees nnt employed full tirne on the Work sh�ll be apportioned on the bas�s of their time spent on the Work. Payroll costs shall inc�ude; a. salaries with a 55% markup, or b. salaries and wages phas the cost of fringe henefits, �vhich shafl �c�ude social s�curity contributions, unemployment, excise, and payroll taxes, warkers' campensat�on, health and returen�ent beneirts, bonuses, sick Ieave, vacation and ho�iday pay applicable thereto. 'The expenses of performmg Work 4lliSf(�E of Regular Worlcing Hotars, Weekend Worlcing Hours, or legal holidays, shall be �chrded in t�e abvve to the extent autharized by City. 2. Cost of all materi�� and equipment furnished and mcorporated in the Work, inc�udirzg costs of transpartation and storage thereof, and Suppliers' field service� required in connection therewith. Rentals of alI constructian equipment and nnachinery, and the parts thereof r�hether rented from Contractor or others m accordance with rental agreemer��s approved by City, and tha cQsts of transportation, Ioading, unloading, assembly, dismant3ing, and remo�al ihereaf. All such costs shall be in accordance with the terms of said renta.l agreements. The rental of any such equ�pment, machinery, or parts shall cease when tl�e use thereof is no longer necessaiy for the Wark. crrY or r•aRT wo�Tx STAIYI]AR.DCflNSTRUCT[ON 5PEC[FICATION DOCLJMENT3 Revision: 82irZDZ1 OD7240-1 GENERAiCONDITIaN S Page 42 oi 63 4. Payments made hy Contractor to Subcontractors for Wark perforrned by Subcontractors. If required hy City, Contractor shaIl obtain competitive bids frqm subcontractors accepta.ble to C� and Cnntractor and shall deliver such bids to City, who will then de�enmine, which bids, if any, will be acceptable. If any subcaniract provides thai the Subcontractar is to be paid on the basi� of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determmed in the same manner as Contractor's Cost af the Work and fee as provided in this Paragaph 11.Oi. 5. Cos�s af special consultants (including but not fimited to engine�rs, architects, testing laboratories, surv�yors, attorneys, and accountants) employed for services specifically related to the Wox�C. 6. SUppler�ental costs mclud'mg the foSlowing: a. The proportion of necessary transpc�rtatian, tz�aveJ, and subsistence expenses of Contractor's employees incurred in discharg� af duties connected witl� tke Work. b. Cost, izlcluding transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temparary facilities at the Site, and hand tools not owned by the workers, which are cansutned'm the perfarr�aance of the Work, and cost, Iess market value, of such items used but not consumed which reana� the property of Contractor. c. 5ales, consumer, use, and other similar taxes re�ated to the Wark, and for whieh Con�ractar is liable not covered under Paragraph 6.11, as impased by Laws and Regulations. d. Deposiis lost for causes other tk�an negligence of Contx'actor, any Subcont�'a.ctor, or anyane direetly or indirectly emp�oyed by any of them nr for whose acts any of t�em m�y be liabie, and royalty payments and fees for permits and licenses. Lasses and damages {and reIated e�cpenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contrac�or in cann�ction with the perfarmance of the ViTark, provided su�h losses and daznages have resulted from causes other than the negligence of Contractor, any Subcantractor, or anyone directly or indirectly ernployed by any of them or for whose acts any of thern may be I�able. Such losses shall include settlements naade with the written consent and approval of City. No such losses, darnages, and expeuses shall he included in the Cost of the Woz'k for t3ie purpase of deternvning Contractar's fee. f. The cost ofutilities, fuel, and sanitary facilities at the Site. g, Minor expenses such as telegrams, long distance t�lephone calls, telephone and comar�,unication services at the Site, express and courier services, and similar petty cash itetns in conneaiion with the Work. CITY OF F{flRT WORTH STANDARDCqNSTRUC710R' SPECIFICATI6N DOCUMENTS Revision: $2iCJ.(1Q1 0472OQ-1 GENERAL C6NDlTIDN 5 Page 43 of 63 h. The casts of premiurms for all bands and insurance Contraetor is required by the CanLract Dacuments ta purchase and maintain. B. Costs Excluded: The termCost oftl�.e Work shall not incluc�e any of the following items: l. Payroll costs and other cornpensation of Contractor's officers, executives, principa�s (of partnerships and sole proprietorshipsj, general manag�rs, safety managers, engineers, architects, estimatars, attorneys, auditors, accauntants, purchasing and cantracting agents, expedi�ers, t�nekeepers, clerf�, and otiZer personr�el employed by� Cantractor, whether at the Site or iu� Contractor's principal or branch of�ce for general administration of the Wark and not specifically �cluded in the agreed upon schedule of job c�assif'ications referred to in Paragraph 11.01.A.1 or specif"�calty covered by Paragraph 11.O1.A.4, all of which axe ta be cansidered ad�ninistrative eosts covered by the Contractor's fee. 2. Expenses of Contractar's prmcipal and braneh of�ces other than Contractor's office at the Site. Any part of Contractor's capital expenses, includ'nag interest on Contractor's capital employed for the Work and charges agau�st Contractar for delinquent payments. 4. Costs due ta the negligence of Contzactor, any Subcontractor, or anyane directly or indirectly en�loyed by any of them or for whose acts any of them nnay be liable, incluciing but not limited ta, the carrection of defective Work, disposal of materials or equipment wrongly supplied, and making good any c�amage to pra�erty. 5. Other overhead or general expense casts of any l�d. C. Coniraetor's Fee: When all the Work is performed on th� basis of cost-plu.s, Contractor's fe.e shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order far an adj�astiment in Cantract Price is deternvned on the basis of Cost of the Work, Contractor's fee shall be deternvned as set fortk� in Paragraph 12.p1.C. D. Docurjacen2ation: Whenever Ciie Cast of the Work far any purpose is to be determi�ed pursua.nt to Paragraphs 11.O1.A and 11.O1.B, Contractor will establish and marntain records thereof in accordance with generally accepted accocu�ting practices and submit in a form acceptable to City an itemrzed cost breakdown together with supporting data. 11.02 Allowa�aces A. Specified Ailowance: It is uz�derstaod that Cantractor has included in filie Contract Price all al�owances sa namec� in the Contract Documents and shall cause t�ie Work so covered to ba performed for such sums and by such persons or en�ities as may be accepta.ble ko City. B. PNe-bid Allowanc�s: 1. Contxactor agrees that: CITY OF �ORT WaRTH STANDARDCONSTRCICTf�N SPECIFICATION DOGUMENTS Itevision: SIL3flAZ1 00 7z oo - � GEIdERAL C4Nn ITION S Page 44 of 63 a. the pre-bid allowances include the cost to Contractar of materials and equipmant requirec� by the allowances to be d�livered at the Site, and all applica'ble taxes; and b. Contractor's costs for unlaad'mg and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated far the pre-bid allowances have been included it� the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. GonttngencyAllowarace: Contractor agrees that a contmgency a�lowance, � any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued Y.o reflect actual amo�nts due Contractor on accouz�.t of Work cavered by allowances, and the Contract Price shall be carrespnndingly adjusted. 11.03 UnitPrice i�ork A. Where the Contract Docutnents provzde that all or part of tlte Work �s to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the surn of the unit price for each separately identified item af Unif Price Work tirnas the estimated quantity of each itern as indicated in the Agraement. B. T'he esiimated quantities oi items of Unit Price Wor� a�•e not guaranteed and are solely for the purpose of camparison of Bids and det�rminuig an mitial Cont�ract Price. Determinations of the actual quanti�ies and c�assifieations of Unit Price Work performed hy Contractor will be made by City subject ta tt�e provisions of Paragra�h 9A5. G. Each unit price will be deemed to includ� an amaunt considered by Contrac�or to be adequate to cover Contractor's overhead and profi� for each separateiy identified ikem. Work descr�ed in the Con�ract Documents, or xeasonably inferred as required for a functionally comp�ete installation, but not identii'ied in the Sistiz�g of unit price items shaIl be considered incidental to ur�it price work listed and the cost of incidental work included as part of the unit price. D. City may rnak� an adjustrnent in the Contcact Price in accorda.nce with Paragraph 12.01 if 1. the quantity of any it�m of Unit Price Work performed by ConLractar cl�ffers materially and significantly fram the estimated quantity of such item indicated in ihe Agreement; and 2. thexe is no corresponding adjustment with respect to any other item of �rVork. E. Irzereased ar Decreased Quantities: The City resertaes the right ta c�rder Extra Work in accordance with Paragraph 10.01. 1. If the ck�anges in Quantities or the alterationa do not signif'xcantly change the character af work undex the Contract Documents, the altered work w� be paid for at the Cantract unit price. C1I'Y OF FOR'� WORTfi STAN]aARDCONSTRIIL'TION SPGCIFfCAT[ON DOCUM�NTS Revision: 823lZG21 oo�aoo-i G�N�RAL CONaITION 5 Page 45 of 63 2. Tf the changes in quantities or alterations significantly change the character of work, the Cantract will be amended by a Chan�e Order. If no unit prices exist, this wi� be eonsidered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A signsf'xcant chan�e in the character of work occurs when: a. tlae character of work for any Item as altered dif'fers materially in kind or nature fram that in the Contract or b. a Major Item of wark varies by more than 25% fram the original Contract quantity. 5. When the quantity of work to be done under any 1Vlajar Item of the Contract is more �han 125% of the original quantity stated in the Cnntract, then either party to the CQntract may request an adjustment to khe unit price on the por�on of the �vork that is ahave 12S%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 7S% af the original quantiry stated in the Contract, then either party to the Contract rnay request an adjustment to the unit price. 11.04 PlansQuantityMeasurer�erat A. Plans quantities may or may not xepresent the e�act quantity of wark performed ar material nno�ed, handled, nr placed during the execution of the Contract. The estimated bid quantities are designated as frnal pa�nent quanti�ies, uriless revised by the governing Section or this Article. B. If the quantity measured as outlined �ai3dex "Price and Payment Procedures" varies by mor� than 2S% (or as sti�ulated und�r "Price and Payinent Procedures" for speci#ic Ite�ns} frorn tIze total estimated quan�ity for an indi�idual Item origmaUy shown in the Contract Docurn�nts, an adjustment may be made to the quantity af authorized work done foc payment purposes, The party to the Contract requestirig the adjustrnent will provide field rneasurement� and calcu�tions showing the final quantity for which paymertt will be made. Payment for revised quantiiy 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 Claange �rder, or to carrect an error, or to correct an error on the plans, the p�.ns qua.ntity will be increased or decreasec� by the amount involved in the change, az�d the 25% variance wilI apply to the new plans quantity. D. If the toial Contract quantity multiplie d by the unit price bid for an individua.l Item is less than $25U and the Item is not originally a}�lans qUantity Item, then the Item may be paid a� a plans quantity Item if the City and Contractor agree in. writing to iix the fmal quantiry as a plans quantity. crr� or• roRT woRTT-� STANDAR_�CONSTRUCT[ON SPECIPICAT[ON DOCUMGNT5 Ravisian: BrZil2(1Q1 an�zoa-i GENERALCONDITIONS Page 46 of 63 E. For callout work or non-site s}�ecif'ic Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT P�tICE; CAANGE OF CONTRACT TIME 12.01 Ghange of Contruct Price A. The Cantract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be deternuned as follows: 1. where the Work involved is covered by unit przces contained in the Contract Do�tunents, by application of such unit prices to the quantities af the items mvolved (subjeet to the provi�ions 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.O1.C.2), and shall include the cast of any secondaary impacts that are foreseeable at the time af pricing the cost of Extra Wark; or 3. where the Work involved i� not cavered by unit prices contained in the Cpntract Documants and agreement to a lump sum or unit price is not reachedunder Paragaph 12.O1.B.2, on the bas�s of the Cost of the Wark (deternvned as provided in Paragraph 11.01) plus a Cantractor's fee %r overhead and prof�t (determined as provided in Paragraph 12.O1.C). C. Cantructor's Fee: The Contractor's additianal fee for overhead and profit shall be detern�ined as follows: 1. a mutually acceptable fixed fee; ar 2. i£ a fixed fee i� no� agreed �pon, tlxen a fee based on the f�llovving percentages of the various portions af the Cast of the Wark: a. for costs �curred under Paragraphs 11.O1.A.1, 11.O1.A.2. and 11,01.A.3, the Con�ractor's additional fee shall be 15 percent except foz; 1) rental �ees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred �ander Paragraph 11.O1.A.4 and 11A1.A.S, the Con#�actor's fee shall be five percent (5%); 1) rvhere ane or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no f�ced fee is agreed upon, the untent of Paragaphs 12.O1.C.2.a and I2.01.C.2.b is that the Subcontractor who actually perfornns the Work, at whatever CTTY OF FORT WpRTH STAM]ARDCONSTRUCTE�Tf SPECIFCCATI4N I]OCUMEIVT'S Revisian: 8C131�1 Otl7200-1 GENERALCONDITION 5 Pag,e 47 of 63 tier, will be paid a fee of 15 �errcent of the costs incurred by such Subcontractor under Paragraphs 11.O1.A.1 and IlA1.A.2 and that any higher tier Subcontractor and Contractor will eachbe paid a fee of five percent (5%) of the amaunt paid to the next lower tiee Subcontractor, ho�uvever in no case shall the cumu�ative total of fees paid be im� excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.41.A.6, and 11.01.8; d. the amount of credit to be allowed by Coniractor to City far any change which resizlts �n a net decrease in cost w�ll be the amount of th� actual net decrease in cost ph�s a deduction in Contractor's fee by an amount equal ta fiva percent (5%) of such net decrease. 12.02 Change of Cantr°act Time A. The Contract Tirne may only be changed by a Change Order. B. No extension of the Contract Time w�71 be allowed for Extra Work or for claimed delay Lutless the Extra Wark contemplated or claime� deiay is shown ta be an the critical path of the Project Schedule or Con�ractor can show by Critical Path Method analysis how the Extra Work or claimed dela.y adversely affacts the critical path. 12.a3 Delays A. Wk�ere Contractor is reasonably delayed nn the performance or completion of any part of the Work within the Contract Time due to delay beyond the control af Contractar, the Contract Time may be extended in an arnnunt equal to the time last due ta such delay if a Contract Claim is znade therefor. Delays beyond the control of Contractor shall inciude, but not be limited to, acts ar negleet by Ci�y, acts or negl�ct of utility owners or other eoniractors performing other work as contemplated by Article '�, f�res, floods, epidemics, abnoxmal weather conditions, or acts of God. Sucl� an adjusfinent sha.11 be Contractar's sole and exclusive remedy for the delays descrbed in this Paragrapf�. B. If Contractor is delayed, Ci�ty shall nflt be liable to Contractor for any claims, casts, losses, or damages (�cIuding but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and alI court or arbitratian or other dispute resoiutioza costs) sustained b� Contractor on or in connection wifh any otl�er praject or antieipated project. C. Contractor shall not be eniitled to an adj�stment m Contract Price or Conkract Time %r delays within tl�e control af Contractar. Delays attnbutable ta and within the cantrol of a'Subcontractox or Supplier shall be deerned to be delays within tbe control of Contractor. I7. T'he Contractor shall receive no compensation for delays or lvndrances to the Work, except when direct and unavoidable extra cnst to the Contractor i� caused by the faihare of the Ciry to provide information or zxuaterial, if any, which is to be furnzshed by khe City. CITY OF FDRT WOIZTII STANpARDCONSTRUCTION SP�CIFICAT[ON I70CLJMENTS Revision: SCL32621 407200-1 GENERRI. CONDITION 5 Page 48 of 63 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTIQN, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice af De_fects Notice of all defective Work of which City has actual knowledge wil� be given to Contractor. Defectrve Work may be rejected, correctad, or accepted as pra�ided it� this Artiele 13. 13.02 Access to Work City, independenf testing laboratories, and go�ernmental agencies with juxisdictional interests will have aecess ta the Site and the V1�ork at reasonable times for their observation, inspection, and testi�g. Contractor shall provide tbem proper and safe conditions for sucl� access and advise them af Contractor's safety procedures and prograrns so Y1�at they nnay comply therewith as appficab�e. 13.03 Tests and Inspections A. Cantractor shal! give City timeIy notice o� readiness of tkie Work for all requir�d inspections, tests, or appravals and shall coaperate with inspaction and testing personnel to facilitate require d inspections or tests. B. Ii Cantract Documents, Laws or Regulatians of any public body having jurisdiction require any of the Work (or part thez-eo#� ta �e inspected, tested, or approved, Contractar shall assume full responstbiliiy for arranging and abtaining such independent inspections, tests, retests or appravals, pay aIl costs in cannection therewith, and furnish City t1-ie reqtzired certificates of inspection or appraval; excepting, ho�e+ever, those fees specifically identifi�d in the Supplernentary Conditians or any Texas Departrnent of Licensure and Regulation (TDLR) insp�ctions, which shall be paid as descrtbed in the Supplernentary Conditions. C. Contractor sha�l be responsyble for arranging and obtaining ar�d shall pay all costs in coru�ectian r�vith any inspectians, tests, re-tests, or appro�als required far City's acceptance of materia�s or equipment to be incorporated in the Work; or acceptance of materials, m�c designs, or equipment subrnitted far approval prior to Contz'actor's pt�rchase thereof for iticorparation in the Wark. Such inspcctions, tests, re-tests, or approvais shall be performed by organizaiions acceptable to City. D. City inay arrange for the services af an independent testing Iaboratary (`"Testing Lab") to perfor�xz any inspections ar tests ("Testing"} for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, witli Contractar; 2. Should any Testing under this Section 13.03 D result in a"fail", "did not pass" or other similar negative result, the Contractor shal� be respons�ble for paying for any and all retesis. Contractox's cancellation without cause of City initiated Test�g shall be deerned a negative result anc� require a retest. CITYOF FORT WORTFI STANDARDGONSTR[1GTION SPiC[FICA710N DOCi3MENI'S 1Zevision: 8�'L32021 007204-1 GEfVERAL CAN� ITION 5 Page 49 nf 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 ta Contx'actar. 4. If Contractor fails to pay the Tesiing Lab, City will not issue Final Payment until the Testing Lab is paid_ E. If any Work (or the warlc of others) that is to be in�spected, tested, or approved �s covered by Contractar without written concurrence of City, Contractor shall, if requesied by City, uncover such Work for observation. F. Uncovexit�g Work as provided in Paragraph 13.�3.E shall be at Contxactor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Saction 13.03 D, 13.04 Uncovering Work A. If any Work i� covered contrary to the Contract Documents or speeif'xe instructians b� 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 ar adv�sable that cavcred Work be observed by City or inspected or testedby others, Contractox, at City's request, sha11 uncover, expose, ar otherwise make available for observation, �nspection, or testing as City ms.y require, that portion of the V�ork in ques�ion, fi�rriis�g au necessary labor, material, and equipment, If it i� faund that �he uricovered Work is defective, Cont�actar shall pay all c�aims, costs, losses, and dama.ges (inciuding hut not Iimited ta all fees and eharges of enginecrs, architects, attarneys, and other professianals and all conrt or other dispute resolution eosts) arising out of or relatir�g ta such uncovering, exposure, observation, �nspection, and iesting, and of satisfactoay replacement or reconstr�ction (inctuding 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 Contractar shall still be respons�ble for all costs associated with exposing, observi�n.g, and test�ng ihe defective Work. 2. If fhe uncovered Work is nat found to be defective, Coniractor shall be allowed an incre�se in tlie Contract Price ar an e�ctension af the Cantract Time, or both, directly attrbutable to such uncovering, exposure, observaiion, inspectzon, testing, repla.cement, and reconstruerion. 13.05 City May Stop the Work If the Work is defectivs, or Contractor fails to supply sufficient skilled warkers or suita.ble materia� or equipnnent, ar fails to perform the Work in such a way that the completed Work will conform to the ContractDacuments, City may order Contractox to stop the Work, or any portion thereof, until the cause far such order l�.s been eliminated; however, ttiis 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 af Contractor, any C1TY OF FORT WQRTfI STAWI3ARDCONSTRACT[ON SPGCIF[CATl�N DOCUMEl�'I'5 Ra�isian: S23f10Z1 DO 72 00 -1 GEiVERRLC�NDITI0N5 Paga 50 of fi3 Subcontractor, any Supplier, any other inrii�idual or entity, ar any surety for, ar emplayee ar agent of any of them. 13.06 Carrection ar^Remaval af Defective Work A. PramptIy afier receipt of written notice, Coniractor shall correet all defective Work pursuant to an acceptable schedule, whether ar not fabricated, installed, or completed, or, if t�e Work has been rejected by City, remove it frora the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and darnages {including but not limited to all fees and charges of engineers, axclaitects, attarneys, and otJ�er professionals and aIl cauri or arbit�ation or other dispute resolution costs) arising aut of or relating to such correction or rema�al (incluciir►g but not Iimited to a11 costs af repair or replacement of work oi others}. Fa�ure to require the removal of any de%ctive Work shall not constitute acceptance ofsuch Work. B. When correcting defective Work under the terms of this Paragraph 13.4b ox Paragraph 13.07, Contractor shall take no action that t�oulct �oid or otherwise impair City's special warranty and guarantee, if any, on said Wark. 13.07 Cat-rection Period A. If w�in two (2) years after the date af Fina1 Acceptance (or such �onger period of time as may he prescr�bed by tk�e terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the r�pair of any dama.ges to the land or areas made a�ailable for Contractor's use by Ciry or pertnit�ed by Laws and Regulations as cont�mplated in Paragraph 6.10.A is fou�nd to be defective, Contractor shall prornptly, without cost to City and irz accardance wikh City's written instructions: 1. repair such de%ctive land or areas; or 2. correct such defective Work; ar 3. if the de%ctive Work has been rejected by City, remove it from the Project and replace it with Work that �s not def�cti�e, and 4. satisfactorily correct ar repair or remove and xeplace any damage to other Work, to the vcrork of others or other land or areas resulting therefrorn. B. If Contz'actar does not promptly comply with the terms of City's written instructions, or in an emergency �vhere delay would cause serious risk of loss or damag�, City znay have the defective Work corrected or repaired or rnay hav� the rejected Wark removed and replaced. All claims, costs, lasses, and damages (includ�g 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 af or relating to such correc�ion ar repair or such removal and r�placament (including but nat limited to all cos�s of repair or replacement of work of others) will be paid by Contractar. C1TY OP FORT WORTH STANDARDCQNSTAUCTION SPECIFICATION DOCLFME1�iT5 Revision: B�iQ�1 00 72 00 - I GENERAL CaND ITION S Page 51 af 63 C. In speciai circumstances where a particular item of equipment is placed in continuous sezvice before �inal Acceptance of all iha Work, the correction period for that itern ma� start to run from an earliex da.te if so provided in the Contract Documents. D. Where defective Work (and damage to other Woark resulting therefrom) has been corrected or rernoved and replaced under this Paragraph 13.07, the correctian period hereunder with respect to such Wark may be required ta be e�tended for an acid'ztional period af one year afier the end of the initial corirection period. City shall prnvide 30 ciays wr�tten notice to Cantractvr should such additional warranty eoverage be requ�red. Contractor rr�ay dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's ob�igatioas under this Paragraph 13.07 are in addition to any other obligation or warrant�. Tha provisions of this Paragraph I3.U7 shall not be construed as a substitute far, or a waiver o% the provisions of any applicable statute of limitation ar repose. 13.08 Acceptance ofDefective Work If, instead of requiring correction or removal and replacement of defective Work, City preters to accept it, City may do sa. Contractor shaIl }�ay all claims, costs, losses, and damages (including but no� limited to alI fees and charges of engineers, architects, a�torneys, and ather professianals and all coUrt or other dispute r�solution costs) attributable to City's evaluation of and deterrnination to accept such defective Work and far the diminished value of the Work to the ext�nt not otherwise paid by Contractox. If any such acceptance occurs prior to Final Acceptance, a Chat�ge Order will be issued incorporating the necessaryrevisians in the Contract Docuznents with respectto the Work, and City shall be entitled to an �gprapriate c�ecrease in the Contract Price, reflect�g the dimitvshed value of Work so accepted. 13.09 CityMayCarrectDefectiveWork A. If Contractor fails witk�iu a reasonable time after written notiee �rom City to correat defective Work, or to remove an.d replace re�ected l�ork as required by City in accordance with Yaragraph 13.06.A, or if Contractor faa7s to perform the VVork in accordance with the Contract Docu�nents, or if Contracior fails to comply with any otker provision of the Contract Dacurnen#s, City may, after seven (7) days written natiee to Contractor, correct, or ramedy any such de�ciency. B. In exercising the right� and remedies under this Paragraph 13.09, City shall praceed expedztiously. In conrteetion with such corrective or remedial action, City may exelude Contractor frorn all ar part of the 5ite, take possessian of all or part of the Work and suspend Contractor's services re�ted thereto, and incorporate in the Wor�C a�l materials and equi�ment incorporated in �he Work, stored at the Site or for which City has paid Contractar but which are stored eIsewhere. Contractar shall allow City, City's represantatives, agents, consultants, employees, and City's other contractars, access to the Site to enabl� City to exercise the rig�ts and remedies u�der this P aragraph. C. Afl claims, C05�5, losses, and damages (�cluding but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other daspute resolution CTl"Y�F FQRT W4RTfi STAND.ARDCONSTRUCTION SPECCF'1CAT[aN I]OCiJMENTS Revision: S�l ao �z oa - � GEN�RAL CAN� ITk01V S Page 52 of 63 costs) incurred ar sustained by City in exercising the ri�hts and renr�edies under this Paragraph 13.09 will be charged against Cantractor, and a Chan�e Order will be issued incorporating t�ie necessaryrevisions in the Contract Documents with respectto the Work; and City shall be entitled to an appropriaie d�crease in the Contract Price. D. Contractor shall not be allowed an eactension of the Cont�act Time because of any dela.y in the perfarn�ance of the Work attr�butable to the exercise of City's ri�ts and rennedies under �his Paragraph I3.09. ARTICLE I 4— PAYMENTS TO CONTRACTOR AND CU1I�PLETION 14.0� Schedule af Yal�ces The Schedule of Values for lump surn contracts esta.blished as provided in Paragraph 2.07 will serve as th� basis for pragress payments and will he iri.corporated into a farm of Application for Payment acceptable to City: Progess paym�nts on account of Unit Price Work will be based on the nwnnber of units completed. 14.02 Progress Payments A. Applicc�liorrsforPayments: �. Cantractor is responsUle %r providing all info�aarion as required to beeome a �endor of the City. 2. At least 20 days be£ore the date estabIished in the General Requirements for each progress payment, Contractor shall submit ta City for review an Application for Payment �lled out and signed by Contractor covering the Work cornpleted as of ttze date of the Application and accompanied by such supporting docurnentation as is required by the Coniract Documents. 3. If payrnent 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 m vvriting, the Application for Payment shall also be accompanied by a b�71 of sale, itzvoice, or other docu�mentatian warranting ihat City has received the materials and equipment free and clear of all Liens and evidence that the materials an�d equipment are covered by appropriate insurance or othex arrangements to protect City's interest therein, all of which rnust be satisfactory to CiLy. 4. Beginning with the second Application for Payment, each Applicatian shall include an aff"idavit of Contractor statin.g that previous pragress payments received on accaunt of th� Work have been appl�ed on account to c�ischarge Contractor's tegitim.ate obligations assoaiatedwith prior Applications for Paynnent. 5. The arnaunt of retai►�age with respect to progress payments will be as descr�bed in subsection C. unless otherwise stipulated in the Contract Dacu�xzents. CITX OF FORT WORTH STANDARDCONSTIfUCTIQN SPGCIFICATIOM fJOCiFMENT5 Renisian: 8�l2021 oa72oa-t GEIVERA4 CONpIT10N S Page 53 af (3 B. Revieyv ofApplicafions: 1. City wi11, af�er receipt of each Application for Payment, either indicate in writing a r�commendation of payment or return the Applicaiion to Contractor indicating reasons for refusing paytnent. In the latter case, Contractor may rnake the n�cessary correctiaz�s and resubmit th� Applicatinn. 2. City's processing of any payment reQuested it� an Applicatian for Payment will be based on City's observatians af the executed Work, and on �ity's review oithe A�plication for Payment and the accompanying daia and schedules, that to tk�e best of Gity's �owledge: a. the Work has progressed to the point in.dicated; b, the quality of the Wark is generally in accordance with t�e Cantract Documents (subject ta an evaluation of the Work as a functioning whole priar to or upon Final Acceptance, the results of any suhsequent tests called for in the Contract Documents, a final determination of qua.ntzties and classifications for Work perforrned under Paragraph 9.05, and any other qualif'xcatians stated �n the recomrnendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quaIity or the quantity of the Woxk as it has been performed have been e�chaustive, extended to ever� aspect of' the Work ir� pragress, or �volved detailed inspections of the Work beyond the respons�bilities specifical�y assignec� to City in the Contract Docuznents; flr b. th�re may not be other matters ar issues between the parties that might entitle Cvnt�ractar ta b� paid additionally by Czty or entitle City to wiChhoId payment to Contractar; or c. Con�ractorhas complied with LawsandRegula.tions applicable to Contractor'sperforrnance of the Vi+ ork. 4. City may reFusc to process the whole or arry part af any pa�nent because of subsequently discovered e�idence or the results of subsequent inspections or tests, and revisa or revoke any such payment previously rnade, to such extent as cnay be necessary to protect City from lnss because: a. the Work is defective or compi�ted Work has been damaged by the Contractor or subcontractors requiring eorreetion or replacement; b. discrepancies iu quantities contained in previous applications fox payment; c. the Contraet Price has been reduced by Change Orders; d. Gity has been required to correct defec�ive Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STAIYDARDCON57RUCTION SP6CfFICATION UOCUMENTS Revisian: 8rl3CdD21 ou �z oo - i GEf�ERAL CAN� ITI�N S Page 54 of 63 e. City has actual lrnowledge of the occurrence of any of the events enumerated in Paragraph 15A2.A. C. Retainage: L Por contracts less than $400,000 at the time o£ execution, retaina.ge shall be ten percent { 10%). 2. For contracts greater than $400,000 at the time o� execution, retainage shall be five percen� �S°�a)- D. Liquidated Damages. For each calendar day that any work shall rernain �.tncompleted after the time specsf'ied iri the Contract Docuanenis, the sum per day specified in the Agreement will be assessed against the monies due the Contractor, not as a penally, hut as damages s�ifered by fhe City. E. Payment: Contraetar wil� be paid pursuant to the reyuirements of this Article 14 and pay�nent �will becorne due in accordance with the Contraci Dacuments. F. Redaection in Payment: 1. City may refuse to make pay�nent af the amount requested because: a. Liens have been filed m connection with the Work, axcept w�ere Cantractor has delrvered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitlirig City ta a s�t-off against the amount recom�raended; or c. City has actua.l lcnowledge of the occurrenc� of any of the events enumarated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refwses to maka payrnent of the amount request�d, City w�71 give Contxactor written notice stating the reasons for such action and pay Contractor any amount remainip�g a#�er deduction of the atnount so withheld. City s�all pay Contractor the amount so withheld, or any adjustment thereto agreed to by Ciry and Contractor, when Contraetor remedies the reasons for such action� 14.03 Contractor's Warranty of Titde Contractor warrants and guarantees that title to all Work, xnaterials, and equipment covered by any Application for Payment, whether incarparated in the Prolect or not, will pass to City no later than the time of payment free and clear of all Liens. crry oF Faz�T woRTx STANDARUCONSTRUCTIQN SPEC[F'ICATION DOC[JMEIVTS Revision: 823/2D21 OD72D0-t GEIVERAL CONUITION S Pa�e 55 of 63 14.04 Partial Uiilizataon A. Prior to Final Accegtance of all the Work, City nr�ay use ar occupy any part of the Work which has specif"ically been identified in the Contract Documents, or wliich City determines cozastitutes a separately functionu�g and usable part of the Wark tha� can be used for its mtended puxpose without significant a�terference �vith Contractor's perfoz'mance of the remainder af the Work. City at any tirne 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 �nay notify City in vvriting that Cvntt'�.ckar considers any such part of the Work r�ady for its intended use. 2. Within a reasonable time after notifica�ion as enumeratad in Paragraph 14.QS.A.1, City and Contractor shal� make an �spection of t,kat part of the Work to determine its status of completion. If City does not consider that part flf the Wark to be substantially complete, City will notify Contracto�r in writing giving the reasons therefor. 3. PartialiTtilizatian will not constitute Fina.l Acceptance by City. 14,OS Finallnspection A. Upon �vritten notice from Contractor that the entire Work is S ub s t a n t ia lly Complete in accordance with the Contract Docuz�n.ents: 1. Within 10 �ays, City will schedule a Final Inspection wiih Con�raetor. 2. Ciky wil1 natify Contractar m writing of all particulars in which this inspection revea�s that the Worlc is incomp�ete or defective {"Punch List Items"}. Contractor shall immediately take such rr�easures as are necessary to camplete such Woxk or remedy such deficiencies. B. No time charge w� he made against the Contractar between said date of notification ta the City of Substantial Completion and the date of Final Inspeckion. 1. ShouId the City determine trsat the Work is not ready for Final Inspection, City will notify the Cont�actar in writing oithe reasons and Contract Time will resume. 2. Should the City concur that �ubstantial Completion has been achieved wzth the exception a�' any Punch List Items, Cantract Tune wiil resutne for the duration it ta�Ces for Contractor ta achieve Final Acce�tance. 14.06 Final Acceptance Upon con�pletion by Contractor to City's satisfaction, of any additional Work ident�ed �n the Final Inspection, City will issue ta Contractor a letter of Fir�al Acceptance. C1TY OF FORT WORTI�I STANDARDCONSTRIICTiflN SPECIPICATiO?� pOCUMENTS Revision: 8�L�OP,I 00 �z ao - i GENERAL CONUITION 5 Page Sb of 63 14.07 FinalPayment A. ApplicatianfarPayment: 1. Upon Final Accepta:nce, and in �tie apinion of City, Con�ractor may ma.ke an application far fmal payment following the procedure for progress payments in accardance with the Contract Doc�rrients. 2. The fu�al Application far Payment shall be accornpanied (except as previousiy delivered} by: a. all documentation called for in the Contract Documents, including but not limited to the evicienc� of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of alI pending ar released Daznage C�aims against City that Coniractor believes are unsettled; and d. affidavits of payments and complete and legally effective re�eases or waiver� (satisfactory to Cily) of a1� Lien rights arising out of or Liens filed 'm �onnection with �he Warlc. B. PaymentBecotaaes Due: 1. Af�er City's acce}��a.nce of the Applicatian for Payment and accompanying dacumen�ation, req�ested by Con�ractor, less previous payments Fnad� and any sum City is entitled, including but not limited to liquidated da.mag�s, will become due and payable. 2. After all Da.mage Claims have been resolved: a, directly by the Contractor or; b. Contractor provides evidence that the Darnage Claim has been reported to Contractor's insurance providex €or resolutian. 3. The making of the fanal payment by the City shall not refieve the Contractor of any guarantees or other requiremerits of �he Contract Documents which specif'ically continue thereafter. 14.08 Final Completio�a Delayed and Par�ial RetaanageRelease A. If iu�al completion of the Work is signif'�cantly delayed, and if City so conf�rms, City tnay, upon receipt of Contractor's f�nal �,pplication for Payment, and without terminating the Contract, make payment of �ie balance due far that portion of the Work fully completed and accepted, If the rennaining balance to be held by City for Work not fu�ly completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been fix�ished as requited in Paragraph 5.02, the written consent of the sureiy to the payment of the balance due for that CiT Y OF FORT WOTZTH 5TANDAlZDCONSTRUCTiON SPEClFICATION DOCUML'NTS Revision: S�CiIlD21 oo7aon-� GENERAL.CONpITIQNS Page 57 of 63 portion of the Work fuily coz�npleted and accepted shaIl be submiited by Contractar to City with the Applica.tion for such payment. Such payznent slzau be tnade under the terms and conditions governmg final pa}+ment, except that ik shall not constitute a waiver of Cantract Claims. B. Partial RetainageRelease. For a Contract that provides for a separate v�getative establishment and maintenance, and test and performance periods following the completion of all other canstruction in the Contract Dacurnents far all Work lacations, the City may release a portion of the amaunt retained provided that all other work is cornpleted as deterntined �y the City. Befare the release, all submittals and final quantiries must be completed and accepted for all other work. An arnount sufficient to ensure Contraci compliance will be retain�ed. 14.09 Waiver� of Claams The acceptance of final payment will constitute a release of the City f'rom all clanns or liab�ities under the Contract for anything done or furnisned or relati�g to the work under the Contract Documents ar any act ar negIect oi City related to or conneetsd with the Contract. ARTICLE 1� — SUSPENSION OF WORK AND TERMINATION 15.01 City Nlay Suspend Work A. At any time and wiithout cause, City may suspend the Work or any portion thereof b� written notice to Cantractor and which may f�c the date on w�ich Work will be resumed. Canl��ctar shall resume the Work on the date sa fnced. Durmg terttpora� suspension of the Work cavered by these Contract Dacuments, for any reasan, the City will make no extra payment for sta.nd-by tm�e of construction equipment and/or constructzon crews. B. Shfluld the Contractor not be able to cozxiplete a partion oi the Project due to causes beyond the control of and without th� faui� or negligence of the CQntractor, and should it be determined by mutual consent of the Cantractor 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, du-ectly attributable to any such suspension. C. If it should becorne necessary to suspend the Work far an indeimite period, the Coniractor sha11 stare all materials in such a manner that �h�y will not ob�truct ar impede the public unnecessarily nor become damaged iva any way, and he shall take every precaution to prevent damage or deteriaration of the work perforrraed; he shail provide suitable drainage about the work, and ereci temporary structures where neeessary. I�. Contractor may be re�mbursed for tkze cast o� moving his equipment off t�e job and returnir�g the necessary equiprn�nt ta the job when it is determu�ed by the Ciry that construction may be resuxn.ed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipnnent and no profit will be allowed. Reitt�:buz'sement may not be aIlowed if th� equipment is moved to ano�her construetian project for the City. CITYOF FpRT WORTH STANDARUCDNSTR�ICTl4N SPCCfF[CATION i]pClJ1VIENT5 Revision; ���1 oo�zoa-� GEN�RAL CONQITION S Page 58 of 63 15.02 City May T'erminate for Cause A. The accurrence ofany one or more af �he %llowing events by way of example, but not of limitation, may justify termination %r cause: i. Contractor's persisie�t failure ta perform the Work in accordance with the Contract Documents (including, but nnt linaited to, fai�ure ta supply sufficier�t skilled workers ar suitable materia�s or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusied frorn titne ia time pursuant to Paragraph 6.04, or fa�ure to acihere to the City's Business Diversity Enterprise Ordin.ance #20020-12-2011esiablished under Paragraph b,Ob.D), 2. Contractor's di�regaf'd of Laws ar Regula#ions of any public body having jurisdiction; 3. Contractor's rep�ated disre�ard of t�e authority af City; or 4. Contractor's vio�ation in any substantial way of any provisions of tke Contract Documents; or 5. Cantz�actor's failure to promptly rnake good any defect ua materials or workmansh�ip, or defec�s of any nature, the correction ofwhich has been directed u� writing by the City; or 6. Substant�al iridication that the Contractor has made an unauthorized assignment of the �on�ract or any funds due therefrt�m for the be�e�t of arry creditor ar far any other purpose; or 7. Substantial evidence that the Can�ractor has become insolvent or banlaupt, or otherwi�e fmanciaIly unable to carry on the Work satisfactorily; or 8. Confitactar comtnences lega� actian m a cnurt of competent jur'i�dietion against the City. B. Iione or rnore of the events �den�ified in Paragraph i5.02A. occur, City will provide written notice to Contractor and Sureiy to arrange a conference vt�ith Contractor an.d �urety ta address Contractar's faiiure to perfortn tt�e Work, Conference snall be held not later than 15 da.ys, after receipt of natiee. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractar to proceed to perforn�. the construction Contract, the City may, to tl�e extent permitted by Laws and Regulations, declare a Contractor default and forma.liy terrn�ate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 ci�ys after the Contractor and Surety have recerved notice of canference to address Con�ractor's fa�lure to perform rhe Work. 2. ii Contractor's serv�ices are temvnated, Surety sha�l be obligated to take aver and perform the Work. If Surety does not commence p�r%rmance thereof withir� 15 consecutive calenc3ar days after date of an additianal written notice demanding 5urety's pexformance of its CITY OF FORT WQRTH STANDARDCONSTRUCTION SPGCIFICATION DbCUiv�ENTS Revision: 812'�2021 00 �z oa - i GENERAL CONDITION S Page S9 af 63 obligations, then City, without process or action at law, may take aver any portion of �he Wark and complete it as descr�bed below. a. IiCity completes the Work, Ciry may exclude Contractor and Surety fram the site and take posaession of the Wark, and all material� and equipment incorporated into the Woxk stored at the Site or for which Gity has paid Contractor or 5urety but which are stored elSew�ere, and irnish the Work as CiLy may deem e.xpedient. 3. Whether City or Surety comple�es the Wark, Contractor shall not be entitled �o receive any further payment until the Work is finishec�. Ii the unpaid ba3ance oi the Contract Price exce� all elaims, costs, lasses and dama.ges sustained by City az-ising out of or resulting frorn completing the Wor1c, such excess wi11 be paid to Contractor. If such claims, costs, losses and damages exceedsuch unpaid balance, Coniractor shall pay t�e difference to City. Such claitns, costs, lasses and damages i�aacurred by City will be incorporated 'u� a Change Order, provided that when exercising any rights ar remedies under this Paragraph, City shall not be required to ob�ain the iowest price for the Work perforrned. 4. Neither City, nor any of its respecti�ve consultants, agents, officers, directors ox employees sk�ali be m any way liabie ar accountable to Contraetor ar Surety for the method by which the completion of the said Work, ar any portio� tlzereof, ma.y be accomplished or far the price pa�cl therefor. 5. City, notwithstand'mg the method Used in completing the Contract, shall not forfeit the right to reeover da.mages from Contractor or Surety for Co�tractor's failure to timely compl�te the entire Contract. Contractor shall not be entitled to any claim an account of the method used by City in completuag the Contract. 6. Maintanance of the Work shall eontinue to be Contractor's and Surety's responsib�7iti�s as provided for in the bond xequirements of the Confxact Dacuments or any speciai guarantees provided for under the Cont�ract Documents or any otl�er obligations otki,erwise prescribed by law. C. Notwithstand'mg Paragraphs 15.02.B, Contractor's services will not be terrninate.d if Contractor begins within seven days of receipt of notice of intent ta ternunate 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. Wh�re Contractor's seivices have been so termuaated by City, the tertnination will not affect any righ�s or rernedies af Crty against Contractor then existing or which may fliereafter accrue. Any retention ar payment of mr,neys due Contractar by City will not ralease Con�ractor from lia.bility. E. If and ta the extent tk�at Contractor has provided a performance bond under the provisions of Paragraph S.D2, the tenmination procedures of thai bond shaII not supersede the provisions of this Article. C1TY OP F'OliT WORTH STANf]ARl]CONSTRUC710N SPGC[FICATION DOCUMElVT3 Aer�isian: SfL9fLQ21 0072DO-1 GENERALOO�f�ITI0N5 Page GO of 63 15.43 City May 3'errnanaie Far Coravenience A. Gity may, without cause and without prejudice ta any ather right or remedy of City, terminate the Cont�ract. Any termination shall be eifeeted by mailing a no�ice of the terrniriation to ib.e Contractor specifying the extent to which p�rformance of Work under the contract is terminated, and the date upan. which such termination becomes effective. Receipt oi the notice shall be deemed conclusively pres�.uned and established when the letter is pla.ced in the United States Postal Service Mail by the City. Further, it shall be deemad conclusively presumed and estahlished that such termination is znade with just cause as therein stated; and no proof � any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of tennination, and except as otherwise directed by the City, the Cantractor shall: 1. �top v�rork �nder the Coa�nact on the date and to the extent specified in the no�ice qf termmation; 2. placa no further ozders or subcantraets for materials, services or facilities except as may be necessary for completion of such porkion of the Work under the Contract as is not terminated; 3. temiinate all orders and subcontracts to the extent ihat they relate to the performance of the Work terminated 3�y notice af termination; 4. trans%r �itle to the City and deliver in the manner, at the times, and to fihe extent, if any, directed by the City: a. ihe iabrieated or unfabricated parts, 'GVork in progress, cornpleted VVork, supplies and other material praduced as a part of, or acquired in connection with the pezfrormance af, the Wark terminat�d by the notice of the termination; and b. th.e completed, or partially comp�eted p1ans, drawings, uiformation and other propert}r which, if the Contract had been completed, wauld have been requir�d ta be furnished to the Ci�ty. S. complete performance of such Wark as shall not have been terminated by i�Ze notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservatian of khe pxoperty related to its contract whzch is iri the possessian of the Contractar and in which the ovvner has or may acquire the rest. C. At a time not later tl�n 30 days after the termit�at�an date specif'�ed in tlae notice of term�ation, the Coniractor may submit to the City a list, cert�ed as to quantity and quality, of any or al� items of termination inventory not previously disposed of, exclusive of items the disposition of which has been d'uected or authori�ed by City. C1TY OF FORT WORTH STANDARDCONSTRUCTfON SPECIF[CATION I]OCiTNIENTS Acvision: 8f�312021 oo�zoo-i G�N�RAL COND{TID3V 5 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, ii t1�e iiems are stored, within 45 days from the date of submission of the list, and any necessary adjvstments to correct the list as submitted, shall be made prior to imal settlement. E. Not ]ater than 60 days after the notace of termination, the Contractor shall submit his tennination cla.im to the City in the form and wrth the certification prescribad by the City. Unless an extension i� made in writing within such 60 day periad by the Con�ractor, and granted by the City, any and ail such claims shall be conclusively deemed wa�ved. F. In such case, Coniractor shall be paid for (without duplication of any iterns): l, completed and acceptable Work axecuted in accordance wit� the Contract Documents prior to the effective date of terminaiion, mcluding fair and reasonable sums for averhead an.d parofit on such Work; 2. ex}�enses sustarned priar ta the effective date af termination in perfarming services and furiai�hing labor, rnater�ls, or equipment as required by the Contract Docurnents in coar�ection with unconnpleted Work, }�lus fair and reasanable sunns far overhead and profit on such �xpenses; and 3. reasonable expenses directly att��butab�e to terr�vnation. G. In tfie event of the fa�ure of ihe Can�ractor and Ciry to agee upon the uahaIe amount to be paid to the Contractor by reason of the ternvnation of the Woxk, the eity shall determine, on the basis of information available ta it, the a�ount, if any, due to the Contractor by reason of the termination and shaIl pay to the Contractor the amounts deti�rmined. Contractor shall not be paid on acco�ant of loss o� anticipated profits or revenue or other econornic loss arising out of or resulting fram such tet-mmation. ARTICLE 1 G— DISPUTE RESOLi1TION 16.01 Methods and Procedures A. Either City or Cantractor may request rnedi�tion of any Cont�act C]aim submitted for a decision under Paragraph 10.06 before such decision becames fmal and binding. The request for rz�ed'uation shall be submitted to the other party to th� Contract. Timely subrnission of the request shall stay the effect of Paaragra�h 10.06.E. B. Git�y and Contractor shall participate in the mediation process in good faith. The process sha1� be camrnenced withu� 60 days o#' iiling of the request. C. If the Contraci Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Faxagraphs IQ.06.C.3 or 10.06.D shall become fi�al and bin�g 3� days after ternvnation of the mediation uuless, within that time period, City or Contractor; CITY OF PORT WORTI-L STAIVI)t�RDC4N5TR[ICTFON SPEC[FICATION DOCiJMENTS Revision: 6r1.�1 oo�zoa-� c��Ewa� coNn irior� s Page 62 of 63 1. elects m writing to invoke any other dispute resalution process pro�ided for in the Supplementary Conditions; or 2. agees with the other party to submit the Contt'act Claim. to another dispute r�solutinn process; or 3. gives written notice to the other pariy of the intent to submit the Contract Claim ta a court of competent jur�sdiction. ARTICLE 1'� — MISCELLANEOUS 17.01 Gaving Notice A. Whenever azty provisian of the Contract Doctunents requires the givz�g of written notice, it will be deemed to lnave been validly given if: i. delivered 'm person ta the individual or to a member af the fi�zn or to an officer of the corporation for whom it is iriten�led; or 2. deli�er�d at or sent by reg�stered dr eert��d mail, postage prepaid, to the last business address knawn to the giver of the notice. B. Susiness address ch.anges must be promptly made in writing to the other party. C. Wh�naver the Contract Docuznents specifies givmg natice by eFectronic means such electronic notice shall be deemed sufficient upon confmnation of receipt �ry the receivirig party. 17.Q2 Camputation afTimes When any period oF time �s referred to nn the Con�act Documents by days, it will be computec� to exciude the first and includ� the last day of such period. If the ]ast day of any such period fall� on a Satuz'day or Sunday or on a day made a legal holiday the next Working Day shall b�come th� last day of the period. 17.03 Cumu�ative Rer�dies The duties and obligations imposed by ihese General Conditions and the rights and remedies available h�reunder ro the parties hereto are in ac3dition to, and are not to be constxued in any wayas a l�nitation ot', any rights and remedies available �o any or all of them whieh are otherwise imposed or available by Laws or Regulation�, by special warranty or guarantee, or by other provisions of the Contract Documents. Tha provisions of this Paragraph will be as effective as if repeated specif'ical�y in the Contract Docutnents in connection wi�th each pariicular duty, obiigation, right, and remedy ta which they apply. C1TY OF FdAT WQRTfI STANAII3�DCONSTRIICTIQN SPF.CIF[CATION DOCl1MENTS Revision: 82320QI aa7aoo-� GENERAl.CONDITION S Page 63 of 63 17.04 Survival ofObligatiarrs All representations, indetnnifications, warranties, and guarantees tnade in, required by, or given in accordance with the Contraet Docu�ments, as well as all contin�ing obligations iridicated in the Contract Documents, will survive iwal payment, campletion, and acceptance of the Work or termination ar completion of the Contract or terminatian of ihe services of Contractor. 17.05 Headangs Article and paragraph headings are inserted for convenience anly and do nat constitute parts of �.ese General Condiiions. CTT Y OF FORT WORTH STANI?AR�CONSTR[1CTION SPECIFICATION DOCUME]VTS Revisian: 8/�U�1 00 73 00 - l SifPPLEMENTARY CONDTTTO?V5 Page l af 6 4 5 6 7 8 9 10 11 12 13 [4 LS l6 17 18 19 20 21 zz a� 24 25 Zfz 27 28 29 30 31 32 33 34 3S 36 37 38 39 40 41 42 43 SECTION �4 '�3 00 SUPPLEMENTARY CONDITI4NS TO GENERAL CDNDITIONS Supplementary Co�ditions These 5upplementary Conditions modify and supplement Seetion 00 72 00 - Genera3 Conditions, and other provisians of the ContracC Documents as ind�cated beiow. All provisians af khe Generai Cond'iCions that are znodified or suppiemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so madified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Gonditians have ttie meaning assigned to them in the Generai Condikions, uniess specifically noted herein. Modi�ications and Se�pplements The following are instruetions that �nodify ar supplement specific paragraphs in t4ie General Conditions and other Contract Documents. SC-1.01, `°Defir�ed Terms" Add Dafinition: Su6stantial Com letinn — The date at which tl�e Wnrk or a s ecified art dierea has ro essed to the point whexe, in the apinion of the City, the Work (or a specified part thereofl is sufficiently complete in accordance wikh ihe Agreement and all Coniract Documents, so that the Wnrk (or a snecifted part thereo� can he utilized for fhe purposes far which it is intended. The terms "substaz�tially campiete" and "substantiall, completed" as applied ta all ar part of the Work refer to Substantial Com letion thersof. 9C-3.038.2, "Resolving Discrepancies" Plans govem over 5pecifications. SC-4.4i A Easemenl limits shown on the Drawing are approximate and were provided to establish a 6asis for bidding. Upon receiving the final easements descriptions, Contractor shall cam.pare them to the lines shown an the Contract Drawings. C1TY OF EORT WQKTH STANBAI2D CONSTRUCTION SPGCiFICATI4N D4CUMENTS — WATER FAC1LiTY PR07ECi'S lievised AugusC 15, 2017 5outh �'Vestsi8e V Elevated SYorage Tank City Project No. 103428 DQ73p0-2 SCIPPLEMENTARY CONDxPIpNS Page 2 nf b 1 2 3 4 5 6 7 8 9 10 11 l2 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 zs 29 30 31 32 33 34 35 36 37 38 39 40 41 SC-4.01A.i., "Availab'rlity of Lands" The follo�ving is a list of known outstanding rigl�t-of-way, and/ar easements to be acquired, if any as Q:f November 4, 2021: PARCEL NUMBER (]WNER TARGET DA'I`E OF POSSES510N 1WE 2AE 3TAE 4TCE, STC� STCE 7TCE BTCE 9TANK SITE SC-4.OlA.Z, "Availability ofLands" Walsh Ranch Walsh Ranch Walsh Ranch Walsh Rancn Walsh Raneh Walsh Ranch Walsh Ranch Walsh �anch Wals3� Ranch [T#ilities or obstructions to be remaved,. adjusted, andlor relucated — N/A O11i5/2022 D 1115/2fl22 0 1 /1 512 022 01115/2Q22 O 1/1 S/2022 o i�i sizo2z 01/15/2022 �111512022 Ol/i 5/2022 SG4.[12A., °°Subsurface and Physical Conditions" The %llowing are reports of explorations and tests of subsurface canditions af fhe site of the Work: A Geotechnical Report, dated October 14, 2021, prepared by CM7 Engineering. 7'his report is provided for prelirninary informational purposes only and shall not be relied upon for final design af the �levated storage tank foundation. SC-4.05A., "Hazerdous Envirnnmental Conditians at Site" NIA SC-5.03A., "Ceetificates of Insurance" TI�e entities listed belory are "additional insureds as their intarest may appear" including their respective of�icers, directors, agents and employees. (1) City ofFort Worth (2) Consultants: HaLFf Associates, Inc., CMJ Engineering, DKC Integrity, LLC, Gupta & Associates, Inc., Gorrandona & Associates, Ine., Rios Group, Inc., Pape-Dawson Engineers, Inc. (3) Praperty Owner; Walsh Ranches Limited Partnership SC-5.fl4A., "Contractor's Insurance" The limits af liability for the insurance required by Paragraph GG5.04 shal] pxovide the foflowing co�erages for not less than the follawing amounts or greater where tequired 6y lar�vs and regulations; 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutoty limits Employer's liability CITY OF �QAT WOR"CH STANDARD CONSTRUCTIO[Y SYECIFICATION DOCUMENTS — WATER FACILITY PRDJECTS Re�ised August 15, 2017 South Westaide V Elevated Storage Tenk City Project No. 103A2& DO7300-3 3UPPLEMENTARY CONALTIpNS Page 3 of b 1 2 3 4 5 6 7 8 9 10 11 �z 13 14 15 16 17 1$ 19 20 21 22 23 24 25 26 27 28 29 �a 31 32 33 34 35 36 37 38 39 44 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 $1,Od0,000 each accidentloccurrence $1,OOO,QDO Disease - each employee $1,aoo,00Q Disease - poiicy limit SC-S.D4B., "Cantraetor's Insurance" 5.04B. Commercial General Liability, under Paragraph GC-5.048. Contractor's Liability Insurance under Paragraph GC-S.b4B., which sha11 be on a per praject basis covering the Contractor with minimum limits of: $1,000,000 each occurrence $2,OOU,000 aggregate limit The policy must have an endarsement (Amendment — Aggragate Limits of Insurance) mak'tng the General Aggregate Limits apply separately to each job site. The Commercial General J.iability insurance policies shall provide "X", "C", and "U" covezage's, Verification of such cnverage must be shown in the Remarks Article of the Certificate nf [nsurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile I.iabitity, under Paragraph GC-5.04C. Contractor's Liability Fnsurance under Paragraph GG5.44C., which shall be in an amount not less than the fo.11owing amounts: (1) Automobila Liahility - a commercial business policy shall provide eoverage on "Any Auto", defsned as autos owned, hired and non-owned. $1,0OO,ODO per each occurtence and $1,000,000 badily injury andlor property damage, combin.ed single limit. 5G5.0�4, "Contractor's Insurance" Add Paragraph 5.04�' to GC Section 5.04: 5.04F. Excess Umbrella Liability: Contractor shafl purahase and maintain Excess Umbrella Liabitity Insurance for coverage in excess of tl�e tertns and limits af insurance speci�ed in Paragraphs 5.0�4A, 5.048, and S.44C with a combined Iimii of $S,OOO,OQO per occurrence. SC-6A4., "Projecf Scitedule" Prnject schedule shall �e tier 3 far the pro�ect. SC-6.U7., "Wage Rates" The fvllowing is the �revailing wage rate table{s) applicable to this project and is provided in tne Appendixes: 2013 Prevailing Wage Rates (Heavy and Highway Corrstruction Projects) 2013 Prevailing Wage Rates (Commercial Construction Projects) 3C-5.09., "Permits and Utilities" SC-6.09A., "Contractar obtained Permits and licenses" The following are known permits and/or licenses required by the Confiract to be acquued by the Contractor: 1. FAA permit for construction phase SC-6.09B. "City obtained permits and licenses" CITY OF FORT WOl2TIi STANDARD COI+ISTRUCTIbN SPBGIFICATION DOCTJMEN"TS — WATER FACILITY PROJECTS Revised August 15, 2017 South Westside V Elcvated Storage Tank City Froject No. 1034z8 oo�3aa-a SUPPLEMENTAKY CONT]TTIONS Page 4 af 6 1 2 3 4 5 5 7 8 9 �a ii 12 13 1 �l 15 16 17 18 l9 2U 2l 22 23. 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 The fnllawing are known perrnits and/or licensas required by the Cantract to be acquired by the City: N/A SC-6.09G °°Outstanding permit� and licenses" N/A SC-6.24B., "Title VI, Civi1 Rights Act of 1964 as amended" During the performance of this Contract, the Contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "Contractor") agrees as follaws: 1, Campliance with Regnlations: The Contractor shail camply with the Regu.latian reiafive to nondiscrimination in Federaily-assisted programs af the Department of `I'ransportation (hereinaf�er, "DOT") Title 49,. Code of Federai Regulations, Part 21, as they may be amended from time to time, �hereinai�er referred to as the Regulatians), which are herein incarporated by xeference and made a part of this c:ontract. 2. Nondiscrimi�nation: The Contractor, with regard to the wnrk perfortned by it during the contract, shall not discri.minate an the grounds of race, coLor, or national origin, in the selection and retention of subcontractors, incfuding procurements of materials and leases of equipmenC. The Contractnr shall not participake either directly or indirectly in the dsscrimination prohibited try 49 CFR, section 21.5 oFthe Regulations, including emp[oyment prackices when the contract covers x program set forth in Appendix B of tha Regulatians. 3, Salicitations fnr 5nhcantractors, Including Procuretner�ts of Materials and Equipmeut: In all solicitations either by eompetitive bidding or negotiarion made by the eontractor for work to be performed under a suhnoniraot, including procurements of materials or Leases of equipment, each patential sv6contactor or supplier shall be nc�tified by the Contractor of tiie Contractor`s obligatians under this contract and the Regulations reiative to nandiscrimination on the graunds of race, color, or national Qrigin. 4. Informatian and Reporfs: The Contractor shall provide all informatian and reports required hy the Regulatinns or directives issued pursuant thereto, and shall permit access ta its books, records, accounts, other sources of in%rmation and its facil.ities as may he determined by City or the Texas Departsnent of Transportation tn 6e pertinent ta ascertain compliance with such Regulations, orders and instructions, Where any informaiion required of a contractor is in the exclusive possession of anoiher who fails or refuses to furnish this inP�rmation the oontractor shall so certify to the City, or che Texas Department of Transportation, as appropriate, and s�all sek forth what efforts it has made to obtain the infortnation. S. Sanctio�s for l�oncompliance: In the event of the Contractor's noncampliance with the nondiscriminatinn pro�isions of this Contract, City shall impvse sueh conttact sanctions as it or the Texas Department af Transgortation may determine tn b.e appropriake, including, but not limited to: a. withiiolding of payments to tl7e Contractor under the Contract until the Conkractar complies, and/or b. cancellation, termination or suspension of the Contract, in whole or in part. 6. Incorpor�kian of Prnvisions: The Contractor shall include the provisions oFparagraphs (1) through (6} in every subconTract, including procurements of materials and leases of equipment, unless exempt by the Regularinns, nr directives issued pursuant thereto. The Contractor shall fake s.uch actian with respect to any subcontract vr procurement as City or tha Texas Department of Transportation may direcl as a means af enfarcing such provisions including sanctions for non-compliance: Provided, hvwever, that, in the avent a contractor becomes involved in, or is threatened with, litigation with a subcontracior or supplier as a result of such direction, the contractor may request City ta enter into CITY OF FORT WORTFI5TAN�ARD CONSTRUCTION SPECIFICATION DDCUME]VT5 — WATER FACILITY PROJECTS Ravised Augusk I5, 2017 5outh Westside V Elevated Storage Tank Ciry ProjecE Na. i0342$ DO"1300-5 SUPPI.�MENTAKY CONDTl'TONS Page 5 af 6 1 2 3 4 5 6 7 8 9 l0 11 i2 13 14 1S 16 17 18 19 aa 2i 22 23 24 25 26 27 28 29 such litigation to pratect the interests of City, and, in addition, the contractor may request the United States to enter into such litigation to protect Ehe interests of the United 5tates. Additional Title VI requirements can be faund in the Appendix. SC-7.02., "Coordinatian" The inciividuals or entities fisted below ha�e cnntracts with the City for khe perfo�nance of other work at the Site: Oncor E�ectric — underground electrie service to site SC-8.01, °°Communications to Contractor" NIA SC-9.01., "City's Project Manager" The City's Project Manager far tk�is Contract is Russefl Redder, PE, or hislher successor pursuant to written nofification from the Directar of Watar Department. SC-13.03C., "Tests and �nspaetioos" None SC-14.1D, "Substantial Completian" Add the following Seet�on as follnws: 14.1 D 3ubstantial Com letion 30 A. When Contractar considers t�e entire Work suificiently cornplete, in accordance with the 31 Contzact Documents and this Ar�reement, such that the City may implement or use the Work for 32 its iniended u ose Contractor shall notif the Cit in writin that the entire Work is 33 suhstantiall Gorz� lete and r� uest that the Ci issue a tetter of Subskantial Com ietion. 34 Conkractor shall at the same time submit to the Citv an initial draft punch list to be completed or 35 corrected before final aeceptance. 36 B. Prom tl after Contractor's notificatinn Ci and Contractar shall make an ins ection of the 37 Work to determine the status of completion. If City does nnt consider he Work substantially_ 3 S complete City will notifv Contractor in writin��iving the reasons therefore. 39 C. If Citv considers the Work substantiallv complete, City will deli�er to Contractor a letter of 40 Suhstantisl Cam letion which sha11 fix the daie of Substaaatial Cam letion. There shall be 4i attached to the Letter of Substantial Com�pletion a List vf items to be cornpleted or corrected 42 before Final Acceptance. 43 44 45 46 47 48 49 50 51 52 C E. At the time of rece�t of the letter of Suhstantial Com�pletion, City and Contractor wiil canfer re ardin Ci 's use or occu anc of the Work followin Substaniial Com letion. All sure and insurance shaiI remain in effect until Fina1 Payment. Afier 5ubstantiai Cnmpletion,, the Contractor shall promptiv begin work on the punch list of iteams ta be completed or correered nrior to Fina! Acceptance. In agpropriate cases, Contractor �na subtnit monthl A lications for Pa ment for com leted unch list items followin the prosress �ayment procedures set_forth herein. SC-16.O1C.1, "Methads and Procedures" CITY QF �'ORT WORTH STANDARD CONSTRUCTION SPECiFICATIOIv DOCCIMENTS — WATER FACILITY PRddECTS Bevised A�gust I5, 2017 Sauth Wesfside V Elevated 5torage Tank City Project No. 103428 U0730D-5 SUPPLEMENT,4RY CONDITIDN3 �age 6 of 6 2 N/A END OT SECTION Revision Lag DAT� NAME SUMMARY O� CHANG� 1l2212016 F. Griffir� $�-�•Q� •� ���ity's Project Represen#ative" wording changed to City's Project Manager. 811512D17 F. Goderya dded SC-1.01., and 1�4.10., "Substantial Complefion° CI'iY OI' f•ORT WORTN STArEDARD C�1V5TRUCTI�N �outh Westside V Elevated StoYage Tank SP�CIFICAT[ON dOCUMENTS -- WATBR FACILITY PR07EC7"5 City Projcct Nb. 103428 Revised A.ugust 15, 2Q f 7 D11100-1 SiSMMAKY OF WORK Page I of 3. 1 2 3 PART 1 - GENERI�L SECTION 01 ll 00 SUMMARY QF VrtORK 4 1.1 SUMMARY 5 A. Sectian Includes: 5 1. Suznmary qf Work to be performed in aecordance with the Contract Dncuments 7 8 9 10 I1 12 B. Deviations from this City of Fort Worth Standard 5pecification 1. Modified 1.�.A.1 2. Added 12.A.2 3. Modified 1.4.B.1 4. Added 1.4.B.2 5. Added 1.�.0 & 1.4.F 13 C. Related Speciiication Sections include, bui are not necessarily limited to: 14 l. Division a- Bidding Requirements, Contract Forms, and Con+�itions of the Contract 15 2, Division 1- General Requirements 16 1.2 1'RICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Unit Priee - Wark associated with this Item is considered suhsidiary ta the various 19 items bici. No separate payment will be allowed for this Ttem. 20 2. Lump Sum Price - Work associated with ihis Xtenp� is imcluded in the toEal lump 21 snm �rice. 22 1.3 RETERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 2�4 A. Wark Covered hy Contract Documents 25 1. Work is ta include fumishing alj labor, zt�aterials, and �quipment, and perfortning 26 all Wark necessary for this consttuctiau project as detailed in the Drawings and 27 Speciitcations. 28 B. 5ubsidiary Wark 29 1. Uni# Price Bid - Any and all Work specifically gvverned by documen�ry 30 requirements for the project, such as cnnditions impased by the Drawings or 31 Contract Doeume�ts in which no specific item for bid has been provided for in the 32 Proposal and the item is nat a typical unit bid item included on it►e standard bid 33 item list, then the item shall be considered as a subsidiary iterr� of Work, the cost of 34 which shall be included in the price bid in the Proposal for various bid items. 35 2. Lure�p Sum Price — Anv and aMM Work speci�ically eoverned 6� documentary 36 requirements %r the proiect, such as concfit�ons imposed bv the Drawings or 37 Co�tract Documents are included in the total lump sum priee �id. CITY dF FQRT WORTki ST.ANBARD CO�TSTRUCTION South Westside V Ele�ated SEorage Tank SPECIFICATiO�I DDCUMENTS — WATER FACILITY PRO.lECTS City Project No. 103426 Revised ➢eceroher 20, 2012 o� i� ao-z SUIvIMARY QF WOItK Page 2 af 3 1 C. Examination of the Site 2 1. Vistt the site, to eompare drawin�s and sUecifications with anv work in places 3 and observe all site conditions, includi� other work, if any, xs being 4 erformed. Failure to visit th� site shall not relieve the Contractor from the 5 necessi oi' furnishin maieriajs or erfor�in work re uired to com lete 6 work in accordance with the Contract Docurnents. 7 D. Use of Premises 8 1. Coordinate uses of premises under direction of the City. 9 2. Assurne fu11 respons'ibility for protec�ion and safekeeping of materials and 10 equipment stored an the Site. 11 3. ilse and occupy only poxtiot�s af the public streets and alleys, or other public places l2 or other rights-of-way as pr�vided for in the ordinances of the City, as shawn in the 13 Contract Dacuments, or as may be specifieally authax'ized in writing by the City. 14 a. A reasonable amount of tools, materials, and equipmenY for eanstructian 15 purposes may be skored in such space, but no more than is necessary to avoid 16 delay in the construction operations. 17 b. �xcavated and waste materials shall be stared in such a way as not ta interfere 18 with the use of spaces that may be designated tq be left free and unabstructed 19 �nd so as not ta inconvenience nccupants of adjacent property. 20 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 21 manner as not to interfere with the operation of the railroad. 22 1) AIl Work shall be in accordance wi�h z'ailrnad requirements set forth in 23 Division 0 as well as the railroad pezxnit. 24 E. Work within Easements 25 1. Do not anter upon private property for any puipase withouf having previously 26 obtained parmission from the Qwner of such property. 27 2. Do not store equipment or materiai on privata property unless and until the 28 speciiied approval of the property awner has been secured in writing �y the 29 Contractor and a copy furnished to the City. 30 3. Unless specif cally provided otherwise, clear all rights-of-way or easements of 3l obstructians which must be removed to make possible proper prosecution of the 32 Work as a part of the praject construction operations. 33 4. Preserve and use every precaution to prevent damage to, all trees, shru6hery, plants, 34 lawas, fences, culverts, curbing, and all other types of structures or impraverraents, 35 to aII water, sewer, and gas lines, to all conduits, overhead pole lines, or 36 appurtenances thereof, including the construction of teznporary �ences and to all 37 other public or private property adjacent to the Work. 38 5. Notify ihe proper representatives of the ovtmers ar oecupants of the public or pri�ate 39 lands of interesk in lands which might be affected by the Work. 40 a. Such uatice shal� be made at least 48 haurs in advance of the beginning of the 41 Work. �42 b. Notices shall be applicable to both public and pri�ate utility companies and any 43 carporation, coznpany, individual, or other, either as owners or occupants, 44 wkose land ar int�rest in land might b.e affected by the Work. C1TY OF FORT WOR'I'I-I 5TANDARD CONSTATJCTIQN South Westside V Elevated Storage Tank SPECI�ICATION DOCUMENTS — WATER FACILITY PR03ECT5 City Project No. 103428 Re�ised December 20, 2012 O11100-3 SUMMARY DF WOItK Page 3 af3 l c. Be responsible for all daxnage or injury to property of any character resulting 2 from any act, omission, neglect, o:r misconduct in the manner or mathod or 3 execution of the Work, or at any time due to defective work, material, ar 4 equipment. S 6. Fance 6 a. Restore all %nces encountereti and removed during constructian of the Peoject 7 to the original or a better than original condition. S b. Erect temporary fencing in piace of the fencing removeti w�enever the Work is 9 not in progress and when the site is vacated overnight, andlor at all times to 10 pro�ide site security. 11 c. The eost for all fence work within easements, inclu�iing removal, temporary 12 closures and replacement, shall he subsidiary to the various items bid in the 13 project proposal, unless a bid item is speci�'ically provided in the propasal. i4 F, Partial Owner OccuAancV l5 i. The Citv reser�es the ri�ht to take passession_ and �se anv completed dr 16 partiallY completed portian af the Work re�ardless of the time of completion 17 of the Wor ravidin it does not interfere with the ConYractor's work. Such 18 possession ar use of the Work shall not be constwued as �nal_accentance of the 19 prolect or anv portion thereof. 20 i.5 SUBMITTALS [NOT USED] 21 1.6 ACTION SUBM�TTALSIINFORMATIONAL SUBMITTALS [NOT USED� 22 L'� CLOSEOUT SUBMITTALS [NOT USED] 23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 24 19 QUALITY A55URANCE [NOT USED] 25 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 26 1.11 FIELD [STTE] CONDITIONS [NOT USED] 27 112 WAI�RANTY [NOT USED] 28 PART 2- PRODUCTS [NOT USED] 29 PART 3- EXECUT�ON CNOT USED� 3Q END OF SECTION Revisian I.og DATE NAME SCJMMARY OF CHANGE 33 Cl'FY OF FORT VJORTIi 5'i'ANDARD CONSTRUCTTON BPECIF'ICA'I'TON DOCUMB]VT5 — WATER FACILITY PKOlECTS Revised December 20, 2012 South Westside V E[evated Storage Tan[c City Pmject No. j D3428 012500-1 5UB5TITUi'IO�T PROCEDURES Page l of4 2 sECTioN ni z� ao SUBSTTTUTION PROCEDURES 3 PART1- GENERAL 4 1.1 SUMMARY S 6 7 8 9 1Q 11 12 13 14 15 r� A. 5ection Includcs: 1. The procedure far requesting the appro�al of substitution of a pro�uct 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 oi znanufacturer b. Name of vendor c. Trade name d. Catalag nurr�ber 2. 5ubstitutions are not "ar-equals". B. Deviations from tk�is Gity of Fort Worth 5tandard Speciiication l. Moc�ified 1.2A.1 2. Added 1.2A.2 17 C. . Related Specif�ication Sections include, but are not necessarily limited ta: 18 1. Division 0— Bidding Requirements, Contract Farms an.d Cnnditions of the Contract 19 2. Division 1— General Reyuirements 20 1.� PRICE AND PAYMENT PROCEDIIRES 21 A. Measurement and Payment 22 1. Unit Price - Waxk associatec3 with this Item is considered subsidiary to the �arious 23 items bid. No separate payment will be allowed for this ltem. 24 2. Lumq Sum Price - Work assoeiaied with this Item is included in the total lump 25 sum price. 26 1.3 RE�'ERENCES [NUT USED] 27 1.4 ADIVIINISTRATIVE REQUIREMENTS 28 29 30 31 32 33 34 35 36 37 38 A. Requ�st For Substitution - General 1. Within 30 days after award of Contract (unless noted oiherwise), the City will consider farmal requ�sts from Gantractor for substitution of products in place of those speciii�d. 2. Certain types of equipment and kinds of material az'e described in 5pecifications by means of references ta names of manufacturers and vendors, trade names, or catalog numbers. a. When tihis method of specifying is used, it is not intended to exclude from considerarion other products bearing other manufacturer's or vendor's names, trade names, or catalog nurrtbers, provided said products are "or-equals," as determined by City. CITY OF EOR'f WO1tTH STANDAKD CONBTRUCTION 5PECI�ICATION �OGUIv1ENT5 — WATER FACILI`CY PAO.l�CTS Revised Iuly l, 20 k I South Westaide V Elevated Storage Tank Ciry Prnject No. 103428 01 2500-2 SUBS7'F'P[]'i"ION PROCEDURES Page 2 of 4 1 3. Other types of equipment and kinds of ma%rial may be aeceptable substitutions 2 und�r the following canditions: 3 a. Or-equals are unavailable due ta strike, discantiriued production oiproducts 4 meeting specified requirements, or other factors beyond control of Contractor; S or, 6 b. Contractox' proposes a cost and/or time reduction ineentive to the City. 7 l.a SIIBMITTALS 8 A. 5ee Request for Substitution Form (attached) 9 io 11 12 13 14 I5 16 17 !8 19 20 2l 22 23 24 2S 2fi 27 28 29 3� 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 B. Procedure for Requesting 5ubstitution i. Suhstitution shall be consider�d only: a. A$er a�rard of Cantract b. Under the conditions stated herein 2. Submit 3 copies of each �vrit�en request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitu�ion wiih Contract Documents 2) Data relating ta changes in c�nstruction schedule, when a red�ction is proposed 3) Data relatin.g ta changes in cosl b. Far products 1 } Froduct identification a) Manufacturer's name b) Tel�phane number and representative contact name c) Specification Section or Drav�ing reference of originally speeified product, inclu�ing discrete natne ar tag number assigned to ari�inal product in the Contract Documents 2) Manufacturer"s literatuxe clearly marked to show compliance of proposed produc� with�Gontract Documents 3) Itemized camparison of original and proposed product addressing product characteristics incIuding, but not necessarily limited to: a) Size b} Composition or matetials of canstructian c) Weight d) ElectricaI or mechanical requirements 4) Praduct experience a) Location of past proj ects utilizing praduct b) Name and telcphone number oipersans associated with referenced projects knnwledgeable coacerning proposed product c) Available field data and reports associated with proposed product 5) Samples a} Provide at request of City. b) Samples becanne the property of the City. c. For canstruction methads: I) Detailed description ofpropased method 2) Illustration drawings C_ Approval or Rejection 1. Written approval or rejection of substitutian given by the City CITX OF FORT WORTH STANDt1RD CONSTRUCTION SPECIFICA�ION �OCU3vIENTS — WATER E'ACILITY PROJECTS Revised 7uly l, 20l l Soath Westside V Elevated Storage Tank CityPmjectNo. {D3428 01250D-3 SUI35T1'1C.I'I'ION PROCEDURE3 Page 3 of 4 I 2 3 4 5 6 7 8 9 10 11 12 City reserves the right io requir� proposed praduct fo comply with color and pattem of speci€ied product if necessary to secure design intent. In the event the substitution is approved, the resulting cost andlor tirne reduction will be documented by Change Order in aceordance with the General Conditians. No additional contract time wijl be givan for substitution. 5. Substitution will b� rejected if: a. Subt�nitGal is no.t through th� Contractar with his stamp of approval b. Request is nat made in aecardance vvith this Specification Section c. In the City's opinion, acceptanc� will require substantiai revision of the original design d. In the City's opinian, substil:ution will not perParm adequately the function eonsistent with the design intent l3 1.6 ACTION SUBMITTAL5/INFORMATIONAL SiTBMITTALS [NOT USED] 14 1.7 CLOSEOUT SUBMITTALS [NOT iTSED] 15 1.8 MAINTENANCE MAT�RI,AL �UBMITTALS [NOT USED] I6 1.9 QUALITY ASSURANCE 17 18 19 20 21 22 23 24 25 26 27 2 c � A. In making request for substitution or in using an appraved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and Y�as determined that it is adequate or superior in all respecks to that specified, and that it will per%rrn function for which it is intended , 2. Wi11 provide same guarantee far substitute item as for product specified 3. Will coardinate installaYion a£ accepted substitution into i�Vork, to inelude building modiiications if necessary, making such changes as may be requiated far Work to be camplete in all respects 4. Waives all cIaims for additional costs related to substitution which subsequently arise 28 1.10 DELIVERY, STORA.GE, AND HANDLING [NOT USEDj 29 1.11 FIELD �SITE] CONDITiQNS �NOT USED] 30 1.1� WARRANTY [NOT TJSED] 31 PART 2- PRODUCTS �NOT USED] 32 PART 3- EXECLITION [NOT USED] 33 END �F SECTION Revision Log DATE NAME SUMMARY OF CHANGE 34 CITY OP FQRT WO�tTH BTANDARD CONSTRiICTION SPECiFICATION I30Ci1MENT5 — WATER FACILITY PIiDdECTS - Revised 7uly 1, 2011 5outh Westside V Elevated 3torage Tank City Project Na. 103428 Q12500-4 SUBS"1'ITUTIt7N PROCEDURES Page 4 of �4 1 2 3 4 5 6 7 S 9 10 � 12 13 14 15 lb I7 1$ 19 20 21 22 23 24 25 25 27 28 29 30 3i 32 33 34 35 36 37 38 39 4Q 4I 42 43 44 45 46 47 4$ 49 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: PROJ�CT: DATE: We hereby submit for your consideration the fallowing product instead of the specified itf;m for the above project: SECTION PARAGRAPH SPECIFIED ITEM T'roposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or 5pecifications which proposed substitution will require for its praper installation. Fill in Blanks Below: A. Will the undersigned cantractor pay for changes ta the building design, including engineeri.ng and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed suhstiturion and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the prpposed and specified iterr�s are: Equal Better (explain on attachment) The undersigned states that the funetion, appearance and quality are equivalent or superior to the speciiied itern. 5ubnnitted By: For Use by City Signature as noted Fum Acidress Dafe Telephone For Use by City: Approved City Recommended _ Recommended Not recommended Reeeived late By Date Remarks Date GITY OF FORT WORTEI STANpAR.D CONSTRUCTION SPECIFICAT�QN DOCUM�iYTS — WATER FACILITY PR07ECT5 Revised July l, 2011 Rejected 5outh Westsidc V Elevaied Storage Tank Ciry Project No. 103428 O13119-1 ARECONSTRLIC:TIOIY MEE�G Page 1 oi3 1 2 3 PA1�T 1 - GENERAL 4 1.1 SUMMARY SECTION 01 31 19 PRECONSTRUCTION MEETING 5 A. Section Includes: 6 1. Provisipns For the preconstruction meeting to be h�ld prior to the start of Work to 7 clarify construction contract administ�ration procedures 8 B. De�iations from this Gity of Fort Worth 5tandard 5pecification 9 1. Modifiec� 1.2A.1 1 fl 2. Added I.2A.2 11 C. Related 5pecification Sections include, but are not necessarily limited ta: 12 l. Division 0— Bic�ding Requirements, Contract Forms and Conditions o� the C�nntract 13 2. Division 1— General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 1 £, 17 18 19 20 1.3 A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various iterns hid. No separate payment will be allowed for khis Itetn. �. Lump Sum Price - Work associated with this item is ineluded in the total lumn sum price, REFERENCES [NOT USEDj 21 1.4 ADMINISTRATIVE REQUIREMENTS 22 A. Coorciination 23 1. Attend preconstruction meeting, 2q 2, Representatives of Contractor, subcontractors and suppliers attending meetings 25 sh�ll be qualiiied and authorized to act on behalf of the entity each represents. 26 3. Meeting administez'ed by City may be tape recorded. 27 a. If recorded, tapes will be used to prepare rninutes and retained by City for 28 future reference. 29 B. Preconstruction Meeting 3p l. A preconstruction meeting wil� he held within l4 days after the execution of the 3 S Agreement and before Work is started. 32 a. The rneeting will be scheduled and administered by tFie City. 33 2. The Project Representative will preside at the meeting, prepare the notes of the 34 meeting and distrihute copies of same to all participants who so request by fully 35 compieting the attendance fortn to be circulated at the heginni.ng of the meeting. 35 3. Attendance shall inelude: 37 a. Project Representative 38 b. Contractor's projeet manager CITY OF FORT WORTH STANDAI2D CONSTRUCTIQN South Weskside V ElevaEed Szarage Tank SP�CiFICATiON I]OCUMENTS — WAT�R �'ACILITY PROJECTS Ciry Project No. 103428 Kevised AugusE f 7, 2012 01 31 l9-2 PRECOPTS'i'T�UCTION MEETING Page 2 of 3 1 2 3 4 5 6 7 8 9 ia 11 12 l3 14 15 16 l7 18 19 20 21 22 23 24 ZS 26 27 28 29 30 31 32 33 34 35 35 37 38 39 40 �1 42 43 44 45 �#6 47 48 4 5 c. Contractor's superintendent d. Any subcontractor or supplier repres�ntats�es whom ihe Contractor may desire to invite or khe City �nay request c. Other City representatives f. Others as appropriate Construction 5chedule a. Prepare baseline construction sch�dule in accordance with Section Ol 32 l6 and provide at Precanstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconsh-uction Meeting. Preliminary Agenda may incl�xde: a. Intradnction of Project, Personnel h. General Desaription af Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work pla� and schedule e. Contract Time f. Notice to �'raceed g. Consttuc#ion Staking h. Pragress Payments i. Extra Work and Change Order Procedures j. Field Ordets k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payrall Certif cation n. Material Certifications and Quality Gantrol Testing a. Fublic 5afety and Convenience p. Doeutrientation af Pre-Construction Co�ditions q. Weekend Work Notification r. Legal Holidays s. Trench 5afety Plans t. Coniined Space Eniry Standards u. Coordination with the City's representative for aperatians of existing water systezns v. Starm Water Follution Prevention Plan w. Coordination with other Contxactars x. Early Warning System y. Contractor Evaluation z, Speeial Canditions applicable to the project aa. Damages Claims bb. SubmittaZ Procedures cc. 5ubstitution Procedures dd. Correspondence Routing ee, Record Drawings ff. "I'emporary construction faeilities gg. MIWBE or MBEISBE pracedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments CiTY OF' FORT WORTE-13TANDARD CONSTRC]CTION SPECI�[CATEON IjOCUMENTS -- WATER FACILITY PROJECTS Rcvised August 17, 2012 Suuth Westside V Elevatad Storage Tank City Project DIa. 1a3428 at 3i ia-3 PRECOIVSTR'{lCTION ME�TING Page 3 of 3 1 1.� SUBMITTALS [NOT USED] 2 I,6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 3 1.'� CLOSE�UT SiTBMITTALS �NOT IISED� 4 1.8 MA�NTENANCE MATERIAL SUBMITTALS [NOT USED] 5 t.9 QUALITY ASSURANCE [NOT LTSED] 6 1.10 DELIVERY, STURAGE, AND HANDLING [NUT USED� 7 1.11 FIELD [SXTE] CONDITI0IVS [NOT USEDJ 8 1.1� WARRANTY [NOT i1SED] 9 PART � - PRODUCTS [NOT USED] 10 PART 3� EXECUTION [NOT USEDj m 12 END OF SECTlUN Revisian Log DATE NA.ME SUMMARY OF CHANGE 13 CITY OF FORT WORTH 5TANDARU CONSTRUCTION South Westside V Elevated Storagc Tank SPECIFICATION DOCUMENT5 — WATER FACILITY PROIECTS City Project No. 103428 Revised August 17, 2012 Q1312D-1 PROJECT MEETIlVGS Page 1 af 3 I 2 SECTION DI 31 �0 PROJECT MEETINGS 3 PART1- GENERAL 4 1.1 SUMMARY S 6 7 8 9 10 11 12 13 14 15 1.� 16 17 18 19 20 2� 1.3 A. Section Includes: 1. Prpvisions for project meetings thraughout the construction period to enable orderly review of the progress of the Wprk and to provide for systematxc riiscussion 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 ta: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of th.e Contract 2. Division 1— General Requirements PRICE AND PAYMENT PROCEDUKES A. Measurernent and Payment 1. Unit Price - Work associated with this Itenn is cansidered subsidiary to the various items bid. No separate payment will be allowed for this Itern. 2. Lum Sum Price - Wark associated with this Item is included in the total lum sum price. REFERENCES �NOT iTSED] 22 1,4 ADMINISTRATIVE REQi1IREMENTS 23 24 25 26 27 28 29 30 31 32 33 34 35 3b 37 3$ A. Coordination 1. Sohedule, attend and administer as specified, periodic progress meetings, and specially called meetings throughoui progress of the Wark. 2. Representatives of Contractor, subcontractors ar�d suppliers aitending meetings shall be qualiiied and authorized to act on behalf of the entity each represents. 3. Meetings administered by Cify may hc tape recorded. a. If recorded, tapes will be used ko prepare minutes anc3 retained by City for future reference. �4. Meetings, in addition t� those sgecified in this Section, may be held when requested by the City, Engineer or Contractor. B. Pre-Conskruction Neighboa�hood Meeting 1, After the execution of the Agreernent, but before construction is allowed to begin, attend 1 Public Meeting with afFected residents to: a. Present projected scheciule, including construciion start date b. Answer any construction related questions 2. Meeting Location CITY OF FORT WORTH STANflAl2D C�NSTRUCTIO�f SPECIFICATION UOCUMENTS — VVATER FACII..ITY PRp]ECTS Revised July 1, 2011 South Westside'V Elevated Storage Tank City ProjectNo. L03426 oi s� aa-2 PRd7ECT M$ETIl�iGS Pagc 2 of 3 1 2 3 4 5 6 '1 8 9 10 11 12 13 i4 1S 16 17 IS 19 20 21 22 23 24 25 26 27 28 29 3D 31 32 33 34 3S 36 37 38 39 40 41 42 43 4�4 45 46 47 48 3 4. a. Loaation ofineeting to be cietermined by the City, Attendees a. Contractar b. Project Representative c. Other City representatives Meeting Schedule a. In general, the neighborhood meeting will occur within the 2�eeks following the pre-construetion conference. b. In no case will construction be allowed ta begin until this meeting. is h�id. C. Progress Meetings 3. FormaI project coordination meetings will be held periodically. Meetings will be scheduled and administered by Praject Representative. 2, Additional progress meetin�s to discuss specifie topics wi11 be conducted on an as- needed basis. Such additional xz�.eetings shalI include, but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other constructio.n prajects d. Resolution of canstruetion issues e. Equipment approval 3 4. 5 The Project Representative will preside at progress meetings, prepare the notes of the meeting and distribute copies af tl�e same to all participants who so request hy iully completing the attendance form to be circulated at the beginning of each meeting. Attendance shalj inclnde: a. Contractor's project manager b. Contractar's superintendent c. Any suhcontractor or supplier repz'esentatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives e. City's repxesentatives £ Othez's, as requested by the Project Aepresentative Prelir�inary Agenda may inc�ude: a. Review of Work progress since previous m�eting b. Field observations, problems, eonflicts c. items which impede eqnstruction schedule d. Review of off-site fabrication, delivery schedules e. Review of conslxuction interfacing and sequencing requirements with othcr construction contracts £ Corrective measur�s azid proced�res to regain grojected schedule g. Revisions to canstruction schedule h. Progress, schedule, during suceeeding Work period i. Coordination of sehedules j. Review submittal schedules k. Maintenan�e of quality standards 1. Pending cha�ges and substitutions m. Review proposed changes for: 1) Effect an construction schedule and an completion date Z) Effeet on other contracts af t11e Project CTTY OF PORT WOATH STANDARD CONSTItUCTION SPECIFICATION DOCUMENT$ — WATER PACILITY PROJ�CTS Revised .fu]y !, 2011 South Westside V Elevated Starage Tank City ProjecY Nu. 103428 o� 3i zo-a Pit076CT MEETINGS Page 3 of 3 1 2 3 a 5 6 7 8 9 10 ll l2 l3 14 15 16 17 18 19 20 21 22 n. Review Record Dacuments o. Review monfhiy pay request p. Review status of Requests for Infarmatian 6. Meeting Schedule a. Progress meeting� wi13 be held periodicaily as determined by the Project Representative. 1) Additionat meetings may he held at the requ�st oFthe: a) City b) Engineer c) Contractor 7. Meeting Locatian a. The City will establish a meetir�g locatian. 1) Ta the �x#ent gracticable, meetings will be held at the Site. ].5 SUBMITTALS [NOT USED] 1.6 ACTION SUSMITTALSII1�iFORMATIONAL SUBMITTALS [NOT U5ED] 1.7 CL05EOUT SUBMITTALS [NOT USED] 1.8 MAXNTENANCE MATERIAL SUBMITTALS [NOT USED� 1.9 QUALITY ASSURANCE [NOT U�ED] 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] 23 PART 3- EXECUTION [NOT USED] 24 25 26 END OF SECTION CiTY OF FORT WORTH STANDtll21� CONSTRCiCTlON SP�CIFICATION UOCiIMENTS— WATER FACILITY PRL3dECT5 3tevised July 1,2011 5aulh Westside V Elevated Stotage Tank City Project No. 103428 O13213-L SCEIEDULE OF VALUES Page l uf 2 1 2 3 PART1- GENERAL 4 1.1 SUMMAR.Y 5 6 7 8 9 10 11 1.2 12 13 SECTXON 41 32 13 SCHEDLILE OF VALUES A. Seciion Ineludes: I. General requirements far the preparation, submittal, updating, status repoz'ting and management of the Schedule of Values B. Related Specification Sections include, but are not necessarily limited to: 1. Divisian 0— Bidding Reauirernents, Contract Forms an.d. Conditions of the Contract 2. Division 1— General Requirements PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is included in the totallump sum priee. 14 1.3 REFERENCES [NOT [7SED] 15 1.4 ADMINISTRATIVE REQLTIREMENTS 15 17 18 19 20 21 22 23 24 2.5 26 27 2$ 29 30 31 A. Schedule of Values l. General a. Pr�gare a schedule of values in conjunctipn with the preparatio� of the progress schedule. i) Coordinate preparation of sc�edule 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 farm, listing aF subcontxactars, schedule af allowances, schedule of alternatives, listing of producks and principal suppliers and iabricators, and the schedule of subrnittals. c. Pxnvide hreakdawn of the Contract Sum in accordance with measurement and payment sections and with sufficient detai� to facilitate continued evaluation of payment reques�s and progress reparts. 1) Break down principal subeontract anrzounts into several line items in accardance with section measurem�ent and payment. d. Raund off to the nearest whole dollar, but with the tntal equal the Cantract Sum. 32 1.5 5i1SMITTALS 33 A. Schedule of Values 34 1. Submit Schedule of Values in naiive file farnaat and pdf format. 35 2. Submit Schedule of Values. monthly no later than the last day of the month. Ci7Y OF FORT WORTH STANDARD CONSTRUCTIQN South Wastside V Elevated Storage Tank 5PECIFfCATION DDCUMENTS — WATER �ACTLT'CY PRD7ECTS City Praject No. 103428 August 2017 O13213-2 SC�iEDiILE OF VALUES Page 2 nf 2 1 1.6 ACTIQN SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTEN.ANCE MATERIAL SUBMITTALS [NOT USED] � 5 6 7 S 9 l0 11 12 13 14 1.9 QUALITY ASSL7RANCE A. The person preparing and revising the construction Schedule shaU be experienced in the preparation of schedules of similar complexity. S. Scl�edule and supporting documents addressed in this Specification shall be prepared, updated and revised to aacurately refl�ct the performance of the construction. G Contractor is responsible for the quality of all submitta�s in this section t�neeting the standard of care for the construction industry for similar projects. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] I.Ii FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED� PART 2 - PRODUCTS [NOT USED] 15 PART 3- EXECUTION [NOT USED] 16 I7 END OF SECTION Revision Log DAT� NAME SLJMMARY OF CHANGE 18 CT"CY OF FORT WORTH STA1�iDARD CONSTRiICT10N SPECIFLCATiDN DOCUMENTS— WATER FACILI'1'1' PRD7ECTS August 2017 South Wests'►de V Elcvat8d Storage'Cank Ciry Project Nn, 103428 O1 32 l6 - l CONS'CCtUCTION PROGRESS SCHEDULE Paga l of 5 i 2 sECTioN oi 3z � 6 CONSTRUCTION PROGRESS SCHEDULE 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for khe preparation, submittal, updating, status reporting and 7 mana�ement of the Construction Progress Schedule 8 2. Specific requirements ar� presented in the Ciry of Fort Warth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth 5tandard Specification 11 1. Modified i .2A.1 � 2 2. Adde� 1.2A.2 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division D— Biddsng Reauirements, Contract Forms a�td Conditions of the Contract 15 2. Division 1— General Requirements 16 .1.� PRICE AND PAYMENT PROC�DURES 17 A. Measurement and Payment 18 1. Unii Price - Wark assflciated with this Item is eonsidered subsidiary to the various 19 items bid. No separate payment will be allowed far this Item. 20 2. Lump Sum Price - Work associated with this Itern is incl�cied in the tntal lurnp 2.1 sum qrice. 22 23 24 25 25 27 28 29 30 31 32 33 34 35 36 37 38 39 1.3 REFERENCES A. Deimitions Schedule Tiers a. Tier 1- No schedule submittal required by cantract. Srr�all, brief duration proj ects h. Tier �- No schedule submittal required by contract, but will require some milestone dates. Small, brief duration projects c. Tier 3- Sc�edule submittal required by contract as described in the Specification and herein. Majoz'ity ofi City projects, including all bnnd program prajects d. Tier 4- Schedule submittal required by contract as described in the Speciiication and herein. Large andlar complex pxoaects with long durations 1) �xamples: large water pump statian project and associated pipeline with interconnection tQ another governmental entity e. Tier 5- Schedule submittai requued by cantract as described in the Specification and herein. Large and/or very camplex pxa3ects with long durations, hsgh public visibility 1) Exampies might inclu�ie a water or vvastewater treatment plant CITY DF FORT WDRTH STANDARD CONS'I'RUCTION SPECIFiCATTON DOCUMENTS — WATER PACIi,I1'Y PROJECTS Revised ]uly l, 20] 1 Soath Westside V Elevatcd Storage Tank Ciry Project No. I D3428 Ol 32 16-2 CONSTRUCTION PROGRE3S SCHEDULE . Page 2 of 5 1 2. z 3 3. 4 5 4. 6 Baseline Sehedule - Initia! schedule submitted before work begins that wi11 serve as the baseline for measnring progress and departures from the schedule. Progress Sthedule - Monthly subrnittal of a progress schedule documenting progress on the project and any ehanges anticipated. ScheduIe Narrativs - Concise narrative of the schedule including schedule changes, expected delays, key schedule issues, critical path items, etc 7 B. Reference �tandards 8 1. City of Foz't 'l�'ortl� Scheduic Guidance Document 9 1.4 ADMINISTRATIVE REQUIRL�+ MENTS 10 ll 12 13 14 15 I6 17 LS 19 20 21 22 23 A. Baseline Schedule 1. General a. Prepare a cost-�.oaded baseline �chedule using approved software and the Critical Path Method (CPM) as required in the City of Fort Worth Schedule Guidance Document. h. Review the draft cost loaded baseline Schedule with the City to demanstrate understanding of the worl� to be performed and known issues anci eonstraints related to the schedule. c. Designate an authorize� representative (Project Scheduler) responsible for developing and updating the schedule �nd preparing reports. B. Progress Schedule 1. Update the progress Schedule monihly as required in the City of Fort Wnrth Scheduie Guidanc� Document. 2. Prepare the 5chedule Narrative to accom.pany tha monthly progress Schedule. 24 3. Change Orders 25 a. Incorporate approved change orders, resulting in a change of contract time, in 26 the baseiine Schedule in aceordanee with City Qf Fort Warth Schedule 27 Guida:nce Document. 28 C. Responsibility for Schedule Compliance 29 1. Whenever it becomes agparent from tha current progress Schedule and CPM Status 30 Report that delays to the critical path have resulted and the Contract completiott 31 daie will not be met, ar when so directed by the City, ma�Ce some or all of the 32 followin.g actions at no additional cost to the City 33 a. �ubmit a Recavery Plan to the City for approval revised baseline 5chedule 3�4 outlining: 35 I} A written statennent of the steps intended to iaice to remove or az�'est th.e 36 delay �o the critical path in the approved schedule 37 2) Increase canstructian manpower in such quarztities and cra�fs as will 38 substantially eliminate the backlog of work and return current 5chedule to 3.9 rneet projected baseiine anrnpletion dates 40 3) Increase the number af warfcing hours per shift, shifts pet day, working 41 days per week, the amount of construction equipment, ax any comhination 42 oi the foregoing, sufficiently to substantia�ly eliminate the �aeklog of work 43 4) Reschedule activities to aclaieve ma�cimum praetical concurrency of q4 accomplishrnenfi of activities, and comply with the revised schedule CI1'Y OF PORT WORTH STANDARD CflNSTRUCT[ON South Westside V Elevated 5torage Tank 5PECI�ICAT[ON DOCUMENTS — WATER FACILITY PR07ECT5 City Project ND. 10342$ Revised ]uty l, 20l I 013216-3 CDNSTIiUCTION PRUGItESS SCHEDiILE Page 3 pi5 1 2. If no written statenient of the steps intended to take is submitted when sa requested 2 by the City, the City may direct the Contracior to increase the level of effort in 3 tx�an.pat�ver (trades), equipment and work sch�dule {overtime, weekend and ho�iday 4 wark, ete.) to be employed by the Contractar i�n ordar to remove or arrest the delay 5 to the critical path �n the approved sehedule. 6 a. No additional cost for such work will be considered. 7 D. The Conttact completion time w�iil be adjusted only for causes specified in this 8 Cantract. 9 a. Requests for an exter�sion of any Contract campletion date musi he 10 supplemented with the follpwing; 1 l 1} Furnish justification and supporting evidence as the City may de�m i 2 necessary to determine whether the eequested extension of time is entitled 13 under the provisions of fhis Contz'act. 14 a) The City will, after receipt of such justification and supporting 15 evidence, make findings of fact and will advise th� Contractar, in 16 writing thereof. 17 2) If the City finds that the requested extension of time is entitled, the City's 18 determination as io the total num.ber of days allowed far the extensians 19 shall be based upon the approved tatal baseline schedule and on all data 20 relevant to tise extension. 21 a) Such daka shall be included in th� next updating of the �rogress 22 schedule. 23 b) Aetua� delays in activit�es r�vhich, accarding to the Baseline schedule, 24 do not affect any Contract completion date shown by the critical path in 25 the t�etwork will not be the basis far a change therei.n. 26 2. Submit each request for change in Cantract campletion date to the City within 30 27 days after the beginning of the delay for which a tirne extension is requested but 28 before the date of final payment undez' this Contract. 29 a. No time extension will be granted for requests which are not subnr�itted within 3p the foregoing tiame limit. 3 i b. From time ko time, it may be necessary for the Contraet schedule or completion 32 t'tnne ta be adjusted by the City to reflect the effects of job conditions, weather, 33 technical difficulties, strikes, unavaidable delays on the part of the City or its 34 representatives, and other unforeseeable conditions wY�ich may indicate 35 schedule adjustments pr completion time extensions. 36 1) Under sueh conditions, the City will d'treet the Contractor to reschedule the 37 work or Contract campletion time fio reflect the changed conditians and the 38 Contraetor shall revise his schedul.e aocordingly. 39 a) No additional compensation will be made to the Contractor %r such 4U schedule changes except for unavoidable overall contract time 41 extensions beyond the actual completion oi unaffected work, in which 42 case the Contractor shall take ajl possible action to minimize any time 43 extension and any additional cast to the City. 44 b} Available float time in the Baseline schedule may be used by the City �45 as well as by the Contractor. 46 3. Float or slack time is defined as the amount of time bet'ween the earliest start date 47 and the lakest start date or between the earliest f nish date and the latest finish date 48 of a chain af acti�ities Qn the Baseline Schedule, CIT'Y OF FORT WORTH STANDARI7 CONSTRUCTION South WesCside V Elevated Storage Ta�ilc SP�CIFICATION I]pCUMENTS — WAT�R FACILITY PROJECTS Ciry Project No. t03428 Aevised July l, 2Q11 O13216-4 COAfSTItUCTiON PRqGRES5 SCTiE�ULE Page 4 of S 1 2 3 4 5 6 7 S a. C C. Float or slack time is not fnr the exclusive use oz' benefit of eiiher the Contractor or the City. Proceed with work according to early start dates, and the City shall have the right to re�e�rve and ap}�ortion float time accarding �o the needs of the project. Acknowledge and agree that actual delays, affec�ing paths of activities containing float time, will nflt have any effect upan cantract completion times, providing that the actual delay does not exceed the float time associated with those activities. 9 !0 11 12 13 14 15 t6 i7 18 19 20 21 E. Coordinating Schadule witi� Other Confsact Schedules 1. Where wark is to be performed under this Contract concurrently with or cantingent upon work perFormed nn the same facilities or area under other contracts, the Baseline Schedule shall be coordinated with the schedules of the other contracts. a. Obtain the schedules of the other appropriate contracts from the City far the preparation and updating of Baseline schedule and make the required chan�es in his schedule when indicated by changes in corresponding schedules. 2. In case of interference between the operations of different contractors, the City wil� determine t�e work priority of eaeh contractor and the sequence of warl� necessary to expedite tha campletion of the entire Project, a, In such cases, the decision of the City shall be accepted as final. b. The temporary delay of any wozk due to such circumstances shall not be considered as justification for claims Fflr additional campensation. 22 1.5 SiJBMITTALS 23 A. Baseline Schedule 24 I. Subrnit 5chedule in native file format anci pdf format as required in the City of Fort 25 Worth 5chedule Guidance Document. 26 a. Native file foxmat includes: 27 S) Frimavera (P6 or Primavera Contractar) 28 2. Submit draft baseline 5chedule to City prior to the pre-construction meefing and 29 bring in hard copy to the meeting for review and discussian. 3�D B. Progress Schedule 31 1. Submit progress Schedule in native file farmat and pdf format as required in kl�e 32 �ity of Fart Wortti 5chedule Guidance Document. 33 2. Submit progress 5cheduIe monthly no lat�r than the last day of the month. 34 C. Schedu�e Narrative 35 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 35 5chedule Guidan.ce Document. 37 2. Submit sc�edule narrative monthly no later than the kast day af the month. 38 D. Submittal Process 39 1. The City administers an.d manages schedules through Buzzsaw. 40 2. Contractor sha11 submit docutnenis as required in ihe City of Fort Worth Schedu�e 41 Guidance Document. 42 3. Once the project has been completed and Final Acceptance has been issued by the �+3 City, no further progress scYtedules are reguired. CTT'1' OF FORT WORTH 3TANDARD CONSTRUCTiON South Westside V ElevaleA Starage Tank SPECIFICAT[ON DOCUMENT5 — WATER FACILI7'Y PROdECT5 City Project l�'o. 1U3428 Revised.fuly l, 20l l 41321d-5 CQN�TIZUCTION PROGRE55 SCII�DUIlE Pagc 5 of 5 1 1.6 ACTION SUBMITTALSIIN�ORMATIQNAL SiTBMITTALS [NUT USED] � 3 4 5 6 7 8 9 IO lt 12 13 14 I.'� CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SIIBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. The person preparing and revising the constnaction Progress Schedule shall be experienced in the preparation of schedules of similax complexity, B. Schedule and supporting documents addressed in this Specification sha11 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 me�ring the standard of care for the construction industry for si�ilar projects, 110 DELIVERY, STORAGE, AND HANDLING [NOT USED� 1.11 FIELD [5ITE] CONDITIONS [N�T USED] 1.1� WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USEDj 15 PART 3- EXECUTION [NOT USEDJ 16 17 END OF SECTION Rcvisian Log DATE NAME Si7iVIMARY OF CHANG� 1$ CITY OF FORT WORTI3 5TAI�DARD C4N5TRUCTI4N 5outh Westside V Elevated 5torage Tanic SPECIFI�AT10I�i I]OCl1ME]VT5 — WATER FACIi.[TY PROJECCS City Project No, kU3428 Revised Ju1y I, 2Q! 1 D13233-1 PRECC)NSTRUCTION VCDEO Page E of 2 l 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 1] 12 13 l4 1.2 15 16 17 18 I9 20 I.3 SECTION 01 3.2 33 PRECONSTRUCTION VIDEO A. Section Includes: 1. Administrative and procedural requirernents far: a. Preconstruction Videos B. Deviations from this City of Fvrt �Vorth 5tandard Speciiication 1. Modified 1.2A.1 2. Added 1.2A.2 C. Related Speciiication Sectibns include, but are not necessarily limited to: 1. Division 0— Bidtiing Requirements, Contract Foriz�s ar�d Conditions of the Cantract 2. Division 1— General Requirements PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. UniY Price - Work associated witli this Item is considered subsidiary tv the various itert�s bid. No separate payment will be allflwed for this Item. 2. Lump Sum Price - Work assoc�ated with this Item is incladed in ti►e total lump sum rn ice• REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS 22 23 24 25 26 27 28 1.S A. Preconstruction Video 1. Praduce a preconstruction videa of the siteialigrunent, including all areas in fhe viainity of an.d to be affected by canstruction. a. Pra�ide digiial copy af �ideo upon request by the City. 2. Retain a copy of tlze precQnstruetion �id�a uatil ti�e end of the maintenance surety period. SUBMTTTALS [NOT USED] 29 1.6 ACTION SLTBNIITTALSIINFORMAT[ONAL SUBMITTALS [NOT USED] 30 1.7 CLOSEOUT SUBMITTALS [NOT USL+'llJ 31 I.S MAINTENANCE MATERIAL SUSMiTTALS [NOT USED] 32 1.9 QUALITY ASSURANCE [NOT USED] 33 34 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] l.li FIELD [S%TEJ CONDITIONS {NOT USED] CITY OF F'ORT WORTH STANDAItD CONSTRiSCTION South Westaide V Elevated Storage Tarilc SPECIFTCATIO� DOCiJMENTS — WA'I'ER FACILITY PAOlIICTS Ciry Project Na. 103428 Revised July 1, 20l l O13233-2 PRECONSTRUCTSON VID�O Page 2 af 2 1 1.1� WARRANTY [NOT USEDj 2 PART 2- PRODIICTS [NOT USED] 3 PART 3- EXECUTION [NOT USED] 4 END OF SECTION � Revision Lag DATE NAME SUMMARI' OF CHANGE CITY OF FORT WOIZTH STANI]ARIJ CO1+iSTRiJCTION 5outh Westside V Elevated Storage Tank SPECIF{CATIdN DOCUMSN'L'S — WAT&R FACILITY PROIECTS City Project No, 103428 Revised July 1, 2011 613235-I AERIAI.lPfIOTflGRAPHIC pQCLRvIENTATION Page I of 2 1 2 SECTION 013� 35 AERIAL/PHOTOGRAPHIC DOCUh�IENTATIQN 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 �o 11 iz 13 1.2 A. �ection Includes 1. Administrative and procedural requirements for: a. Aerial Photographs b. Project Photographs B. Related Specification Sections include but are pat necessarijy limited to 1. Division 0- Bidding Requir�m.ents, Contra�t Forms, and Conditions of the Contract. 2. Division 1- General Requirements. PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payxnent 15 1. Lump Sum Frice - Work associated with this Item is included in the total lum�a sum 16 price. 17 1.3 REFERENCES INOT iTSED] 18 L4 ADMINISTRATIVE REQUIREMENTS I9 26 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 3b 37 38 39 40 A. Project Aerials Photagraphs 1. Take a�rial phntographs of the proj ect site prior to consttuction, monthly during the construction af the project, and after completion nf the project. 2. Aeciaj Photograp�xs Provided by: a. Aerial Photogrxphy, Incorparated, or approved equal 1) Contact: Michael Chase Eaton a) Phone:9S4-568-0484 b) EmaiI: michael(�7a api4.cam 3. Aerial Photograpl�s 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 Pk►atograph Copies a. Format 1) Provide digital copies of all photographs. 2) Provide prin.ts af photographs as follows: a) One glossy color 8.5" x 11" prints for each photograph taken. b) Mark each print to indicate: (1 } Proj ect name, (2} Date, ��} I.00�i101], 3} Photograpi�s shall be clear and sharp with proper exppsure. 5. Prec.onstruction Aerials CITY dF �'ORT WORTH STANDARD CpN5TRUCITON South Westside V Elevated Storage Tank SP�CIFiCATTON DOCUMENTS— WAT$R FF1CiLITY PROIECTS City Prajeet No. 103428 August 2017 �{3235-2 AERTALfpNlOTOGRAPHIC DOC[lN1SNTATION Page 2 of 2 a. Provide no less than three (3) aeria� photographs of the site pr'tor to constructzon 2 3 4 S 6 7 � 9 10 I1 12 l3 i4 15 15 17 i8 1R 2Q 2t 22 23 24 25 26 6. Progress A�rials a. Starting one month after the date of tlae pz'econstruction aerial photographs and continuing as long as the work is in progress, provide: 1) Progress Photas: a) Threa (3) morithly aerial photographs taken to accurately record the work that has progressed during that period. b. Prints and Digital photographs are to be subtxaitted witJ� the manthly Fartial Pay Request. 1) Provide prints in plastic binder. B. Project Photographs 1. Take photographs of the pro�ect site/alzgnment prior to construction, monthly during the construction of tk�e project, and af�er campletion af the project. 2. Phatographs shall be taken with a quality digital catnera with date baek capability, with �enses ranging frorn wide angle to 135mm. 3. Photographs shall be taken at locations desig�ated by #he Engineer. 4. Provide digital copies af all photographs. 5. Preconstruction Photos a. Provide no less than forty-eight (48) phoiographs aithe site and allgnment prior ta cpnstruction. 6. Progress Phatos a. Starting one month after the date of the preconstruction photographs, and continuing as long as the work is in progress, pravide twenty-faur (24) monthly photographs taken tv accurately recard the work tkiat has progressed during that period, b. Digital photographs are to be submitted with the monthiy Partial Pay Request. 27 1.5 -112 [NOT USED� 28 PART � � PRODIICTS [NOT USED] 29 PART 3- EXEC�7TION [NOT LFSED] 30 � END OF SECTION Revision Log DATE NAME SUMMAItY OF CHANGE 32 C[TY OF FORT WOR'1'Fi STAlsI]ARU CO3VSTIiUCTIOI�T SP�CIF[CAT[ON UOCUMEI�'TS — WAT�It �ACILITY FROJECTS August 2fl 17 5outh Westside V Elevated 5tarage Tank Ciry T'roject No. 143428 aissoa-t SUBMITTALS Page 1 of 8 � 2 3 PART1- GENERAL 4 11 ST3MMARY sECTroN o� 3� ao SUBMITTALS 5 A. Section Includes: 6 1. General methods and reguirements of submissions applicable to the ftollqwing 7 �ork-related submittals: 8 a. Shop Drawings 9 b. Product Data (including Skandard Product List submittals) l0 c. S.atnples 11 d. Mock Ups 12 B. Deviatians fram this Gity of Fort Worth Standard �pecification 13 1. Modified I.2.A.1 l �4 2. Added 1.2.A.2 i5 3. Added 1.4.B 16 C. Related Specification Sections include, but are not necessarily limited to: 17 ]. Di�ision 0— Bidding Requirements, Contract Forms and Conditions af the Contract 18 2. Division 1— General Requirements 19 1.2. PRXCE AND PAYMENT PROCEDURES 20 21 22 23 24 25 L3 A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment wi11 be ailowed for this ltem. 2. Lpmp Sum Price - Work associated witE� this Item is included in the totallumq sum pric�, REFERENCES [N�T USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 28 29 �o 31 32 33 34 3S 3b 37 38 39 A. Coordination 1. Natify ihe City in writing, at the time of submittal, of azry deviatinns in the submittals from the requirements of fhe Con.tract Docurnents. 2. Caordination of Submittal Titnes a. Prepare, prioritize and transmit each suhmittai suf�ciently in ad�ance of perfvzming the related Work or other applicabie activities, or within the time specified in the individual Wark Sections, of the Specificatipns. b, Contractar is responsible such that �he installation will not be delay�d by processing times including, but not limited to: a) Disapproval and resubrnittal (if required) b) Cpordination with other submittals c} Testing dj Purchasing CiTX OF FOi2T WORTH STANDARD CONSTRIlCTIQN 5outh Westside V EEevatad Storage Tank SP�CIFICATIpN �QCUMENTS — WATEK FACILI'PY PltO]BC7'S City Praject iYv. 103426 Ravised December 20,.2412 Q13300-2 SUB�4IITTAL3 Page 2 of 8 1 e} Fabricatio� 2 #) Delivery 3 g) Similar seguenced aciivities �+ c. No extension of time wiIl be authorized because of the Contractor's faiIure to 5 transmit submittals sufficiently in advance of the Work. 6 d. Make submittals promptly in accordance with approved schedule, and in such 7 sequence as to cause no delay in the Work or in the work of any ather 8 cont7ractor. B. Submittal Lo�ISchedule 10 1. Prior to submitiing the frst submittal far the pro'ect provide a submittal 11 Lo Ischedule ta inc�ade 12 a. AnNciqated Submittals 13 b. Proposed Submittai Numbering l4 c. Anticivated 5ubmitial Dates. 1S 16 I7 l8 19 20 21 22 23 24 25 26 27 28 29 30 3I C. Submittal Numbering I. When submitting shop drawings or samples, utilize a 9-charactez' submittal cross- reference identification numbering system in the fallowing maxuier: a. Use the first 6 digits of the applicable Speci$cation SecYion Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separat� item. ar drawing submitted under each specifc S�ction number, c. Last use a letter, A-Z, indicating the resub�nission of the same drawing (i.e. A=2nd submission, B=3rd submission, C-4th subzzaission, etc.). A typicai submittal number would be as follows: o� �o ao-og-$ 1) 03 30 00 is the Speci�cation Section for Concrete 2} 0$ is th�e eighth initial submittal under this Specification Seciion 3) B is the third submission {seeond resuhmission) of that particular �hop drawing D. Contracfor Certification 32 1. Review shop drawings, product data and sarnples, including those by 33 subcontractors, prior to submission to determine and verify the follawing: 34 a. Field measurements 35 b. Field construction criteria 36 a. CataIog numbers and similar data 37 d. Con%rtnance with the Colntz'act Documents 38 39 46 41 �2 43 44 45 4fi 2. Provide each shap drawing, sample and product data suhmitted by tkte Cont�ractor with a Certi%cation Statement affixed includi�g: a. `I'he Contractor's Company name b. Signature of subrnittal reviewer c. Certification �tatement 1) `By this subrnittal, I hereby represent that I have determined and verified feld measurements, field construction criteria, materials, dimensions, catalog numbers and similar data an.d I have checked and eoordinated each item with other applicable approved shop cirawings." 47 �. Subrnittal Format CITY �F F�RT WOATN STANDARD CONSTAUC'L'lON SPECIFTCATiON DOCUkIEIYTS — WATER FACILITY PROJEC'i5 Revised Deeember2D, 2Q12 South Westside V Elevaled Storage Tank City Project Na. 103428 O13300-3 5UBIvIITi'ALS Psge 3 ai 8 1 2 3 4 5 6 7 S 9 1fl ri 12 13 14 15 15 1. Fold shop draw'ings larger than 8'/a inches x 11 inches to S%Z inches x 1lznches, 2, Bind shop drawings and product data sheets to��ther. 3. Order a. Co�er Sheet 1) DescriptianofPacket 2) Contractor Gertification b. List of items / Table of Contents c. Praduct Data IShop Drawings/Samples ICalc�lations F. Submittal Content 1. The date of submission and the dates of any pre�iaus su6missions 2. The Pxoject title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 17 5. Id�ntification of the product, with the Specification Section number, page and I$ paragraph{s} l9 6. Field dimensions, clearly identified as such ZO 7. Relation to adjaceni or critical features of the Wotk orr materials 21 8. Applicable standards, such as ASTM or Federal S�ecification numbers 22 9. Identification by highlighting af deviations from Contract Doouments 23 l�. Identification by highlighting of revisions an resubrnittals 24 I S. An $-inch x 3-inch blank space for Contractar and City stamps 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 G. Shap Drawings l. As specified in individual Wot'k Sections includcs, but is not necessarily limited to: a. Custom-prepared data such as iabrication and erection/installation (working) drawings h. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custam templates £ Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. R�lation of the various parts to the main members and lines of the strueture b. Where cotrect fabrication of the Work depends upon �eld measurements 1) Provide such rneasuremenks and note on the drawings prior to submitfing for appro�al. H. Froduct Data I. For submittals of product data for products included on the City's 5tandard Product List, clearly identify each ite�n selected Eoz' use vn the Project. C1TY OF FORT WORTH STA�fI?AIiD CONSTRUCTI4IV SPECIFICATIQN DOCUMeNTS — WA'CER FACIG�I'Y PRpJECTS Rerised Decemher 20, 2012 South Westsida V Elevated 5torage Tank Ciry Praject irfo. 103428 0! 33 00 - 4 SUSMITTALS Page 4 of 8 1 2. For submittals of product data for producta not included on the City's Stan.daxd 2 Product List, submittai data may include, but is not n�c�ssarily litnited to: 3 a. 5tandard prepared data for manufactured products (sometimes referred to as 4 catalog data) 5 1) Such as the manu.facturer's product speciftcation and installation 6 instructions 7 2} Availability of colars and pattems 8 3) Manufacturer's printed statements of co�npliances and applicability 9 4) Roughing-in diagrams and templates l0 5) Ca#alog cuts 11 6} Praduct phatographs I2 7) Standard wiring diagranzs 13 8) Printed performance curves and aperational-range diagraEns 14 9) Producfion or quality control inspection and test reports and certificatians IS 10) Mi11 reports 16 11} Product operating and rnaintenance instructions and recommended 17 spare-parts listing and printed product wart'anties 1 S 12) As applicable to the Wark 19 1. Samples 2Q 2S 22 23 24 25 z� 27 28 29 ' 30 31 32 33 1. As specified in individual Sectians, include, hut are not necessarily limited to: a. Physical examples of the Work such as: 1) Sectians of manufactured or fabricated Work 2) Small cUts or containers of materials 3) Complete units of repetitively used produets colorltexture/pattern swatches and range sets 4) Specimens for caordination of visual effect 5} Graphic symbols. anci units of Work to be used by the City for independent inspection and testing, as applicable to the Work J. Do r�ot start Work req�iring a shap drawing, sample or product data nor any material to be frabricaYed ar installed prior to the approval or qualified appz'o�al of such item. 1. Fabrication performed, materials purchased or on-site canstruction accompiished which does not conform to appraved sl�op drawings and data is ai the Contractor's risk. 34 2. The City wili ►xot be Iiable for any expense or deIay due to correckions or remedies 35 required Yp accomplish conformity. 36 3. Complete project Work, materials, fabricatian, and installations an conformance 37 witn appraved shop drawings, applicable sampies, and product data. 38 K. Submittal Distribution 39 1. Electronic Distribution 40 a. Confirtn development of Fraject directory for electronic submiktals eo be 41 uploaded to City's Buzzsaw site, Qr another exterzial FTP site appro�ed by the 42 City. 43 b. Shop Drawings 44 1) Upload submittal to designated project directory and notify appropriate 45 City representatives �ia email of submittal posting. 46 2) Hard Copies 47 a} 3 copies for all submittals CITY OF FORT WORTIi STANDARD CONSTRUCTION South Westside V Elevated Siorage Tank SPECIFICAi'ION DOCUMENTS — WA`fER FACILTTY PROJECT$ City Project 1Vo. 163428 Revised I]ccember 20, 2012 at33ao-s SUSMITTALS Page 5 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 1 �4 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 3�} 35 36 37 38 39 40 41 42 43 44 45 46 47 2. 3. b) If Cantractor requires more than 1 hard copy of Shap Drawings returned, Contractor shall s.ubmit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and r►otify appropriate C.ity representatives via email of subrnittal posting. 2) Hard Copies a) 3 copies for all submittals d. Sampjes 1} Distributed to the Project Representative Hard Copy Distribution (if required in lieu of eleckronic distribution} a. Shop Drawings 1) Dishributed to the City 2) Copies a) . 8 copies for mechanical submittals b) 7 copies for all other subrnittals c} If Contractor requires zxzore ti�an 3 copies of Shop Drawings returned, Contractor shall submit rnnre than the number of copies jisted above. b. Product Data 1) Distribuied to the City 2) Copies a) 4 eopies c. Samples lj Distz-ibuted to the Project Representati�e 2) Copies a} Suhmit the number stated in the respective �pecification Sections. Distribute reproductians of approved shop drawings and copies of approved praduct data and samples, where required, io the job site iile and elsewhere as diarected by the City. a. Provide number of copies as direct�d by the City but nat exceeding the number previously specified. L. Submittal Review � 3. The review of shop drawings, data and samples will be for general coniormance with the design �onoept and Contract Documen�s. This is not tn be construed as: a. Perrnitting any departure from the Contract requirements b. Relieving the Cantractox of responsibility for any errors, ineluding details, dimensioris, and materials c. Approving deparlures frQm details fixrnished by the City, except as othe�-wise pravided herein The review and approval af shop drawings, samples az' prqduct data by the City does not relieve the Cantractor from his/her resp�nsibility with regard to the fulfillment of the te�rns af the Contract. a. All rislcs oi error and omission are assumed by the Contractor, and the City will have no responsibility therefore. "The Cuntractor remains responsible for details and accuracy, for coordinatsng the Work with all other associated work and trades, for selecting fa6rication proeesses, for techniques of a,ssembly and for performing Work in a safe manner. CITY OF FORT WORTH STANDA.R.D CONSTRUCTIOI�f SPECIFICATION DOCUNIENTS — WATER FACILITY FROJECTS Rcvised December 20, 20i 2 South Weslside V�levated 5iorage Tanf� Ciry Project No. l0342& Ol33DO-6 SUBMITTALS Page 6 of 8 1 4. if the shop drawings, data or samples as submitted descrihe variations and show a 2 departure from the Contract requirements which City finds to be in the interest of 3 th� City and to be so minor as not to involve a change in Contrack Przce or kime for �4 perfoz'nn.ance, the City may return the reviewed drawings withaut noting an 5 exception. 6 5. Submsttals will be returned to the Contractor under 1 of the following codes: 7 a. Code 1 8 1} "NO EXCEPTIONS TAKEN' is assigned when �here are na notations or 9 eomments on the submittal. l 0 a) When returned urider this coda khe Contractor may release the 11 equipment and/or material foz' ma�nufachxre. 12 13 14 15 lb 17 18 19 2Q zi 22 23 24 25 2.6 27 28 29 30 31 32 33 34 35 b. c. c9. Code 2 1) "EXCEPTIONS NOTED". T`his eode is asaign�d when a canfirmation of the notations and comments IS NOT requited by the Contractar. a) The Contractor may release t1�e equipment or material for manufacture; i�owever, ail notations a�td comtnents rnust be incorporated into th� iinal product. Code 3 1) "EXCEPTIONS N�TED/RESUBMIT". This combination of codes is assigned when notations aitd catnments are extensive enougk to require a resubmittal of the package. a) The Cantractor may release the equipment or material for zxaanufacture, however, ail notations and commeats must be incozpora#ed into the final product. b) This resubmittal is to address all comments, omissions and non-confotming items that were noted. c) Resubrnittal is to he received by the City within 15 Calendar Days �f the date of the City's transmittal requiring the resubmittal. Code 4 1) "NOT APPROVED" is assigned when the submittaS does not meet the intent of the Contract Docutnents. a) The Cantractor 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 Docu�ments. 36 6. Resubmittals 37 a. Handled in tkte same manner as first submittals 38 1) Carrectians other than requested 6y the City 39 2) Marked with revision #riangle or other similar methnd 40 a) At Contractor's risk if not tn.arked 41 b. Sub�nittals for each item will be reviewed no more than twice at the City's 42 expense. 43 1) All subsequent re�iews wi11 be performed at tunes convenient tp the City 44 and at the Coritractor's expense, based an the City's ar City 45 Representative's then prevailing rates. �46 2} Pravide Contractor zezmbursement to the City within 30 Calendar Days for 47 a�l such fees invoiced by the City. CiTY OF FORT VJORTH STANDARD COi+TSTRCICTION Sout� Westside V Elcvated 5torage Tank 5PECIFICAI'ION DOCUM�IVTS — WATER FACILTTY Pl�'OJECTS City Project No. ]03426 Revised December 20, 2012 O13300-7 5UBMITTALS Fage 7 af B 1 2 3 4 5 6 7 8 9 10 I1 12 13 14 7 $. c. T�e need %r more than 1 resubmission or any other delay in obtaining City's review of sui�mittals, will not entitle the Cantractor to an extension of Contract Time. Partial 5ubmittals a. City reserves th� right to :noY review submittals deemed partial, at the City's diseretian. b. Submittals deemed by the City to be not complete wi11 be retuz�ned to the Cantractor, and will be considered "Not Approved" untsl resubrnitted. c. The City may at its optic�n provide a list or zx�ark the submittal directing the Contractor ko ttie areas that a�re incomplete. If the Cantractor cpnsiders any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written no#ice must be provided thereof to the City at least 7 Calendar Days prior to release far manufacture. l5 9. when the shop draw�gs have been completed to the satisfaction of the City, the 16 Coniractar may carry out the construction in accordance therewith and no further 17 changes kherein except upon written instructions from the City. 18 S 0. Each submittal, appropriately coded, will be returned within 30 �Calendar Days 19 foilowing receipt of subznittal by t�ta City. 24 M. Mock ups 21 1. Mock Up units as spe.ci�ed in individual Sections, include, but are not necessariiy Z2 limited to, complete units af the standard of acceptance far that type of Work to be 23 used on the Project. Remove at the completion of the Work or when directed. 24 N. Qualiiications 25 1. If specifically required in ather Sections of these 5pecifications, submit a P.E. 2fi CerEification for each item required. 27 28 29 3D 31 32 33 34 35 36 37 3$ 39 40 41 42 43 O. Request for Informatian (RFI} 1. Contractor Request %r additional infortnation a. Clarification or iut�texpretation of the contract documents b. When the Contractor believes there is a conflict between Gontracf Documents e. When the Contractar believes there is a can#�ict 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 numbez', "-xxx", beginning with "bl" and increasing sequentially with each additional transmittal_ 4. Suffieient information shall be attached to permit a written response without further informakion. 5, '1'he City will 1og each request and will re�iew the request. a. If review of fi.�e project information request indiaates that a change to the Contract Documents is required, the City wil! issue a Field Order or Change Order, as apprnpriate. 44 1.5 SUBMITTALS [NOT USED] 45 1.6 ACTiON SUBMITTAL�/INFORMATIONAL SUBMITTAL� [NOT USED] CITY dF FF7RT WORTH STANDAi2D CONSTRUCTION South Westside V Elevated Storage Tank SPECIFICATION DOCUMENTS — WA'CBR FACILITY PRDJCC'I'S City Prn�eci [Yo. 103428 Revised December 20, 2012 0! 3306-8 SUBNIITTALS Page 8 of 8 1 2 3 4 5 6 1.'� CLOSEOUT SUBMITTALS jNOT USED] 1,8 MAINTENANGE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT IISEDj 1.i0 DELIVERY, STQRAGE, AND HANDLING [NOT USED] 1.11 �'IELD {SITE� CONDiTIONS [NOT USED� 1.12 WARRANTY [N�OT USED] 7 PART � - PRODUCTS [NOT USED] 8 PART 3- EXECUTION [NOT USED] 9 10 END OF SECTION Re�isian Log DATE NAME SUMMARY OF CHANGE 12/20/2012 a. lohnson 1.4.K.8, Wnrking Daya madified to Calendar Days 11 CT1"Y O�' PORT �WORTT� STANDAItD CON&TRUCTION Snuth Westside V Elevaced Storage Tank SPECIFIC:4TION �OCUMENTS — WAT�R FACILITY PROJECT5 City Project No. 1U3�28 Revised DecemUer 2D, 2012 O135l3-I SPECIAL PRD.[ECT PROEEDURES Page ] of 8 1 2 3 FART�- GENERAL 4 1.1 SUMMARY 5 5 7 8 9 lfl tl 12 13 l4 IS l6 17 l8 l9 20 21 22 23 24 25 26 2'7 2$ 24 SECTION 013513 SPECIAL PR4JECT PROCEDURES A. Section Includes: 1. The procedures for special project circiunstances that includes, hut is not limited ta: a. Coordination with the Texas Department af Transportation b. Work near High Volfiage Lines c. Confined Space Entry Program d. Air Pollution Watch Days e. Usa of �xplQsives, Drop Weight, Etc. f. Water D�parhnent Noti�catian g. Fublic Notifieation Prior to Beginning Construction h. Coardination with United States Army Corps of Engineers i. eoordination within Railraad permits areas j. Dust Cantroi k. Employee Paxlcing B. Deviations from this City. of Fort Worth Standard Specification 1, Modified I.2.A.1.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. Modiiied 1.2.A3.a 6. Added 1.2.A.3.b 7. Modified I.4.H.I C. ReIated Specification Sections include, but are not necessarily limited ta: i. Divisian 0— Bidding Requirements, Cantract Forms and Conditions af the Contract 2. Divisian I-- General Requirerrients 3. Section 33 l2 25 — Cnnnection to Existing Water Mains 30 1.2 PRICE AND PAYMENT PROCEDURES 31 32 33 34 35 36 37 38 39 4Q A. Measurement and Payment 1. Coordination within Railroad pern�it areas a. Measurement 1) Measureme�at for this Itern will be by lump sum. h. Payment 1) Unit Price - The work perfoz-nrzed and materials furnished ir► accordance with this Item will be paid far at the lump sunrz price bid for Railroad Coordination. 2) Lu� Sutn Price - The work performed and materials furnisk�ed in accordance with this Item wil� be included in the total lump sum price. CITY OF FORT WORTH STA7YAARD CONSTRUCTION Squth Westside V Elevated SYorage Tantc SPECIFICATIp3V DpC[7MENTS — WATER FACILITY YROJECTS City Project No. 103428 Revised Decemher 20, 201 Z D13513-2 SPECIAI, PROIECT PROCEAURES Paga 2 of 8 1 c. 1'he price hid shali iaclude: 2 1} Mobilization 3 2} Inspection 4 3} Safety training 5 4} AdditionalInsurance 5 S} Insurance Certificates 7 6) Other requirements associatcd with general coordinaiion with Raiiroad, 8 including ariditional employees required to protect the right-of-way and 9 property of the Railroad from damage arising oui of andlor from the 10 co.nstruction of the Project. I1 12 13 14 15 16 17 18 19 20 21 22 23 2. Razlroad �lagmen a. Measurernent 1) Measurernent for this Item will be per warking day. b. Payment 1) Unit Pric.e - The work performed and materials furnished in accordance with this Item will be paid for at the l�nnp sum price bid for Railroad Coordination. �) Lump Sum Price - The wark perforrned an[i materiaEs furnished in aecordance with titis Item will be included in ti�e tata! iuEnp sum price. c. `I'he price bid shall include: 1) Coordination fqr scheduling flagmen 2) Flagmen 3) Other requirements assoeiated with Railroad 24 3�. All o�her items 25 a. Unit Pe-ice - Th� work perFormed and materials furnished in accardance with 26 this Item will be paid for at the lump. sum price bid for Railroad Coordination, 27 b. Lump Sum Price - The rvork qerfarmed and materials furnished in 28 accordance with this Item wi116e included in t�te tatal lump sum price. 29 1.3 REFERENCE5 30 A. Reference Standar�s 31 1. Refer�nce stan�ards cited in this Speciiication refer to the current reference 32 standard published at the time of the latest revision date logged at the end of this 33 Specification, un]ess a daie is specifically cited. 34 2. Health and Safety Code, Ti�le 9. Safety, Subtitle A. Publie Safety, Chapter 752. 35 High Voltage Overhead Lines. 36 3. North Central Texas Cauncil of Governments (NCTCOGj — Clean Construetian 37 Specifcation 38 1.4 ADMINISTRATIVE REQLFIREMENTS 39 A. Coordination vwith the Texas Department of TranSpartation 40 1. When wark in the right-of way which is under the �urisdiction of the Texas 41 Department of Transportation (TxDUT): 42 a. Natify the Texas Department of Transpnrtation priar to commencing any work 43 therein in accordance with the provisions af the permit 44 b, All work performed in the TxDOT right-of way shall be performed in 45 compliance with and subject to appro�al from the Texas Department of 46 Transportation CITY OF FORT WOR'rH 5'!'ANDARI7 CONSTRUCTION South Westside V Elevated Storage Tank SPECIFICATIDN aOCUMENTS — WAT�R rACjLITY PRQ]ECTS City Projecl Na. 103428 Revised Decemher 26, 2D12 O13513-3 SPEGIAL PROJECT PRQCEpURES Page 3 af 8 B. Work near High Voltage Lines 2 1. Regulatory Requirements 3 a. All Work near High Valtage Lines (more than 600 volts measured between 4 conductars or between a conducfor and the ground) shall be in accordance with 5 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 6 2. Warning sign 7 a. Provide sign of sufficient size meeting all OSHA requirements. S 3. Ec�uiprnent opecating within 1 D feet of high voltage lines will require the fflllowing 9 safety. Features 10 a. Insulating cage-type of guard ahout the bonm or arm 11 b. Insulatar links on tha lifi hook connections for hack �oes or dippers l2 c. Equipment rnust meet the safety requirements as set forth hy OSHA anc� the 13 safety requiretnents of the awner of the t�igh voltage lines 14 15 l6 17 18 19 20 21 22 23 24 25 4. Work wifhin 6 feet of high voitage electric lines a. Notification shall be given ta: 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 noti�ica.tion coordinate with the power cvmpany to: a} Erect temporary mechanical barriers, de-energitie the lines, or raise or lower the Iines c. No persannel may wark within 6 feet of a high valtage line before the above requirements have been met. C. Confined Space Entry Program 26 1. Provide and follow apprc�ved Coniined Space Entry Program in accordance with 27 05HA requirements. 28 2. Confined 5paces inclnde: 29 a. Manholes 30 b. ALL other conf'med spaces in accardance with OSHA's Permit Required for 31 Conimed Spaces 32 33 34 35 36 37 38 39 40 41 42 43 �� �45 46 47 D. Air Pollution Watch Days 1. General a. Observe the following guide�ines relating to warking on City canstruetion sites on days designateci as "AIR POLLUTION WATCH DAYS". b. Typical Ozone Season 1) May 1 through October 31. � c. Critical Emission Time I) 6:00 a,m. to 10:04 a.m. 2. Watch Days a. The Texas Comznission on Enviz'onmental Quality (TCEQ), in coordination with the Nakional Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. b. Requirements 1} B�gin work after I U:00 a.m. whenever construction phasing requires the use of motorized equipment far periods in excess of I hour. 2) However, the Contractor may bcgin work prior to 1 D:Ob a.m, iF CI'I`Y OF FORT WORTH STANDARD CO]VSTRiJCT10N SPL�CII'iCATION ROC.UMENTS — WATCR PACILITY PRO.iECTS Revised llecember 20, 2012 5outh Westside V Elevated Storage T�nk City Project 3Vo. 103428 013513-4 SPECIAL PROIECT PRDCEDURES Pa$e 4 af $ 1 a) Use of motorized equipment is less that� 1 hour, or Z b) If equipment is new and certified by EPA as "Low Emitting", or 3 eqnipcnent burns Ultra Low 5ulfur Diesel (i1L�D}, diesel emulsians, or 4 alternative fuels such as CNG. 5 E. TCEQ Air Permit 6 1. Obtain TCEQ Air Permit for constructian activities per requirements of TCEQ. '7 F. Us� of Explasives, Drop Weight, Eic. S 1. 'W�en Contract Docuznents permit on the projeet the Fallowing will apply: 9 a. Public Notifieation 10 1) 5ubmit notice to City and proof of adequate insurance coverage, 24 hours i 1 prior to commencing. 12 2) Minimunn 24 hour public notification in accardance with Section 01 31 13 13 G. Water Department Coordination 14 1. During the construction of this project, it will be neeessary to deactivate, for a 15 period of time, existing lines. The Conkractar shall be required to coordinate with 15 the Water Department to det�rmine the best times for deactivating and activating 17 rhose lines, I8 2. Coordinate any event that will require connecting to or the operation of an existing . 19 City water line system with the City's representative. 20 a. Coordination shall be in aecordance with Section 33 12 25. 21 b. If needed, obta.in a hydrant water meter fram the Water D�partrnent %r use 22 during the life of named project. 23 c. In the event that a water va1�e on an existing live system be turned off and on 24 to accommodate the construction ofthe project is required, coordinate this 25 a�tivity tk�u'ough the appropriate Ciiy representati�e. 26 1) Dp nat nperate waker line valves of �xisting wat�r systezzi. 27 a) Failure to comply will render the Contractor in violation of Texas Penal 28 Code Title 7, Chapter 28.03 (Criminai Mischie fl and the Contractor 29 will be prosecuted to the full extent of the law. 30 b) in addition, the Contractor will assume all liabilities and 31 responsibilities as a result of these actions. 32 H. Public Notification Prior to Beginning Constructian 33 1. Prior to beginning construciian e� at the site or an any b�ock in fhe project, on a 3�+ block hy blacK basis, prepare and deliver a notiee or flyer of the pending 35 construction to the front door of each residence ar business that will be impacted by 36 cpnstructian. Th� notice shall be prepared as follows: 37 a. Post notice or fly�er 7 days prior ta beginning any canstruction activity on each 38 block in the project area. 39 1) Prepare flyer on the Contractor's letterhead and include the foilowing 40 information: 4i a) Name of Projact 42 b} Ciiy Project No {CPN) 43 c} 5cope vf Project (i.e. type of construction aciivity) 44 ci) ActuaZ consiruction duration within the block 45 e) Nazne of the cpnlractor's fQretrian and phane number 46 fl Name of the City's inspeetor and phone mur►ber 47 g) C�ty's after-hours phone number CI'f'Y �P FORT WflRTH STANDARD CONSTRUCTION South Weslside V Elevaied 5torage Tank SPECIFICATION []OCUMII�ITS — WATER FACILITY PROJECTS Ciry Froject No. f 03428 Revised Decemher 20, 2012 013513-5 SPECIAL PROJECT PROCEDURES Page S of 8 1 2 3 4 5 6 7 8 9 10 tl 12 13 14 15 l6 17 18 19 20 21 22 23 24 25 26 27 28 29 �a 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 2) A sampl� of tne `pre-construction notification' flyer is attached as Exhibit A. 3) Submit schedule sho�wing the construction start and finish time far each black of the project to the inspector. 4) Deliver flyer to the City Tnspector for r�view priar to distribution. b. No constructian will be aSlowed to begin on any block until the Qyer is delivered io all residents of the block. Public Notiiication of T'emporary Water Service Interruption during Construciion 1. In the event it beearnes neeessary ta temporarily shut down water service to residents or businesses during construction, prepare and deliver a notice or flyer of the pending interruption to the froni doar of each affected resident. 2. Prepareci notice as follows: a. The notification or flyer shall be posted 24 �ouzs prior to the temgorary interruption. b. Prepare flyer on the contractor's Letterhead and include the following information: 1) Name of the project 2) City Project Numbex 3) Date af the interruption af service 4) Period the interruption will take pIace 5} Name af th� contractor's fareman and phone number b} Name of the City's inspeoior and phone nuznber c. A sample of the temporary water service interruption natiiication is attached as Exhibit B. d. Deiiver a copy of the temporary interruption noti%cation to the City inspectar for review prior to being distribut�d. e, No interruption of water service can occur un.til fihe flyer has been delivered to a�1 affected residents and businesses. £ Electronic �ersians of the sample flyers can be obtained from the Project Canstruction Inspectnr. J. Coardination with United States Army Corps of Engineers (i7SACE) I. At locations in the Project where construction activities occur in areas where USACE permits are required, meet aII requirements set forth in each designated permit. K. Caordination within Railroad Permit Areas l. At lacations in the projeci where constn�ctson activities occur in areas w�ere railroad permits are required, meet all rec�uirements set forth in each designat�d railraad permit. This includes, but is not limited to, provzsions for: a. Flagrnen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates f. Other emplayees req�red to protect the right-of-way and praperty of the Itailroad Company farom damage arising out af and/or frorn tl�e construction af the project. Praper utility clearance procedures shall be used in accordance with the permit guidelines. CITY OF FORT WORTH STANDARD CdNSTRUCTION SPECiFICATIQN DOCUIVIENTS — WATER FACiLITY PROJECTS Revised Qecember 2Q, 2012 South Westside V Elevated Storage Tank City Praject Na. 1 p3426 O13513-6 SPECIAL PROJECT PROCED�JRES Page 6 of S 1 2 3 4 5 6 7 8 9 lo 11 12 13 14 15 2. Obtain any supplemental infortnation needed to comply with the railroad's requirements. 3. Railraad FlagrnEn a. Submit receipts to City for veriiication af vvorking days that railroad iiag�nen were present on Site. L. Dust Control 1. LTse accepta6le measures to con�rol dust at the Site. a. If water is used to control dust, capture and properiy dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of s3urry. M. �naployee Parking 1. Pravide parking for employees at locations approved by the City. 1.5 SUBMITTALS [NOT [TSED] 1.6 ACTION SUBMiTTALSIINFORMATIONAL SUBMITTALS [NQT USED� 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUSMITTALS [NOT USED] 16 1.9 QUALITY A�SURAIVCE [NOT USED] 17 1.10 DELIVERY, STORAGE,. AND HANDLING [NOT USED] l8 1.11 FIELD [SITE] CUNDITIONS [NDT US�D� 19 1.12 WARRANTY [NOT iJSED] zo 21 22 23 PART � - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DAT� NAME SUMMARY OF CHANGE I.4.B - Added requirement af campl�ance with Health and Safety Code, Titie 9. 8{3112012 D. 7ohnson 5afety, 5ubtitle A. Public Safety, Chapter?52. High Voltage Qverhead Lines. 1.A�.E - Added Cantractor responsibility Fnr obtaining a TCEQ Air Aermit 24 CY'I'Y O� FORT'UVORTI3 STAI�IDA12T7 CONSTTZUGTLDN South Westsidc V Elerrated Slorage Tank SPECIFiCATION DOCUMENTS — WATEA FACILITY PR4TECTS City Project No. L0342$ Ravised Decemhar 20, 2012 01 35 13 - 7 SPECIAL PR07ECT FItOCEDUitES Page 7 of S z 3 4 5 6 7 8 9 10 11 I2 13 14 IS 16 ]7 18 1g 20 21 22 23 24 25 26 27 28 29 36 3I 32 33 34 35 36 37 EXHIBIT A (To b� printed on Contractor's Letterhead} Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: I ��I � - I � � �� � � TbIS IS Y� IIdF9RiVV Y��J Ti�1A� UhdD�[� Aa CON7F�4C7 WI'Yh17'H� CITY OF F�RT WOR�b, OUR GQfU��ARlY F�ILL 1!4lORFC OPl UT[L{TY LIPl�S ON OR �R011i�� YOUR �RQP�RTY. C�NSTRUCTI�tV lii�ILL �ECIIV APPROX[iVIAT�LY S�VE{V DAYS ��BiV� iHE DAT� O�' YHIS {VOYIC�. I� YOU bAV� QU�S�'IOi�S A�OIJ� ACC�SS, S�CURI TY, S�►��TY OR AP�Y QTbFR iSSUE, PLEASE CALL: tilrr. �Cvr�TRAC�oR'S SUPERIN7ENDEN7� A� CTELEPHONE NO.> O� i�ir, �CITY INSPECTORy AT � 7ELEPHONE NO.� AFrTFcR 4:30 �M �� OP� WF�F��iV�S, �L�AS� CALL (81�) 392 �346 PLEA5E KEEP THlS FLYER HANDY WHEIV YOU CALL CLTY DF FORT WQRTH STANDARI] CON5TRUCTION SPECIFICATIOIV DOCUMEIVTS — WAT&R FACII.ITY PRa7�CT5 Revised Deeember 20, 2012 South Westside V ElavatedStarage'Fank City Pmject Na. 103428 O13513-8 SPECIAL PIZOJECT PItOC�D�S Page B o€8 1 2 EXHIBIT B F�RT' �ORTH �: �ag ��. � �� �: ���'��� o� `����v��'� ��`��� ���t�[c� ����������� I?UE TO UTIL[TY IMP1tD'VEMENTS I�i YQIIA NEIGHBORHOOD, YOUR WATER 5ERVICE WYLY. BE INTERRUPTED ON SETWEEN'T�IE iiOURS OF AltifD iF YQI! HAVE QIlESTION3 ABOUT TSIS SHUT-OUT, PLEASE CALL: mlt, AT {CQNTRAC'1'ORS SUPERINTEPI�ENT) (TELEPHONE NUTV1F7Eli) OR 1VIR. (CITY YNSPECTpR) AT [TELEPI3�NL NUMBER) TSIS INCONV�NIENCE WILL BE AS BHOFtT A5 POSSYBI.E. THANK Y�iI, COIVTRACTOR 3 4 CITY �F FORT WORTH STANIJARD CONSTRUCTIQN SPECIFICATION DOCUMEW`1'S— WATEIZ FACILiCY YI20JEC`1'S Revised December 2D, 2012 South Wcstside V Elevated StQrage Tan[€ City Pcaject Na, k03A28 014523-1 TESTING AND INSP�.CTI03V SERVICES Pagc l of 3 1 SECTION 0145 �3 2 TESTiNG AND 1NSP�C"I'ION SERVICES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includ�s: b 1. Tesking and inspection ser�ices procedures and coardination 7 B. Deviations from this C�ty af Fort Worth Standard 5pecification 8 1. Madiiied 1.2.A.1 4 2. Added 1.2.A.2 10 C. Related Speeificatiqn Sectians i�clude, but are not necessariiy limited to: 11 L. Division 0— Bidding Requirements, Coniract Forms and Conditians af the Contract 12 2. Division I— General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and PaymcnY 15 1. Unit Price - Work assaciated with this Item is considered subsidiary to the various 16 Items hid, No sep�-ate payment wilI be allowed far this ltezn. 17 a. In aceardanee with Article 13 of the General Conditians, Cnntractor is 18 respansible far perfurmin�, coar[finatin�, and pavment of aIl inspections. 19 tests, re-tests. or appro�als. 20 b. In accordance with ArHcle 13 af the Geaeral Conditions, Citv is 21 resnonsible far perfarming and pavment for �rst set additionaN 22 independent testin� chosen by the City to be perfarmed. 23 1) If'ihe fiu-st independent tesi perfarmed bv the Cit� faiIs, the 24 Contrac�or is resuonsibl� for pavment of subsequent testing until a 25 passiag test occurs. 26 a) Final acce tanc.e will nnt be issued b Ci antil a� re nired 27 payments for testin� h,v Contractor have been paid in full. 28 29 30 31 32 33 34 35 36 37 38 39 40 2. Lump Sum Price - R'ork associaEed with this Item is iucluded in the Eo�al lump sum price. a. IQ accordance with Article 13 of the General Cond�tinns Contractor is responsible for perfor�in�, coordinat�n ,�paymcnt oi all inspections, tests, re-tests, or apprnvals. b. In accordancc with Article 13 of the GeneraI Conditions. Citv is res�onsible for performing and pavment %r first sct in�ependcnt testing chosen bv the Citv to be performed. 1) If the first inde�e�dent kest �erforrt►ed b_y the City iails, the Contractor is responsible for payment of subsequent testin� antiZ a passin� test occ.urs. a} Final acceptance will not be issued �v CitY until all required pavments for testin�� Contractor have been �raid in full. CiTY OF FORT WORTfi 5TANDARI7 CON3TRL]CTION 5outh Westside V Elevated Storage Tank SPECIFICATION QOCUMENTS — WATER FACTLITY PR07ECTS City project Na. 103428 ltevised July l, 2011 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 3 1 1.3 REFERENCES [NOT USED] 2 1.4 ADMINISTRATIVE REQUIIiEMENTS 3 A. Respansibility 4 1. The Contractor shall provide far the follawing at Contractor's own expense. The 5 Contractor's proposed testing la�(s) will he subject to the Gity's approval. 6 a. Contraetor's own. quali .ty control program and procedures. The City's 7 inspections and testing shall not be a replacemsnt for tl�e Contractor's 8 responsibility for Quality of all constructjon. 9 �. Pressure and leakage testing. 1a c. Any testing required by the Spaoifications not specitically cailed for the City ta 11 conduct in item 2 below. 12 d. Provide access and aecommodation for the Gity's inspectors and testing 13 agencies to conduct inspections and testing. 14 2. The City will provide the inspections and testing for the Foilowing items except as 15 speczfically noted, subject to, howe�er, the re-testing cast provisions of Sectian 1.2. l6 a. Tank foundation l7 b. Concrete pedestal walI construction t8 c. Concrete dome floor construction l9 d. Interior piping installation and welciing 24 e. Steel bowl aad rriisc. appurtenances installation, welding, and coating 21 f. Yard piping, installatian, and backfilllembedment 22 g. BAGT testing for piping and tank. 23 h. Concrete driveway and sidewallc 2� i. Flexbase roadway pavexnent, including subgrade 25 j. Inspections af electrical, lighting, instnunentation, controls, communications. 26 5tart-up and testing shaIl be conducted by the Contractor and Contractor's 27 testing lab. 28 k. Fnspections of valv�s & appurtenances. Start-up and testing shall be conducted 29 by the Contractor and Contractnr's testiz�g lab. 30 1. Fencin,g & Gate 31 S. Testing 32 1. Complete testing in accordance with the Contract Doeuments. 33 2. CoQrdination 34 a. Wkzen testing is required ko be perfor�ned by the City, notify City, sufficiently 35 in advance, when testing is needed. 36 b. When testing is required to be eompleted by the Cantractor, notify City, 37 suf�iciently in advance, that testing will be performed. 38 3. Distrihutian of Testing Reports 39 a. Electronic Distributiqn 4Q 1) Confirm development of Project directory for electronic submittals to be 41 upZaaded ta City's Buszsaw site, or anather external FTP site approved by 42 the City. 43 2) Upload test reparts to designated praject directory and notify apprapriate 44 City representatives via email of submittal pasting. 45 3) Hard Copie.s 4G a) i copy for all submittals submitted to the Project Representative 47 b. Hard Copy Distribution (if required in lieu of electronic distribution.) CITY 4F FOR'i WQRTH 3TANDARD CONSTRUCTION Soutfi Weskside V Elevated 3torage T'ank SPECiF'ICATION �OCUMEl�TS — WATER FACILITY PROJGCT5 City Project lVo. 103428 Revised 7uly l, 20l i D14523-3 TESTIWG AND IN5PECTIOI�T SERVCCES Page 3 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 i4 15 16 1} `I'ests performed by City a) Distrib�xte 1 hard copy to the Contractor 2} Tests performed by the Contractor a) Distribute 3 hard copies t� City's Project Representative 4. Provide Ci#y's Project Representati�e with trip tickets for each deliv�red load of Cflncrete ar Lime material including the following informatian: a. Na�ne af pit h. Date of delivery c. Matexial delivered C. Inspection �. Inspection or lack of inspection does r�ot relieve the Contractor from obligation to perform work in accordance with the Confiract Documents. 1.5 SUBMITTALS [NOT USED] 1,6 ACTION SCISMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] I.S MAiNTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURAI�ICE [N�T USEDJ 18 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED� 19 1.11 FIELD [SITE] CQNDITIONS [NOT iISED] 20 1.1� WARRANTY [NOT USED] 21 PART 2- PRODUCTS [NOT USED] 22 PART 3- EXECUTION [NOT USEDj 23 24 END OF SECTTON Revision Log DATE NAME SUMM.ARY OF CHANGE 25 CITY OF FORT WORTH STANAARD CdNSTRUCTIQIV South Westside V Elevated Storage Tanlc SPECiFICATION DQCUMENTS— WATER FACILITY PROJECTS City Praject [Vo. 10342$ Re�ised July l, 2011 o� sooa-i TEMPORAAY FAGII,1'1'IES AND CONTROLS Page 1 of4 1 2 SECTION OI SO 00 TEMPORARY �ACILITIES AND CONTROLS 3 PART1- GENERAL 4 1.1 SUMMARY S 6 7 8 9 10 11 12 13 14 l5 16 17 18 19 20 1.2 21 �z 23 24 25 26 1.3 A. Seckion Ineludes: 1. Provide temporary facilities and controis needed for the Work inc[uding, but not necessarily limited to: a. Temporary utilities b, Sanitary facilities c. Storage Sheds and Buildings — Field Office Required. for this Project d. Dust control e. Temporary fencing of the conatructi�n site B. Deviations frotn th.is City of Fort Warth Sta�dard Sp�cification 1. Modified 1.2,A.1 2. Added 1.2.A.2 3. Added 1.4.C.7 C. Related Specification Sections inclncie, but are n.ot necessarily limzt�d to: 1. Di�ision 0— Bidclsng Requirements, Contract Forms and Canditions of the Contract 2. Division l— Greneral Requirements PRICE AND PAYMENT PROCEDURES A. Measurement and Paytrtent I. Unit Price - Work associated with this Item is considered subsidiary to the �arious items bid. No separate payment will be aIIowed for this Item. 2. Lump Su�n Fric� - Worl� associated with tEus liem is included in the total lumn sum �ri�e. REFERENCES [NOT IISEDI 27 1.4 ADMINISTRATIVE REQUIREMENTS 28 29 30 31 3� 33 34 35 35 37 A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements witfi utility service companies for tezzzporary sez`vices. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs untiI Work is approved for Finai Acceptance. 1) Included are fuel, power, light, heat and othez-utility services necessary far executian, completion, testing and initial operation of Work. 2. Water CIT'Y OF FORT WORTI-i STANDAItd CONSTRUCTION 5outh Wastside V Elevated Storage Tank SPECjF1CAT[ON DOCUMC]YTS — WATER FACILITY PRadECTS City Project No. 103428 Reviseei 7u[y f, 24I I ats000-z TEMPORARX FACILITIES AND CDNTROL5 Page 2 af 4 1 a. Contractor to pro�ide water required for and in connectian with Woz'k to be 2 performed and fnr specified tests of piping, equipment, devices or ather use as 3 :requzred for the completion of the Wark. 4 b. Provide �nd maintain adequate supply of p�table water for domestic 5 consumption by Contractor personnel and City's Proj ect Representati�es. 6 c, Coordination 7 I} Contact City 1 r�veek hefore water for construction is desired 8 d. Contractnr Payrnent for Construction Water 9 1) Obtain construction water meter frotn Ci.ty for payment as l�illed by CiTy's 10 established rates. i 1 3. Electricity and Lighting 12 a. Prnvide and pay for electric powered service as required far Work, including 13 testing of Work. 14 1) Provide power for lighting, operation of �quipment, or other use. 15 b. Electric power seiviee includes temporary power service or generator to 16 nn.aintain operations during sched�a�ed shutdown. 17 18 19 20 2l 22 23 24 25 26 27 28 29 3a 3l 32 33 34 35 36 37 4. Telephone a. Provide ecnergency telephone servioe at Site for us� by Contractor persoz�el and others performing woxk or furrrnishing services at Site. 5. Temporary Heat and Ventilation a. Pro�ide temporary heat as necessary for protection or completian of Work, b. Provide temporary heat and ventilation to assure saf� working conditzons. B. Sanitary Facilities 1. Provide and maintain sanitary facilities £or persons on Site. a. Comply with regulations of 5tate and local departments of health. 2. Enforce use of sanitary facilities by construction personne� at job site, a. Encjose and anchor sanitary facilities. b. No discharge will be allowed �t'om these facilities. c. Collect and store sewage and waste so as �ot Yo cause nuisance ar health problem. d. Haul sevvage and waste off-site at no less than weekly intervals and properly dispose in accordance with agplicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completian ofPraj�ct C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipTnent susceptible to weather damage. 38 2. Storage of materials not suscepkible to weather damage may be on blocks off 39 ground. 40 3. 9tore materials in a neat and Qrderly manner. 41 a. Place materials and equipment to permit easy access far identification, 42 inspection and inventory. 43 4. Equip building wiYh lockable doors and lighting, and provide electrical service for 44 equipment space heaters and heating or ventilation as necessary to provide storage 45 environmer�ts acceptable to specified n�anufactur�rs. CITX OF FORT WORTH �TANUARD CONS"TRUCT'ION 5auth Westside V Elevated Staraga Tank SPECIFICATIDN �QCUMEI+fTS — WATER I'ACILPI'Y PROJECTS City Project 1Vo. 1 Q342S Revised 7uly 1, 2011 015000-3 T�MPpIiARY FACILiT�S AND CONTROLS Page 3 of 4 1 2 3 4 5 6 7 8 9 10 t� 12 13 14 15 16 17 l8 ]9 20 5. Fill and grade site for temporary structures to provsde draz�tage away frorn temporary and existian.g buildings. 6. Remave building fram site prior to Final Acceptdnce. 7. A field offce is required for this proiect. Office shall be suita�le for hostin� on-site �neetings with fhe CitV. D. Temporary Fenci�ag 1. Provide and tnaintai� For the duration or construction when required in conkract documents E. Dust Control 1. Contractor is responsible for maintaining dust controi through tha duration of the p�aa ��t. a. Contractor remains on-call at all times b: Must respond in a iimely manner F. Temparary Protection of Constructian 1. Contractor nr subcontractors are responsible for protecting Work from damage due to weather. 1.5 SiTBMITTALS [NOT USEDj i.b ACTION SUSMITTALSIiNFORMATIONAL SUBMYTTALS [NOT USED] l.i CLOSEOUT SUBMITTALS [NOT USED� l.S MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21 1.9 QUALITY ASSURANCE �NOT USED] 22 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED� 23 1.11 FIELD [SITE] COND�T'IONS [NOT USED] 24 1.1.2 WARRANTY [NOT USED] 25 PART 2- PRODUCTS [NOT USEDj 26 PART 3- EXECIITION [NOT USEDj 27 3.I INSTAL,LERS [NOT USED] 28 3.2 EXAMINATION [NOT USED] 29 3.3 PREPARATION {NOT LTSED� 30 3.4 INSTALLATION 31 A. Te�nporary Facilities 32 1. Maintain ail temporary facilities for duration of construction activities as needed. CITY OF FORT WbRTII STANI]ARD C�N5TRl3CT10N SPECIFICATION DOCUNIL�[YTS — WATEK FACILITY PROJECTS Re�ised 7uly l, 20l l 5ou[h Westsida V Elevafed Storage Tank City Project No. 103h28 015000-4 TEMpORARY FACQ.iT�S AND CONTROLS Page 4 of 4 1 2 3 4 5 6 7 8 9 10 11 12 l3 14 15 3.5 [REPAIR] 1 [RESTORATI�N] 3.6 RE-1NSTALLATION 3.7 FIELD [ox] SITE QIJALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED� 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USEDj 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities � 1. Remove all teznporary facilities anc{ restore area after completion of the Work, to a condition equal to or better than prior ta start of Work. 3.12 PROTECTION �NOT USED] 313 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE � CITY O� FORT WORTTi STANDARD CONSTlii3CT10N 5PECIFICATIOR' �OCi[MEIYTS — WAT�R �'ACILITY PlZO]ECT5 Revised July l, 2U11 South Westside V Elevated Starage Tanh City Project No. t03428 O1S713�1 5TORM WATER POLLUTIOTI PREYENTIOI+1 Psge l af 3 1 2 SECTION Ol 5713 STORM WATER POLLUTION PREVENTION 3 PART1- GENERAL 4 1.1 SUMMARY S A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Ptans 7 B. Deviations from this City of Fort Worth Standard Spacification. 8 1. Modifted 1.2.A.l.a 9 2. Added 1.2.A.l.b 10 C. Related Specificatian �ections include, but are not necessarily limited to: 11 1. Di�isian 0— Sidding Reqtiirements, Contract Fprms and Conditions �af the 12 Contract 13 2. Division 1— General Requirements 14 3. Section 31 25 00 — Erosion and Sediment ContrQl i5 1.2 PRICE AND PAYMENT PROCED[]RES 16 17 18 19 20 21 22 23 A. Measurement and Payrnent 1, Canstruction Activities resujting in less than 1 aere of disturbance a. Unit Price - Work associated with this Item is consider�d subsidiary to the various Items bid. No separate payment wiil be allowed for this Item. b. LumA Sum Price - Work. assaciated with this Item is in.cluded in the total lum� su�n price. 2. Construet�an Activities resulting in greater khan I acre nf disturbance a. Measurement and Payment shali be in accordance with Section 3l 25 00. 24 1.3 REFERENCES 25 A. Abbreviations and Aeranyrns 26 1. Notice of Intent: NOI 27 2. Notice of Termination: NOT 28 3. Storm Waier Pollution Prevention Plan: SWPPP 29 4. Texas Commission on Enviroz�mental Quality: TCEQ 30 5. Notice of Change: NOC 31 A. Referenee Standards 32 1. Reference standards cited in this Speciiication refer �o the current reference 33 standard pubIished at the time of tI�e latest revision date logged at the end of this 34 Specif�cation, unless a date is specifically cited. 35 2. Integrated Starm Management (iSWM) Technical Manual for Construction 36 Controls CTl`Y OF FORT VI'OTiTH STANDAliD CONSTRUCTION South Westside V Elevated Storage Tank 5PF.CIFICAT[ON DOCUh4ENT5 -- Vk�ATER FACILiTY PROJECTS City Pmject Na. 10342& Revisad Ju1y 1, 2011 01 57 13 - 2 STORM WATER POLLUTION PREVENTION Page 2 of 3 1.4 ADMINISTRATIVE REQUIREMENTS 2 3 4 5 6 7 8 9 10 11 12 13 I4 15 16 17 18 19 zo 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 A. General 1. Contractor is responsible for resoIution and payment of any fines issued associated with campliance to Stormwater Pollution Prevention Plan. B. Conskruc�ion Activities resulting in: 2. 3. Less than 1 acre of disturbance a. Pravide erosion and sediment control in accordance with Sectian 31 25 00 and Drawings. 1 ta less than 5 acres of disturbance a. Texas Pollutant Discharge Eiimination �ystem (T'PDES) General C.anstructian T'ermit is required b. Complete SWPPP in accardance wiih TCEQ requirements 1} TCEQ Small Construction Site Notice Required under general permit TXR150000 a} Sign and post at job site b) Prior ta Preconstruction Meeting, send 1 copy to City Department of Transportatian and Puhlic Works, Environmental Division�, (817) 392- soss. , 2) Provide erosi�n and sedi�nent control i.n accordance with: a) Section 31 25 00 b} The Drawings c) TXRI5QOQ0 General Permit d) SWPPP e} TCEQ requirements 5 acres or more of Disiurbance a. Texas Pollutant Discharge Elimination System (TPDES) General Constructian Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NQI form and submit to TCEQ along with required fee a) Sign and post at job site b) 5end eopy to City Department af Transportation and Publie Works, Environmental Di�ision, (817} 392-6088. 2) TCEQ Notice of Change required if mal�ing changes or updates to NOI 3) Pro�vide erosion and sediment control in accordance with: a} Section 31 25 OD b) The Drawings c} TXR15Q000 GeneraI Permit d) S�VPPP e) TCEQ requirements 4) On�ce 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 Divisi.on, (817) 392-6088. 44 1.5 SUBMITTALS 45 A. SWPPP 46 1. 5ubmit in accordance with Secfiion Q 1 33 00, except as stated herein. CTTY OF FORT WORTH STANDARD CONSTRUCTI4N Suuth Westsidc V Elevated Storage Tanlc SPECIFICATION DOCUMCNTS — WATER FACILITY PAOJECTS Ciry Projeni No. 103428 Revised Ju1y 1, aai � 1 2 3 4 5 6 7 $ 9 k0 11 Oi5713-3 STORM WATSR POLLUTION PIiEVENTION Fage 3 of 3 a. Prior to the Preconstruction Meeting, submit a draft capy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Froject Manager will farvvard to th� Ciry Department of Transporta�ion and Public Works, Environmental Division far review B. Modified SWPPP 1, If khe SWPPP is revised during canstruction, resubmit modified SWPPP to the Czty in acaordance with 5ection O1 33 00. I.6 ACTION SUBMITTALS/INFORMATIONAL SIIBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED� 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] i2 1.9 QUALITY A55UR�NCE �NOT USED] 13 1.10 DELIVERY, STORAGE, AND HANDL�NG [NOT USED] 14 I.I1 FIELD [SITE] CONDITIUNS �NOT USED] I5 1.12 WARRANTY [NOT USED] l6 PART � - FRODUGTS [NOT USED] 17 PART 3- EXECUTION [NOT i1SED� 18 19 END �F SECTION Re�ision Log DATE NAM� SUMMARY OF CHANGE 20 CITY OF FORT WORTH STANllARD CON3TRUCTION SP�CIFICATION DOCUMENTS — WATER FACILIT'Y i'ROJECTS Itevised 7uly l, 20l l South Westside V Elevated Storage Tank City Project Na. 103428 ni ss �3 - i TEMPbRARY PROIECT SIGNACrE Pagc 1 of3 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 4 ia 1i 12 13 i4 15 16 17 18 19 20 21 22 23 24 25 SECTIQN Oi �8 13 TEMPORA.RY PROJECT SIGNAGE A. S�ction Xnclud�s: 1. Temporary Project 5ignage Requirements B. Deviations from this City of Fort Worth Standard Specification 1. Modif'ied 1.2.A.I 2. Added 1.2.A.2 3. Modified 2.2.A.1 C. Related Speci�ication SectiQns incIude, 6ut are nat necessarily limited to: 1. Division 0— Bidding Requirements, Contract Fox'fms and Conditions of the Contract 2. Divisian 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDLTRES A. Measurement and Payment 1. Unit Price - Work assoeiatad with this Xtem is considered subsidiary to the various items bid. No sepa.rate paynnent will be allowed far this Item. 2. Lump Sam Price - Work associated with this Item is included in the total lu�p s�m price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQi][REMENTS [NOT USED] 1.� SUBM�TTALS (NOT USED] 1.6 ACT�ON SUBMI`TTALSIINFORMATIONAL SUBMITTALS [NOT USED] 1.7 CL05EOiTT SUBMITTALS �NOT USEDJ 1.8 MAINTENANCE MATERxAL SUBMITTAI,S jNOT USED� 26 1.9 QUALITY AS.SURANCE [NOT i1SED] 27 1.10 DE�,IVERY, STORAGE, AND RANDLING [NOT USED] 28 l,ll FiELD [SITE] CONDITIONS [NOT USED] 29 1.1� WARl�1NTY [NOT USED] CI3"Y OF FORT WORTH STANT�ARD C�NSTRUCTION Sauth Wesksidc V Elevated Stara�e Tank SPECIFICATION DOCUMGNTS — WATER FACTLITY PROJ�CTS City Praject Nn. 103428 RevisedJuly 1,2Q11 O1 58 13 -2 T�MPORARY PR�JECT SIGNAGH Pagc 2 af 3 1 PART 2 - PRODLTCTS 7 i] 4 5 6 7 8 9 10 � 12 13 14 15 F6 l7 18 19 20 2i 22 23 24 25 26 27 28 29 3U 31 21 OWNER-FURNISHED (oxj OWNER-SUPPLIEDPRODUCTS [NOT LTSED] 2.� EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria 1. Provide free standing Project Designatian 5ign in accQrdance with City's Standard Details iar praject signs �ar Water Department proiects. B. Materials 1. Sign a. Constructed af 3/4-inch fir plywood, grade A-C {exterior) or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALZTY CONTROL [NOT USED] PART 3 - EXECUTION 31 INSTALLERS �N�T USED] 3.2 EXAMINATIOIV [NOT [JSED] 3.3 PREPARATTON [NOT LISED] 3,4 1NSTALLATION A. General 1. Provide vertical installation at extents of project. 2. Relocate sign aa needed, upan request of ihe City. B. Mounting �ptions a. Ski�s b. Posts c. Barricade 3.5 REPAIR / RESTORATION [NOT USEDj 3.6 RE-INSTALLATION [NDT USED� 3.i FIELD [aR� SITE QUALITY CONTROL [NOT USED] 3.$ SYSTEM STAR'1'UP [NOT USED] 3.9 ADJUSTING [NOT USEDj 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION �NOT USED] CITY OF FORT WORTH STAI+lDARD CONSTRi1CTIOIV 5PECIFiCATIdN DOCUMEI+ITS — WATER I'ACILl"1'Y PROJ�CTS Revised July 1, 2011 South Westside V Elevated 5torage Tanic City Project No. 1 D3428 O15$13-3 TEMPOC�ARY PR07ECT SIGIYAGE Page 3 of 3 1 3.13 MAINTENANCE 2 A. General 3 1. Maintenance will include painting an� repairs as needed or directed by the City. 4 3.14 ATTACHMENTS [NOT IISED� 5 END OF SECTIDN Ravision Log DATE NAME SUMMARY OF C�IANGE CITY OF FORT WORTH STANDARD CONSTRUCTlON South Westside V Elevated Storage Tank SP�CIFICATIDl+l DOCUMENTS — WA1"ER FACILiTY PR41�C'I'S City Project No. 103428 Revised July 1, 20l l o��oao-t PRODUCT REQUll2EMENTS Page 1 af 2 � 2 3 PART1- GENERAL 4 1.1 SUMMARY sECTiorr o� 60 oa PRODUC'1' REQUIREMENTS 5 A. Section Tncludes: 6 1. References for Praduct Requirements and Ciiy Standard Products List 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Rela#ed �pecification Sections include, but are nQt neeessarily limited to: 1(3 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Cantract l 1 2. Division 1— General Requirements 12 1.� PRICE AND PAYMENT PROCEDURES [NOT USED] 13 1.3 REFERENCES [NOT USED] I4 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products far use is loeated on Buzzsaw as follows: 16 1. Resourcesl02 - Construction Documentsl5tandard Products List l7 B. Only products specifically included on City's 5tandard Product List in these Contract 18 Documents shall be allowed for use on the Project. 19 1. Any subsequently approved products will anly be allawed for use upon specific 20 approval by the City. 21 C. Any specific product requirements in the Contract Documents supersede similar 22 products included on the City's Standard Product List. 23 1. The City reserves the right to not allaw products to be �sed for certain projects even 24 though the product is listed on the Gity's Standard Product List. 25 D. Althou�h a speci�'ic product is included on City's Standard Fro�uct List, not all 26 products from that manufacturer are approved for use, including hut not limited to, that 27 manufacturer's standard product. Z8 E. See Section O1 33 00 for submittal requiretnents of Product Data included an City's 29 Standard Product List. 30 L5 S[TBMITTALS [NOT USED] 31 1.6 ACTION SUBIVIITTALSIINFORMATTONAL SUBMITTALS [NOT USED] 32 I.'� CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUEMITTALS �NOT [TSED] 34 19 QLTALITY A55URANCE [NOT USEDj GITY pP FDRT WORTH STANDARD CO1�iSTRUCTION South Westside V Efevated Starage Tank SP�CTFiCATiON DOCUIVlCNTS — WATEIt PACILITY PROlECTS Ciiy Praject No. 1 �3428 Revised Decemher 20, 2012 Ol60QO-2 PRQIIUCT REQUIREIvIENTS Pagc 2 af 2 1 1.10 DEL�VERY, STORAGE, AND HANDLING [NOT USED] 2 l.11 FLELD [SITE] CONDITIONS [NOT USED] 3 1.1� WARRANTY [NOT USED] 4 PART � - PRODIICTS [NOT IIS�D] 5 PART 3- EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE f 0!f 2/12 D, 7ohnson Modified Location nf City's Standard Product List CI'I"Y QF FORT WORTH STANAARD COI�STRUC'CION 5outh Westside V Elevated Slarage Tan.k SFECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project No. 103428 Revisad December 20, 2012 O1 6b OD - i PRODUCT STORAGE AND IL�1I*IDLING REQUTRE1ViENT5 Pagc 1 af4 � 2 f.1U DELNERY AND HAI�DLING 3 PART1- GENERAL 4 i.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of prnducts far delivery 8 3. Protection of products against dannage from: 9 a. Handling 10 b. Exposure to elerzxents ar harsh environments I1 12 13 14 15 16 17 1.2 18 19 20 21 22 23 1.3 sECTioN or 6� ao PRODUCT STORAGE AND HANDLING REQUIREMENTS B. Deviations from this City of Fort Worth 5tandard Speci�cation 1. Modified 1.2.A.3 2. Added 1.2.A.2 C. Related Specification 5ections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forins and Conditions of the Cantract 2. Division 3— General Requirements PRICE AND PAYM�NT PROCEDURES A. Measurement and Payment 1. URii Price - Wflrk assoeiated with this Item is c�nsidered subsidiary to the various i�ems bid. No separate payment will be a1�ouTed for this Ftem. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum rp ice. REFERENCES [NOT USEDj 24 1.4 ADMINISTRATIV� REQUIREMENTS [NOT USEDj 25 1.5 SUBMXTTALS [NOT USEDj 26 1.6 ACTION SUBMITTALSIINFORMATIONAL SLTBMITTALS [NOT USED] 27 1.7 CL05EOUT SIIBMITTALS [NOT USED] 28 1.8 MAINTENANCE IVYATERIAL SUBMITTALS [NOT USED� 29 1.9 QUALITY ASS[TRANCE [NOT U3ED] 30 31 32 33 3A A. Delivery Requi�rarnents 1. Schedule deiivery of praducts or equipmant as requsre�i to alIow timely installation and ta avoid prolanged storage. 2. Provide appropriate persannel and equipmant to receive deliveries. CITY OF FORT WORTH STANDARD CCANSTRUCTION SPEC[F'ICATLON DOCUIviE3VT5 — WAT�R PACILITY YRO]�CTS Itevised IuEy [, 20 E I South Westside V Elavated Storage Tank City. PmjectNo.lU342'8 oisbao-2 PIZODUCT STORAGE AND HANDLING I�QUIREMENTS Rage 2 of 4 1 3. Delivery trucks will na�t be permitted to wait extended periads of time on the Site 2 for personnel or equipment to receive the delivery. 3 4. Deliver products or equipment in manufacturer's original unbroken cartons or ot4�er 4 containers designed and constructed to protect the contents from physical or 5 environmental damage. 6 5. Clearly and fuIly mark and identify as to manufacturer, item and installatian 7 location. S 6. Provide manufacturer's instructions for storage and handling. 9 B. Handling Requirements 10 1. Handle products or equiptt�ent in accordance with these Contract Documents and 11 manufaciurer's recommendations and instructions. 12 13 14 l5 16 17 18 19 20. 21 22 23 24 25 26 27 28 C. Storage Requ�rernents 2. 3. :'� 1. 5tore materials in accordance with rnanufacturer's recomrnendat�ons and requirements of th�se Specifications. Make necessary provisio.ns for �afe storage of materials and equipment. a. �'lace laose soil materials and rnaterials to be incorpoz'ated into Work to prevent damage to any part of Work or existing facilit�es and ko maintain free access at all times to all parts of Wprk anc3 to utility service company installations in vicinity oi Wvrk. Keep materials and equipment neatly and compactiy stored in locations that will cause minimurn incanvenience to other eontractars, public travel, adjoining owners, tenants and occupants. a. Arrange storag� to prpvide easy access for inspection. Restrict starage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. 1'ravide off-site storage and protection when on-site starage is not adequate. a. Provide addresses of and access ta off site storage locations for inspeetion by City's Pioj�ct Representative. 29 6. Do not use lawns, grass p�ots or other private groperty for stora�e purposes withaut 30 writte.n pertnission of owner or other person in possession oz' control of premises. 31 7. Stare in manufacturers' unopened containers. 32 8. Neatly, safely and compactly stack nEaaterials deli�vered and s�ored along line of 33 Work tfl avoid inconvenience and damage to property owners and general public 34 and maintazn at least 3 feet from fire hydrant. 35 9. Kaep public and pri�ate driveways and street crossings open. 36 l0. Repair or replace damaged lawns, sidewalks, streets or other improvements to 37 satisfaction of City's Project Representative. 38 a. Total length which materials rnay be distr�[�uted along route of construckion at 39 one time is 1,000 linear feet, unless otherwise approved in writing by City's 40 Project Representative. CITY OF FORT WO1tTFI S�ANDt112D CONSTIiUCTjON South Westside V Eievated Slorage "fank SPBCIFICATION DQCUM�iYTS — WATER FACILLTY PR07ECTS City Pruject iYo. 103426 Revised July l, 2011 UI 660:6-3 PRQDUCT STORAG� A.NA HANDLING REQUD2EIVI�NT5 Psge 3 of4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY jNQT USED] 3 PART � - PRODi1CTS [NOT USED� 4 PART 3 - EXECUTION 5 6 T 8 9 �o 11 12 13 14 15 ]6 17 1$ 19 20 3,1 INSTALLERS [NOT USEDJ 3.� EXAMINATION [NOT USED� 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT i1SED] 3.5 REPAIR 1 RESTORATION [NOT IISED� 3.6 RE-INSTALLATION [N�T USED] 3.i FIELD �oRr SITE QUALITY C:ONTROL A. Tests and Inspections l. Inspect all products or equzpment delivercd to the site prioz to unloading. B. Non-Canforming Work 1. Reject all products or equipment that are damaged, us�d or in any ather way unsatisfactory for use on the projeet. 3.$ SYSTEM STARTUP [NOT USEDj 3.9 ADJU5TING jNOT USED] 3.10 CLE�+►NING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED� 2I 3.1� PRf)TECTION 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Store products or cquipment in location to avoid physical damage to items while in 24 stara�e. 25 C. Protect equipment from exposure to elements and keep thoroughly dty if required by 26 YJ�e manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] ►.Zy 30 END OF SECTION CCPY OR FORT WORTfI STANDAR.D CpNSTRUCTION Sauth Westsida V Elevated 5torage Tank SPBCIFICATIOIV DOCUMENTS — WA1'ER FACILITY PROI�CTS City Pmject I+io. 103428 Revised Iuly 1, 20l I ai 66aa-a PRODUCT STORAGE AND TTAAIDLIN� REQiJIREMEN"I'S Page 4 of 4 Revision Log� DATE NANIE SUMMARY OF CHANGE CITY OF PORT WDRTH STANDARD CON57'iiUCTIDN 5outh Westside V Elevated Storage Taak SP�CIFICATIOIV DOCUMENTS — WATEli FACILITY PAQJECTS City Project iYo, 103428 Revised 7uly 1, 2D1 I O17000-L MOBILIZATION AND REIvIOBiLIZATION Page 1 of 4 1 SECTION 4170 QO 2 MOBILiZATION AND REMOBILIZATION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 7 10 11 12 13 14 15 16 17 18 19 20 2l 22 23 24 25 26 27 Z8 z9 30 31 32 33 34 35 3f 37 38 39 4D 41 42 A3 44 45 1. Mobilization and Demobilization a. Mobilization 1) Transportatian af Coniractor's personnel, equipment, and operating supplies to the Site 2) Establishment af necessary general facilities for the Contractor's pperation at the Site 3) Premiu�ns paid for performance and payment bonds 4) Transportation of Contraetor's personnel, equipment, and operating supplies to another locatian within the designated Site 5) Relocation of necessary general faciliti�s for khe Contractor's operation from l location to auother locatian on the Site. h. Demobilization 11 Transportatian of Contractor's personnel, equipment, and opez�ating supplies away irom the Site including disassembly 2) 5ite Clean-up 3) Removal o� ail buildings andlor ather facilities assembled at the Site for this Conkract c. Mobiiization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in khe cantract. 2. Remabilization a. RemobiIization foz Suspensipn pf Work specificaIIy required in the Contract Documents or as required by City includes: 1) Demobilizaiion a) Transportation of Contractor's personnel, equipment, and operating supplies from the Siie including disassembly or temporarily securing equipment, supplies, and other faeilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Docun:zents 2} Remobilization a) Transportation of Cantraetor's personnel, equipment, and operating supplias to the Site necessary to resume the Work. b) Estahlishtnent of necessary general facilities for t�e Contractor's operation at the Site necessary to resume the Work. 3) Nn Payments will be made for: a) Mobilization and Demobilization fram one lflcation to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost pro�ts 3. Mobilizatians and Demobilization for Miscellaneaus Projects a. Mobilization and Demobslization CITY OF FORT WORTH STANIDARD CdAfSTRiiCTION SPECIFICATION DDCUMENTS Revised Novem6er 22, 2D l G South Westside � Elevated Storage Tanf� City Project 3Yo. 1tl3428 o� �aoo-z MOBILIZATIOI�T ANA REMOBII,IZATION Pagc 2 of4 1 1} Mobilization shall consist of the activities and cost on a Waxk O:rder basis 2 necessary for: 3 a) Transportation of Contractor's personnel, equipment, and operating 4 supplies to the 5ite for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operarion at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost neccssary for: S a) Transportation of Contractor's personnel, equipment, and operating 9 supplies from the Site including disassembly for each issued Work 10 Order 11 b) Site Clean-up for each issued Work Order 12 c) Remot+al of a�l buildings or other facilities assembled at the Site for 13 eaeh Work Oder 14 b. Mabilization and Demobilizatian do not include activities for specific items of 15 work for which paytnent is provided elsewhere in t�ie contract. 16 17 18 l9 20 21 22 23 4. �znergeracy Mobilizations and Demobilization for Misceilaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and thc mobilization occurs within 24 hours of the issuance of the Work Dcder. B. Deviations from this City of Fvrt Workh Standard Speciiicatian 1. None. G. Related Specificatian Sections include, but are nat necessarily limited to: I. Division 0— Biddiag Requirernents, Contract Forms and Conc�itions o.f the Contract 2. Division 1— General Requir�ments 24 1.� PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment [Consult City Department/Division for direcrion fln if 26 Mobilization pay itetn to be included ar tihe item should be subsidiary. Inciude the 27 appropriate Section 1.2 A. 1.] • 28 1. 1Vlobilization and Demobilization 29 30 3l 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 a. Measure 1) This Item is considered sub5idiary to the various Items bid. b. Payment 1) The work performed and materials fumished in aceorda�ce with this Xtem are subsidiar}r to the r�arious Itezns bid and no nther com�aeqsation will be allawed. 2. Re�nn.obilization for suspensian of Work as speci�ically required in the Con�ract Documents a. Measurement 1) Measurem�nt %r this Itezta shall be per eac� remobilization performed. b. Payment 1) The wark perfortned and material� furnished in accardance with this Item and measured as grovided under "Measurement" will be paid for at the unit price per each "Specified Reraaobilization" in accordance with Contract Dacuments. c. The price shall include: 1) Demobilization as described in 5ection 1.1.A.2.a.1) 2) Remobilization as described in Sectiotz I.1.A.2.a.2) CITX OF FORT WORTH 5TA1VI]ARI] C�NSTRUCTION 5FECIFICATION DOCUMENTS Revised November 22, 2016 5outh Westside V Elevated Storaga Tank Citg Project No. 103428 61700U-� MOBILIZATION AND RBMOBILIZATION Page 3 nf 4 1 2 3 4 5 6 7 8 9 10 IS !2 13 14 l5 16 17 18 19 20 21 22 23 2h 25 26 27 28 29 3D 31 32 33 34 35 3b 37 38 3. 4. d. No payments will be rr�ade for standby, idie ti�nae, or los# profits associated this Itezx�.. Remobs�szation for suspensian of Work as required by City a. Measurement and Payment 1) "Chis shall be submil#ed as a Cantract Claim in accordance with Article 10 af Sectian 00 72 Od. 2) No payments wil! be made for standby, idle time, or lost profiits associateci with this Item. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurertaent 1) Measurement for this Itern shall bc for each Mobilization and Demabilization required �y the Contract Documents b. Fayment 1) The Work performed and rnaterials iurnished in accordanee with this Item and measured as provided under "Mea5urement" will be �aid for at the unit price per each "Work Order Mobilization" in accordance with Con.bract Documen#s. Demabilization shall be considered subszdiary ta mobilization and shall not bc paid f�r separately. c. The price shall include: 1) Mahilization as described in 5ection i.1.A.3.a.1 } 2) Demobilization as described in Section 1.1.A.3.a.2) d. No paymenis will be made for stazidby, idle time, or lost prafits associated this Itexn. S. Emergeney Mobilizations arid DemobiIizatians for Misceilaneous Projects a. Measuxement l} Measurement for this Item shall be fQr each Mobilization and Demobilization required by the Cantract Docurnents b. Payment 1) The Work performe�i and materials furnished in accordance with this Item and measured as provide� under "IVleasurement" will be paid for at the unit price per each "Work Order Emergency MobiIization" in accordance with Contract Docum�nts. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Sectian 1.1.A.4.a) 2} Demobilization as described in Section 1.1.A.3.a.2) d. No payments wiil be made foz' standby, idle time, or tost profits associated this Item. 39 1.3 REFERENCES [NOT USED] �D 1.�4 ADMXNISTRATIVE REQUIREMENTS [NOT USEDj 41 1.5 SUBMITTALS [NOT USEDj 42 1.6 INFORMATIONAL SUBMITTALS [NOT USED� 43 1.9 CLOSEOIIT SUBMITTALS [NOT USED] 44 1.$ MAINTENANCE MATERIAL SUBMITTALS [NOT USEDJ CITY OF FQRT WORTH 5outh Westside V Elevated Storage Tank STANDARD CON5TRUCT'IOIY 5PECIFICATION i]OCUMENi1'S City Pmject A[o, ] 03428 Revised 1Vuvember 22, 2p l6 017D00-4 MOBILIZATIOIV ANA REMQBiLIZATION Pap,e a of A 1 t.9 QUALITY ASSURANCE [NOT iTSED] 2 1.I0 DELIVERY, STORAGE, AND HANDLING [NOT USED] 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 4 1.1� WARR�►NTY [NOT USED] 5 PART 2- PRODUCTS �NOT USED] 6 PART 3- EXECUTION [NOT USEDj 7 8 END OF �ECTION Rer+isian I.og DATE NAME SUMMARY OF CEIANGE I Il22/16 Michael �wen 1.2 Price and Payment Procedures - Revised specification, inclading hlue rext, to make specificatidn flexi6le fnr either subsidiary or paid bid item for Mobilization. 9 CITY OF FORT WORT�I South Westside V Elevated 5toragc Tanlc STANDARD COA'STRUCI'ID1V SPECIFICATION DDCUMEI+iTS City ProjecC No. t43428 Revised 3Vovemher 22, 2016 017f23-i CONSTRi1CTTOIV ST�KD�IG AND Si7RVEl' Page 1 of 5 2 SECTION 01 i1 23 CONSTRUCTION STAKING AND SURVEY 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: � 7 S 9 1Q lt 12 13 1. Requrrements far construction staking and construction survey B. De�+iations from this City of Fart Worth Standard Specification 1. Modified 1.2.A.1.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 1.9.A.1-3 6. .Modified 1.9.B.2-3 14 C. Related Specification Sections include, but are not necessarily limited Eo: 15 1. Divtsion 6— Bidding Requirements,. Cor�tract �'orms and Conditions of the Contraet 16 2. Division 1— General Requirem�nts 17 L2 PRICE AND PAYMENT PROCED�JRES 1$ l9 20 21 22 23 24 25 26 27 2$ 29 30 31 32 33 34 35 35 A. Measurement and Payrnent I. Construction Staking a. Measurement 1) This Itenr� is considered subsidiary to the various Items bid. b. Payment 1) Unit Price - The work performed and the materials furnished in accordance with this Item are suhsidiary to the vaz�aus Items bid and no other compensation will be allpwed. 2) Lump Sum Pxice - Work associated with this Item is included in the total lumq sum�rice. 2. Cat�sh'uction Survey a. Measurement 1) This Item is consider�d subsidiary to the various Items bid. b. Payment 1) Unit Price - The work performed and the materials furnished in accordance witt� this Item are subsidiary to the variaus jtems bid and no other campensation will be allowed. 2) LumA Sum Priee - Wark associa#ed with this Item is included in the total lump sum price, CI7'Y OF FORT WORTH STA3YDARD CONSTRUCTION SPECR�ICATION D4CUMEh'TS — WATEIi FACILITY PA07HCT5 Revised December 2U, 2012 South Westside V Ele�ated Storage Ta�kk City Proje�t Na. 10342$ 017123-2 CONSTftiICTION STAKING AND SURVEY Page 2 of 5 1.3 REFERENCES [NOT USED� 2 1.4 ADMINISTRATIVE REQUxREMENTS [N�T USEDj 3 1..� SUBMITTALS 4 A. Submittals, if required, shall be in accordance wit� SecYion 01 33 00. 5 B. All submittals shal� be approved by the City prior ta delivery. 6 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS 7 8 9 10 11 12 A. Certificates 1. irovide certiiicxte certifying that elevatians and locations of improvements ate in conformance ar nan-conformance with requirements of the Contract Docu:nnents. a. Certificate must be sealed by a registered professional land surveyor in the State of Texas. B. Field Quality Control Submittals ] 3 1. Documentation veriiying acer�acy of field engineering wark. 14 l.i CLOSEOUT SUBMITTALS [NOT IISED] 15 1.8 MAiNTENANCE MATERIAL SUBMITTALS �NOT USED] 16 1.9 QUALITY A55URANCE 17 18 i9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Construction 5taking 1. Construction staking will be performed by the C-at� Contractar. 2. Coordination � b. Tt is the Contractor's responsibility io coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes €�st�e�� �3`• b. Tf in the apinion oFthe City, a suf#�icient number of stakes oz' markings have been 1ast, destroyed or disturbed, by Cantz'actor's neglect, such that the contrac#ed Work cannot ta�Ce place, then the Contractor will be required ta re- stake the de�icient areas. B. Construction Survey 1. Constructian Survey will be per£artned by the �-Contractor. 2. Caordination a. Contractoz' to verify that control data established in the design survey remains intact. b. Caordinate with the City prior to field investigatio� to determine which horizantal and vertical control data will be required for construction survey. c. It is the Contractor's respansibility to coordinate Construction Survey such that construction acti�ities are not delayed or negati�ely impacted. CITY OF FORT WORTH STANDAIti] CONSTRUCTIDN SPECIFICATIQN DOCUMCNT5 — WAT�it FACILITY PRO]ECTS Revised Decamher 20, 2012 South 1�Vestside V Elevated Storage Tank City Pi�nject No, 143426 01 71 23 - 3 CONSTRUCTTON STATCTAfG AAfD SURVEY Page 3 of 5 S d. Contractor sha3l restore or replace any eontro] data w���'� `�� `'� ��E+���'' �� 2 �e� due to damage caused during canstrueti.on operations. 3 • 4 3. Gen�ral 5 a. Canstruction survey wi11 be performed in ordez' to maintain camplete and 6 accurate logs of contral and survey work as it pxagresses for Project Records. 7 b. The Cantractor shall ' 8 C�-��pet%rm canstruction survey to obtain construckion features, including 9 �ut nnt limited to the following: IU 1) All Lltility Lines 11 a) Rim and flowline elevations and coordinates for each manhole or 12 junction structure 13 2} Water Lines 14 a) Top af pipe elevations and coordinates far waterlines at the following 15 locations: 16 (1} Every 2501inear feet 17 (2} Horizontal and vertical points of inflectian, eurvature, etc. (All 18 Fittings) 19 (3) Cathodic protection test stations ZO (4) Sampling stations 21 {5) Meter boxes/vaults (Ali sizes} 22 (6) Fire lines 23 (7} �`ire hydrants 2q (8) Gate valves 25 (9) Flugs, stubouts, dead-eud iines 2f (10) Air Aeleas� valves (Manhole rim and vent pipe} 27 (11) Biow off valves (Manhole rim and valve lid) 28 (12) Pressure plane valves 29 (13} C1e�aning v►ryes 3D (14) Casing p.ipe {each et�d) 31 b) Storm Sewer 32 (I} Top of pipe elevations and coordinates at the following locaiions: 33 {a) Every 250 linear feet 34 (b) Horizontal and vertical points otF inflectipn, curvature, etc. 35 c} San.itary Sewer 35 (1) Top of pipe elevations and caordinates for sanitary sewer lines at 37 the following lacations: 38 (a) Every 250 linear feet 39 (b) Horizontal and vertical points of inffeckion, curvature, ete. 4D (c} Cleanouts 41 c. Construction survey will be performed in arder to maintain co.mplete and 42 accurate Iogs of conkrdl and survey work associated with meeting or �xceediqg 43 the line and grade required by these 5pecifcations. 44 d. The Contractor shall ' 45 E�e perform construction sUr�ey and te verify control data, including but 46 not limitec� to the folIowing: �E7 l) Established benchmarks and control paints ' 48 � ar� accurate 49 2) Benchmarks vs+ere used to furnish and maintain all reference lines and 50 grades €e�-�ra-�ek�g CITY OF FORT WORTH STANDAR.d CONSTRUCTTON South Westside V Elevated Storage Tank SP�CITICATLQN I70CUMCNTS — WATER FACILITY PROJECTS City Project No. l U3428 Revised December 20, 2012 o� �i zs-a CON$TRLTCTIQN STAKING AND SURVEY Page 4 of 5 1 2 3 4 S 6 7 8 9 10 ll 12 13 14 1S 16 17 18 19 3) Lines and grades were used to establish the location of the pipe 4) Submit to the City copies of field notes, if repuested, used to establisl� all lines and grades and allow the Ciiy to check guidance system setup prior to beginning each tunneling drive. 5} Provide access for the City, when req�ested, to verify the guidance system and the line and grade of the carrier pipe on a daily basis. 6) T�e Contractor remains fully respansible fqr the accuracy of the work and the correctian of it, as required. 7) Monitnr line and grade cantinuously during construction. $j Record deviatian with res�ect to design line and grade once at each pipe joint and submit daily records to City. 9j Tf the installation daes ztot meet the specified tolerances, immediately notify the City and corteet the installaYion in accardance with the Contract Documents. 1,10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CSITE] CONDITIONS [NOT USED� 1.12 WARRANTY [NOT USEDJ PART 2 - PRODUCTS [NOT LTSED] 2U PART 3 � EXECUTION 21 3.1 INSTALLERS [NOT USED] zz 23 24 25 26 27 3.2 EXAMXNATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATI�N 3.a REPAIR / RESTORATYON [NOT USEDj 3.6 RE-INSTALLATION [NOT LTSED] 3.i �LELD �o�] SITE QUALITY CONTR�L 28 A. It is the Contractor's resgonsibility ta �naintain aIl stakes and control data placed by tlte 29 City in accardance with this Specification, 30 B. Do not change or relocate stakes or control data vvithout approval from the City. CITY OF FORT VYQRTH STANDARD CONSTRUCTTON South Westside V Elevated 5tarage Tsnk SPECIFICATION DOCUMETITS — WATER FACILITY PR07FCTS Ciry Project No. 1 Q3428 Revised aecem6er 2fl, 20 f 2 017123-5 CON5TRUCTION STAK�G AND SURVEY Page 5 of 5 1 3.8 SYSTEM STARTUP [N4T USED� 2 3.9 ADJUSTING �NOT iTSED] 3 3.10 CLEANING [NOT USEDJ 4 3.11 CLOSEOUT ACTIVITIES [NOT USED� 5 3.1� PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USEDj 8 9 10 �ND OF SECTION DATE I NAME 8/31/2012 j D.Johnson Revision Log SUMMARY OF CHANGE CITY OF FO$T WORTH STANDARI) CQNSTRUCTION 3outh Westside V Elevated Storage Tank SPECIP'ICATION DOCUMENTS — WATL�R FACILITY P4�QIECTS City Project No. 103428 Re�ised December 2Q, 2012 0[7423-1 CLEANING Page 1 of 4 9 3 PART1- GENERAL 4 l.l. SUM.MAItY 5 6 7 S 9 10 11 12 13 14 i5 16 1.2 17 18 19 20 2I 22 1.3 SECTION Oi i4 �3 CLEANING A. 5ection Includes: 1. Intermediate and iinai cleaning far Work not including special cleaning of closed systeszas speci�'ied elsewhere. B. Deviations from this Gity af Fart Worth 5tandard Specification 1. Modified 1.2.A.1 2. Added 1.2.A.2 3. Madiiied 3.1Q.D.2 C. Related 5peeiiication Sections include, but are not n�cessairily 1'rmited to: 1. Division �J — Bidding Requirem.ents, Contract Forms and Conditions of the Cantract 2. Division I— G�neral Requirements 3. Section 32 92 13 — Hydro-MuIching, 5eeding and 5odding PItICE AND PAYMENT PROCEDi7RE5 A. Measurement and Payment 1. Unit Prite - Work assaeiated vvith this Item is considered subsidiary ta the various Items bid. No separate payment will be allowed for this Item. 2. Lum Sum Price - R'orl� associated with this Ttem is ineluded in fhe total lum sum price. REFERENCES [NOT USED] 23 1..4 ADMINISTRATIVE REQiJ�R�MENTS 2� A. Scheduling 25 1. Schedule cleaning ogerations so that dust and other contaminants d�sturbed by 25 cleaning process will not fail on newly painted surfaces. 27 2. 5chedule final cicaning upan completion of Wqrk and immediately prior to final 28 inspection. CITY OF FORT WQRTH STAI+�DARD CONSTRUCTION Souch Weslside V Elavated Storage Tank SPECIFICAT{ON DQCLTMENT3 — WATER FACILITY PRO]ECTS Giry Prnject No. 103428 IZevised July 1, 2Ql 1 at�az3.z CLEANING Page 2 of4 1 l.5 SUBMITTALS [NOT USEDj 2 1.6 ACTION SUBMITTALSIINFORMATXONAL SUBMITTALS [NOT USED] 3 t.9 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ,+�SSURANCE [NOT USED] 6 1.16 STORAGE, A1�iD HANDLING 7 A. Storage and �Tandling Requirements 8 1. Stare cleaning products and cleaning wastes in containers specif cally designed for 9 those materials. 10 1.11 FIELD [SITEJ CONDITIONS [NOT USED� 11 1.1� WARRANTY rNOT USED] I2 PART 2 - PRODUCTS 13 2.1 OWNER FURNISHED [aR� OWNER-SUPPLIEDPRODUCTS [NOT USED] 14 ti.� MATERIALS 15 A. Cleaning Agents I6 1, Compatib�e with surface being eleaned 17 2. New and uncontaminated 18 3. For manufactured surfaoes 19 a. Material recommended by manufacturer C1TY OF FORT WORTH STANDAR➢ CONSTR[lCTIDN South Westside V Elevated Storage Tank SPECI�'iCAT10N DOCUNEENTS — WATER PACILiTY PROJECTS City Project No. ID3428 Re�isad ]uly 1, 201 l 017423-3 CLEANI�IG Page 3 of 4 1 2.3 ACCESSORIES [N�T USED] 2 �.4 50URCE QUALITY CONTROL [NOT USEDj 3 PART 3 - EXECUTION 4 3.1 1NSTALLERS [NOT USED] 5 3.� EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 APPL�CATION [NOT USED] 8 9 1� il 3.5 REPAIR 1 RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED� 3.i FIELD roR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM ,STARTUP [NOT USED] 12 �.9 ADJUSTING [NOT USED] 13 3.10 CLEANING 14 15 16 i7 18 l9 20 21 22 23 2�4 25 26 27 28 29 30 31 32 33 34 35 36 A. General 1. Prevent accumulation of wastes that create hazardous canditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose af volatile wastes such as mineral spirits, oil or paint thir�ner in storm pr sanitary drains or sewers. 4. Dispose of degradabte debris at an approved solid waste disposal site. 5. Dispose of nondegradai�le debris at an approved solid waste disposal site or in an alternate manner agproved by City and regulatary agancies. 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment assaciated wit1� this project. $. Remave all signs of temporary construction and activities incidental to construction of required parmar�ent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves tite right to have the cleaning completed at t�e expense of tk�e Cont�ractor, 10, Do not burn on-site. B. Intermediate Cleaning duri�.g Constructipn 1. Keep �Vork az'eas clean so as nat to hinder health, safety or convenience of personnel in existing Facility aperatians. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine canstruction debris daily in sirategically located container(s): a. Cover to prevent blowing by wind CITY QF PORT WORiI3 STAND,4RD CONSTAUCTIQN South Westside V Elevated 3torage Tank SPECIFICATION DdCUMENTS — WATER rACILIT� PRQJECTS Ciry Pmject lVa. 103428 Revised July L, 201 l O17423-4 CLEANING Page 4 of4 1 2 3 4 5 6 7 8 9 10 li 12 13 14 15 16 I7 18 19 20 2l 22 23 24 25 26 27 2� 29 30 3l 32 33 34 35 b. Store debris away from constructian or op.eratiqnal aciivities c. Hau� from site at a minimuzn� oF ance per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Coniinue vacuum cleaning on aa as-needed basis, until Final Acceptance. 5. Prior to skorm events, tiloroughly clean site of all loose ox unsecured items, which may became airborne or transported by flowing watez' during the storm. C. In#erior Final Cleaning 1. Retx�ove grease, mastic, adhesives, dust, dirt, stains, fingerprints, fabels and oth.er foreign materials from sight-exposed surfaces. 2. Wipe all lighting fixture reflectors, lenses, larnps and trizrzs clean. 3. Wash and shine glazing an.d tz�irrars. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. Clean permanent �lters and replace disposable filters iiunits were aperated during construction. b. Clean ducts, i�lowers and coils if units were operated withaut filters duting construction. 6. Replace aIl burned out lamps. 7. Broom clean process area floors. 8. Mop off'ice and contro! room floars. 9. 36" pipeline shall be cleaned via pigging prior to flushing and ciisinfection. D. Exterior {Site or Right of Way) Final Cleaning 1. Remove trash and debris containers fro� site. a. Re-seed areas disturbed by Iocatipn of trash and debris containers in aecordance with Saction 32 92 13. 2. Swecp �latwork, pavinQ, and roadway ta remove a11 racks, pieces of asphalt, concrete ar any other object that may hinder ar disrupt the flow of traffie along the roadway. 3. Clean any interior areas includin.g, but nat lsmited to, vaults, manholes, structures, junction boxes and inlets. 4. If no longer required far maintenance of erosion facilities, and upon approval by Ciry, z'e�nave erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 -314 [NOT USED] END O�' SECTION Re�ision Log DATE NAML SUMMARY OF C�IANGE 36 CITY OF FORT V�ORTEI STANDARD CONSTRUCTION SPECIFTCATION DOCUMEi�[T5 — WATER FACILITY PRO.TECTS Revised 7uiy 1, 24! 1 3outh Westsida V Elevated Storage Tank City Prnject No. 1p3428 D f 77 l9 - 1 CT.OSEOUT REQUIItEMENTS Page 1 uF3 1 2 3 FART1- GENERAL 4 1.1 SUMMARY 5 6 7 S 9 10 11 I2 13 1.2 14 15 16 17 18 19 1.3 SECTIQN 0177 19 CLOSEOLIT REQUIRE�VIENTS A. 5ection Includes: 1. The pracedure for closing out a contract B. Deviaiions from this City of Fort Wortk� Standaz'd Specificatipn 1. Modified 1.2.A.1 2. Added 1.2.A.2 C. Related 5pecification 5ections include, but are not necessarily limited to: 1. Division �— Bidding Requurements, Cantract �orms and Conditions of the Contract 2. Divisian 1— General Requirements PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Unit Priee - Work associated with this Item is considered �ubsidiary io the various Items bid. No separate payment will be allowec� far this Item. 2. Lump Sum Price - Work associ�ted wiih this item is included in t�e total lump su�n price. REFERENCES �NOT USED] 20 I.4 ADMINISTRATIVE REQUIREMENTS 21 A. Guarantees, Bonds and Affidavits 22 1. No application for final payuient will be accepted wo.til aIl guarantees, bonds, 23 certificates, licenses and �davits requixed for Work ar equipment as specified are 24 satisfactarily filed with the City. 25 B. Release oi Liens or Claims 26 1. No application for final payment r�vill be accepted until satisfactory evidence of 27 release of Liens has been su�mitted to the City. 28 1.S SUBMITTALS 29 A. 5ubmit all required docunr�entation to City's �roject Representa�ive. CITY OF F'aRT WORTH STRNDARD CONSTAUCTIpN South Westside V Eievated Storage Tank SPGCI�ICATION �OCi7MENT5 — WATER FACII.ITY PR07ECTS City Project No. 1U3428 RevisedJuly l,2Qll 01 77 l9 - 2 CLOSEOUTREQUIREMENTS f'age 2 of 3 1.6 INFQRMATIONAL SUBMITTALS [NOT USED� 2 I.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART �- PRODUCTS �NOT USED] 4 PART 3 - EXECUT`ION S 3,1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION �NOT USED] 7 3.3 PREPARAT[ON [NOT USED] 8 3.4 CLOSEOIIT PROCEDURE 9 A. Priar to requesting Final Inspection, submit: 10 1. Project Record Docum�nts in accordance with 5eetion Of 78 39 11 12 13 14 15 16 17 18 19 20 2. Operation and Maintenance Data, if requized, in accordance with Section O1 78 23 B, Prior to requesting Final Inspection, periarm. final cleaning in accordance with Section O1 74 23. C. FinalInspection l 21 2. 22 23 24 3, 25 26 27 28 29 30 31 32 33 34 35 36 37 38 4. 39 After final cleaning, prowide notice to the City Project Representative that the Work is compieted. a. The City wiil make an initial �inal Inspectinn with the Contractor preseni. b. Upon comgletion nf this inspection, the City will notify the Contractoz', in writing within 1 b business days, of any particulars in which this inspeetion ret�eals that the Work is defective or incomplete. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and co.mplete the �'Vork to the satisfaction of the City. Upon completian of Work associated with the items listed in the City's written notice, inform the City, that the required Work has be�n completed. Upon receipt of this notice, the City, in the presence of the Contractor, wiIl make a subsequent Final Inspection of the project. Provide all special accessories required to piace each item of equiprr�ent in fujl operation. Thes� special accessory items inelude, but are nat limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the aquipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulhs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for in.itial start-u� and aperation of all equipmer�t D. Notice of Project Completion CITY OF FOliT WORT�I STANDARD Cd1VSTAT7C'T10N Soutl� Westside V Elevated Storage Tank SPECIP'ICA'f10N �OCUMENT5 — WATER FACILITY PROJECTS City Project NIo. 103428 ERerised 7uly l, 2011 q177 f9-3 CL05EOUT REQLTIRSMENT3 Page 3 of 3 1 2 3 4 5 6 7 S 9 10 11 i2 13 14 15 16 17 18 19 2D 21 22 23 24 25 26 27 28 1. Once the City Proje¢t Representative finds the Work subsequent to Final Inspeetion to be saiisfactary, the City will issue a Notice flf Froject Completion (Green Sheet)_ E. Supporting Documentation I. Coordinate with the Gity Project Representative to complete the following additional forms: a. Final Payment Request b. 5tatement flf Gontract Time c. Afiidavit of Payment and Release of Liens d. Con.sent of Surety to Final Payment e. F'i�e Report (if required} f. Contractor's Evaluation of City g. Performance Evaluation of Cantractar F. Lett�r of Final Acceptanee 1. ilpon. z'evievv and acceptance of Notice of Projeet Gompletion and Supporting Documentation, in aecordance with General Condiiions, 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.i FIELD [o►e] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED� 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.1I 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 SiJMMARY OP CHANGE 29 CI'i'Y OF PORT WQRTH STAiVDARA CQNSTRUCTION SPECIFICATIOA' dOCUME]+iTS — WATER I'ACILITY PItpJECTS Revised 7u]y 1, 2011 Sauth Westside V Elevated Sto�age Tank City ProjecY iYa. 103428 o� �s za - i OPERATIDN ANT] MAINTENANCE DATA Page 1 af 5 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 q8 23 OPERATION AND MAiNTENANCE DATA 5 A. Section Includes: 6 i. Product data and related information appropriate for City's rnaintenance and 7 operation af products furnished under Contract 8 2. Such products may include, but are not limited to: 9 a. Traffic Conkrallers 10 b. I�gatzon Controllers (to be operated by the City) 1 I c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specifacation 13 1. Modified 1.2.A.1 14 2. Added 1.2.A.2 15 C. Related Specification Sections include, but are not necessarily limit�d to: 16 I, Division 0— Bidding Requirem�nts, Contract Forms and Conditions ofthe Contract 17 2. Division 1— Gen�rai Raquirez�nents 1 S 1.�, PRICE AND PAYMENT PROCEDURES 19 20 21 22 23 2�4 A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various Items bid. No separate payxnent will be allowed for this Item. 3.. Lump Sum Price -�ork associsted with this Item is included in the total lum� sun� p�ice. 1.3 REFERENCES [NOT USED] 25 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Schedule 27 l. Submit nnanuals in final form to fhe Gity within 30 calendar days of pxoduct 28 shiptnent ta the prqject site. 29 I.� SUBMITTALS 30 A. Submittals shall be in accordance with Section O1 33 00 . All submittals shall be 3 I approved hy the City pridr tq delivery. 32 1.G IN�ORMATIONAL SUBMITTALS 33 A. Suhmittal Form 34 1. Prepare data in form of an instzuctianal manual %r use by City personnel. 35 2. Forrnat 36 a. Size: 8'/z inches x 11 inches CITY OF FQRT WORTH STANDARD CDN3TRUCTION South Westside V Elevatcd Storage Tank SPECIrICATION DQCUMENTS— WATER FACILITY PRQJECTS City Project l�o. 1Q3428 Revised December 2U, 2012 017$23-2 dPERATION AND MA[NfTENATICE DATA Page 2 vf S 1 2 3 4 S 6 7 8 9 i0 11 12 13 14 15 16 17 1$ 19 2Q 21 22 23 24 3 4. b. Paper 1) 40 pound minimum, white, for ty�ed pages 2} Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten d. Drawings 1) Provide reinforced punched bitider tab, bind in with text 2) Aeduce la�rger drawings and fold to size of text pages. e. Pravida fly-leaf far each separate praduct, flr each piece of aperating eyuipmen�. lj Provide typed description of prociuct, anci major component parts of equipnnent. 2} Provide indexed tabs_ f. Cover l) Identify each volume witl� typed or pr�nted title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of PrQject b) Iden�ity of separate structure as applicable c) Identity of general subj ect rnatter covered in tl�e manual Binders a. Conamercial quakity 3-ring binders with durable and cleanable plastic co�ers b. When multiple binders are used, correSate the data into related consistent groupings. If available, provide an electronic fortn of the O&M Manual. 25 B. Manual Cont�nt 26 I. Neatly typewritten table of contents for each volume, arranged in systematic order 27 a. Contractor, name of responsihle principai, address and tal�phone number 2& b. A list of each product required to be included, indexed ta content of the volume 29 c. List, with each product: 30 1) The name, address and telephone numher of the subcontractor or installer 31 2} A iist of each praduct required to be included, indexed to content of the 32 volume 33 3) Identify area af responsihility of each 34 �4} Local source of sugply for parts and replacement 35 d. Identify each praduct by product name and other identifying symbols as set 36 forth in Cantract Documents. 37 2. Praduct Data 38 a. Include only those sheets whicl� are pertinent to the sp�cific pz'oduct. 39 b. Annotate each sheet to: 40 1} Cleariy identify specific product or part installed 4i 2} Clearly identify data applicable to installation 42 3) Delete references to inapplicable informatian 43 3. Drawings 44 a. Supplement pro.duct data with drawings a.s necessary to clearly illustrate: 45 1) Relations of component parts of equipment and systems 46 2) Contrnl and flow diagrams 47 b. Coordinate drawings with information in Project Record Documents to assure 48 correct illustratian of completed installation. CiTY OF �DRT WOKTH STANDARD CONSTRUCTION South Westside V Elevated Srotage Tank 3P�CIFICATIdN DOCU1vIENTS — WAT�R I'ACILITY PKOJECTS City Project Na. 103a28 Ra�ised Deeember 20, 2012 o►�sz3-3 OPERATiON AND MAINTENANCE DATA Page 3 of 5 c. Da not use Project Aecoz'd Drawirigs as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Qrganize in consistent format under separate headings for different procedures. b. Provide 1ogical sequence of instz�uctions of each procedure. 5 5. Capy of each warranty, banc� and service caniract issued 6 a. Pro�ide information sheet for City personnel gi�ing: 7 l) �'ro�er procedures in event of faijure 8 2) Instances which might affect validity oFwarranties or bonds C. Manual for Materials and Finishes 10 11 12 13 14 1S 16 17 18 19 20 21 22 23 24 25 26 27 28 1. 5ubmit 5 copies oF cortxplete manual in final form. 2. Content, for architectural products, applied matierials and finishes: a. Manufacturer's daia, giving full in%rntation on �roduets 1) Catalog number, size, composition 2} Color and texture designations 3) Information rec�uired far reordering special manufactured products b. Instructions f�r care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are d�trirnental to product 3) Recommended schedule for cleaning and rriaintenance 3. Contant, fox moistur� protection and weather exposure products: a. Manufacturer's data, giving iuIl information on products I} Applicable standards 2) Chemical composition 3) Details of installation b. Tnstructions far inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of comple�e manual in Final form. 29 2. Content, for each unit aiequipment and system, as appropriate: 3D a. Description of unit and component parts 31 1) Functian, norrnal operating characteristics and limiting eonditions 32 2) Performance curves, engineering data and tests 33 3) Complete nomenelature azid commercial number of replaceable parts 3� b. Operating procedures 35 1) Start-up, break-in, routine and normal operating instructions 36 2} Regulation, control, stopging, shut-d�w� and emergency instructions 37 3) Summer and winter ogeraling instruc�ions 38 4) Special operating instructians 34 c. Maintenance procedures �0 1) Routine operations 41 2) Guide to "troubie shooting" 42 3) Disassernbly, repair and reassembly 43 4) Alignment, adjusting and checicing 44 d, Servicing and l�zbrica�ion schedule �t5 1� List of luhricants required 46 e. Manufacturer's printed operaCing and nnaintenance instructions 47 f. Description of sequence of op�ration by control manufacturer CITY OF FORT WORTH 5TANDARD COI�[STRUCTION 5outh Wastside V Elevated Storage Tank SPECIFICATION DOC[]MEI+lTS — WATER �'ACILITY PR03ECT$ City Pmject No. 103428 Revised ➢ecember 20, 2012 D17823-4 OPERATION AND MAINTENANCE DATA Page 4 of 5 1 1) Predicted life of parts subJect to wear 2 2) Items recommended to be stocked as spare parts 3 g. As installed control diagrams by controls manufacturer 4 h. Each contractor`s eoordination drawings 5 1) As installed colar coded piping diagrams 6 i. Charts af valve tag numbers, r�vith location and function of each valve 7 j. List of original manufacturer's spare parts, manufacturez''s cunrent prices, and 8 reeommended quantities to be maintained in starage 9 k. Other data as required under pertinent Sections of 5pecifications 10 3. Cont�nt, for eacl� electric a�nd alectronic system, as appropriate: 11 a. Description of system and component parts 12 1) Functian, normal operating characteristics., and lizniting canditions 13 2) Performance curv'Es, engineering data and tests 14 3) Camplete nornenclature and commercial nwnber afreplaceable parts 15 b. Circuit directqries afpaneIboards 16 1) Electrical service 17 2) Controls 18 3} Communications 19 c. As installed color caded wiring diagrams 20 d. Opexating procedures 21 1) Routine and nortnal operating instnac�ions 22 2) Sequenees required 23 3) Special operating instructions 24 e. Maintenance procedures 25 1) Routine op�rations 26 2) Guide ta "trouble shooting" 27 3} Disassembly, repair and r�assembly 28 4} Adjustment and checking 29 f. Man�facturer's printed nperating and maintenance instructions 30 g. I.ist of original manufacturer's spare parts, manufaefurer's current prices, and 31 recnmmended quantiiies ta be maintained in storage 32 h. Other data as required under pertinent Sections nf Specifications 33 4. Prepare and include additional data when the need for such data becomes apparent 34 during instruction oi City's personnei. 35 i.ry CLOSEOVF SUBMITTALS [NOT USED� 36 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 37 1.9 QUALIT� ASSURANCE 38 A. Pra�+ide operation and maznteaance data by personnel with the following criteria: 39 4� 41 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. Slcilled as draftsman cornpetent to prepare required drawings CITY DF FORT WOL�T'H STANDARD C�NS7'RifCTIDN SPECIFICATIOI�' �OCUMENTS — WATER FACII.ITY PROJECTB Revised December 26,2412 South Westside V Elevated Storage Tank City Project No. 103428 017$23-5 OPERATIdIY P.lYD �vIAINTENAN3CE DATA Page 5 of 5 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITI4NS [NOT USED� 3 1.12 WARRANTY �NOT i]5ED] 4 PART 2- PRODUCTS [NOT IISED] 5 PART 3- EXECi1TION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. 7ohnson 1.S.A.1 — title of section removed CITY nF PQAT WORTIi STANDARD CONSTRUCTION 5outh Westside V Elevated Storage Tank SI'�CIFICAT[QN DflCilM�iYTS — WATER FACILITY PRQJEGT$ City Project No. LQ3428 Revised I�ecember 2Q, 2012 Ol7&39-[ PRO]ECT RE�ORD DOCL7ME1+iTS Page 1 of 5 1 2 3 PART1- GENERAL 4 5 b 7 8 9 LO 11 12 13 14 15 lb 17 18 19 20 21 22 23 24 25 26 1.1 SUMMARY �ECTION O1 i8 39 PROJECT RECORD DOCUMENTS A. Section Includ�s: 1. Work associated with the documenting the praject and recording claanges tn prajeet documents, including: a. Record Drawings b. Water Met�r Service Reports c. Sataitary Sewer Service Reparts d. Large Water Meter Reports B. Deviations from tliis City of Fort Wot'th Standard Specification 1. MQdified I.2.A.1 2. Added 1.2.A.2 C, Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirernents, Contract Forms and Conditions of tfie Conlxact 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PRQCEDURES A. Measurement and Payment 1. Unit Price - Work assoeiated with this Item is cnnsidered subsidiary to ihe various ltems bid. No se}�arate paytnent will be allowed for this Item. 2. Lu�n Su�rt� Price - Work associated with this Item is included in the total lu�u sunr� t�rice. 1.3 RE�'ERENCES [NOT LTSED] 1.4 ADNIIIVISTRATIVE REQUIREMENTS [NOT OSED] 1.5 SUBMITTALS 27 A. Prior to sUbnaitting a request for Final Inspection, deliver Project Racord Documents to 28 City's Project Representative. 29 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS �NOT U,SED] 3D 3i 32 33 1.7 CLOSEOUT SUBMITTALS [NOT USED] I.8 MAINTENANCE MATERIAI. SUBINITT�►LS [NOT USED� 1.9 QUALITY ASSURANCE A. Accuracy of Records CITY DE FOI�T WDRTH 5TANDAI2D CONSTRUCTION South Westside V Elevated Storage Tank SP�CIFICATIQN DpC[JME[YTS — WATER FACILITY NRO]ECTS City Project No. 103428 Revised July l, 2D11 ai�ss9-2 PRO.TECT RECOItD DOCUMENTS Page 2 of 5 1 1. 2 3 4 2. 5 6 7 3. 8 9 4. f0 I1 1.2 13 14 I5 16 17 18 19 20 � 22 Thoroughly cQordinate changes within the Record Documents, ma�ing adequate and proper entries on each page of Specifications and each sheet af Drav�ings and ather Dacuments where such entry is requzred ta show the change properly. Accuracy of records shall be such that future seareh for items shown in the Contract Documents may rely reasonably on information obtained fram the approved Praject Reeord Documents. To facilitat� accuracy of records, maKe entries within 24 hours after receipt of information that the change has occurred. Provide factual inf'armation regarding all aspeets of the Wark, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expeflsive site measuren�enk, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Itequirements 1. Maintain the job set of Recorci Documents eompletely protected from deterioration and from loss and damage until completion of the Work and transfer of ail recorded data ta the iinal Prvject Record Documents. 2. In the event of loss of recorded data, use means necessary to again sec�►re the data to the City's approvai. a. In such case, provide replacements to the standards originaIly required by the Contract Documents. 1.11 FIELD [SIT�+ ] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 23 PART Z - PRODUCTS 24 2.1 OWNER FURNISHED {oR] QWNER-SUPPLIED PRODUCTS [NOT USED] 25 26 27 28 1. Promptly following receipt oi'the Notice to Proceed, secure from fihe City, at no charge to the Contractor, 1 complete set of all Documents camprising the Contract. 29 B. Final Record Documenis 30 1. At a time nearing the completion of the Work and priar to Final Inspection, provide 31 the Gity 1 complEte set of all Final Record Drawings in tke Cantract. �.� RECORD DOCUMENTS A. Job set Cl'i`X OF FQRT WORTH STANDAItD CONSTRL7CT10N South GVestsida V Ele�+ated Storage Tank SPECIFICATION DOCUMCNTS — WATER FACII.ITY PROJECTS City Project No. 103428 Revised 7uly l, 20l 1 Oi7839-3 PROJECT ItECDRD BOCURQENTS Page 3 of 5 2 2.3 ACCESSORIES [NOT USED] �.�4 SOURCE QCIALITY CONTROL �NOT USEDj 3 PART 3 - EXECi]TION 4 3.1 INSTALLERS [NOT IISED� 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 Zo 21 22 23 24 25 25 27 28 29 3� �r az 33 34 35 36 37 38 39 40 41 42 43 3.� EXAMINATION [N�T USED] 3.3 PREPA1tATiQN [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Inb Set 7 3 4 5 1. Immediately upon receipt of the jab set, id�ntify each. of the Dacuments with the title, "RECORi] DOCUMENTS - ]OB S�T". Preservatian a. Considering tkte Contract completion time, the prohable number of occasions upon which the job set must be taken out for n�w entries and for examination, and the conditions under which these acrivities vvill be perforined, devise a suitable method for protecting the job set. b. Do not use thc job sat for any purpose exeept entry ofnew data and for review by the City, until start of transfer of data to �nal Project Recard Documents. c. Maintain the job set at t�e site of work. Coordination with Construction S�uwey a. At a minimum, in accordance with the intervaIs set forth in Section O1 71 23, clearly mark any da�iations from Contract Documents associated with installation of the infrastructure. Making eniries on Drawings a. Record any deviatians from Contract Dacuments. b. Use an erasable calored pencil (not ink or indelihle pencil}, clearly descrihe #he change by graphic line and note as required. c. Date all �ntries. d. Call attentian to the entry by a"cloud" drawn around the area ar areas affected. e, In the event of overlapping changes, us� different colors far the overlapping changes. Con�ersion of schematic layauts a. In some cases on tY►e Drawings, arrangements af conduiis, circuits, piping, ducts, and similar items, are shown schematically and are zaat intended ta portray precise physical iayout. 1) Final physical arrangement is determined hy the Cantractor, sul�jeet to the City's approval. 2) However, design of future mociificatians of the facility may require accurate information as to the final physical layout of items �vhzch are s4�awn only schematically on th� Drawings. b. Show an the job sct of Aecord Drar�vings, by ditnension accurate to within � inch, the centerline of eac� run of items. 1) Final physical arrangement is determined by ihe Contractor, subject to the Ciiy's approvai. C1TY OF FORT W012'1'H STANDARD CONSTRUCTION SPECIFICAI'ION DOCUMENTS— WATCR FACILITY PROIECTS Revised July l, 20l I SDuth Weslside V Elevated Storage Tank City Projeet No. 103a28 O17$39-4 PROJECT RECORD DOC:UivIENTS Page 4 of 5 1 2 3 � 5 6 7 8 9 10 11 l2 13 t4 IS l6 17 18 19 20 2t 22 23 24 2S 26 27 28 29 30 31 32 33 34 35 36 37 38 39 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and th� like). 3) Make all identification sufficientIy descriptzve that it may be related reliably to the Speci�cations. c. The City may waive th� requirements for conversion of schematic layouts where, in tkte City's judgment, conversion serves na usaful purpose, However, da not rely upon waivers being issued except as specifically issued in wrsring by the City. B. Final Project Record Documents 1. Transfer of data ta Drawings a. Carefully transfer change data shown on the job set of Record Drawings to �he corresponding final doeuments, coordinating the changes as required. h. Cleaxly indicate at each affected detai� and other Drawing a full descriptian of changes made during construction, and the actual location of items. c. Call aitention to each entry by drawing a"cloud" around the area or areas affected. d. Make changes neatly, eonsistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other pocuments a. Tf the Doc�ments, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have be�n orderiy to the approval of the City,. the jab set of those D�cum.ents, other than Drawings, will be accepted as final Record Documents. b. If any such Dqcument is not so appravec� by the City, secure a nevv copy af that Dacument from the City ai the City's usual charge For reproduction and handling, and carefully transfer the change data to the ne�v copy to the approval of the Ciiy. 3.� REPAIR / RESTQRATlON [NOT i7SED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT U�ED] 3.8 SYSTEM STARTj1P [NOT USED] 3.9 AD,�USTING [NOT USED] 3.10 CLEA1vING [NOT IISED] 3.11 CL03EOUT ACTiVITIES [NOT USED] 3.1� PROTEC"�IDN [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACAMENTS [NOT USED] END OF SECTION CI'CX OF PORT WORTII STAIV�ARD CONSTRUCTION SPGCIFIGATION �OCUMENTS— WATER P'ACILITY PROJECTS Revised July l, 2D1 l South Westside V Elevated Storage Tauk City Project No. ] 03426 017639-5 PR47ECT RECORD DbCUiVIE1VT5 Page 5 of S Revislon �.og DATE NAME SUMMARY OF CHANGE CI7'Y OF PQRT WORTH STANDAKD CO1V5'TRUCTIOl�i Sauth Westside V Elevated Storage Tastk SPECIFICATION DOCUMENTS — WATER I'ACILFI'Y PRO]EC'1'S City Project No. 1U3428 Revised July 1, 2011 os oa oo- i �TSCELLANAQUS METAL Page 1 of2 � 3 �'ART 1 - GENERAL 4 1.1 SCOPE 5 6 7 S 9 10 il 12 I3 14 15 16 s�cTioN os o0 00 MISCELLANEDLIS ME'1'AL A. This section in general cavers furnishing and installing all metal items except reinforcing stee�. B. The specific items to be furnished and installed under this specificatian include the following: C. Railings, pipe sleev�s, etc. D. Frames and covers. E. Bolts, nuts, washers, and lag screws. F. StructuraI shapes and plates. G. All ather metal items not specifically included under other sections of th� sgecificatians. 1.� SHOP DRAWINGS A. Subfnit shop drawings in accordance with Division 1, General Requirements. 17 PART � - PRODUCTS 18 19 20 21 22 23 24 25 26 27 2$ 29 30 31 32 33 3� 35 A. Steel for structuxal shapes shall conform to ASTM A-36; steel fox' plates shall conform to ASTM A-283 B. Cast iron shaIl confarm to ASTM A-4$. C. Cast steel shall conform to ASTM A-27. D. Steel gipe shall be zino-coated, weld�d and seamless, con%rming to ASTM A-S3, 'I'ype 'B" or "S," Grade "B," vpen-hearth or basic-oxygen st��l with sulphur cont�nt not more than� OAS �ercent. �. Bolts shal! conform to A5TM A-3U7 exeept that bolts shown on drawings to be "high- strength" shall conform to AST`M A-325. F. Washers Uearing an naetal shall he cut steel. G. Steel chain sk�all be alloy steel conforming ta A�TM A-391. H. Galvanizing. Except where otherwise speci�ed, hnt-dip galvanize all miscellaneous metal after fabrication. Cast iroa and items completely embedded in concrete shall not be galvanized. Galvanize in accordance with the foIIawi.ng specificatinns, exeept t�at minimum weight of zinc coating shall be two {�) nunces per square foot af area. 1. ITEM k1STM Designation J. Hardwai'e Bolts, Nuts, etc A-153 K. Stael Shapes, Plates and Bars A-123 South Westside V Elevated Storage Tank City Project No, 103428 os oa oo- a MISCEiLANE0U51Vf�TAL Page 2 af 2 1 L. Steel Sheets A-525 2 M. Steel Pipe, Welded and Seamless A-120 3 PART 3 - EXECUTION 4 A. Fabrication and Erection of Structural Stesl Companents. Conform to AISC 5 Speei�ications fpr Structural5teel for Buildings. 6 B. Welding. Conform to AW5 Code far Viielding in Building Constructian. 7 C. Installation of Hardware. Conform t� requirements speciiied in the following seetions. 8 END OF SECTION Sopth Westside V Elevated Storage Tank Ciry Project No. 1 D3428 OS 13 19 -i STE�L DOORS AND FRAMES Page l of 9 � 3 PARTI- GENERAL 4 11 SUMMARY SECTION OS 13 I9 STEEL DOORS AND FRAMES 5 A. This Section in.c�udes the following: 6 l. Standard hollow-metal steel doors. 7 2. Standard hollow-metal steel fram�s. S B. Related Sections include kh� following: 9 1. Division 08 Section HARDWARE for door hardware for standard steel doors. 10 2. Division 09 Section PAINTING for feld painting standard steel doors and 1 I frames. 12 l.2 DEFINITIONS 13 A. Minimum Thickness: Mini.mum thicicness of base metal without coatings. 14 1.3 SUBMTTTA�.S I5 A. Product Data: Include constructian detaiis, material descriptions, core 16 descriptions, label compliance, f'tre resistance rating and finishes for each type of steel 17 door and frame speciiied. 18 B. Oversize Constructian Certificatinn: For standard steel door assemblies required ta be 19 fire rated and exceeding lirnitations of labeled assennblies; include statement that 20 dooxs eamply wikh requirements of design, materials, and construction but have nat 21 heen subjected to fire test. 22 C. Qualification Data: For Iastailer. 23 D. Product Test Reports: Based on evaluation of camprehansive tire tests performed by a 24 qualified testing agency, for each type of standard steel door and frame, 25 1.4 QUALITY ASSURANCE 26 A. Installer Qualifications: An �mployer of workers trained and approved by 27 manufacturer. 28 B. Testing Agency Qualifications; An independent agency qualified according to 24 ASTM E 329 far testing indicated, as documented according to ASTM E 548. 30 C. Source Limitations: Obtain standard stee� doors and frame khraugh one source from a 3I single manufacturer. 32 D. Fire-Rated Door Frame Assemblies: Assembiies complying with NFPA 80 that are 33 iisted and labeled �y a testing and inspecting agency acc�ptable to authorities having 34 jurisdiction, for fire-protectian ratings indicaked. 35 1.5 DEL�VERY, STORAGE, AND HANDLING 36 A, Deliver doors and frames palletized, wrapped, or crated to provide protection during 37 transit and Proj�et-site storage. Do not use nonvented plastic. 5outh Westside V Elevated Storage Tank City Project No. l b3�28 OS 13 19 -2 ST��L DOQR5 ANA FRAMES Page 2 of 9 1 2 3 4 5 6 7 8 9 10 L6 11 12 13 14 1. Provide additional protectian to prevent darnage to finish of factory-finis�ed daors and frames. B. Deliver welded frames with two removable spreader bars across bottonra af frames, tack welded to jambs and mullions. C. Store doors and fra�nes us�.der caver at Prpject site. Place units in a vertical position with heads up, space by blocic�ng, on minimum 4-inch- high wood blocking. Avoid using nanvented plastic or canvas shelters that could create a humidity chamber. 1. If wrappers on doars become wet, remove cartons immediately. Prpvide minimum 1/4-inch space between each stacked daor to permit air circulation. COORDINATXON A. Coordinate installation of anchorages for standard steel frames. Furnish setting drawings, templates, and directions for installing ancho.ragas, inciutling sleeves, concrete inserts, ar�chor bolts, and items witIi integ�ral anchors, that are to be embedded in concrete or zz�a5onry. Deliver such items to Project site [n tir[1e far installation. 15 PART 2 - PRODUCTS 16 2.1 MANUFACTURE.RS 17 18 19 20 21 22 23 2+� 25 26 A. Available Man�zfacturers: Subject to car�pliance with requirements, manufacturers offering products tk�at may be incorporated into the Work include, but are not Timited to, the fol�owing: 1. Amweld Building Products, LLC. 2. Ceco Door Products; an ASSA ABLOY Group Coznpax�y. 3. CURRIES Company; an ASSA AB�.OY Graup Cpmpany. 4. Fleming Door P�roducts Ltd.; an ASSA ABLOY Group Company. 5. Pioneer Industries, Inc. 6. Republic Doars and Frames; a Windsor Republic Door Company 7. Steelcraft; an IngersolI-Rand Company. 27 2.2 MATERIALS 28 A. Cold-Rolied Ste�l Sk�eet: ASTM A 1008/A 100$M, Commercial Steel (CS), Type 29 B; suita6le far expased applications. 30 B. Hot-Rolled Steel Sheet: ASTM A 1O111A 1O11M, Commercial Steel {CS), Type 31 S; free of scale, pitting, or surface defects; pickled and oiled. 32 C. Metallio-Coated Steel 5heet: ASTM A 653/A 653M, Comrnercial Stee1 (CS), Type 33 B; with minimum A40 zinc-iran-alloy (galvannealed) coating dasignation. 34 D. Supports and Anchors: After fabricating, galvaniae units to be huilt into 35 exterior walls according to ASTM A 153/A 153M, Class B. 36 37 38 39 4Q E. [nserts, Bolts, and Fasteners: Provide itams to be built into exterior walls, hot-dip galvanized according to ASTM A 153/A 153M, F. Powder�Aetuated �'asteners in Concrete: Fastener system of type suitahle for application indicated, fabricated from carrosior►-resistant materials, with clips or other accessory devices far attaching standard steel door frames of type indicated. South Westside V Elev�ted Storage Tank City Projcct No. 10342$ 0$ 13 19 -3 5TE�L IlOOliS AWD FRAMES Page 3 of 9 ] 2 3 4 5 6 7 G. Grout: Coxmply with ASTM C 476, with a slump of 4 inches far standard steel doar &ames built into concrete or masonry, as measured accarding to ASTM C 143/C 143M. H. Glazing: Gomply with requirements sn Di�rision $ 5eetion "Glaziag." I. Bituminnus Caating: Gald-applied asphalt mastic, SSPC-Paint 12, compnunded for 1S- mil dry �ilzn thicl�ess per coat. Pro�ide inert-type noncorrosive compound free of asbestos �ibers, sulfur components, and other del�teripus impurities. 8 2.3 STANDARD STEEL DOORS 9 l0 11 12 13 I4 15 16 17 18 19 20 21 22 23 24 25 25 27 28 29 3D 31 32 33 34 35 36 37 38 39 40 41 42 43 A. General: Provid� doors of design indicated, not less than thickness indicated; fabricated with smooth surfaces, without visible joints or seams on exposed faces, unless otherwise indicated. Com�ly with ANSI A250.8. 1. Design: Fiush panel. 2. Core Construction; Manufacturer's standard lcraft-paper honeyco�b, polystyrene, polyurethane, mineral-board, or vertical steeI-stiffener core that produces doors complying wiih ANSI A250.8. a, Fire Door Care: As required to provide #ire-protection raiings indieated. 3. Vertical Edges for Single-Acting Dvors: Beveled edge. a. Beveled Edge: 1/8 inch in 2 inches. 4. Top and Bottorn Edges: Closed with flush or inverted 0.042-inch- thick end closures or channels of same material as face sk�eets. 5. Tolerances: CompIy with SDI 1 l7, "Manufacturing Tolerances for Standard Steel Doors and Frames." B. Exterior Daors: Face sheets fabricated from metallic-coated steel sheet. �'ravide doors camplying with requirements indicated below bq referenci.rig ANSI A250.$ for level and model and ANSI A250.4 far physical-endurance level: 1. Level 2 and Physical Ferformance Level B(Heavy Duty), Mode12-Seamless for standard size do.ars not subject ta heavy abuse. 2. Level 3 and Physical Performance Level A(Bxtra. Heavy Duty}, Mode12- (5eamles:s} for large doors (greater than 48'") o.r c�oors subject to heavy abuse. C. [nterior Daors: Face sheets fabricated from cold-rolled steel sheet, unless otherwise indicated to comply with exterior door requirements. Provide doors complying with requirernents indicated below by z'eferencing ANSI A250.8 for level and mpdel and ANSI A250.4 far physical-endurance levei: l. Leve12 and Pi►ysical Performance Level B{H�avy Duty), Mode12 (5eamlcss) for standard size doors not subject to hea�+ abuse. 2. Le�el 3 and Physical Ferformance Level A(�xtra Heavy Duty}, Mode12 (Seamless) for large doars (greater than 48") ar doars subject to heavy abuse. D. Hardware Reinforcement: Fabricate reinforcemeni plates from sanne material as door face sheets ta comply with the following rninimuzn sizes: 1. Hinges: Minimutn 0.123 inch thick by 1-112 inches vvide by 6 inches longer t�an hinge, secured by not Less than 6 spot welds. 2, Lock Face Ciosers, and Concealed Holders: Minimum 0.067 inch thick. 3. AII Other Suriace-Mounted Hardware: Minimum 0.067 inct� thick. South Westside V�levated 5forage Tank City Project iYo. 103428 as i3 i9 -a STEEL D(]OI25 AFVD FRAMES Page 4 of 9 1 E. Fab�icate concealed stiffeners and hardware reinforcement from either cold- or hot- 2 rolled steel sheet. 3 2.4 STANDARD 5TEEL �RAMES 4 A. GeneraE: Comply with ANSI A250.8 and with details indicateci for type and pro£'ile. 5 B. Exteriar Frarnes: Fahricated from metaIlic-coated steel she�t. 6 1. Fabricate frames with mitered ar caped and welded face corners. 7 2. Frames for Leve12 �teel Doors: 0.053-inch- thick stael sheet. S 3. Frames for Lev�l 3 Steei Doors: 0.067-inch- thicic steel sheet. 9 C. Interior Frames: Fabricated from cold-rolled steel sheet, unless otherwise indic�ted to 10 camply with exterior fratne requirements. 11 I. Fabricate frames with mitered or coped and welded face corners. 12 2. Frames for Le�e12 Steel Doors and for flush wood doors 0.053-inch- thicic sfcel 13 sheet. 14 15 16 17 18 1R 20 2 J. 22 23 24 25 2b 27 28 29 30 3i 32 33 34 35 36 37 38 39 40 3. Frarrzes for Leve13 Steel Doors: 0.067-inch-thick steei sheet. D. Hardware Reinforcement: Fabricate reinforcezn.ent plates frnm same material as frames to comply with the fallowing minimum sizes: 1. Hinges: Minimumi 0.123 inchas thick by 1-1/2 inches wide by 6 in.ches longer than hinge, secured by nat less than 6 spot welds. 2. LoCk Face Closers, and Concealed Holders: Minimum 0.467 inch thick. 3. AIl Other 5urface-Mounted Hardware: Minimum 0.067 inch thick. E. Supports and Anchors: Fabricated frpm elecirolytic zino-coated ar metallic-coated st��l sheet. F. .Tamb Anchors: 2 3 Masonry Type: Adjustable strap-and-stirrup or T-sk�aped anchors to suit frarne size, not less than 0.042 inch thick, with corrugated or perforated straps not less than 2 inches wide by I 0 inches lqng; or �vire anehors not less than 0.177 inch thiek. Stud-WaII Type: Designed to engage stud, welded to back of fraFnes; raot less than 0.042 inch thick. Posti:ttstalled Expansion Type for In-Place Cancrete ar CViasonry: Minimum 31S-inch-diameter bolts with expansion sk�ields or inserts. Provide pipe spacer from &ame to wall, with throat reinforcernent plate, welded to frame at each anchor Iocation, G. Floor Anchors: Fnrmed from same material as frames, not less tkxan 0.042 inch thick, and as follows: 1. Manolithic Concrete Slahs: Clip-type anchors, with two holes to receive fasteners. 2. Separate Topping Concrete Slabs: Adjustable-type anchors with extension clips, allawing not less than 2-inch height adjustment. Termjnate bottam of frames at itnish floor surface. H. Fabricate concealed stiffeners and hardware reinforcement from either cold- or hot- rolled steel sheei. South Wastside V Llevated Starage Tank City Project No. 103425 08 13 19 -5 51'EEL DOORS AND FRAMES Page 5 af 9 ti.5 STOPS AND MOLDINGS �c 4 5 6 7 A. 1VColdings for Glazed Lites in Doors: Minirnuzrx (i.032 inch thick, fabricated from same rnaterial as door face sheet in which they are instalied. B. Fixed Frame Moldings: Fozmed integral with standard steel frames, zninimurn 5/8 inch high, unless otherwise indicated. C. L0050 StppS for Glazed Lites in Frames: Minimum 0.�32 inch thjck, fabricated from same materia! as frames in which they are installed. 8 2.6 FASRICATl�N 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 3z 33 34 35 36 37 38 34 40 4i 42 43 44 A. General: Fabricate standard steel doors and frames to be rigid and iree of defects, warp, or buckle. Accurately form metal to reqnired sizes and profil.es, with minimum radius far thickness of inetal. Where practical, fit and assemble units in manufacturer's plant. To ensure Qropar assembly at Pro}ect site, cleazly identify work that cannot be pez'tttar�ently factory assemhled before shipmettt. B. Standard Steel Doors: 1. Exterior poors: Provide weep-hole openzngs in bottam of exterior doors to permit moisture to escapa. Seal joints in top edges of doars against water penetration. 2. Glazed Lites: Factory cut apenings in doors. C. Standard Steel Frames: WhEre frames are fahticated in sections due to shipping or handling limikations, provide alignment plates or angles at eaeh joint, fahricated of same thickness metal as frames. 2. 3. 4. 5. 6. Welded Frames: Weld flush face joints continuously; grind, fill, dress, and make smooth, flush, and invisible. 2. Provid� countersus�k, flat- or aval-head exposed screws and bolts for exposed fasteners, unless otherwise indicated. 3. Plaster Guards: Weld guards to frame at baek of hardware mortises in frames installed in concrete, z�cxasanry or plastered walls. Where installed i.n masonry, Ieave vertical mullions in �`a.tn.es apen at top for grauting. Floor Anchors: WeId anchors to bottorz�. of jatnhs and mullions with at least four spot welds per anchor. Jamb Anchors: Provide numbar and spacing of anchors as follows: a. Masonry Type: Lacate anchors not more than 18 inches fi'am top and bottom of frame. Space anchors not �nore than 32 inches o.c. and as follows: 1) Two anehors per jamb ug to 60 inches in height. 2) Three anchors per jamb from 60 to 90 inches in height. 3) �our anchoxs per jamb from 9p to l20 inches is� height. 4) Four anchors per jamb plus i additional anchor per�amb for each 24 inehes or fraction ther�of more than 120 inches in height. b. St€�d-Wall Type: Locate anchors not mare than 18 inches from top and bottom of frame. Space anchors not mare than 32 inches o.c. and as fallows: 1} Three anchars per jamb u(a to 60 inches in $eight. 2) Four anchors per jamb from 60 to 90 inches in height. 3) Fi�e anchors per jamb from 90 to 96 inches in height. South Westside V Elevated Stnrage Tank City Projcct No. 103428 08 13 19 -6 ST�EL DQORS A3�D I'RraME5 Page 6 of 9 1 2 3 4 5 6 7 8 9 10 11 12 l3 14 15 16 17 18 19 2Q 21 4) Five anchors per jamb plus 1 additional anchor per jamb for each 24 inches or fraction thereof rnore than 96 Anches in height. S) Two anchors �er head for irames more than 42 inches wide and mounted in metal-stud partitions. c. Ca�npression Type: Not less than two anchors in each jamb. d. Postinstalled Expansion Type: Locate anchors not more than 6 inch�s from top and bottom of &ame. Space anchors not more than 26 inches o.c. 7. Door Silencers: Except nn weather-stripped doors, driil stops tn. receive door silencers as follows. Provide plastic plugs to keep holes clear during eonstruction. a. Singte-Door Frames: Drill stop in strike jamb to reeeive three door silencers. b. Do�ble-Door Frames: Drill stop in head jarnb to receive two door silencers. D. Hardware Preparation: Factory prepare standard steel doors a�nd frames to receive templated mortised hardware; include cutouts, reinforcer►aent, mortising, driiling, and tapging, according to the Doar Hardware Schedule and templates furnished as specified in Divisian 8 Section DOOR HARDWARE. 1. Reinforce doors and framas to receive non-templated mortised and suriace-mounted door hardware. 2. Comply with applicable requirements in ANSI A2SO.b and ANSI/DHI A115 Series specifications for door and frame preparation for hardwar�. T�ocate hardware as indicated on Shop Drawings or, if not indicated, according to ANSI A250.8. 22 E. Stops and Moldings: Prnvide stops and maldings arouad glazed lites where 23 inc�icated. Forrn corners of stops and moldings with butted or rnitered hairline joints. 24 1. Single GIazed Lites: Provide fixed stops az�d moldings welded on secure side oi 25 daor or frame. 26 2. Muliiple Glazed Lites: Provide fixed and remova6le stops and moldings sueh thai 27 each glazed lite is capable of being removed independently. 28 3. Provide fix�d frame moldings on outside of exterior and on secure side of interior 29 doors and frames. 3fl 4. �'rovide loose stops and moldings on inside of doors and frames. 31 S. Coordinate rabbet width befween fixed and removable stops with type of 32 glazing and type o.f installation indicated. 33 2.7 S'I'EEL FIN��HE� . 34 A. General: Comply with NAAMM's "Metal �inishes Manual for Architectural 35 and Metal Products" for recommendations for applying and designating iinish�s. 3b 1. Finish standard steel door and frames after assembly. 37 38 39 40 41 42 43 B. Metallic-Coated Steel Surface Preparation: Clean suriaces with non-petroleum solvent so surfaces are free of oii and other contaminants. After cleaning, apply a conversion coating suited to the organic coating ko be applied over it. Clean welds, mechanical connections, and abraded areas, and apply gaivanizing repair paint specified below to comply with ASTM A 780. l. Galvanizing Repai.r Paint: High-zinc-dust-content paint for regalvanizing welds in steel, complying with SSPC-Paint 2D. South Westside V�levated Starage Tank City Aroject Na. 103428 OS 13 19 -7 STEEL DQQRS AND FRAMES Page 7 of9 1 2 3 4 5 6 7 S 9 10 11 12 C. Steel Surface Preparation: Clean surfaces to camply with SSPC-SP 1, "�olvent Cleaning"; re�nave dirt, oil, grease, or other contaminants thai could impair paint bond. Remove mill scale and nxst, if present, from uncoated steel; comply with SSPGSP 3, "Power Tool Cleanin.g," nr SSPC-SP 6/NACE No. 3, "Com�nercial Blast Cleaning." D. Factory Priming for Field Painted Finish; Apply shap primer specified belaw immediately after surface preparation an.d pretreatnsent. Apply a smooth coat of even consistency to prn�ide a unifarzn dry f�Im thickness of not less than 4.7 tnils. 1. Shop Primer: Manufacturer's standard, fast-curing, lead- and chromate-free priznier complying rn+ith ANSI A250.10 acceptan.ce criteria; recommended by primer manufacturer for suY�strate; cornpatihl� with substrate and field- applied finish paint systesn indicated; and providing a sound foundation fpr field-applied topcoats. despite prolonged expasure. 13 PART 3 - EXECUTION 1� 3.1 EXAMINATION 15 i6 17 18 19 aa A. Examine substrates, areas, and conditions, wiih Installer present, for compjiance with requirements for installation iolerances and other conditions affecting perforrnance of standa�'d steel doors and frames. 1. Examnine roughing-in for embedded and built-in anchors to verify actual locations of standard steel fraxne cax�nectians before frame installation. 2. Proceed with installation only after unsatisfactory conditions have be� eorrected. 21 3.2 PREPARATION 22 A. Remove welded-in shipping spreaders instalted at factory, 23 24 25 26 27 28 29 30 31 32 33 34 3S B. Prior to installation and with installatian spteaders in place, adjust and securely brace standard sieel door frames for squareness, alignment, twist, and plumb tn the Following tolerances: 1. Squareness: Plus or minus 1/I6 inch, measured at daor rabbet an a line 90 degrees from jamb per�endicular to frame head. 2. Alignment: Plus or minus 1116 inch, measured at jam6s on a horizontal line parallel to plane of wall. 3. Twist: �lus or minus I/16 inch, meast�red at apposite face corners of jambs on parallel linas, and peipendicular to plane of wall. 4. Plumbness: Plus or minus 1/Ib ineh, measured at jambs on a perpendicular line from head to floor. C. Dri11 and tap doors and frames to receive nontemplaied martised and surface- mounted door hardr�vare. 36 3.3 INSTALLATION 37 A. General: Provide doors and frames of sizes, thicknesses, and designs indieated. �nstall 38 standard steel doors and frames plumb, rigid, properly align�d, and securely fastened 39 in place; comply with Drawings and manufacturer's wz-i:tten instructions. 4D B. Standard Steel Frames: Install standard steei fraznes for doors and other openings, of 41 size and profile indicated. Comgly with SDI 105. South Westside V Elevated 3torage Tanh City PrajectN. o. ]03428 D$ 13 19 -8 STEEL DOORS AND FRAMES Page 8 of 9 1a il 12 l3 I4 15 I6 17 18 19 2Q 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 1. Set frames accurately in position; plumbed, xligmed, and braced securely �ntil permanent anchors are set. Af�er wall construction is complete, remove temporary braces, leaving surfaces smoath and unda�naged. a. At fire-grotection-rated openings, install frames according to NFPA 80. b. Where frames are fabricated in sections d�e to shipping or handling limitations, fieEd splice at appro�ed lacatians by vvelding iace joint continuously; grind, fill, dress, and make splice smooth, flush, and in�isible on expased faces. c. Install frames with removable glazing stops located on secure side of apening. d. Install door silencers in frames before grou�ing. e. Remove temporary braces necessary far installation or�ly after frames have been properly set and secured. f. Check plumb, squareness, and twist of frames as wails are constructed. Shim as necessary to comply with installation tolerances. g. Apply bituminous caating to hacks oF all exterior fra.mes and t�ose that are �illed with mortar, grout, and plaster cantaining anti freezing agents. 2. Floor Anchors: Provide fl.00r anchors for each jamb and mullion that extends ta floor and secure with postinstalled expansion anchors. a. Floor anchors may be set with pawder-actuatec� fasteners instead of postinstalled expansian anchors if so indicated and approved on Shap Drawings. 3. Masonty Walls: Coozdinate installation of frames to allow far solidly iilling space between frazx�es a�d masonry with mortar as specified in Division 4 5�ction "Unit Masonry Assemblies." 4. Conerete Walls: Solidly fill space between frames and concrete with grout. Instal! grout in lifts and take precautions, including hracing frames, to ensure that frames are not deformed or damaged by grout forces. 5. In-Place Concrete oz' Masanry Gonstruction: Secure frames in piace with postinstalled expansian anchors. Countersirik anchors, and fill and make smooth, flush, and invisible on exposed faces. 6. In-Place Gypsum Board Partitions: Secure frames in place with postinstalled expansian anchors through floor anchors at each jamb. Countersink anehors, and fill and maka smaoth, flush, and invisihle on exposed faces. 7 8. Ceiling Struts: Extend struts vertically fram top of frame at each jatnb to supporting construction above, unless frame is anchored to masanry ar to other structural support at each jamb. Bend top of struts to provide flush contact for securing to supporting construction above. Provide adjustable wedged or bolted anchorage to frar�e jamb members. Installation Tolerances: Adjust standard steel door frames far squareness, alignment, twist, and plumb to the following tolerances: a. Squareness: PIus or minus 1116 inch, measured at door rabbet on a Iine 90 degrees from jamb perpendicular to frame head. b. Alignment: Plus or zninus 1116 inch, measured at jambs on a horizontal line parallel to plane of wall. c. Twist: Plus or minus 1/16 iach, xneasured at opposite face corners of jambs on parailel lines, and perpendieular fo plane of wall. d. Piumbness: Plus or minus l/l6 inch, measured at jambs at flaor. Svuth Westside V Elevated Storage Tank City Projcct I�}o. 1fl3428 OS 13 19 -9 STEEL �OOR5 AND FRAMES Page 9 of 9 t C. Standard SteeI Doors: Fit hollow-metal doors accurately in frames, within clearances 2 specified below. Shim a� necessary. 3 1. Non-�ire-Aated Standard Steel Daors: �4 a. lambs and Head: 118 inch plus or minus 1/16 inch. 5 b. Between Edges of Paus of Doars: 1/8 inch plus or minus 1/16 inch. 6 c. Between Boitam of Door and Tap of Thresho�d: Maximum 3/$ inch. 7 d. Between Bottoxzz nf Door and Top of Finish Floor (No Thzeshold); Maximum 8 3f4 inch. 9 2. Fsre-Rated Doors: Install doors with clearances according to NFPA 80. 10 D. Glazing: Comply with installatipn requirements in Division $ Section °Glazing" ll and with standard steel door and frame manufacturer's written instructi�ns. l2 1. Secure stops with countersunk flat- or oval-head mackuina screws spaced 13 uz�i%rtnly nok more than 9 inches o.c., and not m.are than 2 inche:s o.c. irom each 14 corner. 15 3.4 ADJUSTING AND CLEANING T6 A. Final Adjustm.ents: Ckeck and readjusk operating hardware items immediately 17 before final inspection. Leave work in connplete and praper operating condition. 1 S Remave and replace defective work, includi�ag standard steel doors or fra.mes that are 19 warped, bowed, or otherwise unacceptai�le. 20 B. Clean grout and ofher bonding material off standard steel doars and firames 21 immediately a$er installation. 22 C. Prime-Coat Touchup: Immediately after ezection, sand smooth rusted or damaged 23 areas of prime coat and apply touchup af compatible air-drying primer. 24 D. Galvannealed Surfaces: Clean abraded areas and repair with galvanizing repair paint 25 according ko manufaeturer's �uvritten instructions. 26 END OF SECTI�N South WesFside V Elevated Storage Tank Ciry Projcct No, L03428 08 33 23- L OVERH�AD C�iL1NCr DOORS Page l of7 i 2 3 PART1- GENERAL 4 1.1 SECTION INCLUDES sECTror� os �� 3b OVERHEAD COILING DOORS 5 A. Overhead coiiing insulated doors. 6 1.Z RELATED SECTIONS 7 A. Section OS 50 0�3: Metal Fabrications: Support framing azad Framed Opening 8 1.3 REFERENCES 9 A. ANSIIDASMA 1Q8 - American National Standards Institute Standard Methad For 10 Testing Secti.onal Garage Doors And Rolling Doors: Det�rminatson Of Sfructural 11 Perforrnance Under Uniftnrm Static Air Pressure Differenoe. 12 B. NFRC 102 - Test Procedure. for 1Vleasuring the Steady-State Thermal Transmittance of 13 Fenestration 5ystems. 14 C. ASTM E 9D - Standard Test Method for Laboratory Measurement of Airborne 5ound 15 Transmissian Loss of Building Partitions and EIement. 16 D. ASTM E 330 - Staz�dard Test Method for 5tructuz'al Performance of Exierior Windows, 17 T]aors, Slcylights and Curtain Walls by Llniform Static. Air Pressure Differ�nce. 18 E. ASTM A 653 - Standard Specification for Steel Sheet, Zinc-Coaied (Galvanized) or 19 zinc-Iron Alloy-Caated {Gal�annealed} by the Hot-Dip Process. 2p F. ASTM A 666 - Standard Specification for Austenitic Stainless Steel Sheet, Strip, Flate, 21 and Flat Bar. 22 G. A�TM A 924 - Standard Specification for General Requirernents for 5tee1 Sheet, 23 MetaIlic-Coated by the Hot-Dip Process. 24 H. ASTM B 221 - Standard Specifieation for Aluminum and Alutnsnum-[�lloy Extruded 25 Sars, Rods, Wire, Proitles, and Tubes. 26 I. NEMA 250 - Enclpsures for Eleetrical Equipment (1Qb0 Volts Maximum). 27 J. NEMA MG 1- Motors and Generators. 28 1.4 DESIGN 1 PERFORMANCE REQUIREMENTS 29 A. Overhead coiiing insulated doors: 30 1. Wind Loads.: Design door assembly to withstand �vind/suction load flf 2Q psi (958 31 Pa) without damage to door or assembly cam�aonents in conformance with ASTM E 32 330. 33 2. Operatifln: Design door assetrnbly, including operator, to operate for not less than 34 20,000 cycles, South Westside V Elavated Storage Tank City Praject Na. 103428 0$ 33 23- 2 OVERFiEAD COILING �OORS Page 2 qf 7 1 B. Ssngle-Source Responsibility: Provide dooxs, tracks, motors, and accessories from one 2 manufacturer for each type of door. Provide seeondary companents from source 3 acceptable to manufacturer of primary cnmponenis. 4 5 C. Products Requiring Electrical Connection: Listed and classified by Underwriters 6 Laboratories, Inc. acceptable to authority having jurisdiction as suitable for purpose 7 sp�ecifi�d. S 1.S SUBMITTALS 9 A. 5ubmit under provisions of Sectian O1 33 D0. 10 B. Product Data: Manufacturer's daia sheets on each product ta be used, including: 11 � 1. Preparation instructions and recomrnendations. 12 2. 5torage and handling require�nnents and recommendations. 13 3. Details of construction and fabrication. 14 4. Installatian instructions. 15 C. Sh.og Drawings: Include detailed plans, elevations, details of fi�aming members, 16 anchoring methods, required clearances, hardware, and acc�ssories. Inelude 17 relationship with adjacent constructior�. 18 D. Selection Samples: For each finish product specified, rivo completa sets of color chips 19 representing manufacturer's full range of avaiiahle colors and patterns_ 20 E. Verification 5amples: For each finisl� product specified, iwo samples, minimum size 6 21 inches (15U mm) long, representing actual product, coZor, and patterns. 22 F. Manufacturer's Certificates: Certify products meet or exceed specified requirenr�ents. 23 G. Operation and Maintenance Data: Submit lubrication requirements and frequency, and 24 periodic adjustments required. 25 1.6 QUALITY ASSURANCE 26 A. Manufaeturer Qualifications: Campany specializing in performing Work of this section 27 with a minimum of fiva yeaz�s axperience in the fabrication and installation of security 28 closures. 29 B. Installez Qualifications: Installer Qualifications: Company �paciafizing in performing 30 Wor�C af this section with minunum thr�e years and apprQved by manufacturer. 31 C. Mock-Up: Provide a mnck-up for evaluatian oFsurface preparatian techniques and 32 application warlcmanship. 33 1. Firush areas designated by Architect. 34 2. Do not proceed with remaining work until worIananship, color, and sheen are 35 approved by Arc�itect. 3b 3. Refnish mock-up area as rey�ired to produce acce�table wark. 37 1,7 DELIVERY, STORAGE, AND HANDLING 38 A. Store products in rnanufacturer's unopened packaging untzl ready for instajlation. 39 B. Protect ma,terials from exp�sure to moisture. Do naY deliver until after wet work is 40 complete and dry. $outh Vlestside V Elevated Storage Tank City Project Nn. 10342$ as 33 zs- a OVERHCAD CdILING DOORS Page 3 of 7 1 C. Store materials in a dry, warm, ventilated weathertight locatian. 2 1.8 PROJECT C�NDITIONS 3 A. Maintain enviranmental conditions (temperature, humidity, atid ventilation) within 4 lir►�its recommended hy manufacturer for aptimum results. Do not install products 5 under environmental conditions outsicie itnauuiacturer's absolute limits. 6 1.9 COORDINATION 7 A. CoQrdinate Work wifih vther operations and installation of adjacenk materials to avoid 8 damage to installed materials. 9 1.I0 WARRANTY 10 A. Warranty: 1Wlanufacturer's limo.ited door and operator system, except th� counterbalance 11 spring and finish, to be free From defects in materials and warkmanship for 3 years or 12 2b,000 cycles, whichever occurs first. 13 14 B. Warranty: Manufacturer's litnited door system warranty far 2 years for all parts and l5 corr�panents. 1G G PawderGuard Finish 17 !. PowderGuard Max: Applied to curtain, guides, bottom bar, headplates: 18 Manufactulr�r's limited Max Finish warranty for 5 years. 19 PART � - PRUDUCT5 20 Z.1 MANU�ACTURERS 21 22 23 A. Aceeptable Manufacturer: Overhead Door Corp or equal B. Requests for substitutions will be considered in accordanee wiih provisions of Sectian O l 25 00. 24 �.� INSULATED �VER�IEAD COILING SERVICE DOORS 25 26 27 2$ 29 30 31 32 33 34 35 36 37 38 39 40 A. Overhead Coiling Stormtite Insulated Service Doors: �verhead Door Cotpo:ratian Made1625. l. Curtain: Interlocking roll-formed slats as specff'ted following, Endloeks shail be attached to each end of alternate slats to prevent lateral mo�ement. a. Flat profile type F-265i far doors up to 4Q feet (12.19 m) wide. b. Front slat fabricated of: 1) 24 gauge galvanized steel. 2) Back slat fabricated of: 3) 24 gauge galvanized steel. 4) 51at cavity filled with CFC-free foatned-in-place, polyureihane insulation. 5} R-Value: 7.7, U-Value: Q.13, 6) 5ound Rating: STC-21. 2. Performanc�: a. Through Curtain 5ound Rating: Sound Rating: STC-28 (STC-30�- with HZ npise generator) as per ASTM � 9C1. b. Installed System Sound Rating: STC-21 as per ASTM E 90. South Westside V Elevated Storage Tank City Project No. 143428 OB 33 23- 4 OVERk[CAD CdIS.ING DOORS Pagc 4 af 7 1 2 3 4 5 6 7 S 9 i0 1l 12 l3 14 15 16 17 l8 13 20 21 22 23 2�4 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 4a 41 42 43 44 4S 46 47 48 49 � c. U-factor: 0.91 NFRC test report, maximum U-factor of no i�igher than I.00. d. Air Infiltration: Meets ASH�AE 90.1 & IECC 2Qi2/2015 C402.4.3 Air leakage <1.00 cfm/ftZ. Slats and Hood �'inish: a. Galvanized 5tee�: Slats and hood galvanized in aceordance with ASTM A 653 and receive rust-inhibitive, roIl coating process, including 0.2 mils thick baked- on prime paint, and 0.6 mils thick baked-an pt�lyester top coat. 1 } Pnlyester Top Coat. (a} G ray polyester. � c_ 2) Powder Caat: (b) av�rderGuard Premium powder coat color as selected by the Architect. 3} Nan-galvanized exposed f�r.ra.us snrfaces shaij receive one coat of z'ust- inhibikive pri�ner. Stainless Steel: Slats and hood shall be stainless steei �inished as follows. 1) �'inish: 2B mill finish. 2) Finish: No. 4 satin iinish. Aluminum: Slats and hood shall be alurninum finsshed as follows. 1) Finish: MiJ.I finis�►. 2) Finish: Clear anodized finish. 3) Fuush: Bronze anodized finish. 4) Finish: Powder Caat: (c) owderGuard Premium powder coat calar as selecked by the Architect. P P 4, Weatherseals: a. Vinyl bottnm seal, exteriar guide and internal hood seals. b. Tnteriar guide weatherseal. c. Lintel weatherseal. d. Air Infiltratian Package, IECC 2012/2015 listed; product to meet C402.4,3 2012 Air leakage <1.00 efm/ft2. 1) Air in�ltration perimeter seal package includes: g,�aide cover, guide cap, dual brush exterior guide seal, 4 inch finned lsntel brush seal and vinyl battom seal. 5 6. 7. 0 Bottom Bar: a. Two prime painted steel angles minimurn thickness li8 inch (3 mrz�.) balted back to back to reinforce curtain in the guides. b. Guides: Three structural steel angles. Brackets: a. Hot rolled prime pain�ced steel to srxpport counterbalance, curtain and hood. b, Galvanized steel to support counterbaIance, curtain and hoad. c. Stainless steel to support counterbalance, curtain and hood. Finish; Battotn Bar, Guides, Headplate and Brackets: a. �`inish: PowderGuard Max powdex color as selected by tiie Architect. Counterbalance: Helical torsion sprir�g type i�oused in a steel tube or pipe bart'el, supporting the curtain with deflection limited ta 0.03 inch p�r foat of span. Counterbalance is adjustable by means of an adjus�ing tensipn wheel. Sauth Westside V ElevaEed 5torage Tank City Project No. 103a28 08 33 23- 5 QVERHEAI� COILIAfG DQOR5 Page 5 oF7 9. Hood: Provide with intemal hood haff�e weatherseal. a. 24 gauge gal�anized steel with inrertnediate supports as required. b. Stainless steel, 24 gauge hood with intermediate supports as required. c. Aluminum hood with interrr�ediate supports as required. 5 l0. Manual Operation: 6 a. Chain hoist. 7 b. Crank operation. 8 11. Electric S�'�otor Qperation: Provide UL Iisted electric operator, siz� as recommended 9 by znanufacturer to move door in either direction at not less than 2/3 foot nor more 10 than 1 foot per second. 11 a. Sensing Edge Protection: 12 1) Pneumatic sensing edge. 13 2) Electric sensing edge. l4 b. �pexator ControIs: 15 1) Push-button operated control stations with apen, close, and stop buttons. 16 2} Key operatioa with open, close, and stop eontrols. 17 3) Push-buttan and key operated control stations with open, ciose, and stop 1$ buttnns. 19 4} Cpntrols for interior location. 2a 5) ControIs far exterior location. 21 6) Controls for both interior and exterior locaiian. 22 7) Controls surface mounted. 23 $) Cantrols flush mounted. 24 c. SpecialOperation: 25 1} Vehicle detector operation. 2f 2) Radio control operatiqn. 27 3) Card reader control, 28 4) Phqtncell operatio�. 29 5) Door timer operation. 30 6) Commercial light package. 3I 7) Explosion and dust ignitian proof control wiring. 32 d. Motar Voltage: 115123Q single phase, 60 Hz. 33 12. Windload Design: 34 a. Standard windload shall be 2d PS�. 35 h. Chain keeper locks far chain hoist operratipn. 36 c, Interior slide boit lock for electric operation with interlock switch. 37 d. Cylinder locic for electric aperaiion with interlack switch. 38 39 aa 41 42 43 44 13 14. Wall Mounting Cnndition: a. Face-af wall mnunting. b. Between jambs mounting. Insulated Vision Lites; Provide with uniformly spaced openings. a. 5i�e: 3 inch by 5/8 inck (76 mm by 16 mm) b. Size: 10 inch by 1 inch (254 mm by 25.4 mmj c. Provi.de with dual wall polycarbonate lites. South Westside W Elevated Storage Tank City Project No. 103428 083323-6 OViRH�AD COILING DOORS Fage G af 7 1 PART 3 - EXECUTION 2 31 EXAMINATION 3 4 5 G 7 8 9 iQ lI A. Verify opening sizes, iolerances and co.nditions are aceeptabie. B. Examine conditions af substrates, supports, and other conditions under whieh this work is to be performed. C. If substrat� preparation is the responsibility of another installer, notify Architect of unsatisfactory preparation before proceeding. 3.� PREPARATION 12 3.3 13 14 l5 16 17 18 19 20 21 22 23 24 25 2b 3.�4 A. Clean surfaces thoroughly priar to installatian. B. Prepare surfaces using the methods recammended by the manufacturer for achieving the best result f�or the substrate under the project conditions. INSTALLATI�N A. Install in accardance with rztanufacturer's instructions. B. Use anchorage devices t4 securely fasten assembly to wall constructiqn and buiIding framing without distortion or stress. C. Securely and rigidly brace companents suspended from struckure. 5ecure guides to structural members only. D. Fit and align assembly iricluding hardware; level and plurnb, to provide smooth operation. E. Coordinate installation of electrical serviee with Sectian S 6150. Cotnplete wiring from disconnect to unit components. F. Coordinate installation of sealants �d backing materials at frame perimeter as specified in Seetion 07900. G. Install perimeter trim and closures. H. Instruct Owner's personnel in propar operating procedures and maintenance schedule. ADJUST�NG 27 A. Test for proper operatian and adjust as nacessary to provide proper operatian wikhout 28 binding or distortian. 29 B. Adjust hardware and operating assemblies far smooth and nois.eless operation. 30 3.5 CLEANING 31 32 33 34 35 3.6 36 A. Clean curtain and campancnts using tton-abrasi�e materials and methods recomrnended by manufacturer. B. Remove labels and visible markings. C. Touch-up, repair or replace damaged products before Substantial Completion. PROTECTION A. Protect installed praducts untii cpmpletion of project. �outh Westside V Elevated Storage Tank Ci .ty Project Na. 1 Q3428 08 33 23- 7 OVERAEAD CDILING DOOIiS Page 7 of 7 END OF SECTION 5autb Westside V ElevatecE Starage Tank City Projeot No. 1U3428 as �� oo- � FIN15tT HARDWARE Page l of l2 1 2 3 PART1- GEN�RAL 4 I.l SCOPE OF WORK SECTION 08 71 Od FINISH HARDWARE 5 A. Contxactor shaIl furnish all labor, materials, equipment and incidentals required to 6 provide finish hardware as shown and speciiied. 7 B. The extent of �nish hardware is sk�own an the Contract Drawings and in schedules. 8 Finish hardware is defined ta include all itcrns known cammercially as iinish hardware, 9 as required f�r swing doars' except special types of unique and nan-matchiag hardware LO spacified in the same section as the door and door frame. i 1 C. The types of finish hardware requixed inclucie the following: 12 I . Martise hinges. 13 2. Locksets. 14 3. Latchsets. 15 4. Daar ciasers. l5 5. Stripping and seals. 17 6. Thresholds. 18 7. Miseellaneaus items_ 19 1.� RELATED WORK 2{� A. Section 0$ 13 14, Steel Doors and Frarnes. 21 1.3 REFERENCE STANDARDS 22 A. Comply with the applicable pravisions and recommendations of the following except 23 where otherw'ise shown or specif ed: 24 I. FS TT-S-0011657. Sealing Cornpound — Single Compo�ent, Butyl Rubber 25 Based, Solvent Releasa Type. 26 2. Natianal Builders Hardware Association, Recommended Locations f�r 27 Builders Hardware. 28 3. NFPA Standard No. $0 fire doors and windows. 29 3a i.4 SUBMITTALS 31 A. The Cantractor shall submit shop drawing sin accordance with Section Q1 33 Op. 32 B. Shop Drawings: Submit for approval the following: 33 1. Copies of manufactuxer's data for each item of finish hardware. lnclude 34 whatever informatinn may be necessary to show compliance with 35 requirernents and include instructions for installation and for maintenance of 36 operating parts and exposed finished. Wherever needed, furnish templates to 37 fabricators of other work, which is to recei�e finish hardware. 5outh Westsida V Elevated Storage Tanh City Projcct No. 103428 aa �� ao- a FINISH HARDWARE Page 2 of l2 1 2. Copies of the finish hardware schedule, in the manner and format specified, 2 complying with the actual cpnstruction progress scheciule reyuirements (for each 3 drafk). Include a separate key schedule, shawing cl�arly hor�v ths County's fnal 4 instructions on keying of lack shave been fulizl�ed. Finish hardware schedules are 5 intended for coordination of the work. Review and acceptance by the Engineer 6 does not relieve the Contractor af his exclusive respansiUility to fulfill th� 7 requirements as shown and specified. S 3. Bas�d on khe iinish hardware requirements specified, organize the final �nish 9 h.ardware scheduie into "hardware sets" indicating complete designation of every 10 itern required for each do.or or apening. Furnish initiial draft of schedule at the 11 earliest possible date, in order to facilitate the fabricaiion oi othez' wark {such as l2 hallow meLal frarrses), �rhick� may be critical in the project construction schedule. 13 Furnish final draft of schedule after samples, manufacturer's data sheets, 14 coordination with shop drawings for other woric, delivery schedules and similax I5 infortnation have been compieted and accepted. 16 C. Samples: Prior to subm.ittal of the fu1a1 hardware schedule and prior to delivery of 17 hardware, submit one {1) sample of each exposed hardwaz'e us�t, finished as required, 18 and tagged lvith full descriptian for coardination with the schedute. Sample will be 19 reviewed by Engineer for design, color an.d te�ture on1y. Compliance wikh ot�iez' 2Q requirements is the exclusive responsibility of the Contractor. 21 22 23 D. Owner's Replacement Stack: Sarrsples submitted which are approved by the Engineer will be forwarded ta the Owner for use as replacement stock. E. Prepare a keying scheduIe in consultation with the Owner. 24 1.� QUALXTY ASSURANCE 25 A. Supplier Quaiifications: The finish hardware supplier shall ha�e im his employ a 2b member of the Amez'ican Society of Architectural Hardware Consultants who shall be 27 responsible for the complete finish hardware contz'ack 28 29 30 31 32 33 34 35 36 37 38 39 B. Design Criteria: Match the exisiing lock and latch set manufacturer and keying system.. 2. Where the finish, shap�, size ar function of a memher receiving fnish hardware is such as to prevent t1�e use of, or make ur►suitable the types specified, furnish similar types having as nearly as practicable the same operation. 3. [f fnish hardware far any location is not specified, provide finish hardware equaI in design and quality to adjacent finish hardware for comparable openings. 4. Furnis� �nish hardware items of proper design for us� on daors and frames of the ihickness, prbfile, swing, security and similar requirements, as necessary for proper installation and function. 5. Contz'actor shall bring to Engineers attentian any item of finish hardware which cannot be installed ar will not function properly. 40 b. Unless otherwise specified, comply with the National Builders Hardware 41 Association, "Recommended Locations for Builders Hardware", 42 7. For fire rated openings, provide hardware complying with NFPA 80. Provide 43 hardware which has UL approval far the intended use. 44 C. Requirements of Regulatory Agencies: 5outh Westside V�levated Storage Tank City Prajcct Na, 1 D3428 OS 7l 00- 3 FINiSH HARDWAIt� Page 3 of 12 1 1. Cades: Comply with the applicable requirements of the New Yark 5tate 2 Uniform Fire Prevention and Building Code for the types aifznish hardware 3 specified. 4 D. Source Quality Control: To the greatest extent possible, obtain each type of fir�ish 5 hardware from only one manufacturer. Locksets, latch set5 and cyiin.ders must 6 ariginate frot�t th.e same �nanufacturer. 7 l.b P120DUCT DELIVERY, ST�RAGE AND HANDLXNG 8 A. Product Delivery, Storage and Handling shall be in accardance wiih 5ection 01660. 9 B. Delivery of Materials: 1 D 1. Deliver �nxsh hardware suffieiently in advance of iis setting fqr proper inspection. 1 f 2. Pack each pieee of finish hardware separatcly, corz�plete with screws, keying, 12 instructions and templates, tagged to corresppnd vvith the approved finish hardwate 13 schedule. 14 C. Storage of Materials: l5 1. Provide secure lock-up for finish hardware stored at #he site, but not yet installed. 16 2.. Stare finish har�ware in manufacturer's original packages. 17 D. Handling of Materials: Control the handling and installation of finish hardwat'e items 18 which are not immedia#�ly replaceable, so that the completion of the work will not be 19 deIayed by finish hardware losses, both before and after installation. 20 1.7 JOB CONDITiONS Z1 A. Seheduling: Deliver individually packaged finish hardware items at the proper time 22 to the proper 3acations %r installation. 23 S, Terttplates: Furnish hardware templates to each fabricator of doors, fra�nes and other 24 work to be factory prepared for the installation of hardware wprk to conform that 25 adequate provisions are made for the proper installation of hardware. 26 C. Caardination: Coordinate hardware wikh other wor�C. Tag each item or package 27 separately with identificatian related to the final hardware sehedule, and include 28 basic installations in the paekage. Furnish hardware items of proper design for use 29 on doors and fraxxzes of the thicknesses, profile, swing, s�curity and sirriilar 30 requirernents indicate�, as necessary for proper installation and function. 31 1.� SUBSTITUTIONS 32 A. Do not make substitutians after Engineer's approval of final �inish hardware schednle. 33 PART 2 - PRODUCTS 34 2.1 MATERIALS AND FABRIC,�TION 35 A. General: 36 1. Hand of Door: The drawing shaw the swing ar hand of each door leaf {le�t, right, 37 reverse bevel, etc.). Furnish each item of finish hardware for proper installation and 38 aperation of the doar swing as shown. South Westside V Elevated SEorage Tank City Praject No. 103428 U8 71 OU- 4 FINISH H�1I�I]WARE Page 4 of 12 1 2. 2 3 4 3. 5 6 7 8 9 10 I1 12 13 14 15 16 17 1$ 19 4. 5. C 20 zi 22 23 24 25 2b 2'1 28 29 Manufacturez''s Name Plate: Do nat use manufacturer's pxoducts which hat�e rnanufacturer's name or trade name displayed in a visible location (omit removable nameplates). Base Metals: Produce fuush hardware ur►its of the basic metal and fortning method sgeciiied, using the manufacturer's standard meta.l alloy, cotnposition, temper and hardness. Do not substitute materials or forming rnethpds for those specified. Fasteners: Manufacture imish hardware ta confQrm to published templates, generally prepared for maehine scz'ew installation. Do not prQvide finish hardware which has beep prepared for selftapping sheet metal screws, exccpt as specifically indicated. Furnish screws for installation, with each �nish hardware item. Provide Phillips flat-head screws except as otherwise specified_ Finish exposed (exposed under any condition) scr�ws to match the hardware finish or, if exposed in surfaces of o.ther work, to match the finish of such other work as closeiy as possible, including "prepared far paint" in surfaces to recei�e painted iinish. Provide fastaners which are compatible with both the unit fastened and the substrate and which wili not cause corrosion ar deterioration of finish hardware, base material or fast�ner. 7. No �xposed fasteners on hardware unitis shall be visible when doors are clnsed, except to the extent no standard manufacturer urrits af the types specified are available with concealed fasteners. Do not use through bolts for installation where the bolt head or the nut an the opposite iace. is exposed in other work under any condition, except where it is not possihle to adequately reinforee tk�e work and use machzne screws or concealed fasteners of another standard type to satisfactorily avoid the use of through holts. S, Tools for Maintenance: Furnish a complete set of specialized taols as needed for continued adjusttnent, maintenance, removal and replacement af finish hardware. 3� 9. Fielci Checks: Make periodic checks during installation of finish hardware to 31 ascez�ain the correctness of the instailation. Aiter completion af the work, certify in 32 �rriting, ihat all items of finish halydware have bee� installed, adjusted and 33 are funefioning in accordance with Specification requirements. 34 B. Mortise Hinges: Provide all doars with hinges as specified i�elow: 35 1. Templates and Screws: Provide only template produced units. 36 2. Base Metal; Exccpt as atherwise speciiied, fabricate hinges from stainless 37 steel and finish to match the latch attd lockset. 38 3. Number af Hinges: Excegt as otherwise specifzed, pro�ide two hinges on eaeh door 39 Ieaf of less than 60 inches and an additional hinge for each 30 inches or fraction 40 thereof. 41 4. Hznge Size: Except as otherwise specified ar as r�quired to comply with UL and 42 NFPA, pro�ide hinges of the following sizes: 43 a. InteriQr an� exterior daa:rs, ttxaximum 36 inehes wide: 6-inch heavy weight 44 (0.203"). Soufh Westside V Elevated Slorage Tank City Prajcct No. 103428 0$7100-5 FINISH HARQWARE Page 5 of l2 1 2 3 4 S 6 7 8 9 1Q 1] I2 5, 6. h. All hinges for 1 3/a inch thick doors shall be 4'/z inches wide in the open position. �or other door khicknesses hinges shall be oFwidth to permit unobstructed swing of the door. Types of Hinges: Pro�+ide full-mortise type, hall-bearing hinges swaged for mortise applications, ixiner leaf beveled, square comered, unless manufacturer's reea.mmendations inciicate that half mortise half-surface fu�I-surface ar other type should be used for the frame and door type nf condition. Hinge Pins: Except as otherwise speciiied, provide hinge pins as follaws: a. Pins: Non-rising stainless steel. b. Exterior poors: Non-removable non-rising pins, modern type. c. Tips: Flat button and rnatching plug with no h�rizon.tal lines, finished to :match leaves. I3 7. Product an� Manufacturer: Provide one of the fol�awing: 14 a. FBB 199H by The Stanley works. 15 b. T4B3386H by McKinney iWfanufacturing Company. 16 c. Or equal. 17 C. Cylindrical Locks and Latch Sets: Provide all daors with locks or latch sets as 18 specified below: i9 1. Strikes: Provide manufacturer's standard wrought steel box strike, for each locatinn 20 and use shown. �'rovide cur�e lip strikes, unless otherwise recommended by 21 manufacturer, finished to match lock or latch set trim. 22 2, Lock Throw: Provide 3/4 inch minizrxum throw of latch bolt used on paus of 23 doors. Provide 516-inch minimum throvv on other latch bolts. 24 3. Material: Provide all stainless steel chassis, including heavy duty cylindrical case, 2S Iatch case and frant for doors at Raoms 102, 103 and 110. 26 4. 27 5. 28 29 30 6. 31 7. 32 8. 33 34 9. 35 �� 37 38 39 40 41 42 43 Q�4 45 Backsets: Pro�ide backset of 2-3/4 inches. Modify specif ed locks and latches to comply with UL Building Materials Director, and List of Fire Protection Equipment and Materials and NFPA No. 80 requirements. AII locksets shall have a deadlocking latch and have a minimum throw of'/2 ineh. Finish: U.S. 32D Satin on stainiess steel. All locicsets, etc. shall be of one manufacturer's products. De.sign s1�a11 he Magnolia or approved equal. Product and Manufacturers: Provide one af the fallowin�: a. Lockwood Series 340-Cornet Design. b. or �au�i. D. Panic Exit Devices: 1. A�1 exit devices shall be toueh. bar type. The vertical surface height of the touch b.ar shall be 2-118. Horizontal and vertical roller bearings shall zn.inimize friction and pravide a uniformly smoath operation along the ent�re surface of the touch bar. The touch bar, horizontal housing and the trim base to be extruded aluminum. The latch holt shall be ivrged bronze with a minimum throw of 3/4", the device shall he pravided with a deadlocking latch bolt feature. A one point dogging with hexagon key, shall be standard with the devic�, except An label�d doors. The de�ice shall be mounted to the cioor with hex �olts. 5auth Weatside V Eievated Storage Tank City P[aject No. 103428 06 7! 00- 6 FIl�'I5ti1 HAItDWARE Page 4 af 12 1 Z 3 4 5 6 7 8 9 10 il 12 13 14 i5 16 17 18 19 2Q 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4i 42 43 44 45 2. Exit Daors: Provide panic exit devices, of the type required,. including LTL Iabels where required by gaverning regulations and as specifed. 3. Strikes: Provide manufacturer's standard wrought box strike, stainless steel, finished to match panic exit device trim. 4. Product anci Manufaciurer: All exit devices shall be oi one manufacturer's products. Provide one of the following: a. Sez'ies VC and RC and Locicwood with Series 300 Cornet Design. b. Or equal. . E. Cylinders and Keying System: I. Multiple-Buzlding System: Provide to integrate with existing graMdrnasterkey sy�tenrz fox project. 2. Equi� a11 locks with manufackurer's special 6-pin tumbler cylinder with cansiruction master key %ature which pe�nit s vaiding oi construction keys without cylinder removal. 3. Contractor shall furnish ten core removal keys and a quantity of rriaster keys as directed by the Owner, not to exceed ten each �aer group. Furnish a minimun:i of three change keys per cylinder. 4. Contractor shall fumish all cylinders with six pin cores. 5. A key sch�dule shpwing all key numbers and spaces to which each permits entry, shall be provided. The schedule and the key cabinet, along with key gatl�ering envelopes containing keys for each Iock endorsed with lock number and space designation, shall be turned over to the Owner. Keys shall be installed on proper tags in the key cabinet. A constniction master key shall be established and applied to all locks and cylinders, except for closets, within major spaces. Locks for these closets shall be shipped unlocked and the keys shipped to the Owner with the balance of the keys. 6. Comply with the Owner's instructions for masterkeying and, except as otherwise speciiied, provide individual change key for each lock wh'sch is not designated to be keyed alike with a group of related loc�Cs. 7. Key Material: Provide keys of nicicei silver only. 8. Key Quality: Furnish three keys for each lock and five keys for master system. Provide ane extra key blank far each locic. 9. Provide a key co�trol system including envelopes, labels, tags, wsth aelf- locking key clips, receipt forms, 3-way visible caz-d index, temparary markers and standard metal cabinet, a11 as recorrimended by system manufacturer, with capacity for 150 percent of the number of locics required for the project. Provide a hinged panel type Cabinet, for wall rnounting. F. Door Closers: 1. Frovide alI doors both active and inactive with door closers. 2. Size of Units: Except as otherwise specified, cornply with the manufacturer's recommendations for size of doar aontral unit, depending upon size of �oor, exposure to weather and anticipated frecluency of use. Use adjustable size closers, changeable from size 2 through 6 and reversible for right or Ieft hand doors. 3. Use parallel arm arrangerr►ent for doors that would atherwise have the door closer appearing in finished eonidors or entries. South Westside V�levated 5torage Tank Ciry Projcct No. 10342$ 08 71 Oa- 7 PIlVI51-I I�AitUWAR� Page 7 of 12 1 4. 2 5. 3 6. 4 5 7. 6 7 $. S 9. 9 10 11 l2 13 14 15 16 17 18 19 20 21 22 23 24 Provide hold open feature for all doors except fire rated doors. Pro�ide long arm to allow door to swing 1$0 degrees wh�re possible. Provide individual regulating valves far closing and latching speeds, and separate adjustabie back check valve, preset at 75 degre�s, Provide corner brack�t an all exterior doors. Select arms to clear weatherstrigping and overhead stops. Material: 5tainless steel. Finish: i1S 32D Satin. 10. Product and Manufacturer: All closing devices and accessories are be one mar�ufacturer's products. Frovide one of the following: a. 1250 Series door closers by Sergeant Di�isian of Walter Kidder and Cnmpany, Incorporated. b. 160DSS Series daor closers by Noxtan Security Prflducts, Division Stovall Industries. c. Or equal. G. Overhead Stops: to of 1. 1'rovide heavy duty (30 pounds per squate foot) overhead hoider and stap with hald open feature on all exteriox daors, bath leafs. Comply with UL and NFPA Requirements. 2. Materials: Provide the following materials: a. ShockAbsnrber 5pring: Brass. b. All Other Parts: Extruded bron�e. 3. Caordinate placement of overhead hnlder and stop wiih arm and hracket selecti.on for doox elosers, for non-interference. 25 4. Product and Manufacturer: Provide one of the following: 26 a, GJ 79HD Series heavy-duty overhead doar hQlder by Glynn Johnson 27 Corporation. 28 b. Or equal. 29 H. Wall and Floor Stops: 30 1. All doors sha[1 have stops. �rovide wall stops for all interior doars vvherever 31 possibie. Provide t�aor stops only where conditions preclude the use of alI stops. 32 2. Materials: Stainless steel or brass chassis with grey rubber tip. 33 3. Finish: US 32D Satin or XS26D Satin, as scheduled. 34 4. Provide concealed stainIess steel fasteners as required by substrate. 35 5. Coordinate height of �iome type floor mounted door stogs with threshold 36 condition and undercut of daor. 37 38 39 4D 41 42 43 44 6. Praduct and Manufacturer: Provide nne of tlie following (except where otherwise speci�ed): a. �40$B wall rnounted concave series and 436 floor mounted dome type series by Ives Company. b. WB6QMX walI rnounted concave series and I3X floor mounted dome iype series by Glynn lohnson Division of The Citation Companies. c. Qr equal. I. Coordinators: 5outh Westside V E[evated Storage Tank City Projcct No, 103428 aa7� ao-s FINI5H HARDWARE Page S of 12 1 2 3 4 5 6 1. Frovide coQrdin.ator device on a13 pairs of doors requ�r�ng autornatic �lush bo�ts. Comply with UL, List of Inspected Fired Protection Equipment and Material, and NFPA Na. SO 2. Yrovide manufacturer's standard carry har a�d strike an all pairs of doors equipped with coordinator. 3. Materials: Bxo�nze. 7 4. Finish: Palished branze. 8 5. Praduct and Manufacturers: Provide one of the foIlowing. 9 a. 469 5eries by Ives Connpany. l0 b. COR 65 by Glynn-7ohnson. 11 c. Or equal, 12 13 I4 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 3D �1 32 33 3+� 35 36 a� 38 39 �Ffl 41 42 43 44 45 J. Stripping and Seals: 1. Pravide perimeter weather stripping at all exteriar doors and doars in walls forming hazardous spaces and as specified. 2. Continuity of Stripping: Except as otherwise speci£'ted, ii is required that the stripping at each opening be continuous and with out unnecessary.interruptians at door corners and hardware. 3. Repiaceable Seal Strips: It is required khat the resilient or fl�xible s�al strip of every unit be easily replaceable and readily avaiiable from stocks rnaintained by the manufacturer. 4. Provide bumper type weather stripping at jambs and nead, including a r�silient inserk and metaI retainer sttip, surface-applies, of the following metal, ftnish and resilient bumper material: a. Housing: Extruded aluminum wiih medium bronze anodized finish: 0.062-inch minim�m thickness af main walls and flanges. b. Seals: Silicone or vinyl. 5. Product and h�Ianufacturer: Pro�ide one of the following: a. No. 293AV by Pemko Manufacturing Campany. b. Na. 129VD[JR by Reese Enterprise, Incarporated. c: Or equal. 6. Provide automatic drop-seal sound-stripping door-hotto�n unit af manufacturer's standard design, with operating seal bar of the following matarial, retained in an extruded metal6ar and capable af operating to close a 3/4 inch gap {from door bottom to floor or threshold). House mechanisrr� and operating bar in the following metal threshold. a. Housing: Exlruded aluminum Q.062 inch thick, wikh medium bronze anodized finish on expased surfaces. b, Seal: Closed-cell sponge neoprene. Mounting: surface-mounted except as otherwise indicated. Maunt on stop-face of d�ors, except mount on hinge face of swing-in exterior doors. 7. Product atxd Manufacturer: Provide one of the following: a. No. 430DS by Pemko Manufactuz'zng Company. b. No. 330DUft �y Reese �nterprise, Incorporated. c. Or equal. K. Astragals: South Westside V Elevated Slorage Tank City Proj�ct No. 103428 OS 71 DO- 9 PINISFi HAItDWARG Page 9 af l2 1 2 3 4 5 6 7 S 9 10 11 12 l3 14 15 16 17 ZS 19 20 21 22 23 24 25 2.6 27 28 29 30 31 �2 33 34 35 36 37 38 39 4D 41 42 43 44 1. Provide metal and neoprene astraga� for exposed �at head screw maunting on both iea�ves of all pairs of doors. 2. Pro�ide asLragal af extruded aluminum, medium hronze anodized �'inzshed and black neoprene. 3. Product and Manufacturer: Provide one of the following; a. No. 375DR Series by Pemko Manufacturing Campany. b. No. 33DUR by Aeese Enterprises, �ncorporated (with additional screws t$raugh neoprene). c, Or equal. L. Flush Bolts; 1. Provide flush bolts on the inackive leaf of all pairs of doors, at the top and boltom of door. 2. Materials: Pro�ide the following materials a. Flush bolt levers: Aluminum. h. Flush bolt plate: Aluminum. c. Flush bott guide and strike: Wrought brass. d. Flush balt rods: 1/z inch raund rads, bronze, 12 inches minimurz� lengYli. e. Bolt head: Srass. 3. All tlush holts furnished for labeled doors shall ha�e UL approval. 4. Provide extension flush bolts with 3/a inch throws and with top bolt not over 6 foot Q inches above �nishet� floor, Provide bottom flush holt 12-inches long. 5. Produet and Manufacturer: Pra�ide one of the following: a. 458 �`lush Bolt by Ives Company. b. 298 Flush Bolt by Russwin, Division of Enahart Corporation. c. Or equal. M. Thresholds: 1. Provide thresholds on ali exteriar doors and doQrs in walls forming hazardous spaces. and as speaified an door schedule. 2, Metal: Extruded aluminum, smooth commercial finish. 3. Surface Pattern: Gronved iread, manufacturer's standard. 4. Provide countersunk aiuttunum screws and expansion shields. 5. Width: 5 inches wide and full width af opening. 6. 6. Cnstructinn: Single-pieee, carrsplying with noannfacturer's recornmendations. 7. 7. Profile: Provide manufacturer's stan.dard flat unit with low pro#'ile. For doors eauipped with panic hardware, including floor bolts, provide profile with stap bar of proper size and shape tq function as khe strike plate for �e floor bolts. 8. S. Thicicx►ess: 118 inch minimum. 9. 9. Producf and Manufacturer: Provide one of the following: a. 272A and 157A by Pernlco Manufacturing Company, for low pro�Ie. b. S�06A and 5512A0 by Reese Enterprises, Incorporated. c. Or equal. N. Silencers: 1. Provide flush silencers for all non-�re rat�d door frames. Refer to Section 0811 fi for numbar required. South Westside V Elevated Storage Tank Cify Project 1Va. i(33428 OS 71 00- 10 �iNISH [iARDWARi Paga LO of 12 1 Z 3 4 5 6 7 S 9 10 11 12 13 14 15 I6 17 18 2. Product and Manufacfurer: Provide one of the following: a, No. 3446 by �argent and Company. b. No. 33 by Russwirz, Division af Emhart Corporation. c. Or equal O. Sealants: Provide butyl rubber sealant complying with FS TT-S-OOp1657 for use with thresholds. P. Rain Drip: 1. Provide rain drip for all exterior doors not protected by an overhang. 2. Metal: Extruded medium bronze anodiaed alt�rYunum. 3. Provide projecting leg of 2-1/2 �nches. 4. Product and Manufacturer: Pzovide one of the following: a. R201 DUR by Reese �nterprises Incorporated. b. 142 by �ero Weatherstripping Company, Incorporated. c. Or equal. 5. Push Plates and Pu118ars: a. All push plakes shall b� 14 gauge x 3" x 12" wrought p.lates with beveled edges. b. All pull bars shall be 318" x 1-114" x 6-3/8" bar, fastened to a back plate that matc�es the push plate. 19 �.� HARDWARE FINISHES 20 21 22 23 24 zs 26 27 A. Provide matching finishes for finish hardware units at each door or opening, to th� greatest extent possible. Reduce differenees in coIor and textures as much as commercially possible where the base metal or metal forming process is different far individual units of finish hardware exposed at t�e same door ar opening. In general, match all items to the rnanufactur�r's standard Finish for the latch and lock set for colar and texture. All hardware and hinges shall have a US32D finish unless otherwise nated. All surFace closers shall have a U5P �nish unless otherwise nated. 28 PART 3 - EXECUTION 29 3.1 GENERA�, 30 31 32 33 3�4 35 36 37 38 39 A. Approval: As soon as practical after award of G�neraI Construction Contract and before a hardware schedule is prepared and before any �ardware is ordered or d�Iit�ered to the project, the Contractar shall submit to the Engineer for his written approvai, copies of sample list, iisting each of the differcnt �tenn:s nf builders finishing hardware and cakalog euts of each item proposed. 3.2 INSP�CTION A. Contractor shall examine the substrate to receive finish hardware, and ascertain the conditions under which the work will be performed, and notify the Engineer in writing of unsatisfactory conditions. Da not �roaeed with the finish hardware work until unsatisfactory conditians have been cort'ected in a manncr acceptabie ta the Engineer. South Wcsiside V Elevated 5torage Tank CiEy Projeet No. 10342$ oa �t aa- � i PINISH HARDWIIR� Page 11 of k 2 3.3 FREPARATION 2 A. Templaies: Wiihin ten (IO) days after receipt of the approved hardware 3 schedule, the hardware supplier shall furnish finish hardware templates to each 4 fabricator of daors, irames �nd other woric to be factory prepared for the installation of 5 finish hardware. Upon request, check the shop drawings of such other work, ro confirm 6 that adequate provisions are made for the proper installation of the �nish hardware. 3.4 INSTALLATION 8 A. Instal.lation of all hardware shall be in a manner which will eliminate eracks on 9 surfaces which cQuld allow the growth of bialogical life by praviding crevices and Ib joints whioh can co.ilect moisture and gerr�s. 1I B. Mount finish hardware units. at heights recommended in "Recnmmended 12 Locations far Builders' Hardware" by National Builders Hardware Association, 13 except as otherwise specified or required to comply with governing regu.lations, 14 C. [nstall each �nish hardware item in compliance with the manufacturer's 15 instructions and recommendations. Wherever cutting and fitting is required to install l6 finish hardware onta or into suirfaces vvhich are lat�r to be painted or finished in 17 another way, install each item completely and them remove and store ix� a secure 18 place during the Fznish applicakion. After cornpletion of the finishes, re-install eaeh 19 item. Do not instal! surface-mounied items until finishes ha�e heen complete don the 20 substrate. 2I D. Set units levels, plumb and true ta line and Iocation. Adjust and reinforce the 22 attachment snbstrate as necessary for proper installation and operaiion. 23 E. Dri11 and countersink units which are not Factary prepared for anchorage fasteners. 24 5pace fasteners and anchors in accordance with industry standards. 25 F. Cut and fit threshold and floor covers to profile of door frames, witk mitered 26 corners and hair-line loints. loin units with concealed welds ar concealed mechanical 27 joints. Cut smaoth openings for spindles, bolts and similar items, if any. 28 G. Screva thresholds ta substrate with No. 10 or larger screws, af the proper type fqr 29 pennanent anehorage and of hronze or stainless steel which will not corrode in contact 30 vvith the threshold metal. 31 H. Set thresholds in a bead of butyl ruhber sealant to completely iill concealed voids and 32 exclude moisture from every source. Do not plug drainage holes or block weeps. 33 Remave excess saalant. 34 3.5 ADJUSTMENT AND CLEANING 35 A. Adjust and check each operating item of finish hardwar� and each door, to ensure 36 proper operatian or fu:nction of every unit. Lubricate rrioving parts with the 37 type lubrication recommended by manufacturez (graphite-type if no other 38 (recommended), Replace units which cannot be adjusted and lubricated to operate 39 freely and smoothly as intended for the application. South Westsid� V Eleveted 5torage Tank City Prajecti�lo. 103428 08 71 DO- 12 FINISH fiARDWARE Page 12 of 12 l B. Final Adjustment: Where finish hardvvare insta!lation is made znore than one month 2 prior to acceptance or occupancy of a spaee or area, return to the work during the 3 week prior to acc�ptance ar occupancy, and make a iinal check and adjustnnent of all 4 finish hardware items in such space or area. Clean and relubricate operating items as 5 necessary to restore proper function azxc� finish of finish hardware and doors. Adjust 6 doar control devices to connpens.ate far final operating of heating and ventilating 7 equipment. 8 C. Instruct Owner's p�rsonnel in proper adjustment and maintenance of finish k►ardware 9 during the final adjustment of finish hardware. 10 D. Fiz�ish hardware which is blemished or defective wili be rejected even though it was � I set in place before defects were diseovered. Remove and z'eplace with ne�v �nish 12 hardware. Repair a11 resultant damage to other work. 13 E. Continued Maintenanc� Service: Approximately six months after the aeceptanee of I4 finish hardware in each area, the contractor, aecompanied by the representative of the 15 latch and lock manufacturex, shall return to the project and re-adjust every item oF 16 hardware to restare 17 proper function of dnors and finish hardware. Cansult wsth and instruct Owner's 18 personnel in recommended additions to ihe rnaintenance proeedures. Ciean and 19 lubricate operaiional items wh�rever required. Replace finish hardvvare items which 26 have deteriorated or failed due to faulty design, materials or installation of finish 21 hardware units. Prepare a written report of current and predictable problems (af 22 substantial nature}, in the performance of the 23 finish hardware. 24 END OF SECTI�N South Westside V Elevatad 5tarage Tan[c Ciry Project No. ! 03428 09 90 DO- 1 COATING FOR ELEVATED WATER STQRAGE TAMK$ Page ! of 12 i SECTION 09 90 00 2 COATING FOR �LEVATED WATER STORAGE TANKS 3 PART1- GENERAL 4 1.1 SCOPE 5 A. The work of this section includes the coating of all interior surfaces, and the painting of b all exterior sutfaces. 7 B. Related Specifieation Sections include, but are not necessarily limited to: 8 1. Division 0— Bidding Requir�xnents, Contract Forms and Conditions of the Contraci 9 2. Division 1— General Requirements 1 p 3. Section 33 l6 1� — Composite E.levated Watet' Storage Tank 1 t 1.2 REFERENCE �PECIFICATIONS AND STANDARDS 12 13 14 IS 16 17 18 19 20 21 22 23 2h 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4l 42 43 A. Witkaut limiting ihe general aspects of other reyuirements of these specifications, all surFac� preparation, coating and painting of interior and exterior surfaces and inspection shall conform to the applicable require�n.ents of the Society for Peokective Coatings, NACE International, ASTM {Am�rican Saciety for Testing and Materials), A�VWA and the manufacturer`s printed inslructions. J.. ASTIVI (American Society for Testing and Ma�erials} AS'i'M D 520 Standard Specif'tcation for �ine Dust Pigment AS'1'M D 44I7 Standard Test Methods Far Field Measurerrient of 5urface Pro�le of Blast Cleaned 5teel ASTM E 337 5tandard Practice Test Method fnr Measuring Huznidity with a Psychrometer ASTM D22a0 Standard Methods of �valuating Degree af Rusting on Painted Surfaces 2, ANSI (American National Standards Institute} AN5I/A5C Z9.4 Exhaust Systems A6rasive Blasting Dperatinns — Venti�ation and Safe Practice ANSI7NSF Standard 61 Drinking Water Components 3. AWV�'A (American Water Works Association) AWWA D 102 Coating 5tee1 Water Storage Tanks 4. Consunaer Produ�t Safety Act, Part 13�}3 5. NACE International NACE Publicakibn TPC2 NACE Standard SPa178-2007 Coatings and Linings for Immersion Service: Chapter 1 Safety, Chapter Surface Preparation, Chapter 3 Curing, and Chapter �4 Inspection Standard Recammended Fraetice — Fabrication Details, 3urface Finish Requirements and Proper Dasign Considerations far Tanks and Vessels to be Linad for Immersinn Service South Westside V Etevated Storage Tank City Froject No. 103428 09 90 40- 2 COATiNG FOR ELEVATSD WATER 5TORAG� TANKS !'age 2 of 12 1 2 3 4 5 6 7 8 4 io 1! 12 13 14 15 16 17 18 i9 20 2S 22 23 24 25 26 27 28 29 30 3] �2 33 34 NACE Standard SI'O 1$$-20p6 NACE Standard RP0287-2002 NACE Standard RP0288-2004 Standard Recommended Practice — Discontinuity (Holiday) Testing of Protective Coatings Field Measurement of Surface Profile of Abrasive Blast-Cleaned SteelSurfaces Uszn.g a Reglica Tape Standard Recommended Practice, Inspection of Linings on Steel and Conerete 6. OSHA (OccupationaI Safety & Hea�th Administration) 1915.35 Standards — 29 CFR -- Painting 7. SSPC (Society for Proiecti�e Coatings) SSPC-SPl SSPC-SP2 SSPC-SP3 SSPC-SP11 SSPC-PA-1 SSPC-PA-2 SSPC-PA-3 SSPC-Guide 12 SSPGVIS 1-89 SSPC Paint Spe�c 36 $. SSl'C/NACE doint Standards S5PC-SPSINACE 1 SSPG5P6/1�ACE 3 SSPC-SP'l/NACE 4 5S�'G5P101�fiACE 2 SSPC-W7-41NACE WJ-4 Soivent Cleaning Hand Tofll Cleaning Power `�'oal Cleaning Power Tool Cleaning to Bare Mekal Shop, Field and Maintenance Painting Measurement of Dry Film Thickness with Magnenc Gages Guidc to Safety in Paint Applicakinn Guide for Illumination of Industrial Painting Prpject Pictorial Surface Preparation Standards for Painting 5teel Surfaces Two Component Weatherabfe Aliphatic Polyurethane Topcoat, Performance-Based White Metal Blast Cleaning Commercial Blast Cleaning Brush-Off Blast Cleaning Near-White 1VIeta1 Blast Cleaning Waterjet Cleaning of Metals 3S B. The Engineer's dacisian shall be �inal as tha interpretatian andfor conflict between any 3b of the referenced speciiications and standards contained herein. 37 1.3 CONTRACTOR 3$ 39 A. 46 4l �Z 43 B. 44 45 45 47 C. 48 49 The Contractor shall have three years practical experience and sucaessful history in rhe application of speeified product to surfaces of steel water tanks. Upan request, he shail substantiate this requirement by furnishirig a list of references and job completions. The Contractor shall submit with his bid a written statement by the coatings manufacturer stating that the Contractnr is iamiliar with the materials speci�ied an�i has workers capable of performing the work specified herein. The pexsonnel perfortning the work shall be lcnowledgeable and have the required experience and ski11 to adequately perform the work for this project, in accordance with SSPC-PAI, "Shop, Field and Maintenance Painting". 50 1.4 QUALITY A,SSURANCE 51 A. General: Quality assurance procedures and practices shall be utilized to manitor all South Westside V 8levated Slorage Tank City Project No. ] 03428 oa 90 on- 3 COATING FOIZ ELEVATED WATER STQAAGE TANK5 Fage 3 of 12 1 phases of surface preparation, application and inspection throughout the duration of the 2 pro,�ect. Procedures or practices not specifically d�%ned herein may be utilized 3 provided they meet recognized and acceptec3 professianaj standards and are approved � by the Engineer. 5 S. Surfaee Pretparation: �uriace prepaz'ation wilI !�e based upan camparison with: 6 "Pictorial Surface Preparation Standards for Painting Steel Surfaces: SSFGVIS 1-89", 7 ASTM D2200-95, "Standard Methods af Evaluating Degree of Rusting ott Pain. ted 8 Surfaces". 9 Surface proiile shall be measured in accordarice with ASTM D 4417-91, Method B and/or 1 a Method C or NACE Standard RQ0287-2002. The number oF surface pro%le readir�gs to be l l taken shajl be as proscribed in SSPC-PA 2, Section 8 regarding the number of dry film readings. 12 in all cases the written standard shall take p.recedence over the visual standard. I3 NACE Standard SP4178-2D07, along with tha Visual Comparatar, shall be used to verify the 14 surface preparation of welds, 15 Prior ta undertaking fuil-scale abrasive blastitig operations, the contractor shall perform a test 16 blast on bath the exterior and the inierior of the tank in the presence af the Engineer or his 17 representative. The test section shall be a minimum of five (5) feet high by five (5} feet wide. 18 The Engineer or his representative shall verify that the surface cleanIiness and profile meet the 19 requirements of this specification before work is allowed to proceed. In the event the test ZO section fails to compiy with the requirements of this specifieatian, the contractor shall be 21 required to maice suitable changes tn the equipmen# and/or ab.rasive material and petform an 22 additional test sections until compliance with the speci.fication is demnnstrated. 23 C. Application: No coating or paint sl�all be applied when: 1) t$e surrounding asz' 24 temperature or the temperature of the surfac� to be coated or painted is below the 25 tninimum surface temperature for th� products speci�ied herein, 2) rain, snow, fog or 26 mist is present, 3) the surface temp�ratuxe is less than 5°F above the dew point, 4j the 27 air ternperature is expected to drap below the minimum temperature far the products 28 specified within six hours after applieatian af coaking. Dewpoint shalI be measured by 29 use of an instrument such as a Sling Psychrometer in conjunction with U.S. Department 30 of Commerce Weath�r Bureau Fsyehametric Tables. If any of the abave conditions are 31 prevalent, coating or painting shall he delayed or postponed until conditions are 32 favorable. If environmental control devices are proposed to allow coating during any 33 unfavorable conditiQns, the proposed devices, their application, and job-specific 34 procedures sha!! be approved in writing by the coating manufacturer, and tl�is written 35 document shall also includa a statement hy the coating manufacturer that na standard or 36 required warranties shall be affected by use of these devices. The day's cnating or 37 painting shall be completed in time to permit the film suf�'icsent drying time prior to 38 damage by a#naspheric conditions. 39 D. Coati�ag Tltickness: T`hickness of coatings and paiut shall be measured checked 40 according to the procedures outlined in SSPC-PA 2"Measurement of Dry Film 41 Thickness with Magnetic Gages", May 2012 Edition. Dry iilm khzckness shall be a 42 Leve12 as de�.ned in Paragraph 9.2, excepting that n� single gage reading shall be less 43 than 80% of the specified dry film thickness. Areas that fail to rneet these crit�ria shall 44 he cox-t'ected at no expense to the Owner. Use of an instrument such as a Toake Gauge, 45 precissan groove grinder, etc. is peimitted if a destruchive test is de�rned necessary by 46 the Engineer and the totai DFT is less than 5Q mils. 47 E. Haliday (Pinhole] Testing: The integrity of interior aoated sttrfaces shall be tested far 48 holidays in accordance with NACE Standard SPO1$8-2Q05. For dry �lms less than 20 South Westside V E�evated Starage Tank City Project No. 103426 og 90 00- a COATING FOR EiE'VATED WA'l�lt STORAGE TANKS Fage 4 of i2 1 tni.ls, a non-destructive holiday detector shall not exceed 67.5 volts, nor shall 2 des�ructive holiday detector exceed the voltage recommended by the manufaeturer of 3 the coating system. A solution of 1 ounce non-sudsing type wetting agent, such as 4 Kodak Phota-Flo, and 1 gallon of tap water shall be used to perform the holiday 5 testing. For coating thielcness at 20 mils and greater, a high voltage Tinker & Rasor b AP/W holiday tester shall be used. Contact coating manufacturer for voltage 7 recommendations an.d curing parameters. 8 4 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 25 27 All pinholes and/or halidays shall he marked and repaired in aceordance with the manuiacturer's. printed recommendations ar�d retested. No pinnafes or other irregularities will he permitted in the final coating. F. Ins�ection D�viees: The contractor shall furnish, until final acceptance of coating and painting is accepted, inspecrian de�ices in good warking eandition for deteetion of holidays and measuremen� of dry fifm thiclrness of coa�ing and paix�t. The Contraetor ahall also furt�ish U.S. Department of Cotnmerce, Natianal Bureau of Standards certified thiekness calibration plates and/or plastic shims, dependirig upon the thickness gauge used, to test t11e accuracy af dry filrn thickness gauges and certified instrumentation to test the accuracy of holiday detectors. Dry ftlm gauges and holiday detectors shall be made available for the Engineer's use at all times until �"inal acceptanee of application. Holiday detection devices shall be operated in the presence o€ the Engineer. G. Inspee#ion: Inspection %r this project shail consist of `4�ald point' insgections. The Engineer or his repres�ntative sha11 inspect the surface priar to a6rasive blasting, after abrasive blasting but priar to application af caating materials, and bett�reen subsequent coats of matez�al. Final inspection shall talce place afier all caatings are applied, but prior to }�laeing the tank in service. Contractar will insure that sufficient rigging is in place so that the Engine�r ar his representative shail be ahle to conduct the required inspections. 28 H, Warran Ins eetion: Warranty inspection shall be conducted during the eleventh 24 month following acceptance of all coating and painting work. All defective work shall 34 be repaired sn accordance with this s�aecification and to tha satisfaction of the Engineer 31 and/ar Owner. 32 1.5 SAFETY AND HEALTH REQUIREMENTS 33 A, General: In accardance with requirements set forth by regulatory agencies applicable 34 to the constructian industry and manufacturer's printed instructions and apprapriate 35 technieal bulleki.ns and manuals, khe Contractor shall provide and require nse of 36 petsonal protective lifesaving equipment for persons working on ar about the project 37 site. The Contractor's work forces shauld camply t�vith the provisions outlined in 38 SSPC-PA-3 "A Guide to 5afety in Paint Ap�licaiion". 39 B. Head and Face Protect�on and Res irato De�ices: Equipment s4�a11 include 40 protective helmets which shall be worn by all persons while in the vicinity of tne rvork. 41 In addition, warkers engaged in or near khe worlc during sandblasting shall wear eye 42 ax�d face protection devices and air purifying half-mask or mouthpiece respirators with 43 appr4priate iilt�rs. Barrier creams shall �e used on any exposed areas of skin. 44 C. Ventilation: Where uentilation is used to cantral hazardous exposure, all equipment 45 shall be explosion-proo£ Ventilation shall reduce the coneentration of air 46 contaminants to a degree a hazard does nok exist. Air circulation and exhausting of South Westside V Blevated Starage Tsnk City Project No. 1D3428 a9 go ao- s COATING FQR ELEVATED WATER STORACs� TANKS Yage 5 af 12 I solven.t vapors shall be cont�nu�d until coatings have fully cured. 2 D. Saund Levels: Whenever the occupational noise expasure exceeds rr�axirnum 3 allowable sound levels, the Contractor shall pro�ide and require the use of approved 4 ear protection devzces. 5 E. Illumination: Adeguate illt�mination sha11 be provided while work is in progress, 6 including explosion-proof lights and electrical equipment. Whenever required hy the 7 Engineer, the Contracior sball provide additional illumination and necessary su�ports S to cover ali areas to be izaspected. The le�el of illumination for inspectian purposes 9 shall t�e determiried by the Engineer. l0 �. Temporary Ladders and Scaffolding; All temparary ladders and scaffolding shall 11 cvnform ko appIicable safety requirements. They shall be erected where requested by 12 the Engineer to facilitate inspection and be moved by ihe Contractor to locatians I3 requested by the Engineer. 14 1.6 PRODUCT DELIVERY, 5TORAGE & HANDLING 15 A. Al� materials shall be brought to the jabsite in original sealed containers. They shall 16 not be used ur►til �he Engineer has inspected the contents and obtained data from 17 information on containers or Sabel. Maierials exceeding storage life recpmmended by �8 the manufacturer shall be rejected. 19 B. All coatings and paints shall be stared in enclosed structux'es to protect them from 20 weath�r and excessive hEat ox cold. Flarrimable coatings and paints must be stored tp 21 confarm �vitli City, County, State and Federal sa£ety codes far flanunable coating ar 22 paint materials. At all times coatin�s and paints shall be pratected from freezing. 23 �'ART 2 - NiATERIALS 24 2.1 ACCEPTABLE MANUFACTURERS 25 A. Materials speci�ed are thase tlzat have been e�aluated for the specific service. Products 26 of the Tnemec Company, Inc. are listed ta establish a standxrd of quality. Equivalent 27 materials of otl�er manufacturer's �nay be submitted an wrltten appra�al af the 28 Engineer. As part �f the proaf of equality, the Engineer wi11 require at the cost of khe 29 Contractar, certified test reports from a nationally knowzi, reputable and independent 30 testing iaboratory conducting comparative tests as directed by the Engine�r between the 31 product speciffed and the requested suhstitution. 32 B. Req�ests iar substitution shall include manufacturer's literature for each produet giving 33 name, product number, generic type, descriptive information, solids by valume, 34 recomrnended dry filtn thickness a�nd certiiied lab test reparts showing results to equal 3S the performanee criteria of the prodncts specified herein. In addition, a Iist of �ve 36 projects shall be suhmitted in which each product has been used and rendered 37 satisfactory ser�+ice. 38 C. All requests for product substitution shall be made at Iexst 14 days prior to the bid date. 39 D. Any :rnatcrial savings. shall be passed to the owner in the form of a contract dollar 40 reduction. 4l E. Manufacturer's color eharts shall be submitted to the Engineer at least 30 days prior to 42 coating and/or paint application. General Contractor and Painting Contractor shali South Weslside V Elevated 5tarage Tank City Project Nn. 103428 os 90 ao- 6 COATIIVG FOR ELEVAT�:u WATER STORAGE TANKS Page 6 af 12 1 coordinate work so as to allow sufficient time {normally seven to ten days} far paint to 2 he d�jivered to the job site. 3 2.2 GENERAI. REQUIREMENTS � 5 6 7 8 9 ta �1 12 A. All materials shall be lead-free as defined by the Consumer Product Safety Act, Part 1303. B. All zinc dusk pzgment contained in any zinc-rieh tnaterial shall tneet the requirements of ASTM D 520 Type III with regard to zinc content and purity. C. All materials for the �nterio�r wetted portion of the tank shali meet the requir�.ents of ANSI/NSF Standard 6l for potable water contact. D. All catalyzed polyurethar�e products shall meet the minimum requirements of SSPC Paint Speci��cation Number 36, I.eve13 Performance Leval. E. No praducts containing MOCHA shall be allowed. 13 F. No inorganic zinc-rich primers shali be permitted on the tank interior surfaces. 14 �.3 MATERIAL PREPARATION 15 R 17 A. Mi.x and thin materials according to manufacturer's latest printed instructions. B. Do not use materials beyond rnanufacturer's recammended sheif life. C. Do not use mixed materials beyond manufacturer's recommended pat life. 1 S D. Do not split kits of multi-camponent products. 19 2.4 TANK INTERIOR COATING SYSTEMS — WETTED & DRY AREAS AND ALL 20 APPURTENANCES 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 34 40 41 A. High-Build, Zinc/Epoxy System: S. Weld Pre aration: Weld flux and spatter shall be removed by power tool cIeariing. Shatp prajections shall be ground to a smooth contaur. All weIds shaI1 be ground to a smoath �ontour as per NACE Standard SP0178, Designation D. 2. Suri'ace Preparat�on: SSPC-SP10/NACE 2 Nearr-White Metal Blast Cleaning. An angular proiil� af 2.0 to 3.0 mils as pex ASTM D 4� 17, Method C or NACE 5tandard RP0287 is required. 3. Coatin S stem: FSrst COat: 5tripe Co�t: Tnemee Series 9�#-H20 Hydro-Zinc applicd at 2.5 to 3.5 dry mils. Tnernec Series N140 Pota-Pox Plus applied by brush to aIl weld seams, edges, eorners, balts, nuts and other difficult to coat areas. Second Coat: Tnemec Series 22 Epoxoline applied at 20.D to 3Q.0 dry mils. Total dry film thickness shall be a minimum of 22.5 rnils. �.� TANK EXTERIOR COATING SYSTEMS, INCLIIDING ALL APPURTENANCES, DOORS, LOWERS, ETG A. Thre�-Coat Fluoropo3ymer Urethane System: 5auth Westside V Elevafed Storage Tank City Pmject Na. l U3428 09 90 DO-7 COATING FOR ELEVATED WATER STORAGE TANKS Page 7 of 12 l L Weld Preparation: Weld flux and spatter si�all be remaved by power tool 2 cleaning. Snarp projeetions shall be ground to a smooth contnur. A11 welds shall 3 be ground to a smooth contour as per NACE �tandard SP0178, Designation D. 4 2. Surface Pre aration: 55PGSP6/NAC� 3 Commercial Blast Cleaning. An 5 angular profile of I.5 to 2.5 mils as per ASTM D 4417, Methad C or NACE 6 Standard RP02$7 is required. 7 3. Coatin Svstem: 8 lst Coat: Tnemec Series 9�}-H20 Hydro-Zinc applied at 2.5 to 3.5 dry mils. 9 10 2nd Coat: Tnemec Series 73 Endura-Shield applied at 2.6 to 3.0 dry mils. il 12 3rd Coat: Tnemec Series 7Dfl Hydro�lon applied at 2.0 to 3.4 dry mils. l3 14 TotaZ dry film thickness shall be a minimum of 6.5 mils. i 5 PART 3- EXECUTION 15 3.1 GENERAL 3 7 A. All surface preparation, coating aud painting shall conform to applicable standards of l8 the Societ}r for Protective Coatings, NACE In#ernational and the rnanufacturer's printed 19 instructions. Materials applied to the surface prior to th� approval of the Engineer shall 20 be removed and re-applied to the satisfaction of the Engineer at the expense of the 21 contractor. 22 B. All work shall be performed by skilled craftsmen qualified to perfortn the required 23 work zn a manner comparable with the best standards of practice. Continuity of 24 persannel shall be caordinateci with the Engineer. 25 C. The Contractor shali provide a supervisor at th� wat'k site during cleaning and 26 applScation operations. The supervisor shall have the authority to sign change orders, 27 coardinate work and tnake decisions pertaining to the fulfilltnent of the contract. 28 D. Dusi, dirt, oil, grease or any foreign matter that will affeci the adhesion ar durability of 29 the coating or paint must be removed by washing with clean rags dipped in an 30 appro�ed cleaning solvent and wiped dry with ckean rags. 31 E. Coating and painting sysYe�ns inciude surface preparation, prime coating and iinish 32 coatings. Uniess atherwise approved in wri�ing hy the Engineer, prime coating shall be 33 field applied. VVhere prime coatings are si�op applied, the Contractor shall instruet 3� suppliers to provide the prime coat eompatible with the specified finish caat. Any o�f- 35 site wark which does not conform to this sgecificaiion, is subjected to damage during 36 transportation, construc�ian csr installation shall be thorflughly cleaned and tauched up 37 in the field as directed by the Engineer. The Contractor shall use repair procedures 38 which insure the eomplete protection of all adjacent primer. The specified repair 39 mathoc� and equipment may it�clud� wire-brushing, hand or power tool ele.aning, or dry 40 air hlast cleaning. In oz'der to prevent injury to su�'ounding painted surfac�s, blast 41 cleaning may require use of lower air pressure, srnaller nozzle and/or abrrasive blast 42 particles, or sh�rter blast nozzle distances from surface shielding and masking. If 43 damage is too extensive or uneconomical to touch-up, the eniire item shail he blasted 44 and then coated or painted as directed by the Engineer. 45 5outh Westside V Elevated Storage Tank City Praject No. 103428 og 90 00- s COATING FOR ELEVAT'�D WATER 3TORAGE TANKS Page 8 of 12 F. The Cantracfar's coating and painting equipmeni shall be designed for a�plication af materials specified and shall be maintained in first elass working condition. Compressors shall have suitable traps and filters ta remove water and oils from the air. Contractor's equipment shall be subject to approvai of the Engineer. 5 G. Applieation of the first coat shall follow immediately after surface pregaration and 6 cZeaning and stripe coat, if applicable, before rust blovm occur5 or the same day, 7 whiehever is less. Any cleaned areas not receiving first coat within tkzis pariod shall be 8 recleaned prior to application of first coat. Use of dehnmidification equipment shall be 9 first re�iewed by the Engineer and caatings manufacturer prior to deviating from this 10 grovisibn. 1 I H. Prior to assembly, all surfaces made inaccessible af�er assembly sha11 be prepared as 12 specified herein and shal� receive the coating or paint system specifzed. 13 3.2 SURFACE PREPARA,TION 14 A. The lakest revision of the foIlorving surface preparation specificatians of the Societ� far 15 Protect�ve Coatings (SSPC) shall form a part of this specif�icatian. The sunnmaries 16 listed below are for informational purposes; consult the actua155PC speci�ication for I7 full detail. �8 19 20 2l 22 23 24 ZS 26 27 28 29 �a 31 32 33 34 35 36 1. 5ofvent Cleanin� (SSPC-SPli: Removal of oil, grease, soil and other contaminants by use of solvents, emulsions, cleaning compounds, steam cleaning or similar inaterials and methods which invoive a solvent or cleaning action. 2. 3. Hand Taol Cleaning iSSPGSP�): Retr►oval of loose rust, loose tnil scale and other detrimental foreign matter ta a degree specified by �and chipping, scraping, sanding and wire-brushing Por+ver Tnol Cfeanin SSPC-5P3 : Remaval of loose rust, loose mil sca�e and other detrimental %reign matter by power wire-brushing, power imgact tools or power sanders. �4. White Metal Blast Cleanin� (SSPC-SPSINACE No.� Air blast cleaning �o a gray-white uniform metallic color until each element of surfaee area is free of all visible residues. 5. Commercial Blast Cleanin SSFGSP6 NACE No. 3: Air blast cleaning until at least two-thirds af each element of surface area is free of all visible residues. 6. Brush-Off Blast Cleaain� (SSPC-SP7 NACE No. 41: Air blast cleaning to remove loose rust,loose mil sc�le and other detr�mental foreign matter to a degree specifi�d. 7. Near-White Metal Blast Cleanin SSPC-SP10 NACE No. �: Air blast cleaning until at least 95% of each element of surface area is free of aIl visible residues. 37 8. Power Tool Cleanin to Bare Metal SSPC-5P11 : Differs from SSPGSP3 in 38 that it requires more thorough cleaning and a surface prafile not less than L mil. 39 9. Wateriet Cleaning of Metals (SSPC-WJ-�INACE WJ-4]; Waterjet (pressure 40 washing) of coated azid uncoated metal surfaces. 41 B. Slag, weld �netal accumulation and spatters not removed by the Fabz'icator, Erectar or 42 Installer shall be remaved by chipping andlor grinding. All s.harp edges shall be 43 peened, ground ox otherwis� blunted as required by the Engineer. All grinding and 44 iinlshing of welds, edges, etc. shall be perform�d prior to solvent cleaning an.d abrasive South Westside V Elevated Storage Tank City Project l�o. 103�}28 09 9D 00- 9 CpATING FOR ELEVA'iED WATHR STORAGE'PANKS Page 9 af 12 1 blasting. Welds shall be prepared as per NACE Star�dard 5P0178 for all interior and 2 exteriof surfaces: 3 1. Butt Welds: Shall he ground smoo�hh and free of ali defects, designation "D". 4 2. La� Welds: Shall be ground smoath and blended., designation "D". 5 3. Fillet Welded Tee �oint; Shall. be ground szzxaoth and blended, design.atian "D". 6 C. Field blast cleaning for all surfaces shall be by dry method unless otherwise directed. 7 Blast nozzles shali be venturi-type nozzles with a minims.un pressure at khe. nozzie of 90 8 psi. 9 D. Partic�e size of abrasives used in blast cleaning shall be that which wil! produce the 10 specifie� surface pro�ie or in accQrdance with recommendatians of the m.auufacturer of 11 the speci%ed coating or paint system to be applied. 12 If the profile of the blasted steel exceeds the profile speciiied above, t�e Cantractor shall be 13 required to do one or both of the following: 1� 1. Reblast the surface using a finer aggregate in arder to produce the requzred profile. i 5 2. A}�ply a thicker prime coat, if possible given the limitations of the products being 16 applied, in order to adequately cover the blas# profile 17 E. Abrasive used in blast cleaning aperations shall be n�w, wasned, graded and free of 18 cantaminants that would is�terfere with adhesion of coating or paint and shall not be 19 reused unless specifzcally approved in writing by the Engineer. 20 F. During blast cleaning operations, caution sha�S be exercised to insure that existing 2 i coatin�s or paint are not exposed to abrasion frorn blast cleaning_ 22 G. Th� Conkractor shalI keep tbe area of his work and the surrounding environment in a 23 clean condition. He shall not permit.blasting materials to accumulate as to consfitute a 24 nuisance or hazard ta the accomp�ishment o.f the work, the operation of the existing 25 facilities or to the surrounding environment. 26 H. Blast cleaned suriaces shall he cleaned prior to application of specified coatings or 27 paint, All surfaces shail be free of dust, dirt, and other residue resulting from the 28 abrasive blasting ogeratzon. No coatings or paint shall b� applied over damp or moist 29 surfaces. 30 I. All welds not scheduled to be abrasive blaste.d or finished by grinding or sanding with 31 pawer tools as per SSPC-SP3 or SP11 shall be neutralized with a suitable chernical 32 compatihle with the speciiied coating ar paint. 33 J. Pikked areas on the tank interior shall be repaired by either filling with Tnemec Series 34 215 SurFacing �poxy ar Tnemec Series �'C22 Epoxoline (floor) or 5y welding. Epoxy 35 filler shall be feathered smooth. Fiiler shall be applied between the prime coat and the 36 succeedin.g noak. No protrusions ar spatter wi11 be allowed. Pits deeper than 1/8" shall 37 6e filled by welt�ing. 38 K. S ecific Surface Pre aration: Surface preparation for the specific system shall be as 39 noted in Sections 2.04, 2.05 and Z.06. 40 3.3 NON-VISIBLE CONTAMINANTS 41 A. Surface shall be checked in three locations for the presenee af chIorides, free iron and 42 sulfates. New tanlcs shall be tested prior to abrasive blasiing, tanks baing xehabilitated 43 shall be tested priar to blasting. If biisters are present in existing tank, testing shall also 5outh Weslside V Elevated Storage'C'ank City Praject No. 103428 09 90 00- i a EOATING FQR �LEVATED WATER STORAGE TA.NKS Page 10 of 12 be performed after abrasive blasting. These tests are an Iron Test {FeZ��), Chloride Test and 5ulfate Test. Testing shall he carried out as per SSPC Technology Guide 3 5"�'ield Methads for Retrieval and Analysis of Soluble Salts on 5tee1 and Other Nonporous Substrat�s". The maximum [imits foz' these contaminants shall be: 5 1. The maximum ievel of chlorides is 30 milligrams per square t�eter or 3 micrograms 6 per square centim�ter. 7 2. The maximum l�vel of sulfates is 10(} milligra:ms per square meter or 10 S micro�rams per square centimeter. 9 3. The rnaximum level af ferrous ions {FeZ'} is 50 milligrams per square meter ar S l0 micmgrams per square eentimeter. 1 t 4. Contamination levels above these limits will require washing and retesting in 12 accordance vvith Item 2(befow} until the surface is under the allowable limits. 13 B. If testing shows amounts present in the test salution io be greater than the limits �isted 1�1 herein, the Contractor shall clean the suxface of the entire tank znterior r7vith a 5,�00 psi 15 water biast with fine entrained abrasi�e unti! the levels in the test solutions are below lfi the maximum acceptable level. A�ternate cleaning methods may he allowed rvith prior 17 approval of the Engineer. SurFace shall be reblasked as speci�ied in 2.a4 at na 18 additional cast to the Owner. 19 C. Contrac�or shall provide a wri�en statement from paint manufacturer stating that the 20 maximum acceptable levels ax'e not less than those listed herein. Results of the testing 21 shall be provided to the Owner before any coatings are applied. 22 D. The following tesi kits axe approved for use on this project: 23 1. Chlpr*Rid Chor*Test Kit 2�4 2. KTA SCAT Test Kit 25 3. Test kits frorn other vendors shall be su6mitted to the Engineer for priar approva! 2b before use. 27 E. When exterior cr�ats are to be applied an su�sequent days, ar when the shroud is 28 ciropped between coats, areas scheduled to be coated shall be thoroughly pressure- 29 washed to remave any fallaut andlar salts that may have settled on the sur�'ace. 30 3.4 APPLICATION, GENERAL 31 A. Coating and p.aint application shall confar►n to the requirements of the Society for �2 Protective Coatings Paint Applicatian Specification SSPC-PAI, latest revisian, for 33 °Shop, Field and Maintenance Painting". 34 B. Thinning shall be permitted anly as recommendeci by the manufacturer and approved 35 by t1�e Sngineer, and utilizing the thinners stated in Sections 2,44, 2.05 and 2.06. 36 C. Each application af coating or paint shall be applied evenly, free of brush naaarks, sags, 3'7 runs, with no evidenee of poor workmanship. Care shall be exerczsed to avoid lapping 38 on glass or hardware. Coatings and paints shall be sharply cut to lines. Finished 39 surfaces shall be free fram defects or blemishes. 4D D. Protective caverings or drop cloths shall be used to protect floors, fixtures and �41 equiprr►ent. Ca�'e shaI1 be exercised to prevent coatings ar pasnts from being spattered 42 onto surfaces which are not to be coated or painted. Report to the Engineer sur�aces 43 from wIuch materials cannot be satisfactorily removed. South Westside V Elevated Storage Tatilc City ProjectNo_ L03428 09 90 OD- l 1 C:UA.TAVG FUR ELEVATED WATEIt STdRAGE TANKS Pagc ll af l2 1 E. When two coats of coating or paint are specified, where possible, the first coat shal! 2 contain sufiicient approved color additive to act as an indicator of co�erage or the two 3 coats must be of contrasting color. 4 F. Film tlaickness per coat as specified in Sections 2.OA, 2.05 and 2.06 are tiie minimum 5 required. if roller applicatian is deemed necessary, tl�� Contractar shall apply 6 additional coats as #a achiev� the specified thickness. 7 G. All material shall be as specified. 8 3.5 COATING SYSTEMS �►PPLICATION 9 A. After completion of surface preparation as speciiied €or the specsfic system, materials l0 shall be agplied as noted in Sections 2.04, 2.q5 and 2.Q6. 11 B. Care shall be �aken so as to eliminate overspray and dry spray on the tank interior. 12 Where such conditions are encountered, the surface shall be cleaned nf all over spray 13 aud dry spray prior to the application of the succeeding coat. 14 G Areas rendered inaccessib3a after tank erection such as %he spaces between roof plates 15 and rafters shall receive the full coaring system prior to erection andlor assembly. 16 D. Structures Within One-Half Mile of Caast; Exterior surfaces that have been coated 17 an a previaus day shall be rin.sed wiih clean potable water and allawed to dry before 18 applying subsequent coat(s). Cleaned surfaees, which az-e not coated the day of l9 eleaning shall be re-cleaned priar to applying coatzngs. 2D 3.6 REPAIRS 21 A. After the interiar coating system has been installed and haliday tesked, repairpinhales 22 and �oids as follaws: 23 1. Abrasive blasting shall be in accordanee with SSPGSP1a/NACE Na.2 Near White 24 Blast Gleaning obtaining a minimal surfaee profle as specified herein. 25 2. Power tool clea,ning shall be in accordance witk SSPGSF 1 I Power Taal Cleaning 26 to Bare Metal. Surface profile shall be angular and not less than the surface profile 27 as speeified herein. 28 3. All edges of remaining sound, tightly adhering coating shall be feathered back 29 (beveled} to create a smooth transition from the substrate to khe coatings sur#'ace. 30 The coating xnay be considered tightly adh.ering if an edge cannot be li�ed with a 31 dull putty knife. 32 4. Tnstall the coating systerz� as speci�ed herein to provide a complete and monolithic 33 system, free of voids and pinholes. Alterr►atively, Tnemec 5eries FC22 Epoxoline 34 may be used as a repair material when approv�d by the Engineer or his 35 representative in consideration of the area(s} to be repaired. 36 B. For exterior surfaces, repair as follows: 37 1. Hand or Pawer Tool Sand as per SSPGSP2 or SP3 to remove tha defect. In cases 38 where tihe defect �xtends ta the substrate, prepare the surface as per SSPC-SPI1 39 Power ToQI Cleaning ta Bare Metal, obtaining a minimum anchor profle as 40 specified hez'ein. South Westside V Elevated 5larage Tank City Froject 1�[0. 103428 09 90 00- 12 C:E)ATQYG Fdlt �,LSVAT'ED WATER STORAGE 1'ANKS Page 12 of 12 1 2. All edges of remaining saund, �ightly adhering coaiing sha�1 be feathcred back 2 (beveled) to create a smooth transit�on frozn ��ie substrate to the coatings surface. 3 The coating may be considered tightly adhering if an edge cannot be lifted with a 4 dull putty knife. 5 3. Install the caating system as specified herein to provzde a complete and monolithic 6 system, free of voids and pinholes. 7 3.7 SOLVENT VAPOR REMOVAL 8 A. All soivent vapors shall be cornpletely removed by suction-type e�chaust fans and 9 blowers be%re placing tank in aperating service. 10 B. All solvent vapors will be ex�austed hoth during and after coaiing application as per 11 AWWA D 102 ta allow the proper curing of the coating material. 12 C. Ventilation shall be continued until such time as the coating has reached "full cure" as 13 specified by the coating �xnufacturer. 14 3.8 DISINF�CTION 15 A. Disinfection of interior surfaces shall be perfortned in the presence of the Engineer in 15 accordance with all the requirements of ANSI/AWWA C652 and regulatory agencies. 17 Contractor shall submit his preferred method of disinfection ta the Engineer for 18 approval prior to disinfection. 19 B. Disinfection shall be performed after protective cpatings have been app�ied to the 20 interior surfaces and allowed to thoroughly cure, 21 C. Prior to disinfecting, the compl�te i�terior shall be washed dovam with c�ean water and 22 thoronghly flushed out. 23 3.9 CLEAN UP 24 A. Upon completion. of the work, all staging, scaffolding and containers shall be removed 25 from ihe site or destroyed in a manner appro�ed by the Engineer. Coating or paint 26 spots or oil stains� upon adjacent surfaces shall be removed and the jabsite cleaned. All 2? darnage to surfaces resulting from the work of this section shall be cleaned, repaired or 28 ref nished ta the satisfaction of the Engineer at no cost to the Owner. 29 END OF SPECIFICATION South Westside V Blevated Storage Tank City Project Na. 103428 ll 26 80 Tank Mixing System Page 1 of S SECTION 11 �6 SO TANK MIXING SYSTEM PART1- GENERAL 1.1 SUMMARY A. This section covers suhmersible tank mixing systems up ta 3.0 HP in size intended for continuous use while submersed in po.table water storage tanks. Each mixer shall have the ability to function continuously on a year-raund basis, regardless of drain and fill cycles. Each mixer shall consist of a water-filled submersible motor, an impeller an�l a non-su6mersible eontrol eenter that houses all eontrol electronics. 1.2 WORK INCLUDED A. Ftimish a PWM600V3 PAX Waker Mixer with a PCC605V3 FAX Contral Center and install subznersible mixing system together with eantrQls and ae.cessories necessary for a complete and operable system. B. Furnish electrical conduit with 23UVAC Single Phase voltage based on System conizguration, a Safety disconnect switch and a 20 Amp non�GFCI circuit breaker up to the poznt of installation of the mixing system controi center. C.. �ravide eonduii from control center ta tank penetration for subz�ersible motar cable and penetration thmugh taz�k for same cable. 1.3 REFERENCE SPECIFTCATIONS, CODES AND STANDARDS A. Comply with the applicable reference spec�cations as specified in th� Genera� Requirements B. Occupational Safety and Health Administration, OSHA C. NSFI ANSI Standard 61 D. Underwriters Laboratoz'ies Inc., UL 508 1.4 CONTRACTOR SUBMiTTAL� A. NSF Certi�catian 1. Copies of the NSF-b1 certi�'ied lisiing for all material being placed inside the tank and headspace, including the motor and power cahle. B. InstalIatian, Operatians, and 1Wlaintenance Maauals si�all be obtained from the equipment manufacturer and subrnitted. The foilowing sections shalj be inciuded: 1. Gen�ral equipment specificatinns aa�d data sheets 2. Installation, start-up„aperafiion, and maintenance instructions 3. Factory-recommended maintenance schedule 4. Wiring diagtan:�s specifying what electrical wiring needs to be done onsite during and priar to the installation, and by whi.ch responsible party 5. List of equipment or tooling necessary for diagnostics, trauhle-shoating, repair or general maintenance South Westside V Eleva#ed Storage Tank City Project I�a. 103428 11 26 80 Tank Mixing System Page 2 of S 1.5 QUALITY ASSURANCE A. Each mixing system shall be tested prior to deployment according to the manufacturer's standard f�ctory testing practices at the iactory testing £acilities. B. Camplete mixing system shall be NSF/ANSi Standard 61 certified by NSF 1.6 WARRANTY A. Far th� periad beginning wit� installation or 3 months aft�r shzpznant to khe project site, whichever is earlier and ending 60 manths thereafter, the rnixer, including its associated can�'oll�r, is warranted to be free frorn defects in rnaterial and worlcmanship and to confaz�n to Man�facturer's speciitcation applicable to t�e produet. PART Z - PRODUCTS �.1 PERFORMANCE A. Mixing system sha11 completely mix rese��oir according ta the following minimum performance requiremenks. These requiremer�ts can be measured and validated after installation by aperators with readily-availabla tools such as temperature probes and total ehlorine grab sampiers. 1. 'I'emperature Uniformiiy For tanks up ta 12,OOO,a00 gallons in �olume: All temperatures shall converge to within �.50°C (0.9°F) within 24 haurs a$er mixer is installed and activated. 2. Disinfectant Residual Uniformity For tanks up ta 12,a06,000 gallans in volume: Disinfect�nt residual within top five feet of tank and bottom five feet of tank will converge to within 0.20 ppm within 3 days after rnixer is installed and activated. Duz-ing cqntinuous operation of the mixer, undez' normai disinfectant dosing parazneters, disinfectant residual will converge to within 0.20 ppm at least once every 24 hours. 2.2 GENERAL A. Mixing system consists of an impeller mounted nn a submersible motor and supported approximately ihree feet in haight from the tanlc floor in order for it to launch a j et of water from the bottom of the tank up taward the surfaee of the water. Mixer cani�'ol and operation shall be indepenc�ent of tar�c drain and fill cyeles to ensure conska�.t mixing. Wet-side of Mixer shall weigh iess than 75 pounds ( 34 !cg) and dry-side shall weigh less than 60 pounds (�27 kg). Both wet-side and dry-side shall be able to be hoisted, installed, and/or removed by on-site personnel vvithout additi�nal equipment needed, and so that there is no crush hazard or entanglement hazard present, and so that weight of mixer on tank floor does ttot cause damage to interiar coating. B. Mixing system active components shall be elevated at a mini.mum of 1S inches above tank floor to avoid disturb�ng accumulated tank sediment or entraining particles and causing accelerated wear of moving parts. C. Mixers using submersible purnp with slit or "water sheet" or hQrizontal motor mounting designs a�re not acceptable. D. Fawer source for mixer shall be 230VAC single p�ase grid power to allow unit to continue 24/7 operation where necessary. 8outh Westside V Elevated Storage Tank City Prnject No. 103428 11 26 80 Tank Mixing System Page 3 of 5 E. Mixer provid�r ttiust have more than 1000 installation of similar equipment in potable water tanks or reservoirs. F. Mixers shall have no oil-iilled parts G. All wet-side mixer components shall be certified by NSF to the NSF/ANSI Standard 61 H. Dry-side mixer components shall include sine filter to prolong rrtotor life and reduce noise 1eveS. I. No regulaz', periodic maintenance required on the wet-side components in typical potable water application J. No passi�e mixing system allowed. 2.3 CONSTRUCTION A. Components — wet-side: shall be NSFIANSI Standard 61 certified. Equipment entering tauk shall not adhere to, scratch or othecwise cause damage to internal tiank coating or put undue str�ss on the materials of the tank canstruction. Equiptnent shall fit thrvugh a standard hatch qf size 1Sx18 or larger. Each subs�tersibl� mixer shall consist of the foliowing components, regardless of th� power spurce selectec�: 1. ImpeSler a. AISI Type 316 Stainless Steel h. Balanced to wi�kin 0.5 gram-inches c. Passivated per ASTM A380 to minitrnize corrosion d. Not more than S inches in overali height e. Noi more than 4.5 inehes in diameter f. Not more than 2.41bs. in weight g. Shall not create cavitation at any ratational speed up to 2500 RPM 2. Motor a. AISI Type 304 Stainless Steel body 6. ChlorinelChloramine x'esistant rubber seals c. Fully subm�rsible d. Low power (3.0 HP maximum) e. Water-filled motor f, Water-luhricated motor 3. Mounting a. AISI Type 316 Stainless St�el b. Three d�taclaable legs ar pedestal mount c. NSF/ANSI �tandard 61 certiiicd EPDM rttbber, non-skid, non-scratch feet or insulating pad d. Attachments secure motor cable away from impeller e. Overall weight of wet-side unit noi to exceed 75 lbs. to avoid c�axnaging tank floor f. O�erall height of unit not ta exeeed 5 ft B. Componsztts — dry-side: 230VAC contro� center shall consist of the following components: Enclr�sure a. Type �4 (NEMA 4) I,oel�able b. Weather Re�istant c. Overal� weight of control center not to exceed 5� lbs. d. Green and Red LED 3ndicator lights show motor status 5outh Westside V Eleva#ed 5torage Tank City Project No. 10342$ t � z� sa Tank Mixing 5ystem Page 4 oi 5 e. White Fnwer Indicator Led f. Caoling Fan 2. Motor ControllerlVFD a. Rated to 3.0 HP b. Operating temperature range -4 °F to 131 °F (-20 °C to 55 °C) c. HQA Switch d. Manual speed control e. Thermal shut-off protection built-in f. G�rr�nt overload protection built-in g. SCADA out�uts included: i) Digital Outpuk signal indicating motar running 2) Digital Output signal isidicating fault 3) Digital Inputloutput signal al3owing remote motor on/aff 4) RS-485 or Dry Contact conneetions 5} �-20mA Signal 3. GFCI-protectio� a. 230VAC, single-phase, �uvith a 300mA trip level GFCT included inside control center 4. Panel equipped wiih a 234VAC 20-Amp main breakez S. Sine Filter 2.4 C�NTROLS A. Each unit shall be equipped with ali necessary cantrols, inter-wired, to pro�ide the following minimurri functions: 1. QnlOff switch to control power ko mixer. 2. Automatically-activated motor shut-off if water level drops below motor height in tank. 3. Sine fiiter 4. Any other contrpls shown on electrical and instrumentation drav�ings. 2.5 ACCEPTABLE MANUFACTUR�RS: A. PAX Water Technologies (Milpitas, California) PART 3 - EXECUTION 3.1 INSTALLATION A. The CONTRACTOR shall furnish seivices of a factory-train�d installation contracior or crew having experience with installation pracedures and operation and maintenance requirements for the type of equipment installed under tkzese specifications. Mixer must he able to he instaIled through an 18x18 inch hatci�. Mixer must be ahle to be installed withaut draining tank oar taking tank out of service. Wet-side of Mixer shall weigh less than 75 pounds {�34 kg) and dry-side shall weigh l�ss than 64 pounds (�27 kg). Both wet-side and dry-side shall able to be hoisted, installed, andlor removed t�y on-site personnel without additional equipment needed, and so that there is no crush hazaard �ar entanglement hazard present, and so that weight of mixer on tank floar does not cause damage to interior coating. B. Tank penetration shall be water-tight roof penetration. l. Fitting will prevent moisture intrusion into tank. 2. Fitting shall be 1-inch diameter fitting to allow cable ta pass through. 5outh Westside V Elevated 5torage Tank City Projecl No. 103428 11 26 SQ Tank Mixing System Page S of 5 3. 5trait� relief for power cable shail be part af the contractor-supplied fitting for tanks more than 30 feet in depth. C. The mixer and control center shall be installed in accordance with appxaved prac.edures submittecl and Mauufacturer's instructions supp1ied, unless otherwise appro�red in wriiing by the Manufacturer. 3.2 TRAINING A. Manufacturer's staff (or th�ir representatives) wil! instruct designated OWNER person.nel in the safe and proper operation of the Mixing System. This training will reference the operations rz�.an.ual provided with equipment and show how to checic for prnper functioning of the equipment. END UF SECTION South Westside V�levated Storage Tank City Praject No. 1 D34,�$ 26 00 oa - i Electrical—General Provisions Page l nf 12 SECTION 26 00 00 ELECTRICAL - GENERAL PROVISIONS PARTi- GENERAL 1.1 SCOPE OF W4RK A. �'urnish all labpr, rnaeerials and equiprr►ent required to install, test and pravide an operat�onal, electrical system as specified and as shown on the Drawings. B. All equipment described herein shall be submitied and Furnished as an integral part of equipment specified elsewhere in these Speciiications. C. Ail electricai work provided under any Division of the Specifications shall iuiiy coznply vvith the reyu�rements of Di�ision 26. D. The work shall include furnishing, installing and testing the e�uiprnent and materials detailed in each Section of Division 2G. E. The work shall inciude Furnishing and installing the following: 1. Electrical service from the Power Company, Oncor Electrie. 2. Provide a complete raeeway syste�n, wire and field eonnectians for aIl motors, motor controllers, controI devices, eontrol panels and electricaI equipment furnished under other Divisions. Coordinate construction sehedule and electrical intez�'ace with the supplier of electrical equipment specified under other Divisions as required by the Contract Documents. 3. Provide a eornplete raceway system, wiring and tert�ninations for all �eld-mounted instruments fumished and mounted under other Divisians, �ncluding process instrumentation primary eleFnents, transmitters, local indicators and controi panels. Lightning and surga protection equipment wiring. at process instrumentation transmitters. Install vendor farnished cables specified upder atlaer Divisions as required by the Contract Documents. 4. Provide a co.mplete taceway systezn for the Data Cabies and specialty cable systems, including thase furnished under �ther Divisions. Install the Data Cables and other specialty cable systems, in accordance with the system manufacturers' installation inskructions. Review the raceway layout, prior to installakian, with the i'rocess Control System supplier and the cable manufacturer to ensurr; xaceway eampatibility with the systems and materi.als being fwrnished. Where redundant cables are furnished, install the cables in separate raceways as required by the Contract Docu�nents. S. �urnish and install precast electrical and instrumentatinn manki.ales, hand holes and light pole foundations as required by the Contract Docu[nents. Pole faundations shall be designed and installed in accardance with the structural Di�isions of these Specifications. 6. Provide standby generator and aIl required appurtenances for a fully functianal backup power system. 7. Provide communication ductbank as shown on the plans that are consistent with City of Fort Worth Standards as. ineluded within the contract documents. CITY OF FOAT VVOL�TH South V1�estside V Elevated 5totage Tanit STANDARD CQI�STIZUCTTOIV SPECIFICAT'IO�T DQCUMENTS City Project Na. 103428 Revised Octaber 2D, 2021 260000-2 EleGrical — General Pmvisions Page 2 of l2 F'. Provide all tflols, equipment, supplies, and shall pez-forrr► all labor required to install the equipment specified in the Contract Documents to instali, test, and place into sat�sfactory operation in the time specified for completion in the Contract Docunnents. Failure of any af the participants in executing the requirements of Chi� Contract to Qerform the work as specified shall not constitute an acceptable reasnn for the Owner to grant any change in the Contract Price or addi�ions to the Contract Time. 1.2 ELECTRICAL WORK REQUIRED IN OTHER DIVISIONS A. No references are made to any other section which may cantain work related ta any other section. The Contract Docur►zents, which is defined to include both khe Drawings and tk�e SpeciF'ications, shall be taken with every section related to every other section as raquired ta meet the requirements specified. The organizatian of the Cantract Documents into specification divisions and sections is for organiaation oi tiie documents themselves and does not rela�e to tha divisian of suppliers or labar which the Cantractor may chnose to employ in ihe execu.tion of �he Contract. Where referenees are made to ather Sections and other Divisions oi the Specifications, provide such information or additianal work as may be required in those references, and include such infnrmation or work as may be specified, Exami.ne a115ections of the Specificatians and Drawings and determine the power and wiring requirements and provide external wiring and raceways, as required to pravide a fully functioniug power, eontrol artd process control systems. If tfie equipment requires more conductors andlor wiring, due to different equipment 6eing supplied, �ro�ide th� additional conduetors, raceways and/or wiring, and include in the Contract Price and Sched�Ie. B. Process Di�isions Examine all Process Equipment 5pecificatioz�s and Dravvings, determining power anc� wiring requirements. Pro�ide ext�rnal wiring and racev�ays, as required to provide a fully functioning Process Control System. If the equipment reyuires more conductors and/or wiring, due tn different equipment being supplied, furnish the additional conductors, raceways and/or wiring, with no change in Contract Price or Schedule. C. Mechanical Divisions Examine all Mechani�al Equipment Speciiica�ions and Drawings, determining power and wiring requireznents. Provide external wiring and raceways, as required to provide fully funetioning Mechanical Equip�nent Con�'ol Systems. If the equipm.ent requires more conductors andlor wizing, due to different equipment being supplied, furnish the additional conductors, raceways andlor wiring with no change in Contract Price or Schedule. D. Electric Valve Operator Divisions l. Examine all Electric Valve Operator Equipment 5peci�cataons and Drawings, determining power and wiring requirements. Pz�ovide exrernal wiring and raceways, as required to provide a fully functioning Eleciric Valve Operator ControI Systam. If the equipinent requires znore conductors andlor wiring due to different equipment being supplied, furnish the additionai conductors, raceways andlar wiring with no change in Cantract Prics or Schedule. C1TY DF FORT WOR'PH South Westside V Elevated SWrage Tank STANDARD CONSTRi1CTION SPECIFICATION DOCUMENTS City Pmject No. 103428 Revised t?c[o6ar 20, 2021 as o0 oo - a Electrical — General Provisions Page 3 of I2 1.3 SUBMITTALS A. Submit Shop Drawings, in accordance with Di�vision 1 requirements, far equipmenC, materials and all other items furnist�ed under each Section of D'tvision 26, except where specifically stated atherwise. An individually packaged submittal shall be made for each Section and shall contain all the infarmation required by the Sectian. Partial submittals will not be accepted and wi11 be returned without review. B. Suhrnittals will not be accepted for Section 26 QQ OQ. C. Eaeh Section submittal shall be complete, contain all the items lisCed in khe Specification Section, and shall be cIearly marl�ed to indicate which items are applicable on each cut sheet page. The Submittal shall list any exceptions to tt�e Sgecifications and Drawings, and the reason for such deviation. 5hop drawings, not so checked and noted, wil� be returned withaut review. D. Check shop drawings for aecuracy and contract requirements prior to subrtiittal to the Ovvner/Engineer. Errors and omissions on appro�ed shop drawings shall not provide reiief fram the responsibility of groviding maierials and vvarkmanship required by the Specifications and Drawings. Shop drawings shall he stamped with the date checked and a statement indicating that the shop drawings confarm to Speeifications and Drawings. Only one Specification 5ection may be made per transmittal. E. Material shail nor be ordered or shipped until the st►op drawings have been approved. No matez'ial s.hall be ordered, ar shop work started if �e related shop drawings are marked "APPROVED AS NDTED C4NFIRM", "APPROVED AS NOTED RESUBMIT", "REVISE AND RESUBMIT", "REJECTED", or "NOT APPROVED". F. All apgroved shop drawings shall be maintained on site for the Owner's Inspector and for the Owner's Engineer to �erify at the tim� oF delivery of equipment to the job site. G. Up-to-date Record Drawings shall be prompt�y furnished when the equipment installativn is complete. Payment will be withheld until Recard Drawings have been furnished and approved, H. All shop drawing submitrals and a110&M submiitals shall be submitted in hard copy format astd in electronic format using PDF files including a Table of Conter►ts which is indcxed an DVDs. Electronic submittals are nnat�datory and those whieh are rec�ived nat indexed as specified will be returned without review. Hard copy submittals may not be required if so stipulated in the Contract Dacuments. No change in Co�tract Amount or Contract Time wiil be allowed for delays due to unacceptable submittals. L4 REFERENCE CODES AND STANDARD5 A. Electri.c equipment, materials and insCaIlation shall comply with the Na#ional Electrical Code (NEC) and with the laiest edition of the Following codes and standatds: 1. National Electrical Safety Code (NESC) 2. Oceupational Safety and H�a1th Administration (OSHA) 3. NatiorzaJ �ire Protection Association (NFPA) 4. National Electrica! Manufacturers Assaciation (NEMA) 5. American National Standards Instit�te (ANSI) 6. Insulated Cable Engineers Association (ICEA} 7. International Snciety of Automation (ISA) 8. Und�rwriters Laboratories {UL) Cl'I'Y OF FOKT WQRT�1 5outh Westside V S[evated Storage Tank STANDARD CONSTRUCTION SPBCIFICATIOIY DpCUMENTS City Project IYo. 103428 Revised Octaher 2Q, 2fl21 z6 00 00 - 4 Electrical — Geaezal Provisions Page 4 pf 12 9. Factory Mutual (FM) 10. City oF Fort Worth Electrical Code B. Where reference is mede to one of the above standaz'ds, the revision in effect at the time of bid opening shall apply. C. All material and equiprnent, far which a UL standard exists, shall bear a UL label. No such material or equipment sha11 be brought onsite without the UL label ai�'ixed. D. If the issue of �riority is due to a conflicC or discz'epancy between the provisions of the Contract Documents and any referenced standard, or code of any technical society, organization or assoeiation, the provisions of the. Cantract DocumenCs wil! tal�� prececience if they are nnore stringent. If ihere is any conflict ar discrepancy between stat�dard specifications, or codes of any technical society, organizafion or association, or between Laws and Regulations, t�e higher performance requirement shall be binding, unless atherwise directed by the OwnerlEngineer. E. In accordance with the intent of the Contract Documents, compliance with �e priority order specified shall not justify an increase in Contract Price ar an extension in Contract Tirne nor limit in any way, full compjiance with all Laws and Regulations at all times, 1.5 SERVICE AND METERING A. The power company serving this project is Oncor Electrie, Service sha31 be obtained at I20/240 volts, 1 phase, 3�vire, 50 Hz frarn a underground service feeder furnished and installed by the power company Oncor Electric. B. Th� power company wi11. he res�onsible for the foIIowing work: 1. Furnishing and instaliing the primary overhead conductors and pole Iine. 2. Furnishing and installing the riser poIe, primary cutouts, lightning arresters and gronnding. 3. �urnishing and installing transfarmer. 4. Termination af secondary cabl�s to the service transformer. S. Furnishing overhead service lateral canductors and suppart messenger From ntility service pole to service entrance weather-head. C. Include the following work in khe Contract Price and ScheduIe: 1. Obtain an estimate from the power campany for the work descrihed in this SERVICE AND METERING paragraph and include the cast of the gower e�mpany work in the Contract Price. 2. Furnish and install khe riser pole. 3. Furnish and install secondary cQnduits in a steel reinfarced concrete-eneased duct bankand cables. 4. Furnish and Install power eompany approved meter base. 5. Coordinate the eleetrical service instailation vvith the Power Company. D. 5ubmit shop drawings for the following items to the gower company for apprnval: 1. Meter base. 1.6 H�ZARDOUS AREAS A. Equipment, materials and installation in areas designated as hazardous an th� Drarvings shall eamply with NEC Articles SOa, SO1, S02 and 503. G1TY dF PORT WDRTH South Westside V ElavaCeclSlorage Tank S'i'ANDARD CONS'iRUCTIQN SP�CINICATION ROCUMeNTS City L'roject 3�0. 103428 Revised October 2p. 2021 26006U-S Electrical — General Pmvisions Page 5 of 12 B. Equipment and materials installed in hazardous areas shall be UL Iisted for tile appropriate hazardau� area classiiication. 1.7 CODES, INSPECT�ON AND FEES A. Equipment, materials and installation shall camply with the requirements of the lacal authority having jurisdiction. B. Obtain all necessary permits and pay all fees required for permits and inspections. C. The Owner will negotiate with the electric uti.I.ity for the casts of new ar re�+ised services and will include in the Contract Documents an allowance item to caver the cost. Inclucie in the Contract Price and Schedule the time and expense to make all arrangements with the power campany and coardinate with the power company to obtain eIectrical service. The cosE of all power company charges shall be incltiided in the Cvntract Pr�ce. Provide all labor and material required for electr�cal service. L8 SIZE OF EQUIPMENT A. Investigate each space in the structure through which equipment must pass ta reaeh its final location. Coardinate shipping splits with Ehe manufacturer to pemut safe handling and passage ttu'ough restricted areas in the structure. B. The equiprnent shall be kept upright at all times during storage and han.dling, When equipment must be tilted for passage tk�urough restricted areas, brace the equipment to ensure that the tilting does nnk impair the functional integrity of the equipment. 1.9 RECORD DRAWINGS A. As the work progresses, legibIy record all field chan��s on a set of Prqj ect Contract Drawiugs, hereinafter called the "Record Drawings". The Record Drawings and Specifications shall be kept up to date ti�'onghout the project. B. The Record Drawings shall 4�e reviewed in a meeting with the OwnerlEngineer manthly. C. Record Drawings shall accurately show the installed condition of the fnlIowing items: 1. Qne-line Diagram(s). 2. Raceways and puIl boxes. 3. Conductor sizes and conduit �lls. 4. Panel Schedule(s). 5. Control Wiring Diagram(s), 6. Lighting Fixture 5chedule(s). 7. Li.ghting fixture, receptacIe and switch outlet Iocations. 8. Underground raceway and duct bank routing. The drawings shall include the measured width and height of the ductbank anci shall survey the ele�ation of the top pf the duct bank or record its depth of burial beiow grade at intervals not to exceed 50 feet along the entire length. Changes in direction between termination points shall be sur�eyed and t'ecarded an the record drawings. 9. Planvi�w, measured dimensions and locations of switchgear, distribution transformers, substations, motor control centers and panelboards. 10. Modifieations to controls systems or any piec� of electrical equipment inclading field-verified existing controls and all changes clearly identified. 11. A!1 protective de�ice and electrical system manitoring device settings. CITY OF FORT WORTH 5oulh Wesuide V E1e�ated Slorage Tank 3TANDARD CONSTRUCTION SPECIF[CATION T]OCCJZVIENTS City Project iVo. 103428 LZevised Octabar 20, 2021 25U000-6 S1eMrical— General Provisions Page 6 of 12 D. Submit a typical exainple of a schedule of control wiring raceways and wi�re numbers, including the fallowing information: 1. Circuit origin, destination and wire nurnbers. 2. Field wiring terminal strip names and numbers. E. As an aIternate, submit a typical example of point to-point eannection diagrams showing the satne information, may be su5mitted in place of the scheduie af cantrol wiring raeeways and wire numbers. F. 5ubmit the record drawings and the schedule of cantrol wiring raceways and wire numbers (or the paiat-to-point conneclian diagram) to the Owner/Engineer. G. Retainage will not be paid until the point-to-point connee�ion diagrams have been furnished to the OwnerlEngineer. 110 EQi7IPMENT INTERCONNECTIONS A. Re�iew shop drawing� of equipman� furnished under other related Divisions and prepare coordinated wiring intereonnection diagrams or wiring Cables. Subirrjit eapies of wi�ring diagrams or tables with Record Drawings. B. Furnish and install all equigment interconnections. 111 MATERIALS AND EQUIPMENT A. Materials and equipment shall be new, except where specifically identified on the Drawsngs to he re-used. B. Material ar equip�r►ent from a manufacturcr, not submitted and approved for this project shall not be brought on site. Use af any such material or cquipment, will be rejected, and shall tre removed and replaced, with the approved material and equipment, with no change allawed in Ehe Contract Price or Schedule. C. Material and equipment sha�l be UL Iisted, where such listing exists. D. All materiaj, products, eq�ipment and workmanship being Furnished for the project shall be replaced if ii does not meet i1�e requirements of Contract Documents even if installed, with no change in Contract Price or Schedule. 1.1� JOBSITE DELIVERY, STORAGE AND HANDL�NG A. Prior to jobsite delivery, suecessf.ully complete alI subznittal requirements, and present to the Owner/Engineer upon delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, or equipment which failed any factory tests, will be rejected and shall be removed and replaced with no change in Cantract Price or Schedule. B. Equiprr►ent and materials shall be handled and stc�red in accorda�ce rrrith the manUfacturer's instructions, and as specified in th� i�dividual Specification 5ections. 1.13 WARRANTIES A. Manufacturer's warrantaes sha.11 be provided as specified in each of the Specification Sections. CITY OF FORT WORTSI South Westside V Elevated 5torage Tank S'i'ANDARD CQNSTRUCTT�N SPECTFLCATION DOCUMBNTB City Project I�lo. 103428 Re.vised Ockober 20, 2021 260000-7 Electrical — General Provisions Page 7 of 12 1.14 EQUIPMENT IDENTIFICATION A. Identify all equipment (discQnnect switches, separately maunted motor starters, control skations, etc.) furnisheti under Division 26 with the name of the equipntent it scrves. Motar control centers, control paneis, panelboat`ds, switchboards, switchgear, junction ar iermsnal boxes, transfer switches, etc., shaII have natn.eplate designations as shown on the Drawings. PART 2 - PRODUCTS {NOT USED} Pt�RT 3 - EXECUTION 3.1 INTERPRETATION O� DRAWINGS A. The Drawings do not show exact lacations of conduit runs. Coordinate the conduit installatian witl� other trades and the actual supplied equipment. B. Install each three-phase cireuit in a separate conduit unless otherwise shown on the Drawings. C. Unless atherwise approved by the OwnerlEngineer, e�nduit shown exposed shall be installed exposed; conduit shown concealed shalI be installed eancealed. Submit a Request for Informakian for any cpnduit route which is not cIearly identiiied as concealed or �xposed in the Contract Documents prior to its installation. D. Circuits are shown as "home-runs" si�all be field routed. Tne rac�way system provided shall include all necessary �ittings, supports and boxes for a complete code-carnpliant raceway installation. Field routed raceway shall avoid 6locking acc�ss to equipment either existing or spaces planned for future eguipment and shall avoid blocking person�el egress tku'ough doors ar access hatches. E. Verify the exact loeations and mounting heights of lighting fixtures, switches and receptacles prior to iustallation. F. Except where dimensions are shown, the locations of equipment, fixtures, outlei� and similar devices shown on the Drawings are approximate anly. Detern►ine exact locations and obtain approval from the OwnerlEngineer dnrsng construction. Obtain informatian reievant to ihe piacing of electrical work and i� case of any inter%rence with other work, proceed as directed by the Owner/Engineer and furnish all labor and materials necessary to complete the work in an approved manner. G. Circuit layou.ts are nat intended to show the number af fittings, ar ather installation detaiis. Furnish all labor and materials necessary to install and place in safisfactory oQeration all power, lighting and other electrieal systems shown. H. Redesign of electrical or mechanical work, which is required due to Che use af � pre- appxoved alternate item shaIl include the arrangement of equipmem and/or layaut other than that which is specified or shown herein. AlI additional vvark and materials reyuired shaIl be provided with no change in the contract grice ar schedule. Redesign and detailed plans shall be submitted to the Owner/Engineer for approval. CITY OF POAT WORTH South Westside V Elevated Sturage Tank STAI+S�ARD CONSTRUCTEON SPECIFICATION DOCUMENTS Ciry Pruject No. ] 03428 Revised Octabcr 20, 202E 260(?00-5 k�lectrical — General Provisions Page S of 32 I. Raceways and c�nductors for lighting, switches, receptacles and oti�er miscellaneous low voltage power and signal systems as specified are nat shown on the Drawings. Raceways and canductors shall be provided as required for a complete and operating system. Refer ta riser diagrams For si�z►al systern wiring. Homeruns, as shown on the Drawings, identify raceways to be run exposed and raceways to be run concealed. Raceways installed expased shall be near the ceiling or along walls of the areas through which they pass and shall be routed to avoid conflicts with� HVAC ducts, eranes haists, manarails, equipment hatches, doors, windows, etc. Rac�ways installed concealed shall be run in the center of concrete iloor slabs, abave suspended ceilings, or in partit�ons as required. 7. Pro�ide all conduit and conductozs ar data highway cahles to RTU and/or PLC terminatian cabinets, where designated on the Drawings ar nkherwise required by the Specificalions, the manufacture of the equiprnent, ar submitted and approved systems. The conduit and conductors or data highway cables as shown an the interface drawings may not necessarily be shown on the floor plan. K. Install conductars carrying low voltage signals (typically twisted shielded pair eables) in raceways totally separate from all other raceways cantaining power or 120-Volt control conductors. Do not combine canductors carrying low valtage signals in wireways withaut barriers oz' NEC code-compliant separation for their entire length in the wire way, and/ar pror+ide separate wireways to pro�ide separation of the conductors. Low voltage signal conductors routed tYjrough manholes or harad holes shall be buadled and separated from other eonductors. L. Raceways and conductors for thermastats controlling HVAC unit heaters, exhaust fans and similar equipment are not shown on the Drawings. Frovide raceways and conductors between the thermostats, the HVAC equipment and the matar startars far a complete and operating system. AlI raceways and power conductors shall be in accordance with Division 25. Raceways shall be installed concealeci in alI finished space and may be installed cdncealed or e�posed in process spaces. Refer to the HVAC drawings for the locations of the thermostats and controls. 3.2 EQUIPMENT PADS AND SUPPORTS A. Electrical equipment pads and supports, of concrete or steel including structural reinfarcipg and lighting pole founciations, are shown an the Structural Drawings. B. Electrical eyuipment or raceways, shall not 6e attached to or supported from, sheet metal walls. C. Electrical equipment pads shall be provided for a11 free-standing equipment, Dimensions shall be 3-inches high. With 3-inch extensian from front of ec�uipment for equipment mounted against the wall and 3-inch extension on front and a•ear sections when equipment is rear accessible. 3.3 SLEEVES AND FORMS FOR OPENINGS A. Provide and place ali sleeves for conduits penetrating floors, walls, partitions, ete. Locate all necessary siots for electrical work and form before conerete is poured. B. Unless measurements are shown on the drawings, the loeations for stubbing up and terminaEing concealed conduits which are shown on the drawings are approximate. Exact Ioeations are required for stubbing-up and terminating eoncealed canduit. Qbfain shop drawings and teznplates fram eguipment �end�rs or other subcontractors and locate the concealed conduit before the floor slab is poured. C1TY OF FORT WORTH 5outh Westside V Elevated Storage Tank STANDARD CQNBTRUCTiOIV 3PECIF[CATIQIV DOCUMENTS City Pmject No. 103428 Reviscd Oc[ober 20, 2021 Z�aano-9 Electrical — General Provisions Y�ge 9 af 12 C. Wl�ere setting drawings are not available in time to avoid delay in scheduled floor slab pours, the Owner/Engineer may allow the ir�stallatians of such conduit to be exposed. Requests for this deviation must be submitted in writing. No change in Contracl Price or Schedule for su�h change will be allowed. D. Seal all openings, sleeves, penetration and slots as specified in Seckion 26 05 33. 3.A CUTTING AND PATCHING A. Coordinate with Divisions 2 and 3 for cutting. and patching. B. Care drill holes in concrete €loors and walls as required. Obtain written permission from the DwnerlEngineer befare core drilling any holes larger than two inches. C. Schedule the installation of work to pro�ide the minimum amount of cutting and pa�ching. D. Cutting or drill�ng holes for the installati�n of raceway through joists, beams, girders, columns or any other structural members is strictly prnhibited. If a structural member is cut ox drilled, restare the struGtural member to its pre�ious condition in complete accardance with the instruc�ions of the Structural Engineer, with no change in contract price or schedule regardless of the extent of the repairs required to restare the mernbar Eo its previous condition. E. Cut aperung only large envu!gh to allovu easy installation of the conduit. F'. Patching shall be of the same kind and quality of material as was rerrto�ed. G. The compl�ted patching work shall restore the surface Co its originat appearance or better. H. Patching of waterproa%d surfaces shall render the area of the patching eompletely waterproofed. I. Remave rubble and excess patching materials from the pre�nises. J. Existing conduits are cut at the floor iine of wall line, Chey shall be filled with graut of suitable patching material approved by the Structural Engineer. 3.5 INSTALLATION A. Any wark not installed according to tl�e Drawings and this Section shall be suhject to change as direeted by the Owner/Engineer. No change in Contract Pric� or Scheduie will he allowed for making these changes. B. All dimensions shall be Field verifed at the jab site and coordinated with the work of all other trades. C. Electiical equipment shaIl always be protecEed against mechaaical or water damaga. Electrical equipment shall not be stored outdoors. Electrical equipment shall be stored in dry permanent shelters as required by each Specification Section. Do not znstall electrical equiprnent in iis permanent locakion until structures are weather-tight. If any apparatus has 6een subject to passible injury by water, it shall be thoroughiy dried out and tested as directed by the Owner/Engineer or shall be replaced with no change in Contract Price or Schedule, at the OwnerlEngineer's discretion. D. �quipment that has been damaged shall be replaced or repaired by the equipment manufacturer, at the OwnerlEngineer's discre�ion. CiTY 4F FORT WORT�i South Westside V Elevated Storage Tank STANUARD CONSTRLTCTIDN SP�CTF'ICA'T10N DOCUMEIYTS City Project Na. 103428 Revised October 20, 2D2I zb oo ao - i a Eiectrical—Geneta] Provisions Page 10 nf 12 E. Repaint any damage ta tha factory applied paint finish uszng touch-up paint furnished by the ec�uipment manufacturer. If the metallic pvrtion of the panel or seciion is dam.aged, tha entire paneI or section shall be replaced, af. no additional cost to khe C�wner. F. NEMA 3R, 4 or 4X enclosures shall not have raceways entering fram the top if the enclosure is instatled in a damp or wet area. Should raceways be installed entering the top, the enclosure shaii be replaced and raceways re-routed ta enter the side ar bottom. Conductars, if installed, sha11 be rernoved and repiaced. CorrectiQn of raceways entering the top and conductor z-eplacement shall be provided with np change in Contract Price or Schedt�e. � G. Conduits exiting tray in airconditioned indonr el�etrical rooms will enter the top of electrical enclosures. The location oi these cqnduits shall be coordinat�d with the HVAC duct vents such that cold air wil3 not blow on the conduits causzng candensatiuu which will enter the electrical enciosures. After installation, inspect the conduits while the HVAC system is x'unni.ng to insure no candensation is forming and entering any electrical eneldsure. Re-direct the air flow if possible or re-route the conduits to avaid condensation. Conductors in re-routed conduits shall be replaced, re-terminat�d. retested and the operation of the equiprnent retested with no change in tlae Contract Price or 5chedule. 3.6 PHASE BALANCING A. The Drawings do not attempt to 6alance the electrical loads across the phas�s. Circuits on nnotar control canters aad panelboards shall be iield eQnnected to result in evenly balanced loads across all phases. S. Field balancing oi circuits shail not a3ter the conductor color coding requirements as specified in Section 26 OS 19. 3.7 MANU�"ACTURER'S SERVICE A. Provide manufaeturer's services: foz testing and start-up af the equipnneat as listed in each individual Specification Section. All settings, inciuding those settings and arc flash labels required by khe Power System Study, shall b� made ta Che equipment and approved hy the Owner/Engineer prior to energizing of rhe equipment. B. Testing and startup shall not be combined with training. Testing and start-up time shaEll nat be used for manufacturer's warranty repairs, 3.8 TESTS AND SETTINGS A. Test systems and �guipment furnished under Divisian 26 and repair or reQlace all defective work. Make adjust�ents to the systems as specified and/or req�ired. B. All tes.ts required by tne indi�idual specification Sections shaIl be completed prior to energizing electrical equipment. Submit a sample test form or procedure. and submit the required test reports and data to the OwnerlEngineer for approval at l�ast two weeks prior to the startup of khe tested equipment. Include narnes of all test persannel and initial each test. C. Check mator nameplates for coirrect phase and vaitage. Check bearings far proper lubricatinn. T�. �heck wire and cable terminations far tightness. CITY OF FORT WORTH South Wes[side V Elevated Slorags i'ank 5'P.4NDA12U CO�Y�'fRUCTION SPECIFTCA7'lOhl DOCUMBNTS Ci[y Project lVo. 103428 Revised October 2Q, 2021 z6aooa-i� Electrical— Geneca! Prnvisians Page 11 of 12 E. Check rotation of motors prior to energization. Disconnect driven equipment if damage could occur due to wrong ratation. If the mator rotates in the wrong direction, the rotation shall be immediately corrected, or tagged and locked out until rotation is correct�d. F. Vetify alI terminations at kransformez's, equi�ament, capacitor connectians, panels, and enclosures by producing a 1 2 3 ratatifln an a phase sequenced motor when connected to "A", "B" and "C" phases. G. Provide mechanical inspectian, testing and setting of csrcuit breakess, disconnect switehes, motor starters, controI equipment, etc. for proper operation. H. Check interlocking, control and iz►strument wiring for each system a�ndlor part of a system to prove that the systern will funetion properly as indicated by schematic and vviring diagzams. I. Check the ampere rating of thermal overloads for motors and suhmit a typed record to the Owr►erlEngineer of same, including MCC cubicie locatian and load designakion, motor service factor, horsepower, full load current and starti.ng cade letter. If inconsistencies are found, new thermal elements shall be supplied and installed. J. Verify motar power factor eapacitor ratings. K Tesiing shall be scheduled and eoardinated with the Owner/Engineer at least two weeks in advance. Provide qualiiied kest perspnnel, instruments and test equipment. �.. Refer to the individual �quipment sections for additiona� sgecific testing requirements. M. Make adjuslinents to the systems and instruct the �wner's personnel in the pr�per operation of the systems. 3.9 TRAINTNG A. Provzde manufacturer's tz�aining as specified in each individual section of the Specifications. END OF SECTION CITY OF FOlZT WORTI-i South Westside V BEevated Storage 1'ar�k STANaARD CONSTRUCTION 3PECIFICATION DOCUMENTS City Project I�o. 103428 Revised Octoher 20, 2021 26 00 06-12 Electrical — General Pro�isivns Page 12 af l2 THIS PAGE INTENTIONALLY LEFT BLANI� C1TY 4F FdRT WOR'rH 3outh Westside V Elevated Storage Tank STANDARD CONSTRUCTION SPECIFECATION DOCUMENT5 City Project No. f 03428 Revised Octoher 2p, 202f 26 p5 19 - l Low-Voltage Wires and Cables Page 1 of 10 SECTION �6 0� 19 LOW-VOLTAGE W1RES AND CABLES PARTI- GENERAL 1.1 SCOPE OF WORK A. Furnish, install and test all wire, cable and appurtenances as shown on the Drawings and as specified herein. 1..2 RELATED WORK A. Refer to Division 26 00 OQ and the Contract Drawings, fo� re�ated work and electrical coordinat�on requirements. 1.3 SUBMITTALS A. Shop Drawings 1. Submit catalog data of all wire and eable, conneetors and accessories, specified under this Section with all selections, options atid exceptions clearly indicated. All cut sheets shaIl be clear�y marked to indicate which products are being submitted for use on this project. Unmarked cut shaets will he cause to reject the submittal and return it ior revisinn. B. Certified Tests 1. Submit a test report of all instailed wire insulation tests. 1.4 REFERENCE CODE5 AND STANDARDS A. T�►e equipment in this sp�cif'rcation shaiI be designed and manufactured according to iatest re�ision of the fqllowing standards (unless otherwise noted): 1. 1VFPA 70 — National Electrical Code (NEC) 2. NEMA WGS — Thermoplastic-Insulated Wire anc� Cable for the Transmissinn and Distribution of Electrical Energy 3. ANSIITIA/EIA 605A -- Staudard for telecommurucations infrastructure 1.5 QUALITY ASSURANCE A. The general canstruction of the wire, cables and the insulation material used shall be similar to that used for cable of khe same size and rating in coatinuous prodnction far at least 1 S years and successfulIy operaring in khe field in substantial quaqtiTies. B. Wire and cable with a man.ufacture date of greater than 12 months previaus will not be acceptable. C. Wire and cable shall be in new condition, with the manufacturer's packaging iniact, stared indaars sinee manufacture, and shall not have been subjected to the weathex. Date af manufacture shall be clearly visible on each reel. D. The rnanufacturer of th�se materials shall have produced similar electrical materials for a minimurn period af five years. When requested by the Owner/Engineer, an acceptable list of installations with similar equipmenC shall be provided demonstrating compliance with this requirerrteni. CTTY QF FORT WORTH South Westside V Elevated Storage Tank S'I'AiVDARD CDNSTRUCTION 5P�CIR[CATI�N pOCUMEI�TS City Pruject No. 1U3428 Revised October 20, 2D21 260519-2 Low-Voltage Wires and Cabies Page 2 of l� L6 10B5ITE DELiVERY, STORAGE AND HANDLING A. �rior to jobsite delivery, camplete all submrttal requirements, and present to the OwnezlEngineer prior ta delivery of the equipment, an appro�ed copy of all such submittals. Deli�ery of incomplete constructed equipment, or equipment wl�ich iailed any factory tests, r�ill nat be permit#ed. B. Checic for reeIs not completely restrained, reels v�ith interlocking flanges or broken fla►�ges, damaged reel cover'sng or any other indication of damage. Do not droQ rt:els from any haight, C. Un3oad raels using a sling and spreader bar. Roll reels in the dixection of tlte arrnws shown on the reel and on surfaces free af obstructions that cauid damage the wire and cahle. D. Store cable on a solid, well drained lacation. Cover cable reels with plastic she�ting or tarpaulin. Do not lay reels flat. 1.7 WARRANTY A. Provide warranties, including ihe manufacturer's warrantee, for the equipment specified and the praper installation thereof, to be free from defects in material and workmanship for twp years from date of iinal acceptance of the equipment and its installation. Within such period of warranty, all material and labor necessary to return th� equipment to new operating condition shall be provid�d. Aay warranty work requiring shipping or transparting of the equigment shall be provided at no expense to the Owner. PART 2 - PRODUCTS 2.1 GENERAL A. Wires and cables shall be ann�aled, 98% conduckivity, soit drawn copper. B. All conductors shali t�e Class B s.tranded. C. Except for control, signal and instrumentation circuits, wire smaller than #I2 AWG shall not be used. 2.2 POWER & BUILDING WIRE A. All building wire shall be stranded copper canductors, Type XFIIIW-2 �.3 TRAY CABLE A. Cable fnr tray use shall be stran�ed eopper conductors, Type XHHW-2 insulation, rated as UL Type TC cabte. Cable shall be sunlight resistant and approved for direct burial. 2.4 GROUNDING ELECTRODE CONDUCTOR A. Grounding electrod� coz�ductar shai] be stranded copper conductor,. Type XHHW-2 with green insulation. �.� BONDING JiIMPER A, Bonding dumper shall be 6are tinned stranded copper conductor. C1TY OF FQI2T WQRTH South Westside V Elevated Storaga iank 3TAI�IpARD CONSTRLICTIDN 5PECIFiCATIQN �OCUMENT5 City Project IVn. 103428 Revised Octaber 20, 2D21 2605i9-3 Low-Voltage Wires and Cables Page 3 of 10 2.b CONTROL WIRE AND CASLE A. Gontrol wire shall he NEC Type XHHW-2. B. Multi-conductor control cable, shall be stranded, #14 AWG 60Q-volt, XHHW-2, insulated, PVC outer jacl�et o�eralI, Type TC, UL rated far underground wet location. 2.7 INSTRUMENTATION CABLE A. Ca61es for 4-20 ma, RTD, potentiometer and similar signals shall be PLTC rated and shall b�: 1. Sir�gl� pair cable: a. Canductors: 'h�va #l6 AWG stranded, tinned and twisted on two-inch lay b. Insulation: PVC with 60Q-volt, 90°C rating e. Shield: 100% Mylar tap.e with drain wire d. 7acket: P'VC with manufacturer's identification e. Y7L168S listed for undergronnd wet location use 2. Three conductor (triad) eable: a. Conductors: Three #16 AWG stranded, tinned and twisted an two-inch Iay b. Insulation: PVC with 600-vvit, 40°C rating c. Shield: 100% Mylar tape with drain wire d. Iacket: PVC with manufacturer's identification e. UL1685 listed far underground wet location us� 3. IVIultiple pair cables (where shown on the Drawings}: a. Conductor: MuIt�ple p.airs, #16 AWG stranded, tinned and twisted on a two- inch lay b. Insnlation: PVC with SOQ-volt, 90°C rating c. Shield: Individual pairs shielded with 100% Mylar tape and drain wire d. Jacket: PVC with manufacturer's id�ntiiication e. iTL1685 listed far underground wet location use �.$ COMMUNICATYON CABLES A. Caloles for Ethernet and RS485 shall be rated and shall be: I, Category Se above Grade shielded Cable a. Canductors: Four bonded pair #24 AWG Bare Capper b. Insulation; Polyolefin c. 5hield: 100% aluminum fvil polyester tape with drain wire d. Jacket: PVC with 5D0-volt rated and manufacturer's identiiication e. LTL21047 and UL1666 listed fflr indoor and dry lacatians use 2. Category 5e ahove Grade un-shielded Cable a. Conductors: Four bonded pair #24 AWG Bare Copper b. InsulaCion: Polyoiefip c. Jacket: PVC with 300-volt rated and manufacturer's identificatiam d. NEC CMR e. ULI6661isted for indoor and dry lo:catians us� 3. Category 6 above Grade shielded Cable a. Coaductors: Four banded pair #23 AWG Bare Copper b. Tnsulation: Polypropylene c. Shield: 100%o aluminum foil polyester tape with drain wire d. Jacket: PVC with b00-volt rated and manufacturer's identification e. Transmission Standards: Category b- TIA 568.C.2 CT"C1' OF FORT WORi'H South Westside V Elevated SEarage Tanic STANDARD COlV3TI2UCTIQN SPECIFIGATIQN DOCUMENTS City Project No. 103428 Revised October 20, 2Q21 26D519-4 Low-Vallage Wires and Cables Page 4 af l0 f. IV�C CMR g. Flame Test Method: UL1665 Vert�cal Ris�::r listed far indoor and dry locations use 4. Cat�gory 6 above Grade un-shielded Cabie a. Conductars: Four bonded pair #23 AWG Bare Capper b. Insulation: Polyolefin c. 7acket: �VC with 3Q0-volt rated apd manufacturer's iden�ification d. Transmission Standards: Category 6- TIA SbS.C.2 e. Nominal Velocity of Propagation: 72°10 F. Flame Tesk Method: UL1666 Vertical Riser listed for indoor and dry locations use 5.. Category Se below Grade st�ielded Cable a. Conductors: Faur pair #24 AWG Bare Copper b. Insulation; Polyalefin c. Shield: 1Q0%a aluminum foil polyester tape with drain wire d. lacket: LLPE (Linear Low Density Polyethylene) with 3Qd-volt rated and manufacturer's identiFication e. Misc.: NEMA WC-63.1, lisCed for ou.tdaor and wet locaEions use f, Water B3ocking compound and listed for direct bury appiications. 6. Catagory Se belaw Grade unshielded Ca6Ie a. Conductors: Four pair #24 AWG Baz'e Cnpper b. Insulation: Pa�yole�'in c. Jacket: LLPE (Linear Law-Density Polyethylene) with 3Da-volt rated and manufacturer's identificakion d. Misc.: NEMA WC-b3.1, listed for outdoor and wet locataons use. e. TIA-568-C.2 Category �e cotrapliance f. Water Blocking compound and listed for direct bury applications. 7. Category 6�elow Grade Ca�le a. Conductors: 4 pair 23AWG Bare Copper b. Insulation: PoIyoieiin c. Shield: 10� percent aluminum foil polyester tape with drain wire d. Jacket: Polyethylene vv�th 300 vo�ts rated and manufacturer's identification e. Misc.: Gel filled and NE1�IA WC-63.1, li�ted for outdoor and wet locations use 8. 485 Communications Cable a. Conductors: O�e pair #24 AVWG Tinned Copper b. Insulation: Poly�thylene c. Shield: 100°Io aluminum foil polyester tape with tinne.d copper drain wire d. ,Tacket: PVC with 300-volt rated and manufacturer's identification e. Misc.: UL2919 listed for indoor and dry locaiions use 2.9 TERMINATION MATERIALS A. Power Conductors: Termination zraaterials, of canductors at equipment, shall be as specified in the relevant equipment Section. CITY OF FORT WORTEI South Westside V Elevated Storage Tank STANDAI2D CONS'�RUCTION SPECIFICATION DOCUMENTS City Ptoject IVo. 103428 Revised October 20, 2021 a�as i9-s Low-Voltage Wires and Cahles Page 5 of !0 B. Control and Instrumentation Canductors (including graphic paneS, alarm, low- and high-tevel signals): Terzninatian connectors shall be DIN-rail-mqunted one-piece molded p�astic blacks with tuhular-clamp-screw type, with end barriers, dual side terminal block numbers and terminal group identifiers. Terminals to be UL Listed for stranded conductor tarminations. Rated for a maximum of 2#14 stranded eonduciors. Color of tertninals to comply with NFPA 79. C. Motor Gnnductors; Motor connections with conductors #12 AWG up to #fi AWG shall be ring type compression ker�ninations on the motor leads and seeured with bolt, nut and spring washer. Connections shall be -30°C rubber insulated, half lap, and two Iayers minimum of Scotch 33 or equal vinyl tape. Motor terminations for conciuctors #8 AWG and larger sha].I be in accordance wzih paxagraph "Lugs and Connectorrs" below, Motors provided on this project per specification 26 OS 50 shall hays motor terminals enclosures with bus and NEMA ona-hole or two-hale pads to accommodate the conductar termi.nals specified herein. D. Lugs and Connectors ALI lugs and cqnnectors shall be tin plated cop�er and shall be crimped type, installed with standard industry tooling. Lugs and connectors shall match the wire size where used, and shall be eiearly identified and colar coded on the connector. All connections shall be made for stranded wire and shall be made el�ctricaily and mechanically secured. The lugs and connectors shall have a current carrying capac'sty equal to the conductors for which they are rated and meet i7L 486 rec�uirements for 75°C. Lugs for #12 AWG up to #6 AWG shall be ring terminals. Conductors #4 A1NG and larger shall be two-hole long barrel lugs with NEMA spacing. All lugs shall be Ehe closed end canstr�ction to exelude maisture rnigratian into the cable canductor. 2.]0 SPL�CE MATERIAI.S A. Power Conductors: Circuits shalI be pulled from terminal to terminai, without splicing, except where splicing is shown on the Drawings. No other splicing will be pernutted. For wires sizes #8 AWG and smaller, provide color coded wire nuts, with metal inserts, 3M or ldeal, rabber insulated with half lap and two layers minimum of Scvtch 33 tape, For wires greaker than #8 AWG, provide a heat shrink insulated, eolor-coded, die- crimped splice lug, T&B 54XX�, ar equal, r�►bber insulated, with half lap arid two layers tninimum of Scotch 33 tape. B. Control and Instru.mentation Conductors (including graphie panel, alarrr�, low and high level signaIs): No splicing of control and instrumentation conductars �vill be permitted. 2.11 WALL AND FLOOR SLAB OPENIlVG SEALS A. Wa11 and floor slab apenings shal.l be sealed with "FLAME-SAFE" as manufactured by t�e Thomas & Betts Corp. or equal. 2.1� WIRE AND CABLE TAGS A. Th� Contractor shall use the tagging formats %r w�re and cable as specified here. Use the tagging formats for wire and cable as shown on the Drawings. Where modifications or additsons are made ta existing wire and cable runs, replace existing tags with new moc�ified tags. CTTY OF FORT WORTfl 5vuth Westside V Eleva[ed 5torage'Penk STANDARD COlY5TRi1CTION SPECIFTCATION DOCUMEIVT5 Cily Project No. f 03428 Revised October 2p, 2U21 260519-6 Low-Voltage Wires and Cahles Page 6 of [4 B. Wire tags for wire sizes, #2 AWG and smaller, shali be heat shrink type Raychem TMS-SCE, or approved equal with the tag numbers typed with an indelible rziarking process. Charactez size shall be a minimum af 1/8-inch in height. Hand written tags shall not be acceptable. Where ends are not available, attach cable tags with nylon tie cord. G Tags for wires larger than #2 AVVG and a�l cables shaiI be thermally print�d polyerhylene type, Brady Ti.S 2200 ar appraved equal, nylan zip tied in accnrdance with the man.ufacturer's instructions. D. Tags relying on adhesives ar taped-on markers are nQt acceptable. E. Tagging shall be done in accordance with the executian portion of these Specifieations. �13 WTRE COLOR CODE A. All wi.re shall be color coded or coded using elactrical tape in sizes #8 or greater, where colored insulatian is n.ot avaiIable. Where tape is used as the identification systam, it shaIl be applied in all junctian boxes, manhoIes and other accessible inter�nediate locations as well as at each termination. B. Th,e �qllowing cading shall be used: S�stem Wire 1-Phase, 3 Wire 1'hase A Phase B NeutraI 208YIT2D, Volts Phase A 3-Phase, 4 Wire Phase B Fhase C Neutral 480/277, Volts Fhase A 3-Phase, 4 Wire Phase B Phase C Neutral �.1� CASLE TAG C4LOR CODE Color �lack Blue White Black Red B�ue White Brown Orange Yellow Gray/White with one or more colored stripes A. All cable tags shall be white in color with black printing. PART 3 - EXECUTION 3.1 GENERAL A. Do not install conductors until the raceway system is in place. No candactor shall be installed between outlet points, junction points or splicing points, until raceway sections have been completed, and raceway cavers are installed far protection of conductors from damage or exposure to the elements. Any conductor instal�ed in an incomplete raceway system shail be ramoved from the raceway system and fro.m project site. A complete inspection of such raceway s�ctions shall be completed, before new canduciors are installed. CTTY OF FORT WORTH Sout� Westside V Elevated Storage Tank STANDARB C4lVSTAUGTTOIY SPECIFICATION DDCUMENTS City Project No. 1U3428 Revisad October 20, 2021 260519-7 Low-Vokage Wires and Cables Page 7 of 1Q B. TnstaIIed unapproved wire shall be removed and replaced at no additianal cost to the Owner. C. Completely swab raceway system before instailing conductors. Do nat use eleaning agents and lubricants which have a deleterious effect on the conductars or their insulation. D. Pull all conductors into a raceway at one time, using wire pulling lubricant as needed to protect the wire. E. Except for hand-pulled canduetors into raceways, all wire and cable installation shall be instailed with tension-manitoring equipment. Conductors which are %und to have been installed without tension—manitoxing shall be immediately removed from the racew�ys, p�rtnanentty identif'ied as rejected material, and removed from the jobsite. New conductors and cables shall be reinstalled, tagged and raceways resealed, with no change in the Contract Price or Schedule a]Iowed. F. Do not exceed cable manufacturer's recommendations for maximurzz pullzng tensians and minimum bending radii. Where pulling compound is used, use only UL listed cnmpaund compatible with the cable outer jaeket and with the racewa� invoived. G. Tighten all screws and terminal bolts using torque type wrenches and/ar drivers to tighten to the inch-pound requirerrients of the NEC and UL. H. Single conductors and cables in manholes, hand hoies, vaults, cah�e trays, and other indicated locations are nat wrapped together by some other means such as arc and fireprooiing tapes, shali be bundled throughout their exposed length with nylon, self- locking, releasable, cable ties placed at intervals not exceeding four inches on centers. I. All wire and cable installed in cable trays shall be UL Listed as Type TC, for cable tray use. 3.� CONDUCTORS 1000 VOLTS AND BELO�'V A. Provide conductar sizes indicated on Drawings, as a minimum. B. Use crimp connectors on all stranded conductars. C. Soldered rriechanical joints insulated with tape will not be acceptable. D. Arrange wiring i� cabir�ets and panels neatly cut to proper length Surplus wire shall be removed unless noted otherwise. Conductors shall he bridled ar bundled and se.cured in an acceptable manner. Ideniify all circuits entering motor cantrol centers and alI other control enclosures in accordance with the conductor identil"icaLion system specified herein. E. Terminate controi and it'�stru.tnentation wiritig with methods consistent with terminais provided, and in accordance with terminal manufacturer's instructions. F. Atta�h compression lugs, �arger than #6 AWG, with a tool specifically designed for that purpose which provides a completa, controlled crimg where tfie Cool will not release untii the crirnp is comp�ete. Use of plier type crimpers is not aceeptabie. G. Cap spa3re conductors and conductors not terminated with the UL listed end eaps. H. Remove all hurrs, ci�amfer all edges, and install bushings and pratective strips. of insulating material to protect the cflnductors passing through holes or over edg�s in sheet metal enclosures. C1TY pF FORT WORTH 5auth Weslside V Elevated St�rage Tank STANDARD CONSTRUCTION SPECTFSCATION DpCUMENT5 Ciry Project No. 103428 Revised Octoher 2D, 2421 260514-5 Low-Voltagc Wie+es and Cahles Page 8 oF ]0 I. Pro�ide at least 6 feet spare conduci:ors in freestanding panels and at least two feet sgare in other assemblias far alj conductors which are to be terminated by others. Provide additional conductor iength in any assembly where it is obvious that more conductor will be needed to reach the termination �oin[. Do not combinc pa�rer conductoz's iz� the sarne raceway unless shovvn on Drawings. Do not run signal conductars carrying voltages iess than 120 volts AC in khe same raceway as conductors carrying higher voltages regardless of the insulation rating of the conductors. Do not shaze neutrals on hranch circuits. 3.3 GROUNDiNG A. Conduits and ottzer raceways shall cantain an aquipment groundin� conductor whether the raceway is metallic or not. Conduits, motors, cabit�ets, outlets and other equipment shall be properly grounded in accordance with NEC requirements and specification 26 05 26. Ground wues exposed ta mechanicaI damage shaII be installed in rigid aluminum conduit. Make connections tn equipment with salderless connections. Cannections to graund rods shall be of the fused type ec�ual ta t�e Cadweld process. 3.4 TERMINATIONS AND SPLICES A. No splices of wire and cable will be pernutted, except where specifically permitted by the Owner/Engineer in writing, or as shown on the Drawings. B. Pnwer conductoxs: Terminations shaii he rnade with connectors as specified. Splices, where speci�cally aIlowed as stated above, shall be made in a TerminaLion Cabinet (TC). C. Control Conductors: 5plices of control conductors will not be petnnitted between t�munal paints. Terminations shall be znade with appraved terrninals as specified. D. Instrumentation 5ignal Conductors (including graphic panel, alarm, low and high le�el signals): Sp3ices of Instrumenta�ion conductors wilI not be permitted between termina! points. Terminations sha11 be made with connectors as specified. The shield of pair shielded and triad shielded shall be terminated on Cerminal strips. Provide d�dicated terminal black to e�ery conductor including shields. Dauble lugging terminations is nok acceptable. 3.S INSTRUMENTAT�ON CABLES A. Instrumentation cables shatl he installed in raceways as specified. i7nIess specificaliy shovvn on the Drawings, all instrumentation circuits shall be installed as single shielded twisted pair cables or single shielc�ed twisked triads. In na case shall a circuit be made up using conduc�ors from different pairs or triads. Txiads shall he used where�er three wire circuits are required. B. Terminal hlocks shall be provided at all instrument cable junction boxes, and a!1 circui[s shall be identified at such junctions. C. Shielded instrumentation wire, c�a�cial cablc, data highway cable, discrete I/O, multipla cflnduetor cable, and fiber optic cables shall be run without sgIices between instruments, terminal baxes, or panels. The shield shall be continuous for the entire run. D. 5hields shall be grounded at the PLC/RTLJ. Terminal blocks s�al! be provided for inter-connectiag shield drain wires at all junetion boxes. Individual circuit shielding shall be provided with its nwn block. CPTY O� FQRT WORTH SouEh Westside V Elevated Storage Tank STAI�'DARD CONSTRUCTION SP�CIPICATION 170CUMBNTS City PrajecE No, ] 0342$ Revised October 2Q, 202 [ 26 05 l9 - 9 Low-Voltage Wires and Cables Page 9 of 1Q E. Shield wire shall be wrapped and taped at the transmitter end af the signal run. Befare terminatior�, peel back the auter sheath, leaving the shield intact. Wrap the drain wire around the conductors, leaving approacimately two incfies exposed. Wrap the drain wire with two layers of Scatci� 33 tape. 3.6 WIRE TAGGING A. All wiring shall be tag�ed at all termination points and at all major access points in the electrical raceways_ A termination point is defined as any point or junction wher� a wire or cable is physicalIy connected. This includes terminal blocks and de�ice terminals. A major access point ta a raceway is defined as any enclosure; box or space designed far wire or cable pulling or inspection and includes pull boxes, manhQles, and junction boxes. B. Wire tags shall show hoth origination and destination information to allaw for a wire ar cable to be traced from point in the field. Information regarding its origination shall be shown in parenthesis. C. For multiconductor ca6les, both the individual conductars and the overall cable shall be tagged. Conductors that are part of a multiconductor cahle shall reference the cable identification numher that they are a part of, as well as a unique conduetor number wit�tin the cable. 3.i CABLE TAGGING A. AlI cahles shall be tagged at all terminaCion points and at all majar access points in the electrical raceways as de#"ined in the wire tag sectzon af this Specificatian. B. The cable tag shall be instaIled where the cable enters and leaves each access point (e.g., junction box, manhole, etc.). In cases of limited access spaee, a sirigle kag may be used that shows both equipment tag origination and destinat�on. In the case where the jacket is stripped for ternunations, t�e tag shall be installed at the end af the jacket. 3.8 RACEWAY SEALING A. Raceways entering junction hoxes or control panels eontaining electricai or instrumentation equipment shalI be sealed with 3M IOOQNS �Watertight Sealant ar approved equal. B. This requir�menC shall apply io far aII raceways in the conduit system. 3.9 F�ELD TESTS A. Conductors under 600 volts 1. Perform insulation resistance testing of all power circuits below l 000 voIts with a 100a-voli megger, in accordance with the recommendations of the wire manufacturer. 2. Prepare a written test report of the results and submit to the OwnerlEngineer pri�r to final inspection. 3. Minimum acceptable value for insulation resistance is I Ob megahms. Lower values shall be accepta6le only by the Owner/Engineer's specific written approval. 4. Disconneci equipment khai might be damaged by this test. Perform tests with all other equipment connected to the cireuit. CFTY OF PORT WORTH South Westside V Slevated Smrage Tantc STANDARD COIVSTRUCTiON SPECIFLCATION DOCITMENT5 City Project iVo. 103428 RevisecE Octoher 20, 202] 26 US l9 - l0 Low-Voltage Wires and Ca6les Page 10 of 10 B. Tests: After instrumentation cable installation and conductor termination by the instrumentation and control supplier, perfarm tests to ensure that instrumentation cable shields are isalated from graund, except at the grounding point in the instrumentation control panel. Remo�e all ixngroper grounds. END �F SECTYON CITiC OF FORT Vi'ORTH South Westside V 8lcvated 5torage Tank STAN➢ARD CO11f5TRUCTION SPECIFICATIDIV DOCifMENTS Ciry Project Nn. 103428 Revised 4ctober 20, 202J 26 05 26 - 1 Grounding and $onding System Page 1 of 6 SECTION 26 Q5 26 GROUNDING AND BONDING 5Y5TEM PART1- GENERAL 11 SCOPE OF WORI� A. Furnish all labor, materials, equipment and incidentals required to instail a complete Grounding and Bonding System, in strict accordance with Article 250 of the National Electrical Code (NEC), and as shown on the Drawings and specified herein. B. The system shall include ground wires, ground rods, exothermic connections, mechanical connectors, structural steel connections, all as shown an the Drawings, and as specified herein, to provide a banding to earth ground of all rnetallic materials likely to 6ecame energized. 1.2 RELATED WORK A. Refer to Division 26 QO 00 and the Contract Drawings, for related work and electrical coordination reyuirements. 1.3 SUSMITTALS A. Submit to the Engineer, in acc�rdance with Division 1 and Section 26 DO 00, s�op drawings and produet data, %r the folIovc�ing: 1. Ground rods. Z. Grounding conduit hubs. 3. Waterpipe ground clamps. 4. Buried grounding connections. 5. Campression lugs. 6. Exathermic bonding system. B. All shop drawing submittals and all O&M submittals shaII he submitted in �ard capy format and in electronic format using PDF files on a flash drive and shalI include an indexed Table of Contents. Electronic subrnittals are mandatary, and any submittal received not indexed as specified will be returned without review. Hard copy submittals may not be required if so stipulated in the Contract Documents. No change in Contract Price or Schedule wilI �e allowed for delays due to unacceptable su6mittals. C. All cut sheets shall be clearly marked to indicate which produets are being submitted For use on this project. Unnnaeked cut sheets wiII cause the subrnittal to be rejected and returned for revision, 1.4 REFERENCE CODES AND STANDARDS A. All products and components shown on the Drawings and listed in this specification shaIl be designed and manufactured accarding to laiest revision of the follawing standazds (unless otherwise noted}: 1, NFPA 70 -- National Electrical Cade (NEC) 2, LTL 467-2d07 --Grounding and Bonding Equipment 3. NFPA 70E — Standard for Electtical Safety in the Workplace C1TY �F FORT VS�ORTfI South Wcstside V Elevaied Storage Tank ST/U�IDAI2D CONSTftUCTIOI+I 3FEClFICATION DOCUME]VT5 City Project Nn. 1�342B Revised Octo6er 20, 2021 260525-2 Grounding and Bnnding Syatem Page 2 oF 6 B. AIl equipment compone�ts and completed assemblies specified in this Section of the Specifications shall bear the appropriate label of Underwriters Labaratories. 1.� QUALITY A55URANCE P.. T�ie manufacturer of these materials shall have produc�d similar electrical materials and equipment for a minim�m period qf five years. When requested by the OwnerlEngineer, an acceptable 1'sst of installations with similar eguipment shall be provided demonstrating corr�pliance with this requirement. 1.6 JOBSITE DELIVERY, STORAGE AND HANDLING A. Prior to jobsste delivery, complete all submittal requirements, ar�d present to the Dwner/Engineer prior to delivery of the equipment, an appro�ed eopy of all such submittals. Delivery of incomplete canstructed equipment, onsite factory work, or failed factory tests will not be permitCed, B. Protect equipment during shipment, handling, and storage by suitable eornplete enclosures. Protect eyuipment from exposure to the elements and keep thoroughly dry. 1.7 WARRANTY A. Provide warranties, including the manufacturer's warrantee, for ihe equiprnent speeified and the proper instalIataon thereof, to be free from defects in material and warkmanship fpr two years from date of fina� acceptance of the equipment and its installation. Within such period of warranty, all material and labor necessary to return the equipment to new operating canditian shall be provided. Any warranty wark requiring shipping or transgorting. of the equipment shall he provided at no expense to the Owner PART � - PRODUCTS 2.1 RACEWAYS A. Conduit shall be as specified under Section 25 OS 33. B. AlI raceways, conduits and ducts shall contain equipment grounding conduetors sized in accordance with the NEC. Minimunn sizes slaall be #12 AWG anless atherwise indicated on the drawiags. 2.2 CONDUCTORS A. Conductors shall be as sgecified under Section 26 OS 19. B. Equipment gro.unding conductors shall be insulated XHHW-2 conductors. Conduetors shall be green where available fram t�e wire manufacturers or marked with green tape as specified under 26 OS 19. C. Grounding electrode eonductors shall be bare tinn�d copper ruhare dire.ct buried, or encased in concrete. Bare grounding eIectrode conductQrs or lightning protecfion conductors where exposed to damage sfialI be installed in conduit. Grounding electrode conductars oz' lightning prnt�ction dawn lead canductnrs shown, specifisd or required to tze instaIled in conduit per ti�e NEC with no other conductors shall be bare tinned copper. Bare conductors installed in metallic conduits shall be bonded to the metallic conduit at both ends. CFTY OF PO1iT WORTH SaUth Westside V Elevated Skarage Tank STANDARD CONSTIti1CTION SPECIgICAT10N DOCUMENT3 City Project A'u. 103428 Revised Octa6er 2D, 2Q21 26OS26-3 Graunding and Bonding System Page 3 of 6 D. Grounding electrode conductors z'outed between concealed grounding electrodes ar intercnnnecting grounding electr�de countezpaise loop conductors to exposed (lE "Pigtails") shall be barecopper. �.3 GROUNDING ELECTRODES A. Ground rods shall be 314-inch by 10-foot cogper clad stee! and construcied in accordance with UL 467. B. Manufacturers for ground rods 1. ERICO 2. Copperweld 3. Approved equal. 2.4 CONNECTQRS AND CONNECTIONS A. Waterpipe ground clamps shall be 316 stai.nless steel l. Manufactur�rs a. Thomas & Be�ts Co. Cat. xl'T b. Burndy c. O.Z. Gedney Co. d. Cooper Power 5ystems e. Erico f. Harger g. Approved equaZ h. Provide the correct size for the pipe. B. Other grounding system clamps, where specified or shown shall be 316 stainless steel I. Manufacturers a. Thnmas & Betts Co. b. B�rndy c. O.Z. Gedney Co. d. Cooper Power Systems e. Erica f. Harger g. Appro�ed equal. . C. All concealed grounding system or lightning protection system connections shall be by an exothermic weld process 1. Manufacturers a. T&B Fur�ewald SCRl b. Burn.dy Thermoweld c. Cadweld d. Apprnved equal. 2. Exathermic welded connections shall be used in exposed locations as specif'ied herein. CI7'Y OP FORT WORTH South Westside V�leVated Storage Taziic STANDAR� CONSTRUCTION SPECFFICATION DOCUMENTS Cify Froject No. � 0342$ Revised Qctaber 2Q, 2021 250526-4 Giound'eng and Bonding. System Page � of 6 D, Provide a Bnrndy Hygrounci �eversible Compression System or equaj in areas where the Owner's aperations prevent the use of an exothermic weided connection. The use of a comp�•ession system ground connection is otherwise prohibited without written appra�al on a case-by-case basis from the Owner or Engineer. Fermission si�all be submitted through the RFI process. Compression connectors installed without permission shall be removed and replaced witt� exathermic weld connections with np change in the Cantract Price or change in tha Contract Schedule allowed. E. All grounding connections which would require exathermic welding in a Class 1 Di�ision S Area as determined by NFPA 820, or the Engineer, or the NEC Authority Having Jurisdietion shall use a Burndy Hyground Irreversible Compression System, ar equal. PART 3 - EXECUTION 3.1 1NSTALLATION A. Route exposed grounding electrode conductors it� Xigid alunn�;num conduits ta prptect the conductors from damage. The rigid eonrfuits shall be aluminum or PVC-coa[ed aluminum conduits as specified in 26 OS 33. Bond the protecting conduits to the grounding electrode conductors at both ends. Water pipe grounding connections shall not be painted. Paintad connections shall bc disassembled, replaced and reconnected. B. Install equiptnent gro.unding conductors in all raceways for the power, control and instrumentation systems. Grounding canductors shall be independent conductors and shall be sepazate from a11 shield drain wires. C. Conduits and other raceways shall contain an equipment graunding conductor whether the raceway is metallic oz' not. Conduits, rrtotors, cabinets, outlets and other equipment shal! be properly bonded in accordance with NEC requirements. Where ground vvire is e�cposed to meehanical damage, install wire in rigid metallic conduit. D. In IVEC cIassified areas, connectian of grounding electrode connections to structural skeel columns shall be made with long harrel type one-hole heavy duty copper compression iugs, bolted through 1./2-inch maximum diameter holes drilled in the calusnn web, with stainless steel hex head cap screws and nuts. E. In new construction, bond each building coIumn to the grounrling electrade counterpoise system whether nor not specifically shown on the Drawings using grounding electrode conductors. Gro�znding eIectrode conductors rising from the counterpoise to bond to a column shall be made using an �nsulated eonductor the same size as the conductors used to form the counterpoise. Exposad grounding electrode conductors shall be route�i in rigid conduit. Bond metallic conduits as speciiied. Grounding electrode conductor connections to structural steel columns shall be made with as permitted by the �tructural Engineer with long barrel type ane-hole heavy duty copper compression lugs, bolted through I/2-inch maximum diameter holes drilled in the colunnp vveb, wiCiz stainless steel hex head cap screws and nuts, F. Metal conduits stubbed inta a motor control eenter shall be terminated with insulateri grounding bushings and connected to the motor control center ground bus. Bond boxes mounted below motor controf centers to the motor coniroI center ground 6us. 5ize the grounding wire in accordance with NEC Tab1e 250.122, except that a minimum #l2 AWG shall be used. Cil'Y OF FO1tT WdATH 5outh Westside V Elevate8 5torage 7'ank STANDARD CON5TRUC"I'ION SPSCIFICATION DOCUMENTS City Prujeck iVo. 1 �3428 Revised Octaber 2D, 2D21 26 05 26 - 5� Gi'aunding ar�d $onding Systcm Page 5 of 6 G. Liquid tight �lexible metal conduit in sizes 1-1/2-inch and larger shall have bonding jurrzpers. Bonding �umpers shall be external, run garallel (not spiraled) and fastened with plastic �e wraps. H. Ground transformer neutrals to the nearest a�ailabie grounding electrade with a conduc�ar sized as shown with a minimum size in accordance with NEC Article 250,66_ Provide power system grounding electrades (graund rods) no cI�ser than twice the length of the ground r�d. Where a lightning protection is specified ta be provided, the Contractor sh. all pra�+ide a dedicated lightning protection system grounding electrode (ground rod) at the end of every down lead if no counter}�oise is present or shall connect directly to the power system counterpaise without driving a separate ground rod. Refer to Section 26 41 00 for lightning protection system specifications. Prpvide a#110 AWG bara tinned grnunfling cnnductor the full length of each cab.le tray system, bond each sectian and tray fitting to the tray graunding conductor. Route the tray grounding conductor along the outside of the eable tray. Install na grounding clamps on the inside of the tray to avoid da�nage to tray conductors. Bond the tray grounding canductor to the power systern counter�oise grounding electrode system at the end of the tray, ar for tray syst�ms installed in a loop eoniiguration, bond in at least two loca�ions at opposite sidr;s of the rray loop. Bond every enclqsure to which tray conductors are route� to the tray grounding conduetor. Bond every conduit or raceway routing tray conductors away from or to the tray system to the cable iray and to the cable tray grounding conduetor. K. All eguipment enclnsures, matnr at�d t�'ansformer frames, conduits systems, cable tray, cable armor, expased struetural steel and alI other equipment and materials required by the NEC to be grounded, shall be grounded and bQnded in accordanee with the NEC. L. Seal exposed connections between different metals with na-axide paint, Grade A or equal. M. Lay all undergronnd grounding canductors' slack and, where exposed to n:aechanical injury, protect by pipes or other substantial guards. If guards are iron pipe, or other magnetic material, electrically connect canductors to bath ends of the guard. Make connections as specified herein. N. Caz'e shaII be taken to ensura good ground continuity, between the conduit system and e.quipment frames and enclqsur�s. Wher� necessary, bondirzg jumper conductars shall be provided. O. Ground all grounding type receptacles to the �utlet boxes with a minimum, #12 AWG XHHW-Z stranded green cnnductor, cannected to the ground terminal of the receptacle and bonded to the outlet box by means of a grounding screw. 3.2 INSPECTION AND TESTING A. Iris.peet the grounding and bonding system canductors and connections far tightness and proper installation. B. Use Biddle Direct Reading Earth Resistance Tester or equivalent test instrument to measure resistance to ground af the systerta. 1'erform testing in accordanca with test instrum,ent �nanufacturer's recommendations �aing the fall-af-po.tential method. C. All test equipment shall be provided under this Section and approved by the Owner/Engineer. CPI`Y OF FORT WORTH SouEh Westside V Elevated S[prage Tank STAFYDARA CQNSTRLJCTION SPLCIFICATION DOCUMEiYTS City Projecl t+fn. ] 03428 Revised Octnber 2U, 2421 260526-6 Grounding and Bonding System Page 6 af 6 D. Resistance to gro�nd testing shall he preceded by no precipitakion for a minimum oF five days. Submit test results in the form of a graph showing the number af points measur�d (l2 minimum} and the numerical resistance to ground. E. Tesdng shall be perfarmed befare energizing the electrical distribution system. F. A separate test shall be conducted for each bui�ding or system, G. Notiiy the Engineer immediately if the resistance to ground for any building or system is greater than five ohms. END OF SECTION Cl'I'X QF FORT WOATH Sauth Westside V Elevated Storag,e Tank STANDARD CONSTRUCTION SPECIFICATIDN DOCiIMENTS City Project Na I U3428 ltevised Octoher 20, 2021 zb os z9 - i Plectrical Suppott Hardwate Page 1 of 6 SECTYON 26 05 29 ELECTRICAL SUPPORT HARDWARE PART1- GENERAL 1.1 SCOPE ��' WORK A. Furnish and instail electrical supp.ort hardware, as shown on th� Drawings and as specified herein. B. Hardware shali include anchar systems, adhesive anchor systems, metal framing systems, and otber electricaI support systems, as shown on the Drawings and specified herein. 1.� RELATED WORK A. Refer to Division 2b 00 QO and the Contract Drawings, for related work and electrical coordination requirements. 1.3 SUSMITTALS A. Submit to the Owner/Engineer, in accordance vvith Division 1, the manufacturers' names and product designa�.on or catalog numbers for th.e types of materials specified or shown on the Drawings. A1l cut sl�eets shall be clearly marked to indicate which products are being submitted for use on this project. Unmarked cut shee�s will cause the submittal to be rejected and returned for revisian. �. The subiruttal information, for artchar systems, shall cantain manufacturer's specificatians and technieal data including; 1. Accegtable base materiai conditions (i.e. cracked, un-craeked concrete) 2. Acc�ptable drilling methods 3. Acceptable bore hole conciitions (dry, water saturated, water filled, under water) 4. Manufacturer's installaEion instructions including boz'e hole cleaning pracedures and adhesi�e injectian. 5. Cute and gel �.me tables 6. Temperature ranges (storage, installation and in-service). C. Alt shop drawing submittals and all O&M submittals sha11 be submitted in hard copy format and in electronic forrnat using PDF files and shall include an indexed Tat�le of Contents. Slectronic subcnittals are mandatory, and any submittaI received nat indexed as specified will be returned withoui re�iew. Hard copy submittals may not b� required if so stipulated in the Contract Documents. No change in Contract Price or Schedule will be allowed for delays due to unacceptable submittals. D. Submittals shail also contain information on related equipment to be furnished under this Specification. Incottiplete submittals not containing the required information on the related equi�znent will also be returned wi.thout review. CTI`Y dF FORT WORTH 5outh Westside V Elevated Starage Tank 5"�'P.NDARD CONSTRUC'C'IOIV SPEC[FICATIOIV DOCUMENTS City Yrnject Na. 163�28 Reviseci Octaher 20, 2021 260529-2 Elecirical5upport Hardware Page 2 oF 6 1.4 REFERENCE CODES AND STANDARD� A. Ajl products and components shown on the Drawings and listed in this speeificatian shall be designed and nr�anufactured according to Iatest revision of the fallowing standaxds (unless atherwise noted): 1. NFPA 7a National Electrical Code (N�C) 2. NFPA 7QE 5tandard for Electrical5afety in tha Workplace 3. ASTM E 48&96 (2003); Standard Test Method far Strength of Anchors in Concrete and Masonry Elements, ASTM International, 4. ASTM E 1512-93, Standarcf Test Methods fot Testing Sand Performance of Adhesive-Bonded Anchors, ASTM Intez7nationa3 S. AC308; Acceptanc� Criteria for Post-Installed Anchors in Canerete Ele�ents, Latest revisian. 5. S AE 3l b Stainless Steel Grades B. All equipment corr�ponents and completed assemblies ha�ing a UL standard specified in this Section of the Specifications, shall bear the appropriate label of Underwriters Laboratories. 1.5 QIIALITY ASSURANCE A. Tl�e man�facturer of these materials shall have prqduced simiIar eiectrical materials and equipment for a minimum period of five years. When requested by the Ownerl�ngineer, a list of install�tions with sirriilar equipment shall be provided demonstrating compliance with this requirement. 1.6 JOESITE DELIVERY, STORAGE AND HANDLING A. Prior to jobsite delivery, all submittal require�nents must be eomplete, and an approvcd copy of all such submittals s�all be available to the OwnerlEngineer prior to delivery af the equipment. Deli�ery �f eyuipmenk not completely constructed, onsite factary work, or failed factary tests will not be permitted. B. Materials shali be handled and stored in accordance with rnanufacturer's instructions. C. Adhesive Anchor Systems. 1. Deiiver materials undamaged in Manufacturer's clearly labeled, unopened containers, identi�ied vvith brand, type, and ICC-E5 Evaluation Report number. 2. Coorflinate delivery of materials with scheduied installatzon date, miniznizing storage time at job-site. 3. Store materiais under covet and protect from weather and damage in compliance with Manufacturer's requiz'e�tz�ents, including t�mperature restricCions. 4. Comply with recommended pracedures, precautians or remedies described in material saFety data sheet� as applicable. 5. Do not use damaged or expired materials. 6. Storage restrictians (temperature range} and expiration date must be supplied with praduct D. Metal Framing Systezns 1. Material shall be naw and unused, with no signs of dannage from handling. Cl"�'Y OF FORT WORTI-I South Westside V Elevated 5torage Tank 5TANDAR� CO1�fSTRUCTION SPECIFICATI01�' ➢OCUMEN'PS City Project No. 1034Z8 Revised 4ctu6er 20, 2U21 z6 os z9 - � Electrical Suppnrt Hardware P�ge 3 of 6 1.'� WARRANTY A. Provide warranties, including the manufacturer's warrantee, for the equipment specifierl and the proper instailation thereaf, to be free from defects in material and workrrianship for two years from date of final acceptance of the equipment and its installation. Within such period of warranty, all material and labor necessary ko retu�rn the equipment to new operating conciition shall he provided. Any wart'az�ty vvark requiring shipping or transporting of the equipment shall be provided at no expense to the Owner. PART � - PRODUCTS �.1 ANCHORING SYSTEMS A. Accepta6le Manufacturers 1. Subject to compliance with khe Cantract Documents, the following Manufact�rers are acceptable: a. HILTT Kwik Bolt 3 b. Approved equal 2. The listing of specif c manufacturers abnve does not irnply acceptance of their products that do not me�t the specified ratings, features and functions. Manufacturers listeti above are not relieved from meeCing these specif�ications in their entiirety. B. Product Descriprion l. Torque contralled expansion anchnr consisting of anchor body, expansion element (wedges), washer and nut. Anchor sha11 be used for anchor sizes less tlaan, 318 inch. 2. A�1 parts shall be 316 stainless steel materials conform.ing to SAE 316. 3. UL 203 Rated. 2.2 ADHESIVE ANCHORING �YSTEMS A. Acceptable Manufacturers 1. Subject to eoz�r�pliance wvith the Contract Documents, the %llowing Manufacturers are acceptable: a, HILTI HTI' RTZ with HIT-HY 20d MAX. b. Approved equai 2. The listing of specific manufacturers abo�e does not imply acceptance of th�ir praduots that do not meet the speci�ed ratings, features and functians. Manufacturers listed ahove are not relieved from meeting these speeifications in their entirety. B. Prnduct Description 1. Anchor body with helical catae shaped thread on the em6edded end and standard threads on the exposed end, with washer and nut, inserted into Injection adhesive. Ane�or shall be used far anchor sizes 3/8 inch and larger. 2. All parts shall be 316 stainless steel matetials conforming to SAE 316 standards. 2.3 STRUT SIIPPORT SYSTEMS A. A�ceptable Manufacturers CTI'Y OF FORT V's�'ORTH 5outh Westside V Elevated Storage Tank 3TANDARD CbN5TRUCTIO�I SPECLPICATION DOCUMENTS City Prqject SYo. 103428 Revised October 20, 2021 260529-4 Electrical Support Hardware Page a of 6 1. Subjeet to compiiance with the Contract Docurnents, the following Manufacturers are acceptable: a. Tyco Unistrut b. B-Line c. Super-�trut d. Approved equal 2. The listing of speciiic manufacturers above does not irriply acceptance of their products tlzat do not meet the specified ratings, features and funetions. Manu.facturers listed ahove are not relieved from meeting these specifications in their entirety. B. Product Description 1. Metal fra:nning system for use in the mounfing or support �f electrical systems, panels and enclosures, and including lighting fixture supports, trapeze hangers and conduit supparts. 2. Companents shall consist of telescoping channels, slatted back-to-back channels, ead clamps all threads and conduit clamps. 3. Minimurrt sizes shall be 131i6-inch through 3-114 inch. 4. Carnpanents shall ba assembled by means of flat plaEe fiftings, 90-degree angle fittings, braces, clevis iittings, U-fittings, Z-fittings, Wing-fittings, Post Bases, channei nuts, washers, etc. 5. Field welding af components will not be permitted. 6. Unless otherwise specified or shown an the Drawings, all parts sball be 316 stainless steel material confarming to SAE 31fi. 7. Fratning systems for chlorine and ammonia roams shall be manufactured of structuraI fiberglass. 2.4 STAINLE55 TIES A. Acceptable Manufacturers 1. Subject to compliance with the Cantract Documents, the following Manufact�rers are acceptable: a. PANDiIIT b. PHONIX C�NTACT c. Gardner Bender d. Approved Equal 2. The listing of specific manufacturers above does not imply acceptance oi their products that do noi rneet the specified ratings, Eeatures and functions. Manufacturers listed ahove sre not relieved from meeting these specificacions io their entirety. B. Product Description 1. Cable Ties fQr securin� ar�ci supparting of flexible raceway and conductors. 2. Sel%locking mechanism. 3. Material s.hall be 304 Stainless Steel unless otherwise direeted as shown on the drawings. C. I.ocations for Use 1. Cable Ties of stainless �tecl to be used in wet en�ironments, where exposed to process, or when expnsed ko sunlight CifY OF POIiT WORTH 3outh Westside V Elevated Storage Tank STAIVDARD CONSTRUCTEON SPECIFICATI�N DOCETMENTS City Projec[ Na. 103428 Revised Oetober 20, 2021 260529-5 Electrical3upport Hardwaze Page 5 of 6 2. S�If-locking meehanism. PART 3 - EXECUTI�N 3,1 GENERAL A. Install all equipment strictly in accordance with the manufacturer's instructions and tne Co:ntract Dcavvings. B. The locations of devices are shown as. general on the Drawings and nnay be varied within reasonable limits as ta avoid any piping or �ther obstruction without change in the Contract Price or Schedule, subject to the appro�al of the Qwner and Engineer. Coordinate the installation of the devic�s for piping and equipment clearance. C. Na electrical equipment or raceways shall be attached ta or supported from, s�eet metal walls. D. Install required safety labels. E. Electricai support channel shall be used to construct suppart assemblies as shown �n the drawings. Horrzontal hraces attached ta concrete or CMU walls or structural building steel are permitted if the space between the back of the support structures and the attachment paints are tao sma11 to permit a walk space. No attaclannents to sheet metal are permitted as specified above. Incorporate additiona] channel materials andlor pro�ide assemblies of dauble channel with enough vertical and horizontal merr►bers to fro�n a rigid structure whether or not such additional materials or the use of double channel materials are shown or specified. Support structures shali be tigid without the use of channels to from an,gle supparts between the hack or front of the assembly and the ground. Angle supports are strictly prahibited because they provide tripping hazards. Dutciaor supports structures shall be able to support the equipment witfi the structural strength to withst�nd wind gusts up to 90 mph without dasnage. 3.� FTELD Qi1ALT1'Y CONTROL A. Inspeet installed equipmenE for anchoring, alignment, grounding and physicaI damage. B. Check tightness vf all accessible electrieal conneetions. Minirnum aceeptable values are specified in manufacturer's instructions. 3.3 POST TNSTALLED ANCHOR SYSTEM� A. Prinr to installatiQn of the anchar systems, the hole shall be elean and dry in accordance with the t�ariufacturer's instruckions. 3.4 CLEANING A. Remova all rubbish and debris from inside and around the installation. Remo�e d:ut, dust, or conerete spatter from the interior and exterior of the equipment using brushes, vacuum cleaner, or clean,lint free rags. Da not use compressed air. END OF SECTION C�'X dF FORT WORTi[ Soufh Westside V Elevated Storage Tank STANDARD CONSTRUC"i'ION SPECIFICATION DOCUMENT5 City Project No. 1�3428 Revised October 2p, 202i 260529-fi Electrical5upport Hardware Page b of 6 THIS PAGE INTENTIONALLY LEFT BLANI� CI'[`1' OF FORT WORTH South Westside V Elevated 3torage Tank STANDARD CONSTRUCT'ION SI'EC[FICATIpN DOCUMEI�TTS City Project No. ID3428 Itevised Oetaber 20, 2421 z6 os ss - i Raceways, Boxes, Enclosures, and �itrings Page 1 of 16 SECTION 25 05 33 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS PART1- GENERAL 1.1 SCOPE OF WORI� A. Furnish and instail catXcplete raceway sy stems as shown on the Drawings and as specified herein. A raeeway system shali consist of rnaterials designed expressly ior containing wires and cables, including but �ot limited to, conduit, de�ice bodies, conduit bodies, raceway i�oxes, enclasures containing electrical devices, cvr�troIs and related materiais. 1.2 RELATED WORK A. Refer to Division25 00 00 and the Contract Dra�vings, for related work and electrical eoordination requireinents. 1.3 SIIBMITTAi,S A. Submit to the Ow�aer/Engineer, in accordance with Division 1, the manufacturers' names and product riesignation or catalog numbers af all materials specii'ied. 1. C.ut sheets for each individual item shall be submitted. 2. Each cut sheet shall be clearly marked to indicate the item submitted at�dlor mark out items which are not being submitted for approvai. Submittals not ciearly marked wzli be returned with the indication REVIS� AND RESUSMIT as a miniraum ar other indication per the specifzcations as warranted. B. Snbmit ta the Owner/Er�gineer, certificatio� that the electricians installing the PVC coated conduit have a five-year minimum experience, in the insta3lation of the product. C. A11 shop drawing submittaIs and ali O&M suhmitlals shall be suhmitted in hard capy format and in electronic format using PDF files and shall include an indexed Table of Contents. Etectronic submitta�s are mandakory, at;d any suhmittal recei�ed nol indexed as specified will be returned without review. Hard capy submittals may not be required if so, stipulated in the Contract Docurnents. No eharige in Contract Price or Schedule will be allowed for delays due to unacceptable su6mittals. D. Su6mittals shall also contain information on related equipment to be furnished under this Specificatian. Incomplete submittals not contai�aing the required information on tfie related equipment wiI1 also be returned nvithout review. 1.4 REFERENCE CODES AND STANDARDS A. All praducts and comiponents shown on the Drawings and listed in tlus speciFicatian shall be designed and manufactured according ta latest revisian af the following standards (unless otherwise noted}: 1. NFPA 70 — National Electrical Cpde (NEC) 2, NFPA 70E — Standard For Electrical Safety in the Workplac� 3. UI. 6A — EIectz`tcal Rigid Metal Conduit 4. ANSI C80.5 — Electrical Rigid Aluminum Conduit 5. UL 514B — Outlet Bodies CITY OF FORT WORTH Sauth Westside V 8levated Storage Tan1c STANDARD CO�YSTRUCTIOiY SPECIFICA7'ION T70CUNIENTS City Project Nn. t 03428 Revised Octo6er 20, 2021 260533-2 Ctaceways, Boxes, Enclosures, and Pittings Paga 2 of ] 6 B. A11 equipment components and connpleted assemblies specified in this Section of the Specificaiions sl�all hear the appropriate label of Underwriters Laboratories. 1.� QUALTTY ASSIIRANCE A. The manufacturer of these rrzaterials shalI har�e produced ss�nilar eiectrical materials and equipment foc a minimum period of five years. When requested by the OwnerlEngin�er, an acceptable list of installations wi[h si�nilar equipment shail be provid�ei demonstrating compliance with this requirement. B. T�e manufacturer of the assembly shaIl be the manufactur�r of the major components within the assembly. All asserr�blies shall be of t�.e same manufacturer. C. The installer af materials speciiied h�rein, shall have a minimum of fiv� years' experience in the installation of eaeh type of material. Froof of experience shall be submitted, upon request of the Owner/Engineer, priar to installation. D, iJsed materials are unaceeptable, will be rejected and shall be removed from the job site. Used materiais, if instailed, shall be removed and replaced vvith new materials. Tf new materials are installed with used materials, and the removal of the used nn.aterials renders the aew rnaterials in an unaccepiable condition, such as new canductors installed in used raceway components, (determined by th� Engineer/Owner alone) then the new materials shali be removed along with the useci materials and replaced. No inerease in the Contract Price nor �n Cpntract Scheduie will be allowed. 1.b ,�OBSITE DELIVERY, STORA,GE AND HANDLING A. Prior ta jobsite delivery, camplete a1I submittal requirements, and present tq the DwnerlEngineer prior to delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equiprnent, or equipment which failed any factory tests, will not be pezmitted. B. Materials shall be 1�andled and stored in accordance vs+ith manufactur�r's instructions. C. Materials shatl not be stored exposed to sunlight. Such materials shall be completely cavered. D. Materials showing signs of previous use, jnbsire starage at another location, or exposure to the elements or other danri.age will be re3ected. 1.7 WARRANTY A. Pro�ide watxanties, including the manufacturer's warrantee, iar the equi�amcnt specified and tlte proper installation thereof, to be frce frorn defects in material and workmanship for kvuo years from date of �'inal acceptance of the equipment and its installation. Within such period of warranty, all rnaterial and labor necessary to return the equipment ta new operating condition shall be �rovided. Any warranty work reyuiring shippiug or trans.porting of the eyuipment shall he prouided at no expense ta the Owner. PART � - PRODUCTS �.1 GENERI�L A. Raceways and %ttings shall be as shor�+n on the Drawings, with a minimum 314-inch trade size. CTTY OF FORT WORTH Sauth Westside V Elevatcd Storage Tank STANDARD CONSTRUC7`ION SPECIFICATTON DOCUMELYTS City Project No. 103428 Re�ised Octaber 20, 2021 260533-3 Raceways, Boxes, Ertclosures, and �'itdngs Page 3 oF 16 B. Device entries less than 314 inch shall be pro�ided with an adaptor ta cnt�nect 3fa-inch or larger conduit. The fallowing adaptors are acceptable: 1. REAI2SA, Coaper Crouse Hinds or equal, fnr al�minum 2, ADAPT ADU302930, REDAPT or equal, for 316 stainless. 3. Approved equal 2.2 CONDUIT RACEWAY A. PVC Coated Rigid Aluminum Conduif (CRMC) 1. PVC coated rigid aluminum conduit shall have a minimum Q.040-inch thick, polyvinyl chloride coating p�rmanenkly bonded to rigid aluminum conduit and an internal chemically cured urethane or enamel coating. 2. Rigid Aluminum conduit shall be extruded frnm AA 6063 al.loy in temper designation T-1 and shall conform to FED Spec WW-C-540C, ANSI C8Q.5 and UL 6A. 3. The ends of aI3 couplings, fittings, etc. si�all have a minimum of one pipe diameter in length of PVC over�ap. 4. Elbows and couplings shall be PVC coated by tt�e same rnanufacturer supplying the conduit PVC coafing system. Elbows and couplings used with PVC coated eondui[ shall be furnished with a PVC ovating bonded to the aluminum, the same thickness as used an the caated aluminum canduit. B. Liquid tight Aluminuzz�. �'lexible Metal Conduit (LFMC) 1. Liquid tight alutninum flexible metal conduit shall have an interlocked aluminum core, PVC jacket rated for 60 degrees C, and meeting NEC Article 351. 2. Fittings used with liquid tight flexible aluminum conduit shall be capper-free aluminum and shall conform to FEDSPEC AA50552, and UL-514B. C, Rigid Aluminum Conduit (RMC) 1. Rigid Aluminum canduit shaIl be extruded from AA 6063 alloy in temper desigr�ation T-1 and shall conform to FED Spec WW-GS�OC, ANSI C80.5 and UL 6A. lD. PVC Coated Rigid Gal�anized Steel Conduit (CRMC} I. P�C coated tigid steel conduit shall have a minimum OA40-inch tluck, poIyvinyl chloride coating permanent�y bonded to rigid steel conduit and an internal chemically cured urethane or enamel coat�ing. 2. Rigid steel conduit shall be hot-dip galvanizsd steel meeting ANSI C80.1 Standard. Threads shall be hat galvanized after cutting. 3. The ends of ali couplings, fittings, etc. shall have a mininzum of one pipe diameter in length of PVC overlap. 4. Elbows and couplings shalI be FVC cQated by the same manufacturer supplying the conduit f'VC coating system. Elbows and couplings used with PVC coated conduit shall be furnished with a PVC coating bonded to the ste�l, the same thiekness as used on the coated skeel conduit. E. Rigid Steel Conduit (RSC) 1. Rigid steel conduit shall be hot-dip gat�+anized steel meeting ANSI C80.1 Standax'd. Ttv'eads shall be hot gaIvanized after cutting. 2. Intermediate Metal Conduit shail not be ased. Cl'i'Y OF FORT WORTI�I Souih Westside V Elevated Storage Tank STANDARQ CONST[2UCTIOIV SPE�IFiCATibN DQCUMSNTS City Project IYn. 103428 Revisad 4etaber 20, 2021 260533-4 Raceways, Boxes, Enclosures, and Fittings Page 4 oi 16 F, Rigid PVC Schedule 4a Conduit (RNC} 1. Schedule 40 PVC Rigid Nonmetallic Conduit (RNC) shall be designed for use undergraund as described in the NEC, resistant to sunlight. The conc�uits and fittings shall be manufactured io NEMA TC-2, Federal Specification WC1Q94A and iIL 65I specifications. Fittings shall he manufactured to NEMA TC-�, Federal Specification WC1094A and LTL 514B. Conduit shall have a UL Label. G. Rigid PVC Schedule $0 Conduit (RNC) 1. Sck►ec�ule 80 PVC Rigid Nonmetallic Conduit (RNC} shall be designed for use above ground and underground as ciescribed in the NEC, resistant ta suniight. The canduits and fittings shall be manufactured to NEMATG2, �ederal Specification WC1094A and UL 65I specifications. Fittings shall he raanufactured to NEMATC- 3, Federal Specifieation WC 109�}A and UL 514B. Conduit sYtall have a UL Label. H. HDPE RACEWAY (COMMUi�IICATTONS RACEWAY AND INNERDUCT} 1. Provide UL Lisied HDPE nonmetailic flexible raceway manufactured from High Density Polyethylene as shawn ar otherwise specified herein. HDYE Raceway shall 6e suitable �ar underground andlor innerduct applications to protect fiber optic cab�es. The HDPE raceway shall be eamgliant with NEC Article 353 and be manuFactured to UL 651 specifications. Minimum size shall he ane and a c�uarter ineh with smooth outer wall and a ribbed inner surface. 2. Manufacturers a. Blue Diamond Company b. Innerduct Company c. Approved eyual �.3 WIREWAYS A. All wireways shall be NEMA 4X 3 i 6 stainless steel, with gaskeeed hinged covers and stainless steeS quick-release type latches. Wirevvay shall have two Breather/Drains for each ten feet af wireway. Breather/Drain sha11 be in the bottom, near the ends of the wireway. V4�ireways shall have integral welded mounting lugs. Bolted-an mounting lugs are unacceptabie. B. Manufacturers 1. Industrial Enciosure Corporation 2. Cooper B Line a. Approved eyual C. BreatherlDrains 1. Eaton Crouse-Hinds 316 stainless steel a. Approved equal 2.4 RACEWAY BOXES AND EQUIPMENT ENCLOSURES A. The ksrm box and enclosure are synonymous for this specificatian. Baxes and enclosures specified herein, include terminal6oxes, junction baxes pull baxes, and boxes for switch, rece.ptacles and lighting. Enclosures used for electrical and instrumentatian eq�ipment, ather than terminal baxes, sha11 be prauided as described in this section with references to this speciiication in other specification sections. A!1 raceway boxes and equipm�nt enclosures shall be provided with a cammon ground point and sha11 be UL rated. C1TY OF 1�OTtT WORTH 3nuth Westside V Elevaled Storage Tank STAN�ARD CONSTRUCTIOIV SPEC[P[CATION DOCUMENTS Ciry Project Na. 103a28 Revised October 20, 2021 26 05 33 - 5 Aaceways, Boxes, Enclosures, and Fittings Page 5 of 36 B. NEMA Type 4X boxes shall be 316 stainless skeel or alurninum anly as otherwise specified or shawn with mounting lugs or bracicets welded on the 6ox, suitable for wall mounting, or have mounting feet where self-standing. Boxes for wall-nnounting shall �ave integral welded-on mounting lugs. Enclasures with maunting feet shall have the mounting Feet hrackets %r the attachment of mounting feet welded on. Boxes manufaetured with holes intended for mounting using bolted-on mounting lugs or Feet are not acceptable. Drilling thraugh the back of the box to mouat is strictly prohi�ited. Drilled boxes shall b� xempved and replaced. All boxes shall ha�e continuously welded seams ground smooti�, and shall have continuous hinged, gasketed doors. Box bodies shall not be less than lb gauge. Baxes larger ihan 24 inches X 20 inches shalI ha�e a three-point ty. pe latch with handle. Boxes 24 inches X 2U inches or smaller shail have 316 stainless stee! luggag� type quick release latehes, or three-point latch system with aI1 components 316 stainless steel. Latch systerris requiring tools to apen or close are unaeceptable. C. NEMA 4X 316 Stainless Steel enclasures 1. Use for all locations unless othez'wise shawn or specified 2. Type 316 stainless steel, hody and door 3. Stainless steel continuous i�inge 4. Foam in-place gasket S. 5ingie paint quarter turn latches (20-inch X 24-inch and smalier). AjI athers shai] have three-point 6. Manufacturers a. Enclosures housing eIectrical eyuipment may bc constructed by the manufacturer of that equipment but shall meet the all the physical requirements specified herein. b. Eatan Crouse Hinds c. Hoffman d. Appletan Electrie e. EMF Company f: NEMA Enclosures Company g. C.00per B Lin� h. Rittai i. Approved equal D. NEMA 4X Aluminum Where shown on Che Drav�ings boxes shall be constructed as follows: 1. Type 5052 aluminum, bady an.d daor 2. Stain�ess steel eontinuaus hinge 3. Foam in-place gasket 4. Single point quarter turn latches (ZO-inch X 24-inch and helow). A�1 others �ree- paint Iatch 5. Manufacturers a. Enclosures housing alectrical equipment may be constructed by the man.ufacturer af that equipment but shall meet the all the physical requirerrients specified herein. b. Hoffman e. EMF Company d. NE11�IA Enclosures Company CTPY OF FORT WORTH SouEh Westside V Elevated Storage Tank STANDARD CONSTRUC"I'lON SPECiFICATION DOCUNiENT5 City Prqject No. ID3428 Revised Octo6er 20, 2021 z6osas-6 Raceways, Boxes, �nclosures, and Fiilings Page 5 of 16 e. Cooper B Line f, Approved eyual E. NEMA 12 boxes where shown on the Drawings shaIl be constructed as follows: I. Type 5052 aluminum, bady and door 2. Stainless steel continuous hinge 3, Foam in-place gasket 4. Single point quarter turn latches (20-inch X 24-inch and below). All nthers three- point latch 5. Manufachuers a. Enclnsures housing electrical equipment may be constructed by the manufacturer of that equipment but shaIl meet the all the physical requiremenks specified herein. b. Hoffman e. EM�' Cnmpany d. NEMA Enclosures Company e. Cooper f. Appraved equal F. NEMA 1 or NEMA IA boxes shall not be used. G. Malleable irnn baxes shall not be used. �.5 DEVICE BOXES A. Device boxes installed in aluminum raceway systems for switches and receptacle, etc., shall be copper free cast aluminum, and shall have tapered, threaded, hubs, with integral bushings. Boxes shall have internat grounding screw, and a minimum of twa tnauniing feei. Boxes shall be type FD. B. Manufacturers 1. Eaton Crouse-Hinds 2. Appleton 3. Approved equal 2.6 CONDUIT OUTLET BODIES A. Conduik outlet bodies and co�ers shall b.e �'orm 7, copper-free atuminum, wzth capt��e screw-clamp caver, neoprene gasket and stainless-steel screws and claznps for conduits up to and including 2-1/2 inches. B. Manufacturers 1. Eaton Crouse-Hinds Form 7 with Mar� 7 wedge-nut ca�er 2. Appletan 3. Approved equal C. Provide junction boxes for conduits Iarger than 2-112 inches. D. Ali outlet bvxes and co�ers for Class 1 Di�ision 2 areas shall be rated NEMA 4X. 1. Manufacturers a. Eaton Crouse-Hinds EA Series b. Appra�ed equal CTCY OF FORT WORTI-I 5ou[h Westside V Elevated Storagc Tank STANIaARD CONSTRUCTION SI'ECIFICATiptY DOC[7MENT5 City ProjecE Nv, 103428 Revised October 20, 2021 26OS33-7 Raceways, Boxes, Enclnsures, and Fittings Page 7 of l6 �.9 CONDIITT HUBS A. Conduit hubs for use an raceway system pull and junction boxes shall b� watez'tight, threaded aluminum, insuIated thraat, stainless steeS grounding screw B. Manufacturers 1. T&B H150GRA 5eries 2. Approved equal C. Conduit hubs for use on outlet boxes or haxes concaining electrical or instrumentation equipment shall i�e watertight, t}areaded steel, insulated throat, hub of the female-female type, with lockin.g nipple of male construction. Hubs shall be T&B HT 5eries, or approved equal. Hubs with femaie locking nipples, where the hub projects into the box, wi11 not be acceptable. 2.$ GROUNDING BUSHINGS A. Graundin� bushings shall he insulated lay-in lug graunding bushings with tin-plated copper gz'ounding path. Bushings shali have integrally malded noncombustible phenolic insulated surfaces rated lSa°C. Each bushitag shall be furnished with a plastic insert cap. The size of the lug shall be sufficient to accommodate the maxinnum ground wire size required by the NEC for the applieation. B. Manufacturers 1. O-ZlGeciney Type ABLG 2. Approved equal 2.9 RACEWAY SEALANT A. Raceway sealant far use in rhe sealing of raceway �ubs, entering or terminating in boxes or enclo�ures where such sealing is shown qr specified, shalI be 3M 1DDONS Watertight Sealant, or approved equal. �.10 CONDUIT PENETRATION SEALS A. Conduit wall and flaor seals 1. O.Z.1Gedney Co. Serias CSM a. Tyge CSML-XXXP sha�l be used for a11 applica[ions that do not require a recessed sealing hushing. b. Typa CSMI-XXXP shall be used for all applications that require a recessed sealing bushing. 2. Approved equal 2.11 EXPANSION-DEFLECTION COUPLING A. Combination expansion-deflection fittings with 3/4-inch axial expansion and cantraction rnovernent, 3/4-inch parallel misalignment movemeni, and up ta 3a degrees of angular movement in any direction. It shail be copper-free aluminum, with exterior tinned copper braid bonding jumper and 316 stainless graunding straps B. Manufacturers l. Eaton Crouse-Hinds Model XD 2. Approved equal CITX OF FORT WOATM South Westside V E[evated Storage'Pank 5'fANIDARD CONSTRUCT10lY SYBCiFICATION 1]OCUMENT5 City Proyect No. LU3428 Iievised Octaber 20, 2D21 26p533-S Raceways, Boxes, Enclosures, and Fittings F'age S of lb 2.1� EXPANSION FITTINGS A. Expansion fittzngs shall provide eight-inch mavement, shall be made of eapper-free aluminum, with exterior tinn�d capper braid bonding jumper and 316 stainless grounding straps. Provide internal grounding. Nylon tie wz'aps are not aeceptahle. B. Manufacturers �aton Crouse-Hinds Co. Type XJGSA 2. Approved equal 2.73 EXPLOSION-PROOF SEALS, BREATII�RS AND DRAINS A. Explosion proof fittings shall be designed for Class 1 Division 1, Group D, hazardous locations. Fitkings shall be copper-free alunninum, wikh seals, breathers and dxains. Pro�ide type ED, flr as required for the application. B. Manufacturers 1. Eaton Crouse-Hinds Ca. 2. Appleton Electric Co. 3. O.Z.IGadney Co. 4. Appraved equal 214 �ELLEMS GRIPS A. Kellems gz'�ips cables supports shall be 316 stainless steel. �.1� CONDUIT MOUNTING EQUIPMENT A. Pull and junction box supparts, spacers, conduit support rods, clamps, hangers, channel, nut, baIts, washers, etc. and shall be 316 stainless st�el. Nylon tie wraps are not acceptable. �.ib COND[TiT IDENTIFICATION TAGGING A. Tag all underground conduits at all locatsons exiting and entering from undergroand, including manhales and handholes. S. Use the tagging formats for conduits as shown on the Dxawings. C. Conduit idenriiication plates shall he embossed stainless steel with stainless steel band, permanently secured to the conduit withaut screws. Nylon tie wraps are not acceptable. D. Identification plates shall be as manufactured b� the Panduit Corp. or equal. PART 3 - EXECUTION 31 RACEWAY APPLICATIONS A. Unless exact locations are shown on the Drawings, coordinate the pIacement of raceway systems and related companents with other trades and existing installations. �. Raceway Systems for tt�e installatian of Fiber Optic Cables shall not contain c.onduit bodies, de�ice 6oxcs, or raceway boxes containing less than tweIve inch�s of bead radius. CTl'X OF FORT WURTii South Westsidc V�levated 5torage Tank STANDARD CDNSTRUC'i`ION SPECIFICATfDN DOCUMEN'FS City Prajecf No. 103428 Re�ised Octoher 2Q, 2021 26oss�-9 Raceways, Soxes, Enclasures, and Fittings Page 9 of lfi C. Unless shown on the Dravvings or specified otherwise, the raceway type installed with res ect to the iocation shall be as follows, includin ali materials: Raceway System Lo�ation I. Rigid Galvanized (RSC) Type RSC is aceeptable where specifically required by the utility company, for use on pximary conduc.tors. All other u�ility company's rac�ways shall be Rigid Non-metallic Schedule $d PVC as specified below. 2. PVC Coated Alaminurn (CRMC) Type AIl embedded raceway bends, underground duct bank bends of more than 20 degrees, and all raeeway stub-ups to a minimum of six inches above fiz�i.shed fioor ar grade and in Chiorine and Caustie rooms. 3. Liquidiight Flexible Aiuminum (LFMC) Type 4. Rigid Non-metallic, Schedule 40 PVC (RNC) Type S. Aluminum Rigid Metal (RMC) Type Raceway cannection to vibrating equiprnent, and as show� on the Drawings in all areas. Underground encased in red dyed reinforced conerete. All above grade areas, except for concrete embedded and tltose areas deserib�d in Locations 2 through 6 above, D. All conduit of a given iype shall be the product of one rnanufacturer. 3.� BOX APPLICATIONS A. All xaceway junction pull and ternunal boxes and electrical equipment enclosures shall have NEMA ratings for the locat�on in whieh they are installed, and as speeified herein. B, The distance l�etween each raceway entry inside the box and the opposite wail of the box shall not be less than eight times the metric designator (trad� size} of the largest raceway in a row. This distance shall be increased for additional entries by the amount ai th� sum of the diameters of all other raeeway entries in the same rov� an the same waIl af the box. Each row shall be calculated individually, and the single row that provides khe rr�aximum distance sha111�e used. C. Provide cast aluminum conduit fittings far exposed switch, recepEacle and lighting outlet boxes. D. AIl raceway boxes and wall — mounted el�ctrical eqnipment enclosures shall be prnvided with factory mounting integral welded mounting lugs. Bolt-on gasketed maunting lugs attached through factory-drilled hales are not acceptable for any raceway box or elecCrical equipmeni enclosure. Drilling through the back of any bax or enclosure is prohihited, and if so installed, shall be removed and replaced, wikh no inerease in the Contract Piice or Construction Schedule. E. No penetrations shall be mad� in the tnp of boxes or electrical eguipment e�closures in wet Iocations. CITY OF FOAT WORTH Svuth Westside V ElevaCed Storage Tank STANDARD COI�TSTRLIC'1'TOiV SPECEFICATIpN DOCUMENTS City Project Na. 103428 Revised OcEa6er 2U, 2021 250533-l0 Raceways, Ho�ces, Enclosures, and Fittings Page 10 af l6 3.3 DEVICE BQX APPLICATIONS A. Device boxes shall be used for mounting wiring devices such as receptacles, svvitches, thermostats, lighting and other parmanently mounted devices. All device baxes shall be installed with a rriinimum of 11A--inch air space b�tween the back of the box and the wall or hack panel on which it is instailed. The space may be created with enough 316 stainless steel washers to provide the required air space or may be mounted using 3l 6 s�ainless steel slntCed channel. 3.4 CONDIIIT OUTLET BODIES APPLICATIONS A. Conduit autlet bodies may be used on conduits up to and ineluding 2-112 inches, except where junction boxas are shown or otherwz�e specified. For conduits larger than 2-112 inches, junction boxes sha�l ioe pro�ided. 3.5 CONDUIT HUB APPLICATIONS A. Unl�ss specificaIIy stated herein or cfescribed on the Drawings, all raceu�ays shall terminate at an autlet with a condurt hub. Locknut or double loc�Cnut terminations will not be pertnitted. B. When conduits coqtain equipsnent grou„ding conduciors the w'tre shall be grounded to the hub(s) assoeiared with that grounding conductor. 3.G INSi1LATED GROUNDING BUSHING APPLICATIONS A. InsuIated grounding bushings shall he pravided and used to temunate raeeways �uvhere the raceways �nter pad-mounted electrical equipment or switchg�ar frozx� the bottom where there is no wall or floor pan on which to anchar ar terminate the raceway. B. AlI qther raceways shall terminate on enclosures with a conduit hub, except far NEMA 7/4X areas. C. Grounding bushin� caps shall remain on the bushing until the wire is ready to be pulled. 3.�' CONDLIIT FITTINGS APPLICATIONS A. Combinatian expansion-deflection fittings shall be'iz�stall�d where conduits cross structure expansion joints, and where insfialled in exposed conduit rans such that the distanee between expansion-deflection fittings does not exceed ] 54 feet of conduit run. Expansion-deflection fittings are acceptable in indoar locations out oF exposure to direct sunlight or other o�tdovr locations which are shac�ed. B. Exgansion-deflection fittings are nat acceptable for nse autdoors unless approved in writing qn a case-by-case basis from the EngiaeerlOwner. Where combination expansion-deflection fittings with exposed non-metallic sections, are approved by the EngineerlDwner %r use where exposed to sunlight or other outdoor locations which are shaded, an aluminuz�n wrap shall be installed ioosely over the non-nn.eta.11ic portion, extend�ng at least two inches beyond the ends. The wrap shall be loosely secured, to permit tnovement, with at least two 316 SS iastenexs. Nylon tie-wraps are not acceptable. C. Provide an expansion fitting with a minimam af six inches a�ailable moverr�ent shall be installed on the expased side of under to aba�e grade conduit transitions. F.�cparision- deflection fittings shall not be pro�ided unless approved anci protected as specified above. CITY OF FORT WQRTH South Westside V Elevated Storage Tan1c STAND/ti2D CONSTRUCTIpN SPBCIFiCATION DOCUMSN'1'S Cily Project No. E D3428 Revised October 20, 2021 25 05 33 - 1 l Raceways, Boxes, Enc[osures, and Pittings Page 1 l of Ib 3.8 CONDiTIT PENETRATION SEALS APPLIGATIONS A. Canduit wall seals shall be used whare underground conduits penetrate walls or at other locations shown on the Drawings. B. Conduit sealing bushings shali be used to seal conduit ends exposed to the weather and at other locations shown an khe Drawings. 3.9 EXPLOSION-PROOF SEALS, BREATHERS AND DRAINS APPLICATION� A. Fittings consisting af sealing fittings, breathers, drains, with seaiing campound �nd fiber, as specified herein, shall be used as required to meet aIl the requirements of the NationaI Electrical Cade. 3.10 CONDUIT TAG APPL�CATIONS A. All conduits shall be tagged within one foot of the entry of equ.ipment, and wail and floor penetrations. B. Tag all undergraund conduits and ducts at aIl locations, exiting and enkering from underground, including manholes and handholes. 3.11 RACEWAY SEALING A. All raceways entering junction boxes, terminal3unction boxes, electrical equiprrzent enclosures or control panels containing electrical or instrumentation equigment shalI he connected to the bax, enclosure flr panel �sing conduit hubs and shaIl be sealed with Raceway Sealant, as specified herein. 312 PVC RACEWAY TO PVC COATED ALUMINUM RACEWAY TRANSITIONS IN CONCRETE ENCASEMENT A. Transitions from PVC raceway to PVC caated aluminum raceway in concrete encasements shall be made as follows: 1. Terminate the PVC conduit in a threaded PVC female adapter. 2, . Ternu.nate the PVC coated aluminunt conduit in a threaded male adaptor. 3. Thread the male PVGcoated aluminum conduit adaptor inio the female ttareaded PVC adapter. B. Tighten the joint securely, then double layer wrap the joint with tvva-inch vinyl electrical. tape for a distance of two inches each side of the threaded joint to prevent any cantact �etween any exposed aluminum threads and concrete. 313 RACEWAY INSTALLATION A. Do not install pull wires and conductors nntil the raceway systezn is in place. Na wire shall he installed between Qutlet points, junction pvints or splicing paints, until all raceway sections are complete, and all raceway covers are. insta1led for protection of conductors from damage or exposure to tf�e elements. Conductors installed into incomplete raceway systems are cansidered improperly installed and are in violation of the NEC.. The occurren.ce of wire installed in an incomplete installation, shal.l rec�uire the ramo�al of such conductors from the projecC site, and replacertXent of the conductors at with no inerease in Contract Frice or Schedule. The raceway system shall be co�rz�pleted and inspected hy the Engineerl�wner, before new conductors are installed. CI'I'Y �F FOR'F WORTI-T Snuth Weslside V Elevated Staraga Tank STANDARD CONSTgUCTION SPECIF[CATION DOCUNI�NTS City Project No. 103428 Revised October 2D, 2D21 26 05 33-12 Raceways, BaxeS, Enclosures, and Fitlings Page 12 of l6 B. No conduit smaller than 3/4-inch electrical trade size, shall be used, nor sha11 any have more than the equivakent of three 90-degree bends in any ane run. Pull boxes shall be provided as necessary. Conduit reducers wfiich are t11e same type of the raceway shall he installed whera manufactur�t-provid�d enclnsures are not available with conduii hubs larger than 1/2-inch at the enclosure to terminate 3/4-inch eonduit. The raeeway fill shall be adjusted tp accommodate the srnaller opening i� the manufacturer-provided enclosure. Notify the EngineerlOwner prior to the installatian of the raceway inta e�closures with openings smaller than the specified zstsnimum. Raceways instalIed wikhout notice are considered unacceptable and may be required to be remo�ed at the Engineer's/Owner's discr�tion with no inerease in the Contract Price or Schedule ajlowed. C. All raceways, instalied underground, shall be installed in accordance with Section 26 05 43 Underground System, and he a minimuzn size af two-inch trade size unless otherwise shown in the plans. D. Raceways entering or leaving the raceway system, which could be subjeeted rn the entry of moisture, rain or liquid of any type, shall b� tightly sealed, using 3M 1000NS Warertight Sealant, or approved equal at any possible moisture entry point both before and after the installation of cables to prevent the entry of water or moisture te the Raceway System at any time. Any dama.ge to new or existing equipment, due ta the entrance of mnistura from unsealed raceways, shalI be corrected by comp�ete replacernent of such equipment. No increase in the Cantraet Price or Schedule will be allowed. Cleaning or drying of such damaged equiprnent will not be acceptable. E. Conduit supparts, other than for undergraund raceways, shall be spaced at intervals of eight feet or less, as required by the NEC and as required to obtain �igici constru�tion. Conduits shall be supported near the entry into any enclosure in accardanee with the NEC. Conduits shall not be used to support other eonduits, nar shall candusts be suppor�ed from cable tray. F. 5ingle conduits shalI be supported by means of one-hole pipe clamps in combinatifln with one-screw back plates, lo raise conduits from the surface. G. Multiple runs �f canduits shall be supported on trapeze type haingers with horizontal rnembers and threaded hanger rods. The rods shall be not less than 31S-ineh diameter. Multiple conduits mounted on walls shalI be supported using strut and 316 stainless steel conduit clamps, screws, nuts and washars. H. Surface mounted panel boxes, junctian boxes, conduit, etc, shall be sugpprted as specified herein. I. Canduit hangers shall be attached to structural steel by means oF beam or channel clamps. Where attached to concrete surfaces, anchors shall be as specified in Section 26 05 29 Electrical Support Hardware. J. Na electrical equipment enclosures, baxes, terminal junction boxcs or raceways shall be aitaci�ed to or supported from, sheet metaI wails. K. All conduits on exposad worK shall be run at right angles to and para11e1 with the surrounding wall and shall conform to the form of the eeiling. No diagonal runs vrill be allowed. Bends in Q.arallel conduit runs shall be concentric. Offsets in canduit runs shall all be done at the same point and shall all be the same angle, so th� e�tire installation appears ta be parallel or concentric at every point. All conduits shall be run perfectly straight and tr�e. C�'T1C OF FORT WOATH South Westside V Elevated Storage Tank STAN�r1RD CONSTRUCTEON 3PECIF'ICATION DOCUME�V'TS Ci1y Project No. 10342$ Revised October 20, 2d21 26 05 33 -13 Raceways, Boxes, �nelnsures, and F'ittings Page l3 of 15 L. Conduits terminated into enclosures shall be perpendicular to the walls where flexible liquid tight or rigid conduits are required. The use of shoit seal tight elbow fittings for such terminations will not be permitCed, except for cnnnections to instrumentation transmitters, where multiple penetrations are required. 1VI. Conduits containing equiprtlent grouncfing canductors and terminating in boxes shall have insulated throat grounding bushings. The grounding conductor shall be grounded to the box. N. Conduits shall be installed using threaded fittings. Running threads will not be permitted. O. Provide glued ty�pe conduit fittings an PVC conduit. F. Condnits installed which are not in compliance with these requirements shall be reza�oved and reinstalled ae tkie Engiiz�eer's/Owner's discretion. If candactnrs are installed when the impropex installatian is discovered, the conductors shall be removed from the raceway, discarded and removed them from the jab site, replaced, re- terminated, retagged, and retested in accordance with the specifications. The function of the system shaIl be retested in its entirery. No increase in Cantract Time or 5chedule will be allowed. Q. Liquid tight fle�cible metallic conduit sha]I he used for the primary and secondary of transformers, genaratar terminations and ather equipment where vibratian is present. Use in other Iocations is not pernutted,. except for connections to instrumentation transmitters, wher� multiple g�netratians are required. Liquid tight flexible metallie canduit shaIl have a rnaximunr� length not greater than that oi a factory manufactured elbow of t}�e conduit size being used. The ma�cimum bending radius shall not be less than that shown in the NEC Chapter 9, Table 2, "Other Bends". B7� or AC type prefabricated cables will not he per�nitted. R. Seal th� r�maining openings or spaces of canduits passing through openings in walls or floor slabs to prevent tk�e passage af flame or smoke where additional openings ar space around the conduits are present. 5. Conduit ends exposed to the weather or c.onosive gases shall be seaIed wi.th conduit sealing bushings. C1TX OF FOR'�' WQRTfi South Westside V Ele�ated Storage Tank 5TA[YI�ARD GONS77tl1CTI0IY SPECIFfGATION DOCUMElV'I'S City Project Na, 14342$ Revised �ctober 20, 2021 26DS33- l4 Raceways, Boxes, Enclasuras, and Fistings Page l4 of 16 T. Raceways terminating in Control Panels ar enclosures outdoors or any wet or dazzip location or any locatzon vvhere plant process equiprnent is located, ar any locatio�a nat otherwise specifical�y designated as a dry electrical roorn, contro! roam ar office space, which contain electrical equipment or terminal blocks, sha13 not enter irom the top of tk►e enclosure. The raceways shall be sealed with a watertight sealant as specified herein. Enclasures entered frn�n the top where top entry is prohibited, will be z'ejected and shall be rezr�oved and replaced regardless of the Division which contains the speci�'ication fnr the enclosure. The ase of UL Listed conduik closures to restore the NEMA rat'rng of the enclosure will not be accepted. Conduit e�tering the top of the enclosures shall be removed and re-routed to enter the enclosure from the side or bottom. Conduetors instaiied i� kop entering conduits shall i�e pulled hack to the nearest conduit bpdy ar junction box and re-routed wikh the conduit, provided the conductors are long enough to be re-kerminated. C.onductors found to be insufficient in Ie�gth to be re-terminated shall be camp�etely removed and replaced, re-tested, re- tagged, re-tested and the control function of the paneI shall be re-tested. If the enclosure is pravicied by a�n OEM, the enclosure ana its cantents shail be returned to the OEM for a new enelosure. No inerease in Contract Price nor increase in Cantract Tirne will be allowed the Contraetor for making these corrections. U. All canduits from external sources entering or leaving a multiple campartment enclosure shall be stubbed up into the battom horizantal wire way or other manufacturer designated area, directly below the vertical section in which the conductors are to be terrr�nated. Conduits entering from cable tray shali be stubbed into the upper section. V. Conduit sealing and drain fittings shall be installed in areas designated as NEMA 4X or 7 and all wet locations. W. A conduit identification plate shall be installed on aII power, instrumentation, alarm and contro� conetuits at each end of the run and at intermediate junctian boxes, manholes, etc. Conduit platas shaII be installed before conductars are pulled into conduits. Exact identificatian plate location shaU be cdordinated with the OwnerlEngineer at the time of installation to provide uniformity of placement and ease of reading. Conduit numbers shall be exactly as shawn an the Drawings. X. Mandrels shall be pulled through a1! existing conduits that will be reused and through all new conduits two inches in diameter and larger priar to installing conductors. Y. 3116-inch polypropylene puIl lines shall be installed in all new conduits nated as spares or designated for future equiprn�nt. Z. All conduit that may under any circumstance contain liquids such as water, condensation, liquid chemicals, etc. shall be arranged to drain away fro�rs the eq�ipment s�rved. If conduit drainage is rtot passible, conduit saals shall be used to plug the canduits at the point of attachment ta the equipment. AA. Conduits shall not cross pipe shafts, access hatches or vent duct apenings. They shall be routed to avoid such present or future openings in floor or ceiIing cansta�'uction. BB.The use of r�aaning threada is prohibited. Where such threads are necessary, a three-piece union shalI be used. CC. Conduits passing from heated tQ ux►heated spaces, exteriar spaees, refrigerated spaces, cold air plenums, eCc. shall be sealed with Watertight 5ealant as specified herein. C1TY OF FDRT VJ4RTH Sauth Westside V Elevated Storage Tank 5TAN1]ARD CONSTRUCTiON SPSCIFICA'i'IOW BOCUMEIV'C5 City Projeet iVo. 103428 Revised Ostaber 20, 202f 26OS33-15 17aceways, Baxes, 8nelosures, and Fi[tings Page L5 af 16 DD. Conduits sha116e located a minimum af three inches from steam or hot water piping. Where crossings are unavnidable, the cont�uit shall be kept at leas.t one inch from the coveriag of the pipe crossed. EE, Conduits terminating at a cable tray shall be supported independently fram the cable tray. Pro�ide a condnit support within one faot of the cable tray. The weight of the conduit shall not bear an the cal�le tray. FF. Conduits entering the top of electricaI equipment enclosures from ca�le tray or atberwise routed from above the eguipment in airconditipned dry indoor spaces shali coordinate their placement with th� HVAC duct �ents such that cold air from the HVAC system will not blow tiirecdy on the vertical conduits causing condensation. Conduits which canz�ot be located away from direct exposur� to cold ai� from the HVAC system shall be insulated ta prevent candensatian irom fot�ning inside the conduits ar shall be re-rauted. In all cases, condensation caused by cold air from the HVAC system shall be prevented fram entering eleetrical enclosures. Eguipment damaged hy waier from eondensation shall be removed, replaced, conductars re- ternunated, and its. operation retesked with no change in the cont�'act price or schedule. GG. All char�ges of direction on PVC coate� canduit greater than 20 degreas sha11 be accomplished using long radius bends. Any field bends shall he made using equipment designed to pre�ent damage ta the PVC coating. HH. Kigid steel condurt installed i.n the ground shail have watertight joints and shall be painted the entire length with two coats of protective finish. The firsl shall be a 5 mils thick coat af PPG "CQaI Cat Epoxy Coating". All coating shal! be applied in accordance with the manufacturer`s recommendatipns. The entire length of inetallic conduit, including iittings, in contact with the ground, to a point six iaches above the ground (or concrete slab), shall be completely coated. END OF SECTIaN CITY OF �'ORT WORTH South Westside V Elevated 5torage Tank STANDARD CONSTRUGTiON SPECIPICATFON DOCCIIvIENTS City Project No. 103428 Revised OcCober 20, 2021 z�as3s-�6 itaceways, Boxes, Enclosures, and Fittings Page 16 af lb THIS PAGE TNTENTIONALLY LEFT BLANK CTTY OP Ft7RT WORTH Svuth Westside V Elevated Storage Tank 5TAI�DATtll CONSTRLTC'I'IQ�I SPECIFICATION DOCUMEIV'I'S City Project No. 1f3342$ Revised October 20, 2021 zbasa3-i Underground System Page � of ]0 SECTTON 25 OS 43 UNDERGROUND5Y5TEM .PART 1- GENERAL 11 SCOPE OF WORK A. Furnish and install a complete underground system of raceways, manholes and handholes as shown on the Drawings and as specified herein. B. Raceways for use in structural concrete is specified in Section 26 OS 33 Raceways, Baxes and Fittings. 1.2 RELATED WORK A. No references are nnade ta any ather section which may contain work related to any other sectiou. The Contract Dacuments shall be taken as a whale with every section related to every other section as required to meet the requ'srements specified. The organizatifln of the Contract Dacuments inta speeification divisions and sections is for organization of the documents rhemselves and does not relata to th� divisiort of suppiiers or labor which the Contractor may choose to empioy in the execution of the Contract. Where references are made to other Sections and other Divisions of the S�ecifications, the Coniractor shall provide such infortttatian or additional work as may be required in those references, and include such in%rmation or work as may be sQecifieci. B. Other Divisions The Cont�ackor shaZl be responsible for examinzng all Sections of the Specifications and Drawings, and shall determine the power and wu-ing requirements and shall pro�ide external wiring and raceways, as required to provide a fully functioning power, control and process conirol systems. If the equipment requires more canductors and/or wiring, due to different eyuipment heing supplied, the Cantractor shall furnish the additional conductors, raceways andlar wiring, with no change in the Cantract Price, and with no increase in Contract Tirne. 1.3 SUBMITTALS A. Submit to the Engineer, in accardance with Division 1 and Seetion 26 00 00, shop drawings and product data, for the following: 1. ManhoIes, hanciholes and associated hardwate. 2. Plastic duct spacers B. 5ubmittals shall also contain information on related equipment to be furxushed under this Specification but described in the related Sections listed in the Related Wark paragraph above. Incomplete submittals not cantaining the requirecl information on the related equipment will be returned unreviewed. 1.4 REFERENCE CODES AND STANDARDS A. All products and components shown nn the Drawings and listed in this speci�icatioan shall be designed and m�anufactured according to iatest revision vf tiae Following standards (unless o�herwise noted): CTl'Y OF P�IiT WORTI°i South Westside V Elevaccd Storage Tank STAI�DARD COIVSTRUCTEON SP6CIFICATION �OCUMEN7'S City Project No. LD3428 Revised October 20, 202 E 26OS43-2 Underground System Page 2 of 1Q 1. NFPA 70 — National Electricai Code (NEC) 2. NFPA 70E -- Standard Far Electrical Safety in the Workplace 3. ASTM A615/A61S11�I-06a — Standard Specif�cation for Deformed and Plain Carban- Steel Bars for cancrete Reinforcement 4. ASTM A48 — Standard Specification for Gray Iron Castings 5. ASTM A536 - 5tandard Specification for Duc�ile Iron Castings 6. AASHTO M30C-04/ ASTM A48 — Drainage Structure Castings, 5ection 7.0 Proof Load Testing 7. ASTM C-85fl- 5pecifications for underground precast concrete utility structures 8. ANSI-ASC Ai�.S American NatiQnalStandatd for �.adders — Portable Reinforced Plastic — Safety Aequirements B. All excavataan, trenching, and related sheeting, bracing, etc., as shawn on the Drawings and listed in these Speciiications, shall comply with the following standards (unless otherwise noted): 1. Occupatianal Safety and Healtfi Administratiqn (QSHA) a. Excavation safety standards (29 CFR Part 1926.650 Suhgart P) - ExcavatiQn. 2. American Saciety for Testing a.nd Materials (ASTM} a. ASTM D 698a — Standard Test Methods for Laboratary Campaction Characteristics of Soil Using Standard Effort (12,4D0 ft-]bf/ft3 (SOOkN-m/m3)). C. A!1 aquipmenC �amponents and cnmpleted assemblies specified in this Seciion of the Specifications shall b��r the appropriate label of Underwriters Laboratories. 1.� QUALiTY ASSURANCE A. The manufactu�er of these materials shall have praduced similar electrical materials and equipment for a minimum p�r�ad of five years. When requested by the Owner/Engineer, an acceptable list of instaJ.lations with sirnilar equipment shaIl be provided demonstrating eompliance with this requirement. B. The pr�cast manholes shall he manufaetured in a NPCA (National Precast Concrete Association} Cer�ified Plarrt. 1.6 JUBSITE DELIVERY, STORAGE AND HANDLING A. Prior to johsite deli�ery, ti�e Cantracror shaIl have successfully completed all submittal requirements, and present to the Owner/Engineer upon deli�ery af the equipment, an approvcci capy of all such submittals. Delivery of incomplete consttucted equipment, ansite Factory wark, or failed facCory tesCs will not be p�rmitted. B. Materiajs shall be handled and stored in acenrdance with rnanufacturer's instritctinns. C. Materials shall not be stared exposed to sunlight. SucY� materials shall be compTeteIy covered. D. Materials showing signs of previous or jobsite exposure will be rejected. C1TY OF FORT WORTI-i 5outh Westside V 8�evated SEoraga Tank 5TANUARD COiYSTRilC1'ION 5PECIFICA�ION DOCUMENT5 City Projec[ No, 103428 Revised Elcto6er 2fl, 2021 260543-3 ❑ndergrovnd System Page 3 af 14 1.7 WARRANTY A. The Manufacturer shall wat�ant the equiprnent ta be free from defects in material and workmanship for one year from date of final acceptance of the equipment. Within such period of warranty, the Manufacturer shall pramptly furnish all materia3 and labor nece:ssary to return the equipment ta new operating condition. Any warranty work requiring shipping or transpat'ting of the equipment, or materials shall be pe�rformed by the Cantraetor at �a expense to thc Owner. PART�- PRODIICTS 2.1 MATERIALS A. Raceway System 1. Raceway system shall be Schedule 40 PVC Rigid Nontn.etallic Conduit (RNC), designed for use aboveground and undergz'aund as described in the NEC, resistan� to sunlight. The conduits and fittings shall be tnanufactured to NEMA TC-2, F'ederal Specification WC1094A and UL 6S 1 specifications. Minimum. raceway size shall be 2 inch. �ittings shall be manufaciured to NEMA. TC-3, �'ederal Specification WC1d94A and UL 5I�B. Conduit shall have a UL Label. Conduit shall be Carlon, Kraioy, or apgro�ed equal. 2. PVC coated rigid aluminurn conciuit shall have a minimum �.04a-inch thick, poIyvinyl chlonide caaEing permanently bonded to rigid aluminum conduit and an internaj chemically nured urethane or enameI coating. Th� ends of all couplings, fitiings, etc. shall have a minimum of one pip� diatneter in length of PVC o�erlap. PVC caated canduit and fittings shall be as manufaetured by Perma-Cote, Robroy Industr�es, Ca3bond or Ocal. Any field bends shall be �nade using equipment designed to prevent damage to the PVC coating. 3. All underground raceways of the undergrounci system, ternninating in manholes or handholes shall use terminators of the same size and type as lhe raeeway 4. SIank D�et Plugs shall be sized for the duct installed on, and sha31 be TYCO Type JM-BLA-XXD�XXCR, with rubber gasket, or approved equal. 5. Duct spacers shall be as manufactured by Carlon ar equal. 6. Where raceways te:rnaiinate into existing and new manholes, handh.nles or structares, the duct ba n1c steel shall be anchored into the manhole, lzandhole or structure with a Hilti HIT 1S4 MAX epoxy ancharing system. The tet'mination of the duct bank steel sha�l utilize a minimum 24-inch length of reinfarcing bar anchored not less than four inches into ihe manhole, handhole ar strticttire wall, and lapped in.ta each reinfarcing har in the duct bank. 7. Concrete encasement for raceways and duct banks shall be normal weight concrete weighing not more than �45 pounds per cuhie foot with compressive strength, a minimum of 3000 paunds per square inch, or greater if required by other Divisions of the 5pecifica�i�ns, at 2$ days, Conerete shall have crushed ag$regate wikh a maximum size oi 314-inch, a slump of four to six inches and flow freely without the use of vibratprs. Iristall red dye of �0 pounds p�r IO cubic yards. of concrete, installed in the truck at the concrete piant. 8. Reinforcing st�el shall comply with ASTM A6l S Grade 60 and of a size and instalIation as shown on the Drawings. B. ManhoIes and Handholes CITY OF FORT WORTkI South Westside V Elevated Storage Tank STANDARD CONS.TRUCTIDN SPECIFICATION DOCUM�l�TS Cily Prnject l�n. 1tl3428 Revised October 20, 2U21 26 05 43 - 4 Undergmund Sys[em Page 4 of 10 1. General a. Manholes and handholes shall be of the preaast concrete type, designed for a Class H20 load wikh sizes as shawn on the Dra�vi�gs, and as manufactured by Qldcastle Precast, Mansfield, TX, or approved equaI. 2_ Construction a. Concrete for mant►oles and handholes shall have a 28-day campressive strength of 500� PSI. Cement sha11 be Type 1 or III. Reinforcing sieel shall be Grade 60 wrth minimum yield strength of 60,000 PSI. Design loadings shall be H-2Q-44 wlimpact. b. The kop of all manholes shall be field removable and have stainless steel lifting eyes. c. Duct bank entries into the manhole or handhole shall be cenCered nn the ente�ing wall, and si�all contain the appropriate number and siz� of duct terminators to match the corresponding duct baak. d. Each manhole and handhale shall have a tr�inimum size of 1 inches by 12 inehes by 2 inches deep concrete sump in the rniddle of the flaor of the manhole ar handhole, or as shown on the Drawings. 3. Man.k�vle Covers a. Unless otherwise shown on the Drawir�gs, rnanhole and handhole covers shall �e hea�y duty 36-inch machined gray iron, a�ad AASHTO M306-041 ASTM A4$ CL35B Minimum, 40,Q00-pound proof load �alue {CIass H20 X 2.5) "True Traffic" load covers, eomp�ete with frar�e, and "Electrid' or "Co;nmunication" raised lettering reeessed flus[�, as required, on the cor�er. Co�ers snall be V-1600-5, with drop �.andles as manuFactured by East Jortian Iron Works, Ardmore, OK b. All castin�s shall be �tade in the i7SA, cast wit� tne foundry's name, part number, "Made in USA", and production date (example: mmlddlyyyy). Casdngs witho�t proper markings wi11 be rejected. Manufacturer shajl certify that all castings conform to the ASTM and AASHTO Designations as specified herein. All casting shal! be true to pattern in form and dirnension, free from pouring faults, sponginess, cracks, blow holes and other defects in positions affecting strength and �alue for the serviee intended. Angles shall be filleted, �nd arises shall be sharp and true. 4. Access Hatch a. Where access hatches are shown on the Drawings, hatches shall be heavy d�ty aluminum, Car H-20 Iaad rating, sized as shown on the Drawings. Hatches shall be CHS Series as manufactured by East 3ordan Iron Works, Ardmore, OK. b. Material shall be fi061-T6 aluminum far bars, angle and �xtrusions. 1l4-inch diamond plate shall be 50b5 aluminum. c.. ilnit shaII ha�e a heavy duty pneumatic-sprirtg, far ease of operation when opening cover. Caver sha11 be cpunier-balanced so that one person can easily open the hatch door. d. Frame shall be of extruded aluminum with a continuous 1-I14 inch anchor flange. A dovetail groove shall �e extruded into the seat vf the frame with a 1/8" silicone gasket. e. Hinges sha116e of hea�y-duty design, the materia! sha11 be grade 316 stainless steel, with a 3/8-inch grade 316 stainless steel pin. Hinge shali be bolted to the channel frame and diamond plate with grade 316 stainless st�el bolts and nylon lock nuts. Aluminum sha11 be supplied with mill iinish. Exteriar of frarne which comes in contact with cortcrete shall have one coat black primer. CITY OF FORT WORT�I 5ouih Westside V Elevated Storage Tank ST�1hIDARD CONSTRUCTIQ[�1 SPECIFICATLflN DOCi1MENT5 Cify Project No, 10342$ Revised Octo6er 20, 2021 260543-5 Underground System Page 5 af 10 f. Each hatch shall be supplied wiCh a stainless steel slam lock, with the keyway protected by a threaded aluminum plug. The plug shali be flush with the top of the 114-inch diamond plate. The slam lock shall be fastened with grade 316 stainl�ss steel bolts and washers. g. �ach hatch shall be eq�ipped with a stainiess steel lift handle. Lift i�andles shall be flush with top of 114-inch diamond plate. h. Each hatch shall be supglied with a 1-1/2-inch threaded drain coupler on underside of channel frarne for pipe eonnection. 5. Hardware a. Cable racks shaii be of the heavy duty non-metajlic type with arna lengths of $ inches, 14 inches, and 20 inches, each snpporting a load of not less than 250 pounds at the outer end. Racks shall be molded in ane piece of U.L. listed glass reinforc�d nylon, Catalog CR36N with RAOSN, RA14N and RA20N az�r►s as matsufactured by iTndergroand De�ices Inc. Northbroo�C, TL. Cable racks shall be secured to the manhale and walls by drilled, Hilti HIT-HY 150 MAX epoxy ancY�oring system, with Hilti 316 stainless steel bolts. Arms far racks shall 6e vertically spaced not greatez' than 24 inches on centers. b. Pulling irons shal� he oF copolyYner polyprapylene coated 1/2-inch diameter cable, with a rated pulling strength of 75Q0 pounds and a polyethylene pullir�g iron pocket, all recessed in the manhole wall opposite each duct entry. Pulling irons for handholes shall have the pulling iron located in the floar af the handhole near the center of the handhole opposite the duct entry. Pulling irons shall be as mannfactured by M.A. Industries, Inc. Peachtree, GA. or Bpwco Industries, Portland OR. c. Manhole and handhole Iadders shaIj b� constructed af fibergiass reinforced plastic, safety yellow, 18-inch rung width with 12-inch rung spacing, rated for 375 pounds. Furnish a tatal of two ladders, each of a length fo�r feet greater than the deepest manhole in the underground system. C. �olyethylene Warning Tape 1. Subject to co�npliance with the Contract Docurnenits, the following Manufacturers are acceptahle: a. Brady Detectable Idet�to�ine b. Approved Equal 2. The listing of specific manufacturers above does not impiy acceptance of their products that do not meet the specified ratings, featwres and functians. Man�facturers listed above are not re�eved from meeting these specifications tn their entireiy. 3. Warning tape shall be metal detectahle polyester with subsurfac� graphics, black Ietters an red tape. The tape shalt meet the OSHA 1926.956{c){1), twa-inch n�ainzmum width, for location tracing. CTTY OF L'OIiT W�RTH 5ou�h Westside V�levated Stoaage Ta�k STANDARD CONS'1'RUCT�O[Y SP�CIFICATION DOCUMENTS City Project No. 143428 Revised Oetober 20, 2021 2fi0543-6 Unde�g�ouud 5ystem Page 6 of I D PART 3 - EXECUTION 3.1 GENERAL A. The Contraetor shall iteld verify the routing of all underground duct banks before placement. He shall modify the ro�ting as necessary to avoid underground utilities or abov� ground objects. Modification or reroutin� for the canvenience of the Cantractor, or to reduce the length of duct run as designed, will not be permitted. The Contractor shaIl prfl�ide any alCernate ro�ting of the duct �anks to the Owner/Engineer and, after approval, shall proceed with �he installation. B. A�1 changes of direction, less than 20 degrees, sha11 be made using a hotbox, strictly in canformance with the conduit manufacturer's instructipns. Changes af direction greater than 20 degrees shall be accomplished using long radius bends of PVC coated rigid aluminum conduit. C. The Contractor shaIl saw cut and re�aair existing paveme�ts ahove new and modi�ed existing duct banks. The Contractor shall provide the alternate routing of the duct hanks to the Owner/Engineer and after approval shall praceed with the instaIiation. D. Install raceways to drain away from builc�ings. Raceways between manhales or handholes shall drain towaz'd the manholes or handholes. Raceway slopes shall not be less than 3 inches per 100 feet. E. Rei�force raceway banks as shown on the Drawings. F. A#410 strande� bare tinned copp�z- ground canductor shall be installed along the top o� the rebar cage, as shown on the Drawings, for ihe full Iengtfi of each duct run between manholes and handholes, and bonded to a ground rod in the �icinity of each manhole and handhole. G. Lay raceway lines in trenches an compacted earth as specified herein. H. Use plastic spacers lo.cated not more tl�az� four feet apart �o hold raceways in place. Spacers shall provide not less khan two-inch clearance hetween raceways. I. The minimum covez' fqr raceway banks shall be 24 inches unless ottaerwise permitted by the Owner/Engineer. J. Raceway terminations at all manholes, existing and new, shall be with kerminator for PVC conduit. K. Blank duct plugs shall be used ta seal the ends of aIl unused ducts in the duct system. Plugs shail be installeci at all locations where ttie ducts enter and leav�; the manholes or handhales, and all entrances and exits to the underground sysiem. L. Where raceways enter or exit the Underground System, and the raceways rise to a higher elevation upon entering oz' leaving the System, such raceways shaSl be tig�tly sealed at the higher elevation, both before and after the installation of cables, such that there shall be no entry of water ar moisture Eo the Underground System at any tirne. Raceways shall be sealed with 3M 1000N5 Watertight Sealant, or approved equal. M. No wire shall be pulled uncil the duct system has heen completed in every detail. N. Swab all raceways clean befoz`e installing cahle, CITY OF FORT WORTH South Wastside V Elevated Storage Tank STANDARD CONSTRUCTION SPE�TFICATIQN DOCUMENTS City Project No, 143428 Revised Ocmbar 20, 2021 26OS43-7 Underground 5ystem Page 7 of I O O. Train cables in mar�hales and handholes and suQport and restrain them on cable racks. All cables passing manhale duct entrances in the rr�anhole qr handhole shall pass above a1i duct entrances. No cable shall pass in front of or below duet barik entrances. P. Polyethylene Warning Tape shall be installed in the trench above each race�uvay or duct bank and located at the eleva�ions �hown on the Drawings. Q. The Contractor shall tag all t�nderground conduits at all loeations, exiking and entering From undergrotind, including manholes and handhales. R. The minimum raceway size shall be 2-inch unless otherwise shown o.n the pians. 3.2 TRENCH EXCAVATrON A. The excavaiion shall extend to the width and depth as shown on the Drawings, or as specified, and shall provide suitamle roam foz installing manholes, handholes, ducts and appurtenances. B. Furnish and place all sheeting, bracing and supports. C. Excavation sha�l include material af every description and of whatever substance encount�r�d, regardZess of the methocis or equipment required to remo�+e the material. Pavement shall be cut with a saw, wh�el or pneu�natic chisel along straight �ines before excavating. D. The Contractor shall strip and stockpile topsoil from grassed areas erassed by trenches. At the Contractar's option, topsoil may be otherwise dispnsed of and eeplaced, when reqniz'ed, with approve� topsoil of equal quality. E. While excavating and backFilling is in progress, trafkic shall be maintained, and all utilities and other property grotected, as provided for in the Contract Docunr�cnts. F. Materials shall be exc�vated to the depth indxcated on the Drawings and in widths suff'icient for installing manholes and laying th� ducts. Coordinate the trench width the Details shawn an the Drawings. The bottom of the excavations shall be firm �nd dry in all respects accepta6le to the Owner/�ng�neer. Trench width shall be a practical minimurri, but not Iess than 6 inches greater on eaeh side, than the toial duct sectian arrangement, including reinforcing steel. G. Exca�ation and dewatering shalI be accomplished hy methods which preserve the undisturbed state of sub grade soi�s. The trench may be excavated by machinery to, or jusk helow, the designated sub grade, provit�ed that material remaining in the bottozxt af the trench is no more than slightly disturbed. 5ub grade soils which become soft, lose or otherwise unsatis€actory as a result of inadequate excavation, dewataring or other construction methods, shalI be removed and reglaced by gravel fill, of aggregate as speci%ed herein, as required by the Owner/Engineer at the Contractor's expense. 3.3 EXCAVATION BELO`V GRADE AND REFILL A. Regardless of the nature of unstable :material encountered, or the groundwater conditions, trench and exeavation drainage sha116e complete and e�ective. CiTY DF FORT WORTH 5outh Weskside V Elevated Storage Tanic STANDARD CONSTRUCTION SPEC�TCA'1'lON DOCUM�NTS Cily Projcet No. 1p3428 Rcvised Ocfobar 20, 2021 25OS43-S iFnderground System Page $ of k0 B. If d�emed necessary hy the Owner/Engineer, or as shawn on the Drawings, the Contractor shall be required to deQosifi pea grave3 fqr duct bedding or gravel refill for excavation below grade, directly on the hattom of the trench immediately after exca�ation has reached the proper depth and before the bottom of the ttench has heeome saFiened or disturhed by any cause whatsoe�er. All excavatiQn shall be made in open trenches. Gravel used for this purpose, shall be aggregate, as specified that is na larger than one-half the minimum clear spacing hetween electrical ducts, and a maximum caarse aggregate siz� of 3/4-inch. 3.4 BACKFILLING A. Remove from tha excavation all materials which the OwnerlEngineer may deem nnsuitable far hackfilling. B. Backfilling shall not commence until, not less than 4S nours after placing of any concrete embedment, have lapsed, C. Where the duct banl�s are laid in the yard, the remaindcr of the trench, after concrete encasement, shall he filled with common fill material, vaid af rock or other non-porous material, in layers nat ta exceed eight inches in Ipose measure and c.ompacted to 9Q% standard Proctar density at optiznurn moisture content of +/- 4%. The backfill shall be mounded six inches above the e�sting grade ar as directed by the Owner/Engineer. Where a grass, ioam or gravel surface exists prior to �xcawations in rha yard, it sha!! be rema�+ed, conserved and replaced to the iull original deptl� as part of the work under the duct items. In some areas, it may be necessary to re�no�e excess material during the cleanup pracess, so that the groand rnay be restored to its original level anti condition. D. Where the duct banks are laid in paved areas or designated future paved areas, existing or deszgnated future structures, or other existing or future utilities, the remainder of the trench above the encasement, shall be h.ackfilled with select common fill or select fill material in layers not to exceed eight inches loose measure and campacted at optimurn moisture content {-�/- 3%) to 95% skandard Proctor density. E. Compaction shall he by use of hand or pneumatic tamping with tools weighing at least 20 paunds. The rr►aterial being spread and campacted shall be placed in layers not over eight inches l�ose thick. If necessary, sprinkling shall be e�played in conjunction with ro.11ing or rarriming. F. Bituminous paving shall not b� placed in backiill. G. Water jetting will nvt be accepted as a means of consolidafi�ng or compacting backfill. H. Ail road surfaces shall be broom finished and hose-cl�ane� immediately after backiillis�g. Dust control measures shall be employed at all times. 3.5 RESTORING TRENCH ANI) ADJACENT Si7RFACE� A. In paved areas, the edge of the existing pa�ement to be remo�ed shall be cut. along straight lines, and the pavement replaced with the same tyge and quality of the existing paving. B. In sectians where the duct bank passes through grassed areas, the Contractor shaII, at his own expense, remove and replace the sod, or shall loam and reseed the surface to the satisfaction of the Owner/Engineer. CTTY OF �'DRT WORi'Ti Sou[h Westside V ElevaCed Starage Tank STAIVDARD COIYSTRUCTION SPECIFICATI03Y DpCUME1+fT5 City Project Na. 103426 Revised Qctaber 20, 202! 260543-9 Underground System Page9ofl0 3.6 CLEANING A. Remove all rubbish and debris from inside and around the underground system. Remove dirt, dust, ar concrete spatYer fram the interior and exterior of manholes, handhoies and structures, using brushes, vacuum cleaner, or clean, lint free rags. Do nat use �ompressed air. END OF SECTION CCTY OP Fd12T WORTH South Westside V Elavated Stotage Tank STAN�ARD C�NSTRUCTION SPEC�ICATIOI�T DOCUM�N7'S City Project Na. ] 0342$ Revised Octoher 20, 2Q21 26D543-10 Undeeground System Pagc 10 of 10 THIS PAGE INTENTIONALLY LEFT BLANfi� C1TY dF FOKT WORTS South Westside V Elevated 5torage Tank STANDARD CONSTRUCTION 5PECIFICATION DOCUMEI�TTS City Project No, 103428 Revised Octoher 20, 2021 262416- l Panelboards Page 1 of 6 SECT�ON 26 2416 PANELBOARDS PART1- GENERAL LI SCOPE OF WORf� A. Furnish and install panelboard(s) as specified herein and as shown on the Drawings. B. The pxovisians of ttus Section sha11 agply to aII paneiboards, except as indicated otherwise. 1.2 RELATED WORK A. No references are made to any other section which may contain wark related to any other section. The Contract Docurnents shail be taken as a whole with every sectinn related to every other section as reyuired to meet the requiremenks specified. The organization of the Contract Documents into specification divisions and sections is for organization of the doeuments thems�lves and does not relate to the division of supgliers or labor which the Conkractor may ehoose to employ in the execution af tl�e Contract. Where references are made to othar Sections and other Divisions of the Specifications, the Contractor shall provide such mformatiop ar addi['tonal work as may be required in those references, anci includ� such infarmation or work as may be specified. B. Ot�er Divisions The Contrackor shall be responsible for examining all Sections of the Specifications a.nd Drawings, and shall deternune the power and wiring requirements and shal! provide external wiriag and raceways, as reyuired to provids a fully func�ioning power, control and proc�ss contral sysrerns. If the equipment requires more conductors andlar wiring, due to different equipment being supglied, the Contractor shall furnish the additional conductors, raceways andior wiring, with no c�ange in the Contract Price, and with no increase in Contract Tirne. 1.3 SUBMITTALS A. Submittals shaIl be .made in accnrdance with the requirements of Division 1, Section 26 00 00 and as sgecified herein. B. Provide systems engineering to produce coordination cur�+es, showing coordination �etween breakers andior fuses subrnitted, such that protective device coordination is accam�lished. Such cur�es and settjngs shall be inctuded as a part of these submittals. C. SubmittaIs shall also contain infarmation on related eguipment to be furnished under this Specification but described in the related Sections listed i� the Related Work paragraph above. Incomplete submittals not containing the req�ired infarmation on the related equi�ament will also be rehzrned wiChaut review. All cut sheets shall be clearly marked to indicate which products are being submitted for use on this project. Unmarked cut sheets wil! be cause to reject the submittal and retura it for revision without review. D. Shop Drawings and Product Data. The following information shall be submitted to the �ngineer: C1TY OF FQRT WORTH South Westside V Elevated SEorage Tank STAIVDARD C4FYSTRLICTIOIV SPECIFICATTON DOCUMENTS Ciry Project Na. 103428 Revised Octa6er 2U, 2021 a6za i6-z Panelhoards Page 2 of b 1. Master drawing index 2, �'ront �iew elevation 3. Top view 4. Nameplate schedule 5. LJL Listing of the completcd assembIy 6. Conduit entrylexit incations 7. Assem6iy ratings including: a. Short-circuit rating b. Voltage c. Continuous curtent 8. Major corzapon�nt ratings including: a. Valtage b. Continuous current c. Interrupting raiin�s 9. Descripti�e bullet�ns 10. Praduct data sheets. 1 l. Cable terminal sizes. E. Operation and Maintenance Manuals. Operation and maintenance manuals shall incIude the fallowing information: a. Manufacturer's contact address and telephone numher for parts and service. b. Instruclion boaks andlor leaflets c, Recommended renewal parts list d. Recard Documents for the information required by the Submittals paragraph above. 1.4 REFEItENCE CODES AND STANDARD� A. The Inw voltage panelboard assembly and all components in this specification shall be designeri and manufactured according to latest revisian of the fqllowing standards (unless otherwise noted): 1. UL 67 - Fanelboards 2. iJL 50 - Cabinats and Saxas 3. NEMA PB-12006 - Panelboards 4. Fed. Spec. W-P-115C 1.� QUALITY ASSURANCE A. The manufactur�r of tk�is �quipment shall have produced similar equipment for a minimum period of ten yea�'s. When requested by the Engineer, an acceptable list af installatians with similar equipment shall ba provided demonstratin.g coax�pliance with this requirement. B. The manufacturer of the assembly shall be the manufacturer of the major components within the assembly. All assernhlies shall be of the sarne manufacturer. Equipment that is manufactured by a third party and "brand labeled" shall not be acceptabie. C. All cam�aonents and material shall be new and of the latest field pro�en design and in current production. Obsolete components or camponents scheduled fnr imrnediate discontinuation shall not be used. CI3'Y QF FOR`�' WQRTH South Westside V Elevazed Storage Tank STANC3ARll CONSTRUCTiOIY SPECIP[CATION DOCLINIEN'I'3 City Project No, ID3428 Revised Octo6er 20, 2021 262416-3 Panelbnards Page 3 of 6 D. For the equipment specified herein, the manufactuxer shall be ISO 9D01 2000 certified. E. Equipment submitted shall fit within th.e space shown on the Drawings. Equipment which does not fit within the space is not acceptable. 1.6 SOSSITE DELIVERY, STORAGE AND HANDLING A. Pziar tn 3absite delivery, the Contractor shall ha�e successfully completed all submittal requirements, and present to the Owner/Engineer upon delivery of the equipment, an approved copy of all such submittals, Deli�ery of incompiete constructed �c�uipment, onsite factory work, qr failed faetory tests wi.11 not be permitted. B. Equipment shall be handled and stored in accordance with manufacturer's instructions. Two copies of these instructions shall be included wiCh the equipment at time of shipment, and shall be made available to the Contractor and Owner. The instructions shall include detailed assembly instructions including but nat limited to wiring interconnection diagrams, rigging for lifting, skidding, jacldng and moving using rvlling equipment to place the equipment, bolt torqueing requirements for bus and all other camponents which require the installation vf bolted connectio�s, and instructions for storing the equipment prior to energizing. C. Equipment shalL be stared indoors and pro[ected fram rnoisture, dust and other contaminants. D. Equipment shall not be instaIIed until the location is �nished anci protected fram the elements. 1.7 WARRANTY A. The Mannfacturer shall warrant the equipmeni to be free from defecks in material and workmanship for one year from date of final acceptance of the equipment. Within such period oF warranty the Manufacturer shall promptly furnish all material and labor necessary to return the equipment ta n�w aperating condition. Any warranty work requiring shipping ar transporting of the equip.ment shali he performed by the Contractor at no expense to the Owner. PART � - PRODUCTS �.1 MANIIFACTURERS A. Subject to campliance with the Coatract Documents, the fflllowing Manufacturers are accepta6le. 1. General Electric 2. Eaton 3. Squara D 4. Approved eyuai B. The listing of speciiic manufacturers abova daes not imply acceptance of their products that do not meet th� specif'�ed ratings, features and funetions. Manufacturers listed above are not re3ieved from meeting these speciFicatians in their entirety. C1TY OF FORT 1rirORTH 5nuth Westside V 81ev�ted Storage Tank STANDARD CONSTRUCTION SPBCIFLCATION DOCUMENTS C'tty Pmjec[ No. LD3428 Revised QcEobcr 24, 2021 26?A16-4 Panelhoards Page 4 of 6 �.� RATINGS A. The service voltage, overall short circuit withstand and interrupting rating of the equipment and components shall be as shown on the Drawings, except that the minimuin interrupting rating shall be 22,000 aznperes RMS symmetrical for 24E}/120 volt single- phase or 20$Y/120 valt t!u'ee-phase. The minimum interrupting for 480Y1277 valt three-phase shall be bS,OpQ amperes RMS symmetrical. Panelboards employing series connecbed ratings for main, feeder and branch devices are not acceptable and shall not be provided. B. Panelboards shall be LTL lisied and labeled as suitable for use as service equipment. C. Where the panelboac'd is shown qr specified to cantain a surge protective de�ice (SPD}, the compleke panelhoard, including the SPD, shall be UL67 listed. D. Panelboards shall be designed for continuous operation, at rated current, in a 40°C ambient. E. For additzonal ratings an.d construction notes, refer ko the Dravrrings. �.3 CONSTRUCTION A. General 1. Refer to the Drawings for actual layout and I�cation nf equipment and components, and other required details. 2. A narneplate shall be provided listing manufacturer's aame, panel type and rating. Nameplates shall be engra�ed, laminated impacl acrylic, matke finish, not less than Ulfi-inch thick by 3/4-inch hy 2-1/2-inch, Rawmark 3224Q2, or equa3.lVameplates shall be 3 l6 SS screw maunted to all enclosures excepC for NEMA Q and 4X. Nameglates far NEMA 4 and 4X enclosures shall be attached with double faced adhesive strips, TESA TLTFF TAPE 4970, .009 � 1/2 ineh, ar equal. Prior to installing the nameplates, the metal surface shall be tharaughly cleaned with 7d% alcohol until all residues has been removed. Epoxy adhesi�e ar foam tape is not acceptabla. B. Enclosures 1. Gen�ral a. Each enclosure shall be provided wiih a legend pocket on the ittner daor. b. Enclosures shall not have holes or knockouts. 2. NON-METALLIC a. Chemical Rooms. N�MA 4X constructed as follows: 1) PVC or Fiberglass reinforced pojyester body and door. 2) UV inhibitars 3) Luggage type quick release latches 4} Foam-in-place gasketed dflors 3, NEMA 12 a. NEMA I2 Steel 1) Mild Steel body and door 2) Stainless steel hinge Fins 4. Not otherwise Defined a. Where an enclasure is nat otherwise defined or shov�n on the Drawing 1) NEMA 4X Stainless Steel 2) Type 316 stainless steel, body and door CTtY OF FORT WORTH Svuth Westside V Eleuated Storage'!'ank STAIQDARD CO�fSTRlICT10N SPECIFiCA'i70N DOCUMENT5 City Projec[ Na. ] 03428 Revised October 20, 2Q21 262415-5 Panelboards Page 5 of 6 3) Stainiess steel hinges 4) Foam in-place gasket 5. NEMA 1 or NEMA IA boxes sk�all not be used. C. Snrge Protective Devices (SPDs} 1. Where panelboards are shown nr specified to include an SPD, the panelboard manafacturer shall �e the manufaeturer oi th� Type 2 SPD, and ttie SPD shaIl be located within the panelboatd, unless otherwise shown on the Drawings. Refer to Section 26 43 13 far specificatians af the SPDs, and the required submittals tQ 6e included under this Section. Submittals not containing the rec}uired infarmatiqn in Section 26 43 13 will be returned un-revievved. 2. The SPD shall be installed immediately following the load side of the main breaker. SPDs instal�ed in main lug anly �aanelhnards shall be installed immediately followir►g the incaming main lugs. The SPD shall be interfaced to t�e panelhoarc� via a d'rrect bus bar connection. The SPD shall not limit the use of through-feed lugs, sub-feed lugs, and sub-feed breaker options. See Sectian 26 43 13 for additional requirements. D. Exteriors 1. Unless Qtk�erwisa nated, a11 panels shall be designed for surface mounting. 2. Hinged doors covering all circuit breaker handles shall be provided an aIl panels. 3. Dnars shall have semi flush type cylinder lock and catch, except that doors over 48 inches in height shall have a vau]t handle and three-point latch, complete with lock, arranged ta fasten daor at top, bottom and center. Door hinges shall be concealed. Furt�ish two keys for each lock. All locks shall be keyed alike; directory frame and card ha�ing a transparent eover shaLl be furnished on each door. E. Interiors 1. At least four siuda for moupting the panelboard interior shall be furnished. 2. Interiors shall be so t€esigned tl�at circuit breakers can be replaced withaut disturbing adjacent u�its and without remouing the main bus conn�ctors and shall be so designed khat circuits may be changed without machining, drilling ar tapping. 3. All interiors shall be completely factory assembl�d with circuit breakers, wire connectors, etc. All wire conn.ectors, except screw terminals, shall he of the anti- turn soldetless type and atl shall l�e suitable for copper wi.re of the sizes indicated. F. Busses 1. All 6usses, including neutral busses and ground bars, shall be of tin plated copper. Neutral busses shall be full size. Phase bussing shalj be full height without reduetion. Cross connectors shall be tin plated copper. 2. Neutral bussing sizall have a suitable lug for each autgoing feeder requiring a neutral conpection, 3. 5paces for future eireuit breakers shall be bussed %r the maximum device that can be iitted into them, 4. Equiprnent ground bars, of tin-plated copper, s1�aI1 be furnished. 5. Branch cireuits shall be arranged using double raw construction except when narrow ealumn panels are indicated. Branch circuits shall he numbered by th.e manufacturer. CTI'Y OP FORT WORTfI South Westside V Elevated 5tnrage Tank STANDARD CONSTRUCTlOI�f SPECiFICA'PION IIOCUMENTS Cify I'ro}ect No, 103428 Eievised October 20, 2021 262416-b Panelhoards Page 6 of 6 �.4 CIRCUIT BREAlKERS A. �'anelboards shall be equipped with circuit hreakers with frame size anci trip settings as shown on the Drawings. B. Circuit breakers shall be molded case, bolt-on eype. C. Each cir�uit breaker ased in 208Y/120-volt, tl�ree phase, or 12a124a volt single phase, panelboaxds shall have an interrupting capacity of not less than 22,000 amperes, RMS symmetrica�. Q. Each circuit breaker used in 480Y/277 volt and 480 volt panelboards shall have an interrupting capacity af nat less than 65,000 amperes, RM5 symmetrical. E. Circuit bz'eakers shaIl be as manufactured by the panelboard manufacturer. PART 3 - EXECUTION 3.1 iNSTALLATION A. Mount boxes for surface mounted panelboards so there is at least 112-inch air space bet�uvee� the box and the wall. B. Connect panelboard branch circuit loads so that the load is distribute� as equally as possible between the phase busses. C. Type circuit directories giving �ocatian and nature of load served. InstaIl circuit directories in each panelboard. END OF SECTION CIT7C OF FORT WOR'S`H 5outh Westside V Elevaled 5torage Tank STANDARD CONSTRUCTIOI�T SPECIFICATION DOCUMENTS City Pmject Na. 1 a3428 Revised Octaber 20, 2021 25 27 26 - 1 Light Switches and Receplacles Page 1 of 6 SECTION 26 27 2b LIGHT SWITCHES AND RECEPTACLES PART 1- GENERAI. i.1 SCOPE O�' WORK A. Furnish all labor, materials, equipment, and install wiring devices as shown on the Drawings and as speciiied herein. B. Provide all interconnecting conduit and branch circuit wiring for receptacle eixcuits ir� accordance with the NEC. 1.2 RELATED WQRK A. Refer ta Division 26 b0 00 and the Contract Drawings, for related work and electrical coordination requirements. 1.3 SUBMITTALS A. Shop Drawings 1. Submit catalog data of all switches, receptacIes and oth�r speci�ed items under this Section, with all options, application locations and exceptions clearly indicated. AIl cut sheets shall be clearly marked to zndicate whicF� prpducts are being subrnitted for use on this prpjeek Unmarked cut sheets will be cause to rejact the submittal and return it �or revision. 1,4 REFERENCE STANDARDS A. Wiring devices sfiall comply with the requirements af the Natianal Elecerieal Cade (NEC) and shalj be Underwritez's Labarataries (UL) labeled. 1.5 QUALITY ASSURANCE A. The manufacturer of these materials shall have produced similar electrica! materials and equipment for a minimum period of five years. When requested by the �wnerlEngineer, an acceptable list of installations with similar equipment shall be provided demonstra�ing compliance with this requirement. B. The manufacturer of the assembly shal� be the manufacturer af the majar components within the assembly. All assemblies sha11 be of the same manufacturer. 1.G JOBSITE DELIVERY, STORAGE AND HANDLING A. Prior to johsite delivery, the Contractor shall have succes�€ully completed alI submittal requirements, and present to the Ovvner/Engineer upon delivery of the eyuipment, an approved copy of al! such submittals. Delivery of incomplete construeted equipment, or equipmeqt which failed any factory tests, will not be permitCed., B. Equipment s�tall he handled and stored in accQrdance with rnanufactuxer's instructions. C. Equipment shall be stored indoors and protected from moisture, d�st and other cQntaminants. D. Equipmen.t shall not be install�d until the location is finished anti protected from the elements. C1TY OF FOAT WORTH South Westsede V Elevated Storage Tank STANDARD COI+SSTAUCTTON 3i'LCIFICATIOIV UOCl1MENT5 City Pmject No. 103428 Aevised Oetaher 2p, 2021 262726-2 Light Switches and 12eceplacles Pagc 2 of 6 1.7 WARRANTY A. The Manufaciurer shall wazY'ant the eq�ipment to be free from defects in material and workmanship for ane year fram date of %nal acceptance of the equipment. Within such period af warranty, the Manufacturer shall promptly furnis� all material and labor necessary to ret�rn the equip�nent to new operaiing cond'ztion. PART � - PRODUCTS �1 MANU�'ACTURERS A. Subject ta comp�'sanee with the Contract Documents, the Manufacturers Iistad sn each productcategory are acceptable. B. The listing of specific manufacturers daes nnt imply aeceptanee of their products that do zzot rz�.eet th.e speciFied ratings, features and functions. Manufaeturers listed are not relie�ed from meeting these specifications in lhair entirety. 2.2 RATINGS A. The service voltage, s.hall be as shawn an the Drawings. The or+era]1 shart circnit withstand and ir�terrupting rating of the eyuipment and devices shail be equal to or greatar than the overall short circuit withstand and interrupting ratin� of the feeder device immediately upstream of the equipment. 2.3 MATERIALS A. Wall switches shall be heavy duty, induskrial specification grade, toggle action, flush mounting yuiet type. All switches shall conform to the latest revision of Federal Specification WS 896. 1. Manufacturer a. Cooper (catalog number as listed) b. Hubbe��, �nc. e. Pass & Seymour, Inc. d. Approved equa] 2. Single pale, 20 Amp, 120l277 Volt —(Cao�er 2221 V) 3. Double pole, 2Q Amp, 12D/277 Volt -- (Coaper. 2222V) A�. Three way, 20 Amp, 120/27'7 Volt —(Cooper 2223V) 5. Four way, 20 A�np, �201277 Volt —(Cooper 2224V} 6. Szngle pole, 20 Amp, 120f277 Volt - key operated -(Cooper AH1191 N) 7. Single pa�e, 20 Amp, 120 Volt - red piio.t-lighted handle —(Coopar 222IPL} $. 5ingle pole, 20 Amp, 120 Volt, clear lighted handle —(Cooper 2221LTV) 9. Momentary contact, threa position, 2 circuit, center off —(Cooper 1995V) B. Fluoresc�nt wall box dimrner switch for 12b1277 Volt control of rapid start fluorescent lamps with a dimming range of lOD% ta D.5% light far 120-volt and 100°IQ to 1% light far 277-volt. 1. Manufaeturers a. Lntt'on Electronics Co., Ine. b. Lithonia Control Systems c. Valmont Electric, Inc. CITY aF FQRT WQRTH 5nuth Westside V Elavated Storage Tank ST�\1�DARD CONSTRL1G170[Y SPECIFICATION DOCUMENTS City Project No. 103426 Revised October 20, 2021 262725-3 Light $witches and Receplacles Page 3 of 6 d. Appro�ed equal. C. Receptacles shall be heaVy duty, corrosion r�sistant, specificaEion gra�ie of the following types and rna�ufacturer or equal. Receptaclas shall conform to Fed Spec WC596. Manufacturers a. Caoper (catalo.g numbers as listed) b. Hubbell, Inc. c. Pass & Seymour, Inc. d. Approved eyual 2, Duplex, 20 Arnp, 125 �7olt, 2 Pole, 3 Wire Grounding, high impact, arc and moisture resistant yellow nylon construction, heavy nickel piating on metal parts; (Cooper 5362CRY 3.. SingIe, 20 Amp, 250 Volt, 2 Pqle, 3 VVire; {Cooper S46 ] GY} D. W�atherproof cavers I. Die cast aluminum. Plastic or other non-metallic in-use covers are nnt accep[a61e. Z. Weatherproof while-in-use rating 3. Manufacturers a. Eaton Catalag Na. WXUMH/V b, Thomas & Betts c. Approvad equal E. Special purpose 4 5. 3. Manufacturers a, Cooper (cat�log number as listed) b. Hubbell c. Pass & Seymour d. Approved equal 2. Clock hanger single, 15 Annp, 12S Volt, 2 Pole, 3 Wire, with hanging hook on device plat�. {Caoper 452) Single, corrosion resistant locking, 20 Amp, 125 VoIt, 2 Pole, 3 Wire; Gooper, Catalog No. CRL520R and plug (Cooper CRL52dP) Single twist-lock, 30 Amp, 125 Volt, 1 �'hase, 3 Wire; Cooper, Catalog Nfl. CRL53flR; p1ug. {Cooper CRL530P) 5ingle Cwist-lock, 2Q Amp, 25d Volt, 1 Phase, 3 Wire; Cooper, Catalog No. CRL(20R; plug. (Caoper CRL620P) similar by Hubbell, Inc.; Pass & Seymour, Inc, or equal. 6. Single twist-Iaci�, 30 Amp, 250 Volt, 1 Phase, 3 Wire; Cooper, Catalog No. CRL63QR; plug. (Coaper CRL63�P) F. Device Plates. Plates for indoor flush rr�ounted devices shail be of [he requized nuznber of gar�gs for the applieation involved and shall be as follows: a. Administration type buildings: Srapoth, liigh impact nylon of the same manufacturer and color as the d�vice. Final colar to be as selected by the f�-chit�ct. b. Where perm'itted in other areas of the plant, flush mounted devices in cement block construcrion shall be Type 302 high nickel (1$-$) stainless steel of the same manufacturer as the de�ices. CTi`X OF FORT W(]12TH South Westside V ElevaCed 3torage Tank $TA3�iUARD CONSTRUCTTON SPECIFICATION DOCUMEI'�TS City Pro}ect Nn. 1Q3428 Revised Qctaber 2D, 2021 262726-4 Light Switches and Recepcacles Page 4 aF 6 2. Plates for indoor suz-face cnounted device boxes shall he cast metal of the same material as the box, Crouse-Hinds IrTo, DS23G and DS32G, or equal. 3. Oversized plates shall be installed where standard plates do not fully caver the wall opening. 4. De�ice plates far switches maunted ouCcloors ar indicated as weatherproof shall be gasketed, cast alunninurza with provisions for padlocking switches "On" and "Off", Crouse Hinds No, DS 185, or equal. 5. Multiple surfaee mounted devices shall be ganged in a sing�e, co�n.tnon, box and pravided with an adapter, ii aecessary, tn allar�v mounting of single gang de�ice plates on multi-gar►g cast baxes. 6. Engraved device plates shall be provided where requireci. 7. Weatherproof, gasketed cover €or GFT receptacle mounted in a�SIFD box a. Manufacturers 1) Coaper,CatalogNo.45�1-FS 2) Hubbell, Inc. 3) Pass & Seymour, Inc. 4) Approved egual. G. Welding Recepiacles and Disconnect Switches 1. Manufacturers: a. Crouse Hinds Arl�tite Recepkacles with Enclased Safety Switches", Catalo� No. WSR103542. b. Approved eyual 2. The listing of specific Fnanufacturers above does not imply acceptance of their products that do not meet the specifierl r�tings, features and functions. Manufactuz`ers listed above are not relieved from meeting these specifications in their entirety. 3. Welding receptacles and disconnect switches shall be rated 600 Volts, 100 Amp, 3- pole, �-wire, 6Q Hz. Receptacl� shall be meehanically interlocked wsth its disconnect switch ta prevent breaking ti�e circuit with the receptacle and plug. Ground wire shall he bonded to the plug and receptacle housings. Enclosure type shall be NEMA 4. The receptacle shall meet the requirements of Pawez' Receptacles specified herein. 4. Furnish and install ane matching plug faz' the welder. H. Portable Generator Input Raceptacle 1. Portable generatar input recaptacle shall be weatherproof, rated for 600 Volts, 1�0 Amp, 3 Phase, 4 Wire grounding pin and slee�e type with a 15 degree mount�ng adapter, spring door cover. 2. Manufacturers a. Crouse Hinds Cataing No. 1042522 with plug, Crouse Hinds Catalog No. APJ 10487522 3. Tl�e listing of specific manufacturers above does not imply acceptan.c� of tlaeir prpducts that da not meet the specified raiings, features and functians. Mar�ufacturers listed above are nok reIieved fram meeEing fhese �speciiications in their entirety. 4. Both receptacle and plug shall have re�ersed confacts, I. Poke-Through Service Fittings CITY OF FpRT WORTEI �outh Wescside V Elevated 5torage Tank STANDARD CQNSTRUCTTON SPSCIFICATION'AOCUMENTS Ciry Project No. ]03428 l�evised October 20, 2021 262726-5 Light Swiiches and Iieccptacles Page 5 of 6 S. Paka-through service �Fxttings shall be installed in a two-inch core drilled hole, iit fl.00r thicknesses af 2-112 inches ta 7 inches and be iire rated. 2. Pake-tku'augh service fittings shall be provided with bamers to handle both high and 1ow tension services and be designed far t�oth neva construction and building retrofit. 3. Ser�+ice fitting heads shall each contain a 20 Amp, 125-volt, 2-pole, 3-wire duplex receptacle on one side and pro�isions for up to two-25 pair telepkone cables on the remaining side. 4. Manufacturers a. Raceway Companents b. Walker c. Square D d. Approved equal. PART 3 • EXECUTION 3.1 INSTALLATION A. Switches and receptacles sha11 be installed flush with the iinished wall surfaces in areas with stud frame and gypsum board cdnstruction, in dry areas with cement block construction or when raceways are shown as concealed on the Drawings. B. Do not install flush maunted devices in areas designated DAMP, WET or WET/CORRQSIVE on tY►e Drawings. Provide surface mounted devices in these areas. C. Pravide weatherproof devices covers in areas designated W�T or WET/CORIZOSIVE on the Drawings. D. Unless otherwise shown on the Drawings, wall switches and other wall mounted controls shall be ipstalled at S4 inches AFF. E. Convenience receptacles shall be 36 inches above the floor unless okherwise shown. �. Convenience receptacles installed outdoors and in rooms where equip�nent may be hosed down shall be 36 inches above iloar or gz'ade. Switchcs shall be ganged together under ana cover plate. G. The location of all devices is shown, in general, on the Drawings and may be varied within reasonable limits sa as to avoid any piping or other obstructian withaut extra cost, subject to the approval of the Owner. Coordinate the installatian of the devices for piping and equipment clearance. H. Con�enience receptacles and light switches shall be connected using stranded pig taiis and spring fork insulated lugs. Feed-through wiring af receptacles is prohibited. 3.2 FIELD QUALITY CONTROL A. Test wiring devices to ensure electrical continuity of grounding. Energize the eircu.it to demonstrate compliance with the requir�nnents. END OF SECTION ClTY OF FQRT WQRTH South Westside V Elevated 5torage Tank STANQARD CQNSTALSCTIQN SPEC]FTCAT[ON DOCUMEI�("P5 City Project No. ID3428 Revised Octaher 2Q, 2D21 262726-6 Light Switches and Receptacles Page 6 of 6 THIS PAGE INTENTIONALLY LEFT BLAN� C1TY OF FORT WDRTS South Westside V Etevated Storage Tacilc STANDAK➢ CONSTI2UCTIDN SPECiFICATION DQCiIMENTS City Project No, 103428 Revised October 2a, 2021 2fi 28 16 - 1 Law Voltage Enclosed Circuit Hreakers and 5afety Switches Page I oi 10 sECTioN a� �s x6 LOW VOLTAGE ENCLOSED CIRCiIIT BREAKERS AND SAFETY SWiTCHES PART1- GENERAL 1.1 SCOPE OF WORK A. Furnish and install law �aitage enclqsed eircuit breakers. and disconnect switches, tagether vvith appurtenances, compiete and operabla, as specified herein and as shown on tk�e Contract Drawings. B. AII equipment specified in this Section of the Specificatians shall be the product of one manufacturer and shall be factary constructed and assambled by that manufact�rer. 1.� RELATED WORK A. No references are made to any other section which may contain wark related to any other section. The Contract Documents shall be taken as a whole with every section related to every Qther section as reguired to meet the requirements specified. The organization of the Cantract Documents into specification divisions and sections is for ot'ganizatio;n oi the documents themselves and does not relate to the division of suppIiers or labor which the Contractor may choase to employ in the exeeutian. of the Cont�act. Where references are made to other Sections and okher Divisions of the Sp.ecifications, the Contractor shall pravide such �formation or additionai wor�C as may be required in those references, and znclude such infarm�tion or work as may be specified. B. Other Divisions The Contractor shall be responsible for examining all Sections of the Specificatians and Drawings, and shall determine the power and wiring requirements and shal� grovide external wiring and raceways, as required to pra�ide a fulIy functioning power, control and process control systerns. If the equiprnent requires more conductors and/or wiring, due to different equigmant being supplied, the Cantractor shall furnish the additional conductars, raceways and/or wiring, with no change in ihe Contract Price, and witii no increase in Contract Time. 1.3 SUBMITTALS A. Sub�nittais shal� be made in accordance with the requirements of Division 1, Section 26 a0 QD and as specified herein. B. Submittals shall also contain information on related equipment to be furnished under this Specificalion bnt described in thc related Sec�ions listed in the Related Work paragraph above. Incomplete submittals not containing the required information on the related equipment will also 6e returned without review. All cut sheets shall be clearly marked to indicate which products are being submitted for use on tl�is projcct. Unmarked cut sheets will be cause ta reject the submittal ar�d return it for revision without review. CI'I'1( pF FORT WORTH South Wesisidc V Ele�ated Storage Tank STANDARD CQNSTRUCTIOH 5PECIFICATION DOCUMHNT5 Ci[y Projec[ No. 103428 Revised Octo6er 20, 2421 26 28 T6 - 2 Low Voltage Enclosed Circuit Breakers and Safety Swilches Page 2 af l0 C. Th� oziginal equipment manufacturer shall create all equipment shop drawings, inciuding all wiring diagrams, in the manufacturer's Engineering department. All equipment shop drawings shall bear the ariginal equipment manufacturer's loga, drawing fi1e numbers, and shall be maintained on File in the original equipment manufacturer° s archive file system. Pnotocopies of the Engineer's ladder schematics are unacceptable as shop drawings. D. Sub.mit to tihe Owner/Engineer, shop drawings and prociuct data, for the foilowing: 1. Product data sheets and catalog numbers for nvercurrent protective txip devices on circuit breakers and swikches, relaying, meters, pilot lights, etc. The manuiacturer's name shall be clearIy visible on each cut sheet submitte.d. List aI1 options, trip adjusttnents and aecessaries furnished specifically for this project. 2. Provide control systems engineering to produce custa�n unit elementary drawings showing interwiring and interlacicing betvt+een components and to remotely mounted de�ices. �nclude and identify all connecting equipment and remote devices on the schematics. The notation "Remote Devi.ce" will nat be acceptable. Shonv wire and ternunal numbers. indicate speeial identi�'ications for electrical devices per the Drawings. 3. Provide pIan and elevation drawings of each controller or enclos�re, with dim�nsio�s, exteriar and interior views, showing component layouts, controls, terminal blocks, etc.. 4. Schematic diagram 5. Nameplate schedule 6. UL Listing of the completed assembiy. 7. Compon�nt list with c3etailed component inforrnation, inclucling origin.al manufacturer's part number. $. Conduit entry/exit locations 9. Assembly ratings including: a. Short-circuit rating b. Voltage c. Continuous current 10. Major component ratings including: a. Voltage b. Continuous current c. Iaterrupting ratings 1 I. Nurr�ber and size of cables per phase, neutral if present, ground and all eable terminal sizes. 12. Key interloek scheme drawing and sequence of operations 13. Busway connection and amperage rating. 14. Instruction and renewal parts haoks. E. Factory Tests. Submittals shall be made for factnry tests speeified herein. F, Field Test Reports. 5ubmittals shall be mad� for fieId tests specified herein. G. 4peration and Maintenance Manuals. 1. Operation and maintenance znanuais shall include the following infarmation: a. Manufacturer's contact address and telephor�e number for parts and service. b. Instruction books and/or leaflets C1TY OF FORT WOATH Sauth Westside V Elevated 5[orage Tauk STANDARD CONSTRUCTIDI� SPECIFTCATION DOCUMENTS City Project Aio. 1d3428 Revisad October 2p, 2Q2 [ 2b2816-3 Low Vvllage Enclnsed Cireuit 8reakers and Safety Switches Page 3 of 14 c. Recommended renewal parts list d. Recoxd Documents for the informaCion required by the Submittals pazagraph above. H. The manufacturer shall submit for a[�proval, a training agenda far all training specified herein. Training agenda shall not he submitted until final approval of the Operation and Mazntenance Manua1. �..4 REFERENCE CODES AND STA.NDARDS A, All praducts and c�mponents shown o� the Drawings and listed in this speci�'ication shall be designed and manufaetured aceording to latest revision of the following sCandards (unless othervvise noted}: 1. NEMA Standard AB 1— Malded Case Circuit Breakers, Molded Case 5witches and Circuit Breaker Enclosures 2. NFPA 70 — Natianal Electrical Code (NEC) 3. N�PA 70E — Standard For Electrical Safety in the Workplace 4. TEE� 242 — Prateetion and Coordination of Industrial and Commercial Power Systems 5. IEEE 399 — Yower Systems Analysis 6. UL 489 — Molded Case Circuit Breakers and Circuit Breaker Enclosures 7. UL 1065 — Low Voltage AC and DC Power Circuit Breakers Used in Enclosures. B. All eqniptnent com�onents and completed assemblies specified sn thss 5ection of the Specifications shaIl bear the appropriate �abel of Underwriters Laboratories. 1.5 QUALITY ASSURANCE A. The rrianufacturer of tk�i.s equipment shall have produced similar equipment for a minimunn period pf ten years. When requested by the Engineer, an acceptable list of installations with similar equipment shall be provided de:t�tanstrating compliance with ttus requirement. B. The manufacturer of the assemnbly shall be the manufacturer of the major components witIiin the assembly. All assemblies shall be of the same manufacturet. Equipment that is manufaciured by a third party and "brand labeled" shall not be acceptable. C. All compnnents and material shall �e new and of the ]atest field proven design and in current production. Obsolete components or cnrnponents scheduled for immediate discontinuation shall r�ot be used. D. For the equipment specified herein, the manufacturer shaII 6e ISO 9d�1 2000 certifzed. E. Equipment submitted shall fit within the space shown an the Drawings. Equipment which dQes not fit within the space is not acceptable. 1.6 J'OB�ITE DELIVERY, 5TORAGE AND HANDLING A. Prior to jobsite deli�ery, the Contractar shall have successfully completed all subnnittal requirements, and present to the OwnerlEngineer upon deliv�ry of the equipment, an approved copy of all sueh submittals. Delivery of incom.plete constructed equipment, or equipment wl�ich failed any factory tests, will not be per�nitted. CITY OF RORT WaRTET 5ouUt Westside V Elevated 5torage Tank STANDARD CQNS7'RUCTIDN 5PECIFICATION UOCUMHNTS City Project No. 1U3428 Revised Qctubar 20, 2021 262816-G Law Vollage Enclased Circui[ greskers and $afety Switches Pagc 4 af lQ B. Equipment shaSl be handled and stored in accordance with m.anufacturer's instructians. Two copies of these �nstructions shall be included with the equipment at time of shiptr►ent, and shaI3 be znade available to the Contractor and Owner. The instt2ictions shall include detailed assembly instructions ineluding but not limited to wiring interconnection diagrams, rigging for lifting, skidding, jacking and mo�ing using. rolling equipment to plac� the equipment, bolt torqueing requirements for bus and all ather cpmpqnents which require the installatian af bolted connections, and instructions For storing the equipment prior to energizing. C. Equipment shall be stored indoors and protected fmm moisture, dust and other contaminants. D. Equipment shall not be installed until the lacation is finished and protected from the elements. 1.7 WARRANTY A. The Mariufacturer shail warrant the equipment to be free from defects in m.aterial and worl�manship for one yEar from dat� of iinal acceptance of the eqt�ipznent. Within such period of warranky, the Manufacttjrer shall promptly furnish all material and labor n.ecessary to return the equipment to new operating candition. Any vvarranty work requiring shipping or transporting of the equipment or components shall be periormed by the Contractor at no expense to the Owner. PART � - PRODUCTS �.1 MANUFACTURERS A. Subject to compliance with the Contract Documents, ihe folIowin� Manufacturers are acceptable: I. Eaton 2. General �lectric Ca. 3. Sc�uare D B. The listing of speeific manufacturers ahove does not imply acceptance of their products that do not meet the speci�ied ratings, features and funetions. Manufacturers lisked above are nat reiieved from meetimg these specificatians in thair entirety. C. All equipment fiirtaished under this Section shall be of the same manufacturer. 2.2 RATINGS A. The serviee voltage, shall be as shown on the Drawings. The overall short circuit withatand and interrupting rating of the �quipmenC and dev�ces shail be equal ta or greater than the averall shork circuir withstand and interrupting rating of the feeder ' device immediately upstream af the eircuit breaker or switch. Syste�s employing series cnnnected ratings for main and feeder devices sha1� not be used. B. CircuiE breakers, safety switches and associated devices shall be desigaed For continuous oQeratian at rated curtent in a 40°C ambient temperature. C. Furnish heavy duty devices. D. For additional ratings and construction notes, refer to the Drawings. C1TY OF FOK'�' WORTH Sou1h Westside V Elevated Storage Tank STANDARI] CONSTRUCT[0[V SPECIFICATi4N DOCUMENT5 City Pmject No. 103428 Re�ised October 20, 2021 262816-5 Low VolYage Enciosed Circuil Breakers and Safety Switches Page 5 of kD �.3 CONSTRUCTION A. General 1. Refer to Drawings for: actual layout and location of equiprnent and components; current ratings. of devices, campanents; prfltective ielays, voltage ratin�s of de�ices, components and assernblies; and other required details. 2, Furnish Iugs for incoming wiring, sizes as shown on tf�e Drawings. Allow adequate clearance for bending and terminating of ca61e size and type speciiied, Lugs for #12 AVVG up to #t6 AWG shall be ring Cerminals. Canductors #4 AWG and larger shall he two-hole �vng barrel Iugs with NEMA spacing. Alllugs sha13 6e the closed end canstruction to exelude moisture migration into the cable conductor. See aIso Section 26 OS 19Wires and Cables (�000 Volt Maximum) for additional requ�rements. 3. Built in eontr�l stations and indicating lights sha11 he furnished where shawn on the Drawings. 4. Furnish nameplates for each device as indicated in Draw�ngs. Nameplat�s shal� be engraved, laminated impact acrylic, macCe finish, nat less than 1/16-inch khick by 3/4-inch by 2-1/2-inch, Rowmark 3224Q2. Nano.eplates shall be 316 55 screw mounted to all enclosures except fpr NEMA 4 and 4X. Nameplates for NEMA 4 and 4X enclosures shall be attached with double faced adhesive strips, TESA TUF�' TAP� 4970, .009 X 1/2 inch, or equal. Prior to instajling the Ram.�;plates, the mekal surface shall be thoroughly cleaned wikh 7a%a alcohol until all residue has been removed. Epoxy adhesi�e or foam tape is aot acceptable_ B. Enclasures 1. Generai a. Provide 316 S5 hardware for aIl enc3osures. b. All enclosure doors sha�l have bonding st�tds. 'I`he enclosure interior shall have a bonding stud. c. Enclosutes shall not have hples nr knockquts for conduit entry. d. All panels instaIled outdoors s�all have a factory applied, suiiable pritxzer and final coat of vaeathr;rproof white paint. e. AIl enclosures shail be provisioned with hardware for a padlock. f. All enclosures shall ha�e integral welded :tnaunting Iugs. g. See 5ection 26 05 33 Raceways, Boxes and Fittings for additional requirem�nts. 2. NEMA 714x a. Class 1, Division 1, Groups A, B, C, and D, or as de�ned ir� NFPA 70). Boxes shali be constructed as follows; 1) Copper free cast aluminum body and cover 2) Stainless steel hinges 3} Watertight neaprene gasket 4) Stainless steel cover boits 5) All penetrations shall be factory drilled and tapped. NON METALLIC a. Chemical Rooms. NEMA 4X constructed as follows: 1) PVC ar Fiberglass reinforced polyester body and daor. 2) UV inhibitors 3) Luggage type quick releasc latches 4) Foam-in-place gasketed doors CITY OF FORT WORTH South Westside V Ele�ated Storage Tauk STANDARD COIYSTRUCTION SPECLFICATION DOCUMEI�lTS Ciry Projeet No. 103426 Revised Qclaber 20, 2021 262816-6 Low Voltagc Encfosed Cirauit Breakers and Safely Swi[ches Page 6 of 10 4. ALUMINUM a. NEMA. 4X Alutr�inum 1) Type SOS2 aluminum, body and door 2) Stainiess steel hinge 3) Foam in-p3ace gasket 4) Single point quarter �urn latches �. NEMA 12 a. NEMA 12 Steel 1) Mild steel bady and doar 2) Stainless steel hinges 3) Foam in-place gasket 4) Single pnini quareer turn latches 6. NEMA4X Stainless Skeel were not otherwise Defined a. W�ere an enclosure is not otherwise defined or shown on the Drawiag I} NEMA 4� Stainless Steel 2) Type 315 stainless steel, body and door 3) Stainless steel hinge 4) Foa�n in-place gasket S) 5ingle point quarter turn latches 7. NEMA 1 or NEMA lA boxes shall not be used. 8. Malleable iron boxes shall not be used. 9. Provide a diseonnect operati.ng handle with mechanical interlack having a bypass that will allow the enclosure door to open anly when the circuit breaker or switch is in the OFE position. The circuit breaker or switch sk�aIl have the eapability of being bypassed after the door has b�en opened. C. Internal Wiiring 1. Wiring: Stranded copper, minimum siza No. 1� AWG, with 600 Volt, 90°C, fiame retardant, Type MTW thermapiastic 600-�olt insulation, NEMA Class II, Type B wiring. Line side power wiring shall be sized for the full rating or frarne size of khe connected device, Z. All wiring sha11 be tagged and cQded with an identification number as shown on the Drawings. Coding shall be typed on a heat shrinkable tube applied to each end shpwing origination and destination of each wire. The marking sha�l be permanent, nan-smearing, solvent-resistant type similar to Raychem TMS-SCE, or e,c�ual. Wire tags shaIl be machine-printed. Wire tags relying on adhesives of any type are unacceptable. 3. All wiring shall be neatly bundled with tie wraps and supported [o wire way supports. Control wiring shall be bundled separately fram power wiring. In addition, low signal wuing (millivolt and milliamp) shall be bundle separataly from the rest of the control wiring. D. Field Installed Internal Wirzng 1. Field installed interior wiring shall i�e neatl}� grouped by circuit and bound by piastic tie wraps. Circuit groups shall be supported so that eircuit te��minations a�re not stressed. In additian, low signal wiring (millivalt and milliamp) shall be bundle separately from the rest of the control wiring. Wiring shall not he supported using adhesive supports. Adhesive wire supports are unacceptable, and if installed shall be removed and replaced with a non-adhesive support with no increase in Contract Price or Time. CITY OF FORT WORTH 3outh Westside V Elevated Storage Tank 5'CAIVDARD COF�tSTRUC'I'101�F SPECIFICATIpN �OCUMEiYT5 City Ptuject 1Vo. 143428 Revised Octoher 2D, 2D21 262816-7 Low Voltage Lnclosed Circuit $reakers and 5afety Switches Page 7 of 10 2. All �eid wiring shall be tagged and eoded with an identification nu�nber. Coding shall be ty�e� on a heat shrinkable tube applied to each end of the wire. The marking sha11 be a permanent, non-smearing, soIvent-resistant typ� siiuilar to Raychem TMS-SCE, or eyual. Wire tags shall be machine-printed. Wire tags relying on adhesives oi any type are unacceptable. 3. In general, all conduit entering or leaving equipment shall be s�ubbed �p inta the bottom of the enclosure directly belo�v the area in which the conductors are to be terminated, or from the top if shown on the Drawings and nat located in a wet, damp or any process area. Conduits shall no.t enter the side unless appro�ed in writing by the Owner/Engineez'. �.4 CIRCLIIT BREAKERS A. Insulated Case Circuit Breakers (ICCBs) 1. Unless otherwise shown on the Drawings, ciz'cuit breakers, larger than a 12Q0 ampere zating, shall be insulated c�se (ICCB}, three-ole, 600 vait, fixed type, wikh stored energy clpsing �nechanisrn. 2. Breakers shall he manually operated unless indicated as electricaily Qpexated (EO) on the Drawings. 3. All insulated case circuit break�rs shaJ.l have a minimum symmetrical interrupting capacity of 65,OQ0 amperes, with individual interrupting capacity as shown on th� Drawipgs. Insulated case circuit 6realcers without an instantaneous trip element adjustment shall be equipped with a fixed internal instantanevus vvezz'ide s.et at the upper limit. 4. AlI insuIated case circait breakers shall be epnstxueted and tested in accordance with CTI. 489. T�te circuit breakers shall carry a UL label. 5. Afl insulated case circuit breakers shali have an adjustable long time pickup, and delay; a�ijustable short time pickup and delay; shQrt time i2t switch; high rapge instantaneous (fixed at the breaker's short-time withstand rating}, adjustable ground fault pickup and delay; ground fault delay and pic�cup trips far selective tripping, and overload, short circuit, and ground faul.t indicator lights. B. Moldet� Case Circuit Breakers (MCCB's) 1. Unless otherwise shown an the Drawings, c�rcuit hreakers 225 am.pez'e fratne rating and larger, shaI1 be molded case (MCCB), three-Pol�, 600-valt, fixed type, with stored energy closing meehanisrx�. Breakers shall be manually operated unless indicated as electrical�y operated (EO) on the Drawings. Txip de�ice shall i�e solid state with adjustable long time pickup, and delay; ad,�ustable short time pickup and delay; short time i2t switch; adjustable instantaneous pickup, adjustable grounci fauh pickup and deiay, and ground fault delay and pickup trips far selective tripping. 2. Unless oiherwise shnwn nn the Drawings, circuit breakers less than 225 ampere Frame rating shall be molded case, three-Pole, 600-volt, fixed type, manually nperated with stared energy cIasing mechanism. Circuit break�rs shall have inverse tirne and instantaneous tripping characteristics. 3. Where shown on the Drawings ar specified in the Contract Documents, breakers shall be rated for 100% continuous duty, and shall carry a UL �89 listing. CTTY OF F4KT WORTFI 5outh Westside V F'slevated Storage Tank STAN[]ARD COAfSTR[SCTIQN SPECIPICATIOl� BOCUMEl\T5 City Project No. 103428 Ravised Octo6er 24, 2p21 262815-8 Low Voltage Enclosed Circuit Breakers and Safery Swifches Page 8 of 10 �.� SAFETY SW�TCHES A. Safety switches shall he heavy duty, quick make, quick break, visible hlades, 600-�oIt, three-pole with full cover interlack, inter3ock defeat ar�d flange mounted operating handle. �.6 FUSED SAFETY SWITCHES A. Fused safety switches s�all be heavy duty, quick make, quick break, visible blades, 600 vott, three-pole with full caver interlock, interlack defeat and flange mounted operating handle. �. Fuses shall be rejection type, 600 �olts, 20Q,000 A.I.C., dual eleme�t, time delay, Bussman Fusetron, Ciass RK 5 or equal. 2.i MOTOR ISOLATIDN SWITCHES A. For motors up ta and including I Oa horsepower, ihe isolating switch shall he a horsepower rated, quick make, quicl� breal�, visib3e blades, 600 volt, thx'ee pole macor circuit switch, in an enclosuare as listed above and sized for the motor as shown an the Drawings. The switch s�all be plainly marked "Do not operate under load". B. For motors greater than 100 horsepower, the isol�ting switch shall be a current rated, quick make, quick break, visible blades, 600 valt, three poIe motor circuit switch, in an enclosure as Iisted abo�e and sized %r the motor as shown on the Drawings. The switch sha11 be plainly marked "Dn not operate under load". C. Where a swirch status auxiliary contact is shown on the Drawings, the auxiliary contact shall be early break (opens befare the switeh is openad) and early make (closes before the switch is closed). The auxiliary contact shall be rated 5 amperes at 480 volts. 2.8 DOUBLE THROW MANi7AL TRANSFER SWITCH A. Manual transfer switches s�►all 6e heavy duty, quick make, yuick break, visibie blades, 600-vqlt, three-pole, fused or non-fused as shown on the Contract Documents, with fIange mounted operating handle. 2.9 SPARE PARTS A. Pro�ide the following spare parts: 1. Three —�'uses of each type used. B. Spare parks shall be boxed or packaged for Iong term storage and cleariy icfenti�ied on the exterior of package. Identify each item with manufacturers name, description and part nutnber 210 FACTORY TESTING A. The circuit breakers and all switches shall be completely assembled, wired, and adjusted ai the factory and shail be given the manufacturer's routine shop tests and any ather additional operational test to insure the workability and reliable operation of the equipment. B. Factory test equipment and teat methods shall conform with the latest applicable requirements of ANSI, IEEE, UL, and NEMA standards, and shall he suhject to the OwnerBngineer's approval. CITY OF FOIiT WdRTH 5oufh Westside V Elevated Storage Tank STANDARI] CQNSTRUGTjON SPECI�ICATION ➢OCUMEIVT5 City Pmjact No. ] 0342$ Revised Octaber 20, 2021 � 262816-9 Low Voltage Enclosed CincuitBrcakers and 5afery Switches Page 9 of 10 PART 3 - EXECUTION 3.1 TNSTALLER'S QUALIFICATIONS A. Instalier shall 6e specialized in installing low voltage cucuit breakers and disconr�act switches with minimum five years documented experience. Experience documentation shall be subrnitted for appro�al grior ta beginning work on t�is project. 3.� EXAMINATYON A. Examine installatian area to assure there is enough clearance to install the equipment. B. Verify that the equipment is ready to instail. C. Verify field measurements are as instructed by manufacturer. 3.3 IN5TALLATIDN A. The Conrractor shall install all equipment per the manufaeturer s reeommendativns and Contract Drawings. B. Install required safety IabeIs. C. Conduit entry inta the tap of any NEMA 4/4X rated encIosure in any outdoor, damp, wet or process at'ea is strictly prohibited. Any enclosure entered from the top will be removed, the conduit and conductors re-muted, or conductvrs replaced if taa short. No increase in Contraci Price or Contract Time will be allowed. 3A FIELD QIIALITY CONTROL A. Inspect installed equipment for anchoring, alignment, grounding and physical damage. B. Check tightness of all accessible electrical connections. Minimum aceeptable �alues ar� specified in manufacturer's instructions. 3.5 FIELD ADJUSTING A. Adjust alI circuit breakers, switches, access doors, operating handles for free mechaz�icai and electrical operation as described in manufacturer's instructians. 3.6 �"IELD TESTING A. Perform all elecirical fieid tests recommended by th.� :tnauufacturer. Disconnect all connections to solid-state equigment prior to testipg. B. Megger and record phase to phase and phase to graund insulatian resistance. Megger, far one �tuinute, at minimum voltage of 1000 volts DC. Measured Insulation resistance shall be at least 100 megohms. In no case shall the manufacturer's maximum test voltages be exceeded. C. Test the ground fau�t protection systeim using a high current injection method. D. Test the raiing plug for correct ratsng. 3.'� CLEANING A. Remove all rubbish and debris from inside and around the equipment. Remave dirt, dust, or eoncrete spatter from the inte�.or and exEerior of the equipment using brushes, vacuum cleaner, ar clean, lint free rags. Do not use compressed air. C1T'Y OF FORT WORTH Suuth Wcs[side V Elevated Storage Tank STANIIARR CONSTRUCTION SPECIFICATION DOCUMENT5 City Project No. 103428 Re�ised Octaber 20, 2�21 26 2$ lG - l0 Low Voltage Enclased Circuit Breakers and Safety Switches Fage l0 af 10 3.8 EQUIPMENT PR�TECTION AND RESTORATIQN A. Tauch-up and restore damaged surfaces to factory iinish, as approved by the manufacturer. If tY�e damaged surface eannot be returned to factory specification, the surface shall be replaced. END OF SECTION CTTY OF FOR'L' WORTH South Westside V Elevated Storage Taak STAhdDAKD CQNSTRU.CTION SPBCIFICATION DOCU3vIENTS City Project No. 103426 Ravised Octaher 20, 2d2I 252987-1 Electrical Contraetor Provided Control Panels (ECPs) Page 1 of 2D SECTION 26 29 87 ELECTRICAL CONTRACTOR PROVIDED CONTR�L FANELS (ECPs) PARTI- GENERAL 11 SCOPE O�' WORK A. Furnish and install functional eontrol panels to manually or automatically operate control systems as speeified in the detailed requirements of this Section, and Iogic and schematics as shown on th� Electr�cal Dravvings. B. Submittals for EI�ctrical Control Panels, not cIearly specified as Contral Fanels by the Electrical Contractor, shaIl be submitted under the Section of the Specifications speciiied in the Process Equipment Division or Mechanical Equipment Diuision, and shall not he submitted under this Section Control �ancls for thase Di�+isions, shall meet the requirements of S�ction 26 29 $5 Mechanical Equipment Manufacturer's Control Panels, and shall be submitted as a part of the Mechanieal Equipment manufacturer's subm.ittals or Prncess Equipment DivisiaR Submittals. Control panels specified within the Instrumentation Sections of Division 40 shall be submitted as a part of the Instrumentation submittals. 1.� RELATED WORf� A. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements spacified. The organization of the Contract Documents in.ta specification divisions and sections is for organization of th� documents themselves and does not relate to the division of suppliez's or labar which the Contractor may choose to employ in the execution of the Contract. Where references are made to other 5ections and other Divisions of the Specifications, the Contractor sha11 pro�ide such information o.r additional wor�C as nnay be required in those references, and include such information ar work as tnay be specified. B. Other Divisipns 1. The Contractor shall be respansible for examining. all Sections of the Specifications and Drawings, and shall determine the power anc� wiring requirernants and shali provide external wiring and raceways, as required to provide a fully f�nctioning povrer, control and process contral systems. If the equipment requires more condactars and/or wiring, due to different eyuipment being supplied, the Contractor shall iurnish the additional conductors, raceways and/or wiring, with nQ ehxnge in rhe Contract Price, and with na increase in Contract Time. 1.3 SUBMITTALS A. 5ubmittals shall be made in accordance with the requirements of Division I, Section 26 00 00 and as specified herein. B. Provide systems engineering to produce coordination curWes, showiag coordinatian hetween breakers and/or fuses su6mitted, such that protecti�e device coordination is accompIished. Such curr+es and settings shail be incIuded as a part of these submittals. C1TY O� F'ORT WORTH South Westside V Elevated Storage Tank STANDARD COIY5TRTlCTIOW SYECIFICATiON DOCUMEI�fTS Ciry Project Na. ! 03428 Revised qcto6er 20, 2021 2629$7-2 �Icctrical Contractor Provided Contrnl Panels (SCPs) Page 2 of 20 C. Submittals shall also contain information on related equipment to be furnished under this Specificativn but described in the related SectiQns listed in the Related Work paragraph above. Incomplete submittals not containing. the required informaiion on the related eq�ipment will also be retuxned unreuiewed. D. The ari.ginal equipment manufacturer shall create all equipment shn� drawings, inel�ding a�l wiring diagrams, in the manufacturer's Engineering department. All equipment shop drawings shall bear Che original equipment manufacturers Iogo, drawiag file numbers, and sha31 be maintained on file in the originaI equipzn�n:t manuFacturer's archive file systern. Photocopies ni the Engineer's ladder schematics are unacceptable as shop drawings. E. Sul�rrut to the OwnerBngineer, shop drawings and prvduct data, for the followiag: I. Product data sheets and catalog numbers �or v�ercur�'ent protect�ve d�vices, motor starters, control relays, contro� statians, rneters, pilot lights, etc. The manufacturer's narr�e shail be clearly visible an each cut sheet submitted. List all options, trip adjustments and accessaries furnished speciiically for this project. Clearly mark each sheet to indicate which items appIy and/or those items that do not apply. 2. Provide control systems engineering to praduce custom unit elementaiy drawings showing inter-wiring and interlocking between components and ta remorely mounred devices. Include and identify all connecting equipment and remote devices on the schematics. The notation "Remote Device" will not be acceptable, Show wire �nd terminal numb:ers. Indicate special identificatians for electrical de�ices per the Drawings. 3. �quipmenC outline drawings showing ele�ation, plan and interior views, fronE panel arrangement, dimenszons, weight, shipping splits, conduit entrances and anchor bolt pattern. Indicate all options, speciai features, ratings and deviations from this Secnon. 4. Schematic diagram, including rr►anuFacturer's selections of compoaent ratings, and CT and PT ratios. 5. Pawer and contral sci�ematics including external connectio.ns. Show wire and terminal numhers, and color-coding. 6. Instruction and replacement parts books. 7. As-huilt final drawings. 8. Documentatian that the panel assembly facility is a UL-50$ certified panel shop. 9. Facsimile of khe UL label �hat is to be applied to the completed panel. 1Q. Furnish complete Bill of Materia3s indicating manufacturer's name and part numbers. 11. Manufacturer's cut sheets %r every component used in the pan�l assembiy adequately marked to slaow tk�e items being incinded. The manufacturer's name shall be clearly visible on each cut sheet submitted. 12. Assembly ratings including: a. Short-circuit rating b. Voltage c. Continaous current 13. Major component ratings including: a. Voltage b. Continuaus current c. Interrupting ratings CTT'Y OF FORT WQRTH South Westside V Elevated Storage Tan3c 5'i'AIVDARD CONSTRUCTION 3PL�CIFICATIOI�I DOCUMENTS City Pmject No. 103428 Revised October 20, 2D21 25 29 87 - 3 Elecirical Contracmr Provided Cont[oi Pxnels (ECPs) Page 3 of 20 14, Cabie terminal sizes. 15. Instruction and renewal parts books. F. Factory Tests. 5ubmittals shall6e made far factory tests speciiied hereitz. G. Field Tesi Repvrts. Submittals shail be �nade Far iield tests speciiied herein. H. Operataon and Maint�nanee Manuals. 1. Opera�ion and maintenance manuals shall include the following information: a. Manufactur�r's cantact address and t�lephone number for parts and service. b. Instruction bo.oks and/or leaflets c. Aecommended renewal parts list d. Record Docurnents for khe infot�nation required by the Suhmittals paragraph above. I. The manufacturer shall submit %r approval, a training agenda for all training specified herein. Training ag�nda sha11 nvt be submitked until �nal appro�al of the Qperation and Maintenance Manual. 1.4 REFERENCE C�DES AND STANDARDS A. AlI products and components shown on the Drawings and listed in tl�is specification shalI be designed and manufactur�d according to latest revision of the following standards (uniess otherwise noted): 1. NEMA Standard ICS 2— 200Q Industrial CantroI and Systems 2_ NFPA 70 — National Electricai Cade (NEC} 3. NFPA 70E — Standard for Electrical Safety in the Workplace 4. NFFA 79 — Electrical Standard for Tndustrial Machinery 5. LTL 508/508A — Industrial Control Enclosures B. All equipment speci�ed in this 5ection of the Specifications shaIl bear the appropriate label of Llnderwriters Laboratories. 1.5 QUALITY ASSURANCE A. The manufacturer of this equipment sha11 have produced similar equiprtient for a minimum geriad of fzve years. When requested by the OwnerlEngineer, an acceptable list of installations with similar equipment shall be provided demonstrating com�liance with this requirement. B. The cantrol panels shall be assembled in a UL-508 certified faeility. A suhmittal of documentation certifying that the panel fabrication facility is a UIr508 certffied facility, is required. A UL label shall be affixed to the inside of the external door by the panel fab.rication assembly. Submit a facsimile af the UL labeI in the su�mitta� information. C. All cornponents and material shall be new and of the latesC Eield proven design an.d in current production. Obsolete componenCs or corzxponents sclae�.uled for immediate discontinuatian shall not be used. D. Control Pat�els subznitted shall iit within the space shown on the Drawings. Equipment which does not fit within the space is not acceptable. E. For the equipment specified herein, the manufacturer shall be ISO 9Qa1 20fl0 certified. CPI`Y OF FORT'WOL�TH South Westside V Elevated Storage Tanfc 5TA[YDARD CONST`RUC'I'ION SP�CIF7ICA'I'iON DOCUMEiVTS City Pmject No. f D3a28 Revisad Oeto6er 2D, 2U21 26 29 87 - 4 Electrical Contractor Provided Contml Panels (ECPs) Page 4 of 20 F. Equipment components and devices shall be UL labeled where�er UL standards exist far such equipment. The completed control panel shall be UL Labeled in accorciance with UL 508 and SOSA and other applicable LJL standards. The panel shall also be UL labeled for the env'tronment in which it is to be placed. A UL label shall be affixed to the inside of the external door by the panel fabrication assemhly. Submit a facsimile of the LJL Iabei in the submittal inforr►�ation. 1:6 JO�SITE DELTVERY, STORAGE AND HANDLING A. Friar to jobsite delivery, the Contractor shalI have successfully completed aI1 submittal requirements, and present to the Owner/Engineer upon delivery af the eyuipment, an appror+ed copy of all such submittals. Delivery of incomplete constructed equipment, onsite factory work, or failed faetary tests will not be permitted. B. Equipment shall be handled and stored in accordanee wit� manufacturer's instructions. Two copies of these instructions shall be included with Ehe equipment at time of ship�nent, and shall be mada avaija6le Co the Contraccor and OwnerlEngineer. C. Shipping groups shall be designed io be shipp�d by truck, rail, or sitip. Indoar groups shall be bolted ta skids. Breakers and accessories st�all be packaged and shipped separately. D. Equipment shall be instalIed ir► its permanent finished location shown on the Drawings within seven calendar days of arri�ing onsit�. If the equipment cannot be installed within seven calendar days, the equipment shall not be delivered to the site, but stored ofFsite, at the Contractar's expense, until such kime that the site is ready for permanent installation of the equipment. E. Where space heaters are provided in equipment, provide temporary electrical power and operate space heaCers during siorage, and after eyuipment is insta.11ed in pe�nanent location, until equipment is ptaced in service. 1.7 WARRANTY A. The Manufaeturer shall warrant the equipment ta be free from defects in �naterial and workmanship for one year from date of final acceptance of the equipment. Withsn such period of warranty, the Manufacturer shall promptly fiu'nish all material and labar necessary to return the equipment to new pperatang conditian. Any warranty work requiring shipging or transporting of the equip.ment shall 6e performed by the Manufaeturer, at no expense to the Owner. PART 2 - PRODUCTS �.1 MATERIAL MANUFACTC7RERS A. Subject to compliance with the Cnntract Doc.uments, the foilowing material Manufacturers are accepta.6le for items not specifically specified else ware: 1, General Electric Co. 2. Eaton 1 Cutler-Hammer 3. Square D Co. 4. Alien Bradley CITY OF FORT WORTH Sou[h Westside V Elevaced Stornge Tank STANDARD CONSTRIICTION SPECIPICATION DOCUMENT5 Ciry Penjec[ No. 10342$ Lievised Octoher 2D, 2Q21 z6z9s�-s Electrical Contractor Provided Control Panels (ECPs} Yage 5 of 20 B. The listing af specific manufacturers above does not irnply acceptance af fheir products that do not meet the specified ratings, features and functions. Materials list�d above are nvt relie�ed from meeting #hese Specifications in their en�irety. �.� RATINGS A. The service voltage shall be as specified and as shown on the Drawings. The overall short circuit withstand and interrupting rating of the equiprnent and devices shall be equal to or greater than the overail s�ort circuit withstand and interrupting rating of the feeder device immediately upstream of the Control Panel, but not less than 22,Od0 amperes RMS syrnrtaetrical at 4801277 volts, tllis includas all circuit breakers and eombination tnntor starters. Systems of mator controllers employing series connec�ed ratings for main and feeder devices shali nat be used. Motai° starter units shaii be tested and UL 508A Iabeled for khe specified shor[ cireuit duty in coznbination r�vith the motor branch circait protective device. B. There shall be selective device caordinacion between lhe Main Breaker, Feeder Breakers and control circuit protective devices. When using a circuit breaker Qr fus�s as a�nain pratective device, the instantaneous trip le�els of the main protective device shall be higher than th� availa6le fault current ta ihe control panel. If fuses are ukilizecE in the control panel design, the protecti�e devices for three-phase loar�s shall contain single phase proteetian of such equiprnent. If a fault occurs in the circuit of one load of a design with a backup load, the feeder protective device shall not remor+e both loads from the control system. C. Use ground fault sensing on grounded wye systems. D. The complete eontrol panel assembly shall he UL certified or carry a UL listing for "Industrial Cantrol Panels". E. Th� control panel shall meet all applicaisle requirements af the NationaI Electrical Code. F. Motor controllers, including associated devices, shall be designed for cantinuous operation at rated cunrent in a 4Q°C ambient temperature. G. �'or additional ratings and construction notes, refer ta the Drawings. H. The Manufacturer sha11 produce and install on each panel, an Arc Flash VL�arnir►g Labe� listing the various Flash Hazard Protection Boundaries, calculated from 1V�'PA 7QE, Anne�ces, as listed below: 1. Flash Hazard Protectinn Boundary. 2. �.imited Approach Soundary. 3. Restricted Baundary. 4. Incident Energy Level. 5. Required Perso.nal Protective �quipment Class. 6. Type of �ire Rated Clothing. I. Provide an Arc Flash Warning Labe1, printed in color anci affixed to the front of each panelprovided. J. Shown below is a typical label. Si�e of each label shall be not less than 6 inches wide and 4 inches tall. CITY OF FOiZT WORTH South Westside V Elevated Storage Tan[c 5'PAN➢ARD CONS'I'Ri1CTION SPECIFICATION DOCUM�NTS City Project No. 103428 Revised Octo6er 2Q, 2021 252987-fi Eleetrical Conlractor Provided Corttro3 Panels (ECPs) Page 6 of 20 — � i � ����I�� A�°� Fl��h �n�l �h��k �ti�k Ap�ro�piate ��G� R�q�ired FEash Risk at ShirE &� pants or coverall, Nonmelting (ASTM F1506j or Untreated FEber Shock Risfc when co�er is remaved Gkove Class Limited Approach Restricted Approach Minimum Arc i�atinp 4ocatl�n: 2.3 CONSTRUCTION A. General 1. Refer to Drawings for: actnal layoui and location of equigment and components; currenk ratings of devices, bus bars, components; protective relays, voltage ratings af de�ices, components and assemhlies; and other required details. 2. Control units shall be a��ranged as shown on the Drawings. 3. Except for VFD equipment, where the equipment contains a programmable logic contrall�r (PLC) or a uninterruptible power supply (UPS}, the equipment manufacturer sha11 furnish factory installed, a dedicated Point af Utilization Deviee (SPD), as specified in Section 26 43 13, Individual Cvntrol �anel and Related Equipment Protection (Type 3j. 4. Where Kirk-Key art'angements are used, the Kirk keyed interIocks shall b� Kirk HD Series (Heavy Duty} 316 Series, made of 316 stainless steel, or approved equal. 5. Na�neplates a. External L) 1Vameplates shall be �ngraved, laminated impact acrylic, matte finish, not less than 1/16-inch thick by 3f4-inch by 2-112-inch, Rowmark 322402. Nameplates shall be 316 SS screw mounted to a�i enclosures except far NEIVIA 4 and 4X. Nameplates for NEMA 4 and 4X enclosures shall be attached with double faced adhesiWe strips, TESA TUFF TAPE 497�, .009 X 1/2 inches, or equal. Prior to installing the adhesive nameplates, the' metal surfaee shall be thoroughly cleaned with 70% alconol until all residue has been removed. Epoxy adhesive or foam tape is not acceptable. 2) There s$all be a master namepIate that indicatas supp1y voltaga equipment ratings, short cireuit current rating, manufacturer's na�ne, shop order number and general informatiotz. Cubicle nameplate.s shall be mounted an the froat faee, on the reat' panel and inside the assembly, visible when the rear panel is removed. 3) Provide permanent warning signs as follows: a) "Danger- High Voltage- Keep Out" on ai� doors. b) "Warning- Hazard of Electz'ic Shack - Disconnect Power Before Opening or Warlcing On This Unit" on main power diseonnect or disconnects. b. Internal C1TY QF FORT WORTI-1 5nuth Westsicie V Elevated 5torage Tank 5TANDARD COMS'I'I2UCTION SPECIFICATION DOCUMENTS Ciry Project lVo. 10342$ Revised Octo6er Z0, 2U21 2629$7-7 Electrical Contractor Provided Control Panels {ECPs) Page 7 of 20 1) Provide the panel with a UL 508A label. 2} Control componenEs mounted within the assem6ly, such as fuse blocks, relays, pushbuttons, switches, etc., shall be suitably marked for identiFication, corresponding to appropriate designations on manufactuz'er's wiring diagrams. c. Spe.cial 1) Identiiscation nameplates shall be white with black letters, caution nameplates shall be yellou� with blaek letters, and warning nameplates shall be red witk white letters. 6. Control Devices and Indicatars a. All apez'ating control deviCes, indicators, and instruments shall be securely �nounted on the panel door. All controls and indicators si�ail6e 30-m'tllimeter, corrosion resistant, NEMA 4XI13, anodized aluminum or reinforced plaslic. Booted control de�ices are not acceptable. Auxiliary contacts shall be provided far remot� run indication and indication of each statns and alarm condition, Additional controls shall be provided as specified herein and as required by the detailed mechanical and electrical equipment requirements. b. Indicator Iamps s�tall l�e LED type. For aIl control applications, indicator lamps shall incorporate a gush-to-test feature. Lens colors shall be as fn�lows: 1J Red %r ON, Valve OPEN, and Breaker CLOSED. 2) Green for OFF, Valve CLOSED and Breaker OPEN. 3} Amber for FAIL. 4} B1ue for READY 5) White for POWER ON. c. Mode selectar switches (HAND-0FF-AUTO, LOCAL-0F�'-REMOTE, ete.) shail be as shown on the Drawings. LTnits shail have the number of positions and contact arrangements, as required. Each switch sha11 have aa extra dry contact for remote rnonitoring. d. Pushbuttons, shall be as follows: 1) Red for STOP, Val�e OPEN, Breaker CL�SE and mushroorn Red for EMERGENCY STOP. 2) Green %r START, VaIve CLOSE and Breaker OPEN. 3) Black for RESET. e. Furnish nameplates For eaeh device. All nameplates shall be larninated plastic, black lettering on a white Uackground, attached with stainless steel screws. De�ice mnunted nameplates are not acceptable. 7. Contral and [nstrumant Power Tran�formers a. Control power transforn►ers shall be provided vrhere shown on the Drawings. Transformer shall he siaed for the entire load, �ncluding space heaters, plus 2S% spare capaciry, and shall be nat less than 100 VA. b. Control power transformers shall be 120 valt grounded secondary. Primary side vf the transformer shall be fused in both legs. One leg of the transformer secandary shall be solidly grounded whi�e the nther 1eg shall be fused. S, A failure alarm with horn and beacon light shall be provided when required or specified. Silen�e and reset buttons shall be furnisl�ed. Alarrn horn and beacon shall be by Federal Signal; Crouse-Hinds, or equal, NEMA 4X for aIl areas except for NEMA 7 areas, which shall ba NEMA 714X cast alumi�um. 9. Where specifie.d or shown on the Drawings, a six dig.it, non-resettable elapsed time meter shall be instaIIed on I:he face of eaeh mQtor starter. Meter shall be as specified in Section 26 27 13. CiTY OF FORT WORTII 5outh Westside V Elevated Storage Tank STANDARD CONSTRUCTION SPECIPICATEON DOCUM�N'C5 City Praject No. 103428 Revised October 20, 2Q21 262987-8 Electrical Contractor Provided Control Panels (ECPs) Page S of 2Q B. Enclosures General a. Each enclosure shall incorporate a removable back panel, and side pane�s, on which control components shaII be mounted. Back pane! shall be secured to the encIosure with collar studs for wall mounted enclosuzes, and 316 SS hardware far &ee standing enclosures. b. All free standing enclosures shall be provided with feet of the same constructian as the enclosure. c. The enclosure door shall be interlocked with the main circuit breaker by a panel mounted cable driven operating mechanism. d. 8ack panel shall be tapped to acCe�t a�I mounting screws. Salf-tapping screws shall not be used ta �naunt any components. e. All enclosure daors shall have bonding studs. The enclosnre interior shall have a bonding stud. f. Each enclosur� shall be provided w�th a documenta�ion pocket on the inner daor. g. Enciosures shall not have holes or knockouts. h. Pravide manufacturer's window kits where shown on the Drawings.. i. All panels installed outdoors shall hav� a factory applied, suitable primer and final coat of weatherproof white paint. j. All enclosures sha11 6e padlockable. 2. NEMA 7/4X a. Class 1, Di�ision 1, Groups A, B, C, and D, ar as t�efined in NFPA 70). Boxes shall be eonstzucted as fallows: 1) Copper fre� cast aluzninum body and caver 2) 5tainless steel hinges 3) Watertight neoprene gasket �l) Stainless steel cover holts 5) All pen�trations shall be factory drilled and tapped. b. Man.ufacturers 1) Coaper Crouse Hinds 'Type EJB, Style C 2} Appleton Eleetric Type A]BEW 3} Approved Equal 3. NON METALLIC a. Chemical Rooms. NEMA 4X constructed as follows; 1) PVC or Fiberglass reinforced polyester body and door. 2) UV inhibitors 3) Luggage type quick releasa latches 4) Foam-in-place �asketed doors i�. Manufacturers 1) Hoffrnan Polypro 2) Hu6be11-Wiegmann Non-Metallic 3) Approved Ec�ual 4. ALUMINUM a. NEMA 4X A.lumit�um 1) Type SOS2 aluminum, body and door 2} Skainless steel continuaus hinga 3} Faam in-place gasket 4j 5ingie point quarter tum latches (20 inches X 24 inches and below). All others thre�-poi�t latch C1TY OF FOAT WORTH South Weslside V Elevated Starage Tank STANDARD CQNSTRUCTION SPECIFICATICIN DOCUM�NTS City Project No. 1 U3428 Revised Octnher 20, 2U21 262987-9 EleClriCal C.on[ractpr Provided Control Panels (ECPs) P�� g ot zo b. Manufacturers 1) Hoffman Cor�lin� 2} E1VIF Company 3} NEMA Enclosures Company 4) Hammond Company 5) Approved Equal NEMA 12 a. NEMA 12 Aluminum 1) Type 5052 aluminum, body and door 2) Stainless steel continuous hinge 3) Faam in-p�ace gasket 4) Single point q�arter turn latches (2d inches x 24 inches and be�ow). All others three-point latch b. Manufacturers 1) Hoffman Comline 2,) EMF Company 3) NEMA Enclosures Campany 4) Hamrnond Company 5) Approved Equal NEMA 12 a. N�M� 12 Mild Steei 1) Mild Steel, body and door painted ANSI 61 Gray 2) Stainless steel cantinuous hinge pin 3} Foam in-place gasiceC 4} Single point quarter turrA latches (20-inches x 24-inches and below). AIl others three-point Iatch b. Manufacturers 1) Hoffman 2) Eh�IF Company 3) NEMA Enclosur�s Company 4) Hammond Company 5) Apprqved Equal 7. Otherwise NQt Defined NEMA 4X Stainless SEeel a. V1There an enclosure is not otherwise defined or shown on the Drawing I) NEMA 4X 316 Stainless Steel 2) Type 316 stainless steel, body and doar 3) St�nless steel conrinuous hi.nge 4) Foam in-place gasket S) Single goint quarter turn latches (20-inches x 24-inches and below). All others three-point latch b. Manufacturers 1 } EM� Company 2) NEMA Enelosures Company 3) Hammond Company 4) Rittal 5) Approv�d Equal 8. NEMA 1 or NEMA iA hoxes shall not be used. 9. Mallea6le iron boxes shall not be used. C. Environmental Conditioning C1TY QF FORT WORTH SouEh Westside V Elevated Storage Tanl[ $TANDARD CQNSTRUETION SPECIFLCATIUIV �qCUMENT5 City Pmject No. 103428 Revised Qcto.ber 20, 2D21 26 29 67 - L O Electrical �untractor Pro�ided Conteal Panels (ECPs) Page EQof20 1. Condensation Control a. A self-cantained enclosur� candensatian heater with thermostat and fan shall be mounted inside the control panei, if panel is mo.unted autdoors ar in a non-air- conditioned space. 1) �nclosure heaters sha31 be energized frorn 120 volt, siqgle-phase power supply and sized to prevent condensation wit�in the enclosure. 2) Lacate enclosure heaters to avaid or+erheating electronic hardwaz'e ox praducing large temperature fluctuations on the hardware. 3) En�losure heaters shall have an internal fan for heat distribution and shaIl be controlled with adjushable thermostats, The thermostat shaIl have an adjustment range of 40°F to 90°F. Provide a circnit breaker or fused diseonnect switch within the enclosure. 4) Enclosure heaters shaIl be Hoffman type DAH or equal. b. Strip heaters may be providec� if they are 240-�volt rated, powered at 120 valts AC and dv not have a surface temperature higher than 60°C. Strip heaters and thermostats shall be as manufactured by Chromalox or equal. 1) Strip heaters shall be Chromalox, Type DT, 1.5-inches wide, 240 volts, singIe phase, 150 watts, energized at 12d volts, with rust resisting iron sheath, Catalog Na. OT-715, Praduct Code No. 129314, or equal. Provide sufficsent wattage in heaters ta prevent cor�densation shauld the interior temperature of the enclosure drop below the dew point. 2) A control thermostat mounted inside the contral Panel shall be Chramalox, Type WR, single stage, Cataiog No. WR-S�, Product Code No.263177, or eyual. 3) The strip heater term'snals shall be guarded by a pratecti�e temunal cover. 4) High temperature cannecting iead wire shaII be used hetween the thermostat and the heater terrninals. Wire shall be #I2 AWG stranded, nickel-plated copper with Teflon giass insulation and shall be the product of Chromalox, Catalag No. 6-CFI-12, Product Code No. 263783, or equal. c. Each panel shall have a 1/2-ine� stainl�ss steel condensate drain, installed on a stainless steel conduit hub, HGTZ Series, T&S or equal, in the bottom of the enclosure. Drain shall be O-Z GedneyDBB-50SS, or equal. 2. Corrosion Control a. Frovide corrosivn prokecti�n in each control panel with a corrosion-inhibiting vapor capsule b. Manufacturers 1) Northern Instruments; Model Zerust VC 2) Hoffman Engineetiag; Model A-HCT 3) Approved equal. 3. Panel Interior Aanbi�nt Conkrol a. The �nanttfact�rer shall provide ambient temperature control within Che panel ta maintain internal kemperatures below the maximum operating temperatures af the panel components. an ambient temperature range af -20° C ta 40°C. b. The manufacturer shail provide pariel i�ternal hear rise calculations to show that the panel internal temperakures will be maintained belov� the maximum operating temperatures of the panel camponents. CTI'Y OF FORT WOATH South Westside V Elevated Storage Tank STANDARD CONSTRiTCTiON 5PECTFTCA'I'ION DOCUNfENTS City Project No. 103428 Revised Octohex 20, 202t zsz9s�-ti Electrical Contraclor Provided Corttrol Panels (ECPs) Page l 1 of 20 c. � Tha caleulatian sha11 show all the intemai and external heat gain loads, the expected iniernal temperature rise in degrees C above the specified ambient, If the speci�ed temperatura range cannat be met, an air conditioning system shall be prpvided with suf�'icient capacity to maintain the terriperature within the specified limits. Pane3s, for which the calculated heat rise exceeds 4a°C., shall have an air conditioning system, sized as reyuired ta reduce khe heat r'sse to 40°C. or less, witf�out violating the NEMA rating of the enclosure. The air condition�x shall have the following features: I} Use CFC-free R134a refrigerant. 2) Have fully gasketed flanges on all four mounting edges for a watertight seal ihat maintains NEMA 4X rating of the panel. 3) Thermostatic low temperature control to provide energy efiicient operation and preyents over-cqoling. 4) EMURFI suppressor to minimize transient spikes ciuring. compr�ssor on/off cycling. 5) Separated blower-driven evaporator and candenser air systems for clQsed loop cooling. 6) UL listed. 7) 5tainless steel enclosure. $) Internal carrosion resistant coa�ing. 9) Low ambient kit. 10) Short cycle grotector. 1I) Manufacturers a) Hoffman b) 'I`4�ermo Electric c} Approved equal. 4. Enclosure Fans a. Fans shall be furnished for soft start starters and VFDs, as required by the manufacturer, to provide air circuIation and coaling. Fans shall be contralled b� a temperature switch. The fan shalI operate only whEn the drive is "ON" and far a cool-down period after the drive has stapped �therwise the fan shall not run when the drive is "OFF". i.ouvers, if provided, shall have externally rernovable �lters. The iilter shall be metallic and washable. b. Fan rnotors shall be protected by an input circuit breaker. M�tal squirrel cage bail bearing, three phase fan motors with 10-year design life shall be used in the drive design. Flastic m�ffin fans are not aeceptable. Fan power shall be obtained from a tap on the main control power transformer. c. A"lqss of coaling" fault shall be furnished. In the event of clogged filters or fan failure, the dri�e shall produce an a�arm and then, in a predetermined time, be shut dawn safely without electranic component failure by the temperatur� switch. . d. Redundant fans shall b� provided in the drive design as backup in ihe event of fan failure. D. Internai Wiring 1. Pnwer and control wiring shall be tinned stranded capper, minimuz�n size #14 AWG, with 600 volt, 94°C, flarne retardant, Type MTW therrnoplastsc insulation. Line side power wiring shall be sized for the full rating or frame size of the conneeted devi�e, and as shnwn on the Drawings. 2. Analog signal wires si�all be 60d �alt Class, insulated stranded tinned cogper, twisted shielded #16 AWG pair. CITY QF F�FLT WORTH South Westside V Elevated Storage Tank STAIVDARD Cd1�ISTRi1CTIQN SPECIFICATIDN DOCUMEN'FS City Project I�Ia. 103428 Revised Octaber 2D, 2021 26 29 87-12 $lectrical Cantraclor Provided �ontrol Panels (ECPs} Page 12 af 20 3. All intercnnnecting wires between panel mounted equipment and externa� equipment shall be ierminaCed at numbered terminal blocks. Field wiring shall nat be terminated directly on any pa�el-mounted device. �4. All wiring shall be tagged and coded with an identification number as shown on the Drawings. Coding shall be typed on a heak shrinka�le tube applied to each end showing origination and dastination of each wire. The marking shall be permanent, non-smearing, solvent-resistant type similar to Raychem TMS-SCE, or equal. S. All wiriag shall be enclosed in PVC wire trongh with slotted side openings and remavable cover. Plan wire routing such that no low twisted shie3ded pair cable condueting an�log 4-20 mA signals or low voltage analag signals are routed in the same wire tro�gh as conductors carrying ciiscrete signals ar pawar. 6. All contral panel wiring shall use the following eoIor code. a. BSack: AC power at line voltage b. Red: switchad AC power c. Oz'ange: May be energized while the �nain disconnect is in the off position d. White: AC neutral e. Orange/white strip� or whitelorange stripe: separate derived neutral f. Redlwhite strip� or nvhite/red stripe: switcheri neutral g. Gre�n or green w/ yellow tracer: ground/earth graund h. Blue: Ungrounded DC power i. Blue/white stripe or white/blue stripe: DC grounded common j. Brown: 480V AC tEuee phase - phase A k. Orange: 480V AC three phase - phase B L Y�llow: 480V AC three Phase - phase C m. Purple: common for analog signal winiug n. Brown: pasitive Ieg of an anaing signal E. Field Installed Intemal Wiring 1. Field installed interior wiring shall be neatly grouped by circuit and bound hy plastic tie wraps. Circuit groups shall be supported so that circuit terminatians are nvt stressed. In addition, low signal wiring (millivolt and miiiiamp) shall be bundle separately from the rest of the cvr�trnl `,viring. 2. All field wiring shall be tagged and coded with an identification number. Cading shall be typed on a heat shcinkable tube applied to each end of the wire. The �narking shall be a permanent, non-smearing, solvent-resistant type similar ta Raychem TM5-SCE, or equal 3. In general, a1I conduit eniering or leaving eq�ipment shall be stui�bed up intv the bottom of t�e enclosure directly below the area in which the conductors a�'e to b� terminated, or fram the top if shown on the Drawings. Conduits shall not enter the side unl�ss apprpved in wriiing by tha Owner/Engineer. F. Terminal �3locks 1. Terminal blocks shall be DIN-rail-znounted one-piece molded plastic blocks with tubular-clamp-screw type and end barriers. TerminaI blocks shall be rated for 600 volts axcept for cvntrol and instrumentation eircuits, or 4-20 rnA analog signal conductors. 2. Provide 6p0 volt rated terminal bloc�Cs fvr any canductor carrying any voltage over 120 volts to ground. CiTY OF FORT WORTH 5auth Westside V Elevated Storage Tantc STANDARD CDNS'�RUCT[ON 5P8CIFICATION �OCUMENTS Ci[y Project No. 1b3428 Revised October 20, 2021 26 29 87-13 ElectricaE Contractor Provided Cantral Pancls (ECPs) Page 13 af 2Q 3. Provide 60D volt rated strap screw terminal blocks for any power conductars carrying over 20 amperes, at any voltage. Terminats shall be dauble sided and supplied with removable covers to prevent accidental contact with Iive circuits. 4. Power condu�tors carrying ove�' 20 amperes, at any �oltage shail be terminated ta strap-screw type tet�rmiqal blocks with crimp type, gre-insulated, ring-tongue lugs. Lugs sha�l be of the appropriake size for the terminal block screws and for the number and size of the wires terminated. DQ not tetminate more than one conductor in any lug, and do not lar�d more than two cqnductors under any strap- screw terminal point. 5. Terminals shall have permanent, legible identification, clearly visible with the protective cover removed. Each terminal block shall ha�e 20% spare tecminals, but not less than two spare terminals. 6. Use the manufacturer's provided bridge connectors to interconnect terminal bloeks tenminat�n.g coax�mon or ground conductors. 'i. 'T�visted shielded pair ar triad cabies shall have each individual conductor and shield drain wire landed on individual terminal blocks. Use the manufactuz'er's provided bridge connectors to interconnect terminal blacks terminating the shieId drain uvire conductors. , 8, Contro� circuits, 120 volts and below, and 4-20 mA analog signal conductors shall he kerminated with manufacturer's recammended insulated cannectors. 9. Provide an AC ground bar bonded to the panel �nclosure (if inetalj with 2Q% spare terminals. 10. Provided ground termina3 blocks For each twisted-shielded pair drain wire. 2.4 SERVICE ENTRANCE DEVICE A. Where the Contro] Panei is rated and used as a service entrance panel, the manufacturer sha11 fiirnish factory installed in the Canirol Panel, a d�dicaked (SPD) (Type 2), permanently connected, Sur�e Proteetive De�sce qn the load side of the service entrance panel, as specified in Section 26 43 13 Low Voltage AC Surge Protective Devices (SPDs}. 2.5 MAIN CIRCUIT PRUTECTIVE DEVICE A. Unless otherwise shown on the Drawings, the main circuit protective device shaIl 6e a molded case (MCCB), three Pole, 600 voit, fixed type, manually operated with stored energy closing mechanism. Trip device shall be solid state with adjustable long tirne pickup, and delay; adjustable shflrt time pick�ap and delay; short time i2t switch; adjustable ground fault pickup and delay, and ground fault delay and pickup trips far selective tripping. B. Provide a flange mounted main pawer disconnect nperating ha.ndle with mechanical interiock having a bypass that will allow the panel door to open only when the switch is in the OFF pos�tion. Where panels are shown or specified with inner and outer doors, disconnecting handles and controls shall be located on the inner door. 2.b MOTOR CONTROLLERS A. Manufacturers Subj�ct to eompliance wsth the Contract Dacuments, the foIIowing Manufacturers ate accepkable: a. Eaton CTl`Y OF EORT WORTH South Westside V Elevated Storage Tank STANDARD CONSTRUCTION SPECIF[CATION DQCUMENTS City Project No. 103428 Revised Octaber 20, 2021 26 29 87-14 Elec[rieal ConEractor Providad Control Panels (HCPs) Page 14 o�20 b. Genaral Eiectric Company c. Allen Bradley d. Square D 2. The lis�.ng nf speeiiic mant�facturers abo�e does not imply acceptance nf their praducts thak do not meet the specified ratings, features and functions. Manufacturers listed a6ave are not relieved from meeting these specificatians in their enCirety. B. Genera! 1. The Drawings indicate the approximate horsepower and intended control scheme of Ehe motor driven equipment. Provide the NEMA size starter, circuit breaker trip ratings, control power transformers and thermal overload heater elemcnt ratings matched to th� rr�otors and control equipment actually supp�ied, in co�npliance with the NEC and the rnanufacturer's �ieat�r selection tables. All variatioas necessary to accomz�odate the motors and controIs as actuaIly furnished shalj b� made witl�out extra cost to the Owner. Z. Furnish lugs for incoming wiring, sizes as sksown an the Drawings. Allaw adequate clearance for 6ending and ter�ninating of cable size and type specified. 3. A NEMA rated magnetic motor starter shall be furnished for each motor. Each motor starter shall be provided with a motor circuit protector (MCP), or circuit breaker, and equipped to pro�ide undervoltage release and overlpad protection on all three phases. The short eircuit protecti�re device shall have an ad�ustable magnetic trip rang� up to 14aQ% of rated continuous current and a trip test feature. MCPs shall be labeled in aceordance with UL489. NEMA starter sizes and br�aker trip ratings shall be as required for the horsepow�r indicaied, but shaj� be in no case less than NEMA Size 1. If the manufacturer of the eyusprrtent utilizing the motor, supplies a motor horsepower largar than that shawn on the Drawings, the Contractor shall supply a mqtor starter suffieient in size to control the motor supplied. 4. A�nechanicai disconnect mechanism, with �ypass, sha116e installed on each motor circust pratector, capabla of being loeked in the "OF�" position tn pro�ide a means of disconneeting gower to each motpr. Disconnects mechanisms shall be located inside the enclasur� such that the main circuit hreaker handle is the only device interlac�Ced with the panel d4or. 5. Each motor starter shall have a 120-volt operating coii unless otherwise nnted. 6. Overlaad relays shall be standard Class 20, ambient compensated, manually xeset by pushbutton lo.cated on front of th� starter dodr. A normally closed contact shall be directly used �n the start circuit and a normaliy open contact shall be wire to a terminal baard for overload alarm. 7. All �nterfaces between cantrflI panel and remote devices sfiall be iso�aied �ia arz interposing relay. Interposing relays shall have contacts rated for 2S0 volts AC and 10 amperes continuo.us. Aelays shall be Control Relays as specified herein. C. Magnetic Motor Starters 1. Motot starters shall be two or three pole, single or three phase as required, 60 Hertz, 600 volts, rnagnetically operated, full voltage non reversing. NEMA sizes shall be as required far the horsepower shown on the Drawin.gs. C�'I'Y OF FORT WORTH South Westside V Elevated Storage Tauk 5TANDARD CONSTRUCTION SPECiFIC�1TION DOCL1MENi'S City Project 1Va. 103428 Revised October 20, 2021 25 29 87-15 Elcctrica3 Cantractor Pmvided Contrnl I'anels (ECPs) Page L5 of 2Q 2. Each motor starter shall have a 120-volt operating coil, and control power kransfnrmer. StarCers shall have mator overload protection in each phase. Auxiliary contacts shall be provided as shown an the Drawings. A minimum of one normally apen and ane normally closed auxiliazy cantacts shall be provided in addition to the contacts required. 3. Overload reIays shall he adjustable, ambient compensated and manually reset. 4. Suilt in control stations and indicating iights shalL be furnished where shown on the Drawings. 5. A31 wires shall be terminated an t�rminal blocks and shall be tagged. 6. Provide as built wiring diagram and post it in a protective cover inside the cell. D. COrit�CtOrS S. Contactors shall be a circuit brealcer and contactor, 600 vol#, three-pale, 60 Hertz, magneticaIIy operated. NEMA size shall be as reyuired for the kilowatl ratings required for the equipm�nt pravided, but shall be not less than NEMA size 1. 2. Contactors shall hav� a I2Q volt operating coil and control power transformer. Furnish the control power transformer with extra capacity for the uniC heat�r fan. 3. Combinatian Contactors used far lighting control shall b� as specified herein, magnetically nperated, with the number of channels and poles as shown on the Drawings. Each contactarr shaU be controlled by an Astronomic Tirne Clock'I�co Model TC-l00 or appraved equal, 30a0 VA photo control Precisian Controls Mod�l T=368-AL or approved eyual, ar a cambination of both clack and photo control, all as shown on the Drawings. T'he photocell shall be separately lacated as shawn on the Drawings. The phatocell enclosure shall be as required by the area classification. E. Control Relays Control reIays shall be 300 volt, industrial rated, plug-in socket typ.e, housed in a transparent polycarbanate dust cover, designed in accordattce wikh LTL Standard SDS for motor conkrolter duty. Cantinuaus contact rating shall be ld amperes resistive, 114 HP at 120 voIt AC, operating ternperature minus 10 to plus 55°C. �'ro�ide spare normally vpen and normally closed contacts. Relays shall be Potter & Brumf�eld KRP Series or equaI with neon cail indicator light. Timing relays shall be 3p0 Volt, solid state type, �uith rotary switch to seieci the timing rar�ge. F, E�apsed Time Meter 1. A six digit, non-resettable elapsed time meter shall be installed on the face Qf each motor startez'. Meter �hall be as speci�ed in Section 26 27 13. �.'� PROGRAMMABLE LOGIC CONTROLLER (PLC) A. Where the control panel contains a programmable lagic controller (PLC} for programming of the control logic, as shawn an the Drawings, the PLC shall he as specified in Section 40 63 40 Pragrammable Logic Controllers. The manufacturer sha11 pro�ide the address list, and the interface ta connect to the �wner's plant monitoring system for monitQring of the PLC's operation. B. Prnvide a scripted program file for al� PLCs. C. The equipment manufacturer shall furnish factory installed, a dedicated Point of Utilization Device (SPD), as specified in Section 26 43 13 Individual Control Panel and Reiated Equiprr�ent Protection (Type 3). CITY OF FORT WORTH South Westside V E[e�aked Storage Tanic STANDARD COMSTRUCTION SPECIFICATLOIV DDCUMENTS City Praject lVo, i03428 Revised Oetaber 2U, 2p21 26 29 87 - 16 Electrical Contractar Provided CoRt�nl Pane1s (ECPs) Page 16 af 20 D. The manufacturer shall pro�ide the address lisC and an Ethernet inierfac� to connect to the Owner's plant monitoring systezn far monitoring of the PLC's operati.on. �.8 REMOTE MONTTORING AND CONTROL INTERFACE A, General: All cantrol and interconnection points from the equipment io tha plant control and monitoring system shall be brought to a separate connection box. No �'ield connections shall be made directly to the equipment conkral d�vices. Func�ions to be brought aut shall be as described in the Conrro.i Strategies in Section 40 6l 96. B. Discr�te contrvl ar status funetions shall be for�n C relays with eontacts rated at 120 volts AG Analog signals shall be isolated from each other. C. Equip�nent functions to be directiy interfaced io the Plant Control and Monitoring 5ystem, shall be designed Fnr ogeratian with an Ethernet Cann.ection. D. The equipznent manufackurer shall factory enter the proper IP Address for such connection. Upon request by the Contractor, the Owner/Engineer will provide the proper Internet Protocol Address {IP Address), to 6e configured by the ec�uigznent manufacturer. E. Ret`er to Section 40 51 93 Instrumentation Input Output List for manitored parameters. F. Communieatian 1. For remote monitoring, one of the follawing communication capahilities shall be provided: a. One integral l�/100Bas�T Ethez�net port supporting Mpdbus TCP, Ethernet IP and SNMP pro.tacols. b. One media protacol can�erter, interfacing the pro�ided equipment to a 10/10DBaseT Ethernet part supparting Modbus TCP, Ethernet IP and SNMP. 2. The media protocol converter shall m�et the following criteria: a. The con�erter shall sugport I O/100Base-T Ethernet. The serial port speed (baud rat�) shall support 230kbps. The protocol shall support Modbus TCP, Ethernet I�, D�1, and Mqdh�s RTU/ASCII. Protocol shall be Web Browser configurable. b. Qperating limits shall be D-ba degrees C, with humidity range minimum af 5- 90 percent. 5hoek capabiIity on the serial porfi shall be ESD +15 kV air GAP meeting IEC 1000-4-2. Power requireznents shaII be 9-30VDC at O.SA minirriurrt. c. The canverter shall have LED status for serial, signals, pawer, and Ethernet. d. The converter housing shall be UL 16(}4, Class 1 Dit+ 2, DIN Rail mountahle. The converter shall have DB-9M port cannection, with screw terminals, ta the input. e. Converier shall be Digi One IAP, nr approved equal. �.9 SPARE PARTS A. Pravide th� following spare parts for eaeh control panel in the quantities speciiied: 1. One box- replacement fuses, alI types and siaes used 2. One replacement lamp, of each color, for pilot lights 3. One of each coior replacernent lens caps far pilot lights 4. One starter coil for each NEMA size furnished 5. On�, Three-pole set of replacerr�ent overload heaters of each size range used 6. One, Three-pole set of starter contacts of each [NEMA] size used. C1TY DF FORT WORTH 5outh Westside V Llevated 5torage Tan[c STANDA[2T7 CON5TRUC170i+I SPECIF[CATI4N UOCUMENTS City Project No. 10342$ Revised October 2a, 2021 2fi29$7-17 Electrical Contractor Provided Contml Panels (ECPs) Page 17 of 2fl 7. One can of aerasbl tauch-up paint. B. Spare parhs shall be boxed or packaged far long term sto�age. Identify each item witla manufacturer's name, description and part number on the exterior of the package. �.1U FACTORY TESTING A. The entire eontrol pan�l shall he completely assembled, wired, and adjusted at the facCary and shall be given the manufacturer's routine shop tests and any oth�r additional operational test to insure Ehe workability and reliable operation af the equipment. B. Factary test equipment and test methods shall conform with the latest applicable requirements of ANSI, IEEE, UL, and NEMA standards. C. The operational iest shall include the proper connection of supply and control vojtage and, as far as practieal, a mockup af simulated control sig�als and control davices shall he fed into the boards to check for proper aperation. D. Factary test equipment ar►d t�st methods shall confnr�ti to the latest applieable requirements of ANSI, IEEE, UL, and NEMA standards, and shall be subject io the Ownerl�ngineer's approval. PART 3 - EXECi1TION 3.1 INSTALLER'S QUALIFICATIONS A. Installer shall be specialized in installing this type of equipment with minimum 5 years dacumented experience. Experience docurnentation shall 6e submitted for appxaval prior to begi.nning work on tltis project. 3.2 EXAMINATION A. Examine installation ar�a to assuz'e there is enough clearance to install the equipment. B. Housekeeping pads shall be incl�dec3 far the floor mounted motor controllers as detailed nn the Drawings with the exception of mator controllers which are to be installed adjacant to an existing unit. Ho�sekeeping �ads for these {if used) should match the existing installation. C. Check concrete pads and baseglates far unifprmity and level surface. D. Verify that the equipment is ready to install. E. Verify field measurements are as instructed by manufaeturer. 3.3 INSTALLATION A. The Contractor shall install all equipment per the manuiacturer's recommendatians snd Contract Drawings. S. Conduit hubs far use nn raceway system pull and junction baxes shall be watertight, tbreaded aluminum, insulated throat, stainless steel grounding screw, as manufactured by T&B H150GRA Series, or equal. C. Conduits entering a control Panel oz' box cantaining elec�cal equipment, shal! not enter the enclosure through the top. D. Install required safety Iahels. C1TY OF FORT WORTH South Westside V Elevated Storage Tank STAiVDARD CONSTRL]CTiON SPECIFICATION DOCUMENTS City Praject No, 1p3426 Itevised Octoher 2D, 2U21 2b2987-18 Electrical Contractor Provided Conlml Panels (ECPs) Page 1$ of20 3.�t RACEWAY SEAL�NG A. Where raceways enter junction baxes or control panels containing electrica3 ar instrumentation eyuipment, aIl entrances shall be sealed with 3M 1000NS Watertight SeaIant, or approved equal. B. This requirement sha�l be strictly adhez'ed to for all raceways in the conduit system. 3.5 �'IELD QUALITY CONTROL A. Inspect instalIed equipment for anchoring, alignment, grounding and physical damage. B. Check tightness oF aIl accessible electrical connections. Minimum acceptabie values are specified in manufacturer's instructions. C. Pravzde one set of as-built panel drawings laminateci, in each panel pocket, 3.6 FIELD ADJUSTING A. Adjust all circuit 6reakers, switches, access daoz's, operating handles far free mechanical and electrical operatian as d�scribed in manufacturer's instructians. 3.7 FIELD TESTING A. Perfarm all eIectrical field tests recommended by the manufacturer, Disconnect all cannections to solid-state equipmenC prior to testing, B. Megger and record phase to phase and phase to graund insulation resistance. Megger, for one minute, at miinimurn voltage of 1000 �olts DC. Measured Insulation resistanee shall be at least 100 megQhms. In no case shall the manufacturer's maximum test �oltages be exceeded. C. Test each key interlock system for proper functioning. D. Test a11 control lc�gic befor� �nergizing the matar or equipmant. 3.8 CLEAN�NG A. Remove all rubbish and debris from inside anc� around the motor controllers. Remove dir�, dust, or concrete spatter from the interior and exterior of the eyuipm�nt using brushes, vacuurrF cleaner, or clean, lint free rags. Do not use campressed air. 3.� EQiTIPMENT PROTECT�ON AND RESTORATION A. Tauch-up and restare damaged surfaces to faciary finish, as approved by the manufacturer. If the damaged surface cannot be returned to factory specificatian, the surface shall be replaced. 310 MANUFACTURER'S CERTIFICATION A. A quali�ied factary-traiaed rr�anufacturer's representative shall personally inspect the equipment at the jobsita and shall certify in writing that the equipment has been installed, adjusted, and tested, in accordance with the manufacturer's recommendations, inciuding ali settings designated in the Power System Study. B. The Contractor shall provid� th.ree copies af tiie manufackurer's representative's certiFication. CTfY OF FORT WOR1'H Sou� Westside V Elevated Storage Tank STANDARD CONSTRUCTION SPECIFICA'I'TON DOCUIVIEN'F5 City Project Na. 103428 Rev'rsed acto6er 20, 2Q21 26 29 87 - I 9 Electrical Contractor Pmvided Control Panels (ECPs) Page 19 of 20 3.11 TRAINING A. Provide manufacturer's services for training of plant persvnnel in operation and maintenance of the soft start starters furnished under this Section. B, The training for each type of equipment shall be for a period af npt less than one eighf- hour day. C. The cost of trainin.g program ta be conducted with Owner's personnel shall be included in the Contraet Price. The training and instruction, insofar as practicable, sha115e directly related to the system being supplied. D. Provide detailed O&M manuals ta suppleznent the training course. The manuals shall include specific details of equipment supplied atzd operations specifie to the project. E. The training session shall be conducted by a manufacturer's qualified repre�entative. Training program shall include instructions on tile assembly, motor starters, protective devices, metering, and other major components. F. The Owner reserves the right ta videotape the training sessions for the Owner's use. END OF SECTION CTFY OF FORT WORTH South Westside V Elevated Storage Tank 5'I'ANDARD CONSTRUCTIDN SPECIFICATIaN DOCUMEN'TS Cily Project No. 103d28 Revised Oatobet 20, 202E 26 29 87 - 20 Electrical Contractor Provided Conlro[ Panels (ECPs) Pa$e 20 of 20 THIS PAGE INTENTIONALLY LEFT SLAN� C1TY L)F FORT WORTFI 3outh Westside V Elevated Storage Tank STANDARD CONSTRUCT[ON SPSCIFiCAT10N DOCUMENTS City Ptoject No, [03428 Revised Octoher 20, 2021 2641UD-t Lightning Fratectian 5ystem Page 1 of 6 SECTION 2b 4100 LIGHTNING PROTECTION SYSTEM PART1- GENERAL Ll SCOPE OF WORK A. The contractor shall provide all labor, materials, equipment and incidentals as shown, specified, and required to furnish and install a lightning protection system that Fully meets the UL Standards listed herein. The Contractor shall provide an inspection af e.ach new structure, or modified existing skructure, by Underwriters Laboratories and shaIl abtain a Master Label for each new or modified structure �. The Contractor shalj empIoy the services of a licensed lightning proteetion systenns engineering company to design and install the Lightning protection system and prepare detailed instaIlation drawings and material specifications. Tha system shall include ground wires, graund rods, exnthermic connections, rnechanical coxuiectors, structural steel connections, all as s�own an the Drawings, and as specified herein, to �rovide a bonding to earth ground of all metallic materials likely to became energized. Compliar�ce with all �rovisions of Section 26 05 26 shall be included under this specification. C. The Franklin Rpd system shall be c�sed. Other systems such as the early streamer emission (ESE} are not acceptable D. The Bid Price shal! be in complete compliance with the Contact Dvcuznents. Any exception sha�l be included in the bid with a detailed explanatian that clearly indicates the paragraph of this 5Qecification and / vz' the item in the Drawings to which the excepkion applies. The Cnntractor shall explain in detail the reasons far the exception. The inclusion of an exception and its explanation as specified shall not constitute any obligation on the part of the Engineer / Owner to accept the Bid Pric� with the exception. E. This 5pecification shall have precedence over any conflict in the bidder's submittals and 1 or descriptive infornnatian and the Contract Docurnents unless an exception is made at the time Qf bidding as specified herein, and the bid price is accepted with the bidder's exception by the Engineer I Owner. F. The eontractor shall provide aII tools, equipment, supplies, and shall perform aII Iabor reyuired to install the equipment specified in the Cpntract Documents in order t4 install, test, and plaee into satisfactary operatian in the time specifie.d far completion in the Cantract Dacuments. Faiiure of any of the Caniractars sub-contractors or suppliers to perform the work as speci�ed shaIl not constitute an acceptahle reasan far the Owner to grant any change in the Contract Frice or additions to the Con�'act Time. C1TY OF FORT WORTH Sauth Westside V Elevated Storage Ta�kk STANUARD COIVSTKUCT'ION SPECIFICt1TTQN I�OCl1MENT5 City Project I�'o. ] 0342$ Revised Octoher 20, 2Q21 26 41 00 - 2 Lightning Pmtectinn 5ystem Page 2 of 6 1.2 RELATED WORK A. No references are made to any other section wi�ich may contain wark related ko any other sectian. The Contract Documents shall be taken with every section retated to every other section as required to meet the raquirernents specified. The organization of the Contract Documents into specif'ication d'tvisions and sections is for organization of the documents themselves and does not relate to thz division of suppIiers or Labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions af the Speci#"ications, the Contractor shall provide such information or additional work as may be required in ihose references and include such information or work as may be specified. B. Other Divisions l. The Conkraetor shall be responsibl� %r examining a115eetians af the Specifications and Drawings and shall det�tmine tl�e power and wiring requirements and shall provide external wiring and raceways, as requ'sred �o provide a fully functioning power, control and process controi systems. If the equipment requires more canductors and/or wiring, due to different equipment being sugplied, the Contractar shall furnish the additional conductors, raceways andlor wiring, with nq change in the Contract Price, and with nn increasa ip Copts�act Time. 1.3 SUBMITTALS A. Shop Drawings: Submit for appro�aI the fol�owing: L. Complet� design drawings, for each struetur� and the site, shawing t]�e type, size, and locations of all grounding, down conductars, thraugh rpoflthrough wall assemblies, raof conducrors and air termi�a�s, shall be submitted to the Engineer for approval. B. All cut sheets shall be cIearly marked to indicate which products are being submitted far use on this projecC. Unmarked cut sheets will be cause to rejcck the subznittal and return it for revision. C. Ali shop dra�ving subztuttals and a�l O&M submittals sha13 be submitted accardance with Division 1. 1.4 REFERENCE CODES AND $TANDARDS A. All pradacts and components shown on the Drawings and listed zn this specification shall he designed, manufactured, and installed accoxcling ta latest revisian of tha follawing standaz'ds (unless otherwise noted): 1. NFPA 7D — National Electrical Code (NEC} 2. NFPA 78d — Ligntning PratectiQn Code 3. LPI 175 - Lightning Protection Tnstitute Installation Standard 4. UL 96A — Installatzon Requirezz�ents far Lightning 1'rotection Systems B. All equipment spe�ified in this Section of the Specifications shalL bear the appropriate label of Underwritars Laboratories. CPCY OF FOR'I' WORTH 3outh Westside V Elevated Sro�age Tank STANDAItD CONSTRUCTiON S4'ECIFICATION I]OCLIMENT3 City Pro,�ect lYp. l03428 Revised Octaber 20, 2021 2G410U-3 Lightning Pmtectiun System Page 3 of 6 1.S QUALITY ASSURANCE A. The z�nanufacturer of the lightp:utg protection system equipment shall have produced similar ec�uipment fpr a tninimum period of five years and tne lightning protection engineering company shall have bean designing and installing lighting protection systems for at least five years. When requested by the Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating camp�iatice witb this requirement. B. The lightning prote.ction syste�n shall conform to tha requirernents and standards for lightning prQtection system of the LPI, UL and NFPA. Standard requirements C. All components ar�d material shall be new and of the latest field proven design and in current product�op. �bsolete components or camponents scheduled for immediate discontinuation shall not be used. 1.6 JOBSITE DELIVERY, STORAGE AND HANDLING A. Prior to jobsite delivery, complete all submittal requzrements, and present to the i0wnerlEngineer prior ta delivery of khe �quigment and materials, an appraved copy of all sucn submittals. �. Pz'otect equipment and materials during slupment, handling, and storage by suitable complete enclosures. Protect equi�ment from exposure to the elements and Keep thoroughly dry. C. Protect painted surfaces against impact, abrasian, discoloration, and other damage. Repaint damaged painted surfaces to the satisfaction of the Owner/Engineer. L7 WARRANTY A. The Manufacturer shall warrant the system and equipment to be free frazn defects it�► material and workmanship for one year fronn date of final acceptaqce of the equipment. Witiun such period Qf warranty the ManuFacturer shall promptly furnish all material and labor necessary to return the equipment to new operating condition. Any warranty wark requiring shipping or transporting of the equiprnent shall be perfornaed by the Manufacturer, at no expense to the Owner. PART � - PRODUCTS �.i SUPPLIERS A. S�bject ko compliance with the Contract Documents, the following Suppliers are acceptable: l. Banded Lightning / Adva�ced Lightning Technology, Argyle, Texas 2. Hicks Lightning �rotection, �nnder, Texas 3. VFC, Inc. Grapevine, Texas 4. Approved Equal B. The Sisting of speci�c sugpliers aho�e does nnt impIy acceptance of their pz`oducts that do not meet the specified ratings, features and frunctipns. Manufacturers listed above are not relie�ed from meeting these specifications in their entirety. GTTY OF FORT WOATH South Westside V Elevated 5torage Tank 5'i'ANDARD CQNSTRUC7'FON SPSCIF[CATiON DqC[]MENTS City L'rojeat No. 1U3428 [2evised OcCo6er 20, 202i 2b4100-4 Lightning Pmteclion System Page �E nf 6 2.2 GENERAL A. The system to be furnished under this speci�cati�n shall be the standard product of manufacturers regularly e�gaged in the production of lightning protection equiprriet�t and s}�all be the manufacturer's latest approved design. Lightning protection system installers / designers shall be certified by the Lightning Protection Institute for the wpz'k. Submit LPI training and qualifications for �ach designer and 'znstal�er. The installation shall be in fuIl compliance with UL 96A and NFPA 780. Should conflict between the twv standards be discavered and at issue for the projeck, submit the issue to the Engineer far resalution. B. All equipment shall be new and of a design and construction to suit th� appiication where it is used in accordance with aecepted industry standards and LPI, UL, and NFPA standard requiremenks. C. At Ehe paint where an electrical ser�ice of 1000 Volts or less is generated, a surge protectian device shaII be provided and installed, camplying with UL96A, for a UL Master Label Certificate of Inspection. The sutge protection dcvica shall coznply with i7L SEandard 1449 Third Edition, as a Type 1 or Type 2lightni.ng rated unit of 20ka or more, as specifieci in Section 2� 43 13. 2.3 MATERIALS A. �Class I Class II materials may be utilized for Class I structures, nat exceeding 75 Feet aba�e grade. Ail other structures shall ut�Ii�e Class II materials. B. LTn�ess otherw'zse specified herein, all materials shai� be tin plated copper with 316 stainless steel fasteners (nuts, bolts, washers and anchors) , and used in accordance with LPI, [TL and NFPA code requirements. C. Aluminum materials, with 316 stainless steel fasteners (nuts, holts, washers and anchars), shall be usad only on aluminurn, gaIvaluxne or galvanized metal structures. Where aluminum, galvalume or gaIvanized metal parapet caps are used, the entire roof lightning pratection equipment shall utilize aluminum components. Appraved transitional cornponents shall be used for transitions to aluminum materials. Down leads and grounding shall utilize tinned copgcr with the bimetal transition nccurring at the bi- metal through roof assembly. D. All air terminal bases for flat roof areas shall be the adhesir�e type. E. Conductors shall be kinned copper, {aluminurn where installed on aluminum roafs). Provide conductors with their w'tre size, stranding, and weight in accardance with NFPA 780. F. Conductor fasteners shall be an approved type of non-carrosive metal, and have ample strength to suppork conductors. Cable fasteners shall be of the adhesive type. G. All cable connecfiers shall be tin coated capper cast bronze w+ith screw pressure type 316 stainless steel balts, washers and nuts. H. Where any part of a protection systerrj is exposed to potential mechanical injury, protect it by covering it with PVC conciuit. C1TY OF FORT WORTFI South Westside V Elevated 5torage Tank STANDARD CDNSTRUCTION SPECIFICATION DOCUMENTS City Fm3ect lVo, f 03428 Revised October 20, 2021 2fi410q-5 Lightning Pracecuon System Aage 5 vF 6 PART 3 - EXE(:UTION 3.1 INSTALLATION A. Al� materials shall be installed by experienced workmen that specialize in this type of work. The iightning protection system shall he installed per approved shop drawings and UL and NFPA recommended practices. B. Install air terminals on structure steel framework honded to the down co�nning cables. Unless otherwise specified herein, all zx�at�rials shall be tin plated copper with 316 stainless steel fasteners (balks, n�ts, washers and anchors) , and used in accordance with LPI, LTL and N�'PA code requirements. Conduit shall be as specified under Section 26 OS 33. C. Bond structure steel framework as required by NFPA 780 and UL 95A. D. Bond all nnetal pipes and metal structures as requi�ed by NFPA 780 and UL 96A.. E. All concealed conductors shali he installed in Schedule �0 PVC conduit. F. Provide a dedicated lightning protection systern ground rod at the ground end of each down Iead in accordance with NFPA 780 4.13.1.1(1). If a grvunding caunterpoise �oop is present, bo.nd each lzghtning protection system down lead to the nearest power system grounding electrvde (ground rad) which is a part of the counterpoise in accardance with NFPA 7$0 4.13..1.1(2). Exotl�ermically weld each dawn lead to the groand rod. AlI down lead conductors sha11 be installed without splice from the raaf lightning protection conductors to the dedicated lightning protectipn systern ground rod. G. ASl concealed lightn.ing grotec�on system connec�ions shall he exothermicaIly welded. The only exceptann shall be for lightning protection systems installed in NEC Classified areas as determiped by NFPA 820, the Engineer or the NEC Authority Ha�ing Jurisdiction. H. Al! components of the system, on or above the roof, shall be connected to the system ground. 3.� TESTING A, Employ the services of a UL field inspectar, for inspection of the system upon carr�pletion of the installation. The Contractor shall assume full respon.sibility for the carrectness of the installation and shaIl make any and all correctians and additians deemed necessary 5y the U�. inspector. The Contractor shall pay for all costs of the UL inspection and any subsequent re-inspections as required B. Inspectian and testing to be performed by personnel reguiarly engaged in the installation and testing of Master Labeled lightning protection systems. C. Inspect the system far proper installation. D. Test Che complete systezzx for continuity to the electrical grounding systam. E. An applicatian shall be made to the Underwriters Laboratories Inc. for inspection and certzfication, and shall be deli�ered to the Engineer, canfirming that ail eonceaied compQnents have been monitared during job canstructian. CITY OF FORT WDRTII South Westside V Elevated Storage Tank STANDAItU COI�[5'fRUC'I'ION SPHCTFICA7'IQN DpCL7MENT5 Cily Project No. IQ3428 Revised Octo6er 20, 2021 264100-6 Lightning Pr4tection System Page 6 of 6 F. A UL Certification shall be provided for each ar�d �very new strncture, including all pa�r�s of existing skructures that are expanded, as defined 6y NFPA 780 and UL 96A. A Master Label shall be obtained for all structures where the service voltage is less khan 1000 VAC. G. All inspections sha11 be done by a third party inspector in person on site by a UL ar LPI certified inspector. Self-inspection by tlae lightning protectian system designer or installer is not acceptable. Plaotographic inspection is not acceptable. All lightning prfltection system inspections shall be witnessed by the Engineer / Owner. Unwitnessed inspeeiions are nQt acceptable and shall be re-done if nat witnessed with no change in the Contract Price or ConCract Time, END O�' SECTION CI'I'Y OF FORT WORTH 5outh Wests'sde V Elevated 5torage Tank STANDARI] CANSTBUCTI41�' SPECIFICA'I`ION DOCUMENTS City Yrojec[ No. 103428 Revised Octnbar 20, 2021 2543f3-i Low Vultage AC Surge Peutective Devices (SPDs) Page 1 af 8 SECTION �6 4313 LOW VOLTAGE AC SURGE PROTECTNE DEVICES (SPDs) PART1- GENERAL 1.1 SCUPE OF WORI� A. This 5ection of the Specifications describes the requirernents for Iow voltage AC surge protective devices {SFDs 1K� and less), to be fiirnished under other Sections of the Specifications. B. AlI equipment described herein shall be submitted, and factoty installed, as an integral part of equipment specified elsewhere in these SpecificatiQns. 1.� RELATED WORK A. Refer to Division 26 00 0� for related work and eIectrical coordination requirements. 1.3 SLTBMITTALS A. Submittals for equipment specified herein shall be made as a gart of equipment furnished under other Sections. Individu.al submiitals %r equipment speeified herein will not be accepted antk will be returned unreviewed. Unmatked cut sheets r�vill cause rejection pf the srsbmittal and its return far revisi�on. B. Submittals shall also contain information on related equipment to be furnished under this Specification but described in the related sections ta which reference is made in the Related Work paragraph above. Incamplete submittals not containing the required information an the rclated �quiprneat will be returned unreviewed. C. Submit cataing data for al� iterns supplied frarn this specification Section as applicable. Submitial shall inelude catalog data, functions, ratings, inp�ts, outputs, displays, etc., enough to confirm ihat the SPD provides ewery specified requirement. Any options or excep.tions shall be clearly indieated, with the reason for such deviations. Aecepiance of any deviation will be at the sole diseretion of the Ow�er/Engineer, Shop drawings, not so checked and noted, will be returned unreviewed. D. The submittals shall include; I. Dimeasional drawing of each SPD type. 2. UL 1449 Third Editian I..isting, Standard for Safety, Surge �rotective Devices, docutnentation. Provid� verification that the SPD coraplies with the required ANSI/UL 1449 3rd Edition listing 6y Underwriters Lahoratories ([TL) or other Nationally Recagnized Testing Laboratory (NRTL}. 3. UL 1283 Listing, Electromagnetic Interference Filters, dflcumentation. 4. ANSUIEEE C6241 and C6245, Category C3 (ZOkV 1.2/50, IOkA-8/20µs waveform) clamping voltage test results. E. Operation and Maintanance Manuals. 1. Operation and Niaintenance manuals shall include the follawing informatian: a. Manufacturer's contact address and telephone numher for garts and serviee. b. Instruction books and/or leaflets c. Recommended renewal parts Iist CITY QF FORT WQRTFI 5outh W astside V Elevated Sto�age Tank STANDARD CONSTRU.CTION SPECIFLCA'1'IpNi DQC[TMENTS City Project No, 1Q3428 Revised Octo6er 20, 2021 264313-2 Low Vnitage AC 5urge Proteetive Devices (SPPs) Page 2 of 8 d. Record Documents for the information required by the Submittals above. 1.4 REFERENCE CODES AND STANDARDS A, The equipment in this specification shall be designed and manufactured according to latest revision of the foilnwing standards (unIess otherwise noted): 1. CTL 14�49 Third Edition — Surge Protective De�ices 2. LJL 1283 Electromagnetic Interference Filters 3. ANSrIIEE� C62.41.2-2002 -- IEFE Recommen�ied Practice an Characterization of Surge Voltages sn Low Voltage AC Power Circuits 4. ANSI/IEEE C52.45-2402 — IEEE Recommer�ded Practice on Surge Testing for Equipment Cannected to Low-Voltage AC Power Circuits. 5. NEC Article 285 - Surge Protective Devices 6. NEMA/ISCI — 109 Transient Overvoltage Withstand Test 7. IEEE Std. 4721ANSI C37.90A Surge Withstand Capability Tests $. IEC 255.4 Surge Withstand Capability Tests �. All SPDs and their installation sha13 comply with the requirements af the National Electric Code and Underwriters Lahorataries (UL) where applicable. C. Each speciiied device shall also con�orm to the standards and codes listed in the individual device paragraphs. 1.� QUA.LITY A55URANCE A. The manufacturer of this equipment shalil �iave produced similar electrical equipment for a minimum period of five years. Wher� requested by the O�+vner/Engineer, an acceptable list of instaIIations with simiIar equiprnent shall be provided demanstrating compliance with this requirement. B. The manufacturer of the SPD shall be the same as the manufacturer vf the service entrance and distribution equipment ia whieh the devices az'e installed apd shipped. The proEecied electrical equipment, afier installation of the SPD, shall be fully tested and certified to the following UL standards: 1. LTL 57 - Panelboards. 2. UL 845 - Motor Control Centers. 3. UL 891 - 5witchboards. 4. UL 1558 - Low Voltage 3witchgear. C. �'or the equipment specified herein, the manufacturer shall be iS0 9DQ1 or 9a02 certiiied. 1.6 WARRANTY A. Provide warrantees, including the manufacturer's warrantee, for the equipment speciiied and the proper installation thereof, to he free from defects in materiai and workmanship far twoyears from date of final acceptance of the equipment and its installation. Within such period of warranty, all material and lahor necessary to return the eyuipment to new ogerating condition shall be grp�ided. Any warranty work requiring shipging or transporiing af the eqniprnent shall be provided at np expense tp the Owner. CPI`Y DF FOAT WORTH Sou�h Westside V Elevsted Storage Tank STANDA[2D CQNSTRUC'I'IDN SPECIFICATION DOCiiMENTS City Project No. 103428 Revi.sed October 20, 2021 26 43 l3 - 3 Low Voicags AC Surge Protecti�e Devices (5PDs) Page 3 o.f $ PART 2 - PRODUCTS 2.1 MANLTFACTURERS A. Snbject ta cornpliance with the Contract Documents, the following Manufaeturers at'e acceptable (Type 1 and Type 2): 1. Cu�ler Hammer. 2. General Electric Co. 3. Square D 4. Allen Bradley 5. Approved equal. B. Subject ta compliance with the Contract Documents, the following. Manufacturers are acceptahle {Type 3): 1. Edca SLAC Se�ies 2. Phoenix Contact 3. Brick WaII Madel PWOM20 4. Approved equal. �.� SE1tVICE ENTRANCE AND DYSTRIBUTION EQUIPIVIENT l-�. General 1. All SPDs shall be internal to the equipment being prvtected. Externally housed SPDs will not he acceptable. 2. Al15PDs shall be marked with a short-circuit current rating and sha11 meet or exce�d the available fault current ak the cannection point. 3. UL 1449 i�sage Classificatians. a. Type 1— Permanently connected SPDs intended for installation between the secondary of the service transformer and the Iine side of the service equipment overcurrent devic.e, and intended to be installed wikllout an extemal overcurtent prot�ctive device. b. "I�+pe 2-- Perr�xanently connected SPDs intended for in,stallatian an the load side of service equip.ment overcurrent device; including SPDs located at the branch panel. c. T�+pe 3— Point of utilization SPDs, installed at a minimum conductor length of 10 meters (30 faet) fram the electrical service panel to the point of utilization, fnr example cord cannected, direct plug-in, receptacIe type and SPDs znsta�l�d at the utilization equipment being protected. The distance (10 meters) is exclusive of conductors provided with or used to attach SPDs. 4. Constructinn of'Type I and Type 2. a. Fully Integrated Component Design: All of the SPD's comp�nents and diagnostics shall be contained witlain ane discrete assembly. SPDs or indi�+idual SPD znodules that must be ganged togethar in order to ach.ieve tugher surge current ratings or other functionality will not be aecepted. C1TY OF FORT WORTH Sauth Westside V 8levated Storag� Tank STANIJARD CONSTRUCTIOIY SPECIFECATIdN DOCUMENTS City Project I�'n. 103428 Revised Octn6er 20, 2021 26 43 13 - 4 Low Vol[age AC 3uCge Protective Devices (SPDs) Pagc 4 of. S b. Overcurrent Protection: The unit shall contain therma3Iy protected MOVs. The thermally protected MOVs shali ha�e a thermal protecCion element pacicaged together with the MOV in order to achieve avercurrent protec�.on of the M�V. The ther►naI protection eletnent shall disconnect the MOV(s) from the system in a faiI-safe manner should a condition accur that would cause them to enter a thermal runa�vay condiiion. c. Maintenance Free Design: The SPD shall be mainienance free and shall not require any user interveniio� throughout its life. SPDs containing items �ach as z'eplaceabla modttles, replaceable fuses, pr replaceable batteries are not acceptable. SPDs rec;uiring any maintenance of any sort such as periodic tightening of connections are not acceptable. d. Balanced Suppression Platform: The surge current shall be equally distr�buted to all MOV components to ensure eqaal stressing and maximum perfortnance. The surge suppression platform must provide ec�ual impedance paths to eac� matched MOV. Designs incorporating replaceahle SPD modules are nflt acceptable. e. Electrical Noise Filter: Each unit shall include a high-performance EMf/RFI noise rejection filter. Naise aktenuation for el�ctric line noise shall be up to 50 dB irom 1Q kHz to 100 MHz using the MIL-STD-220A inscrtion loss test method. f. Internai Connections: No piug-in campnnent modules or grinted cireuit boards shall he used as surge current conductors. All internal companents shall be soldered, hardwired with conr�ections utilizing low smpedance conducrors. g_ Pawer and ground cannections shall be prevvired within the protected equiprnent. h. Lflcal Monitoring: Visible indicatian of proper SPD connection and operation shall 6e provided. The indicator lights shali indicate which phase as well as which module is fully aperabie. The staeas nf each SPD module shall be tnonitored an the front caver of the enclosure as well as on the madule. A push-to-test button shall he provided ta test each phase indicator. Push-to-test button shall activate a state change of dry contacts for testing purposes. i. 5urge Counter: The SPD shaIl indicate user how many surges have occurred at the location. The surge counter shall tt7gger each time a surge event wi.th a peak curt'ent magnitude of a minimum of 50 ± 20A occurs. A reset pushhutton shall also be standard, allowing the suege counter to be zeroed. The reset lautton shaIl contain a mechanism to prevent accidental resettiag of the counter via a single, short-duration button press. To prevent acGidental resetting, the surge counter reset hutton shall be depressed for a minimurn of two s�conds in order ta clear the surge counk iotal. The ongaing surge count shall he stored in non-volatile mernory or UPS baekup. j. Remote Monitoring: For remote monitaring, the SPDs shall provide the same discrete and anaIog signal and control functions as speciiied for 1�cal monitoring and the surge eounter, to a tetminal strip for outgoing connection to a PLC as shown on the Dra�c�vings. The functians shall be converted as specified far interface to the monitored eqaipment. k. The voltage surge suppression system shall incorporate thermally protected metal-oxide �aristars (MOVs) as the core surge suppression cornponent for the service entrance and all other distriburi.on. levels. The syskexn. shall no[ ut�lize silicon avalanche divc�es, seleniurn celIs, air gaps, or other components tlaat may crowbar the system �oltage leading to system upset or create any enviranmental hazards. " C1TY OF FORT WORTH South Westside V Elevated Storaga Tank 51'ANT]AR� CONS'CRUC'flO[d 5P8CIFLCATION I�OCUME]VTS City Project R'a. ]03428 Revised Octo6er 20, 202] 264313-5 I,ow ValLaga AC Surge Pratective Devices (SPUs) Pa$a 5 of $ L 5PD shall be Listed in accordance wilh UL 1449 T'hird Editivn apd i1L 1283, Electromagnetic Xnterference Fi3ters. rn. �ntegrated surge protecczr�e devices (SPD) shall be Camponent Recognized in accordanee �vith UL 1449 Third Edition, Section 37.3.2 and 37.4 at the standard's highest short circuit current rating (SCCR) of Z00 kA, including intermediate Ie�el of fault current testing. n. SPD shall be tested with the ANSI/IEEE Category C High expasure wa�eform (2QkV-1.215Dµs, 1QkA-8/20µs}. o. �PD shall provide suppression for alI modes of protection: L-N, L-G, and N-G in WYE systems (7 Mode). 5. Construction of i�pe 3. a. Fully Integrated Companent Design: All oF the SPI?'s components and diagnosrics shall be contained within ona discrete assembly. SPDs or individual SPD rnodules that must be ganged together in order Co achieve higher surge current ratings or other functionality wiil �at be accepted. b. Maintenance Free Design: 'Fhe SPD shall be maintenance free and shall not require any user intervention throughout its life. SPDs containing items such as replaceable modules, r�pIaceable fuses, ar replaceable batteries are not accepta6Ie. SFDs requiring any maintenance of any sort such as periodic tightening of connections are not acceptable. c. Electrical Noise F'ilter: Each unit shall inelude a high-performance EM[/RFI t�oise rejectian filter. Noise attenuation for electric line noise shail be up to 50 dB frarn i 0 kHz to l OQ MHz using the MIL-STD-220A insertion loss test method. d. Internal Connections: No piu�-in campon�nt modules or printed circuit boards sha13 be us�ci as surge carrent conductors. All internal compon�nts shall be soldered, hardwired with connections utiIi.zing low impedance conductors. e. Power and ground connections shaI1 be prewired within the protected equipment. f. Local Monitoring: �isible indication of proper SPD cannectiqn and operation shall he provided. The indicator light shall indicate that tha module is fully operable. The status of each SPD module shall be monitored on the front co�er of the module. g. SPD shall be Listed in aeeordance with LjL 1449 Third EdiCion and UL 12$3, Electromagnetic Interference Filters. h. SFD shall be tested with the ANSI/IEEE Category C High exposure waveform (2,�kV-1.2150µs, IOkA-8/20µs). B. Applications. 1. Service Entrar�ce Rated Equipment (Type 1). a. This applies to switchgear, switchboards, panelboaz'ds, motor coratrol centers, and other devices insialIed as ser�zce entxance equiprnent where the SPD is to 6e permanenEly conn�cted between the secondary of t11e service transformer and the Iine side of the service equipment overcui�rent device. b. Service entrance loaated SPDs shall be tested and demonstrate suitability for application within ANSIIIEEE C62.41 Category C enviranments. c. The SPD shaIl be of the satne manufacturer as the equipment d. The SPD shall he factary installed inside the equipment, at the assembly point, by the original equipment manufacturer e. Locate the SPD on the Ioad side of the main disconnect device, as close as passible to the phase conductors and the ground/neutral bars. C1TY dF FORT WOItTH South Westside V Elevated 5to�age Tank STAN[IARD CONSTRLICTIOIV 3PECIFICATION DDCUIWIH11iT5 City 1'rojecC MTa. lQ3428 Revised Octoher 20, 2021 264313-6 Low Vol[age AC Surge Protec[ive Devices (SPDs) Page 6 of 8 f, The SPD shall be connected through a UL appro�ved diseannecting means. The disconqect shall be located in immediate proximity to �.he SPD. Conneciion shall be made via bus, conductors, or other eonneckions originaling in the SPD and shail be kept as shori as possible. g. The SPD shali b� integral to the equipment as a factory standardized design. h. AIl monitaring and diagnostic features shall be �isible from the front of the equipment. 2. Distribution Fc;uipment Applications {Tyge 2}. a. This applies to switchgear, switchboards, panelboai-ds, nnotar conri•o.l centers, and other non-service entrance eyuzpment where the SPD is ta be percnanently connected on the load side of the equipmenl o�ercurrent device. b. The 5PD shalI be of the same manufacturer as ihe equipment. e. The SPD sha11 be included and mounted within the equipment by the manufacturer. d. The manufacfurer shall size and pravide the nvercurrent and disconnecting means f�r the SPD. e. Tha SPD units shall be tested and demonstrate suitability far appiication within ANSI/IEEE C62.41 Category B environments. €. The SPD shall be lacated within the pan�lboard, unIess atherwis� shown on the Drawings. SPDs shall be installed immediately following the load srde of the main breaker. SPDs installed in main lug only paneIboards shall be installed immediately following the incoming main Iugs. g. The SPD shall not limit the use of thtough-feed lugs, sub-f�ed lugs, and sub- feed breaker optians. h. All monitariRg and diagnostic features shall be visible from the front of the equipment, 3. Individual Control Panel and ReIated F_c�uipment Protection (Type 3). a. Locate the SPD on the load side of the graund and neutrai connections.. b. The SPD shall be con�ected thraugh a discannect circuit breaker or fuse as shown on the drawings. The disconnecting means shall be located in immediate proximity ta the SPD. Cannect'son shall be made via bus, conductors, or other connections originating in the SPD and shall be fcept as short as possi6le. c. All monitoring and diagnostic features shall be �isible from the front of the equipment. 4. Mechanical Eguipment Manufacturer's Provided Control Panels (MEMs) anrl Electz'xcal Manufacturer's Provided Control PaneIs (OEMs) Applications (Type I, Type 2, and Type 3} a. Where any such panel is installed as ser�ice entrance equipment, a Type 1 5PD shall be instailed. � 1} The same requirements for other service entrance eauiprnent listed above apply ta this application exeept for the reyuirement that the Type 1 5PD shall not be required ta be of the same manufacturer as the panel. b. Where any such panel is installed as non-service entrance eyuipment, but within 50' of wire length of the incoming pow�er line when that line is overhead. 1) The same requiremenEs for other non-service entrance eqnipment listed a4�ove apply ta this application exeept far the requirement khat the Type 2 SPD sha11 not be required to be of the same �nanufacturer as the panel. 2) Where a Type 1 SPD is installed, a Type 2 SPD is nat required on the same panel unless otherwise specifcally shnwn on the drawings. c. Where any such panel includes a PLC, a Type 3 SPD shall be installed. CITY OF FORT WOR'I`II 5outh Westside V Elevated 5tarage Tank STANDARD CONSTRUC'CION SPECIF[CATIDN DOCUM�NTS City Project No. i03428 Revised Octaber 20, 2p21 264313-7 Low Voltagc AC Surge Protective De�ices (SPDs) Page 7 aF 8 1) The same requirements for other individual control panel and related equipment listed abo�e apply to this application. 2) The SPD shall he integral to the MEM or OEM panel, as a Factory standardized design. C. Ratings 1. Unit Operating Yoltage: Refer to drawings far operating voltage and unit canfiguration. 2. SPD shaIl be designed to withstand a maximum continuous operating voltag� (MC0�1) af nat less than 115% of nominal RMS valtage. 3. Minimum surge current rating shall !�e 24d kA per pha�e (120 kA per mode) for sarvice entrance and 120 kA per phase {60 kA per mode) for distrihution appIications. 4. iJL 1449 clamping voltage must not exceed the following: V�ltage Prdtection R�ting (VPR) Volta�e 24�/120 208Y1120 480Y.277 �aoY�34� L=N 12p0/80aV SOOV 1206V rsoov L=G BDdV 800V I20QV xsoov N-G SOOV 80DV i2oav i50dV 5. Pulse life test: Capable of protecting against and surviving 5000 ANSIlIEEE Category C High transients without failure or degradation of clamping voltage by more than l0%. 6. Minimum UL 1449 3rd edition withstand Nominal Discharge Current (In) rating to be 2QkA per mode 2.3 ACCESSORIES A. Furnish narneplates for each device as iRdicated on �rawings. Co1or schemes shaII be as indicated on Drawings. PART 3 - EXECUTION 31 INSTALLATION A. All equipment specified �erein shall be fact�ry instaiied, field adjusted, tested an.d cleaned as an integral part af equipment specified elsewhere in the individual equipment Specification. B. Types 1 and 2 shall be grounded and bonded as a part of the indi�idual equipment as speci%ed in the indi�id�al equigment Section. Type 3 shall be grounded and bonded in aecorc3ance with the SPD manufact�rer's instruetions. END OF SECTION CI7'Y OF FORT WORTH Sauth Westside V Elevated Storage Tank STANDARD CON5TRUCTIONf SPECII7ICATION DOCUMBNTS City Project Na. 103428 Revised Octabcr 20, 2D2[ 26 43 13 - $ Low Voltagc AC Surge Protective Devices (SP13s) Pagc 8 of S THIS PAGE INTENTIONALLY LEFT SLANK CITY OF FORT WDRTFT South Westside V�leuaEad Storage Tenk STANDARD CON5TRUCTIOIY SPBCIFiCA'FIdN llOC[7MENTS City Praject lVa. 103428 Revised October26, 2Q21 z6snno- � Lighting System Page 1 of 12 SECTION 26 50 00 LIGHTING SYSTEM PARTI- GENERAL 11 SCOPE OF WORK A. Furnish all la6ar, materials, equipment and incidentals reguired and install a complete lighting system ready for operation as shown on the Drawings and as specified herein. 1.� RELATED WORK A. No references axe mada to any other section wk�ich may contain work related to any other section. The Cor�tract Documents sha11 be taken as a whole with eeery section related ta every other seetion as required to meet the requirements specif'ied. The organization of the Contract Documents into specification divisions and sections is for organization of the dacuments themselves and does not relate to the division oF suppliers or labdr which the Contractor nn.ay chvose to empiny in the execution of the Contract. Where references are made to other Sectinns and other Divisions of the Specifications, the Contractor shall provide such information or additional work as may be required in those references, and include such information or work as may be specified. B. Other Divzsions The Contractor shall be responsible for a�arr►ining all Sections of the Specifications and Drawings, and shall determine the power and wiring requiretnents and shall provide external wiring and raceways, as required to pro�ide a inily functionzng power, control and process control systems. Tf the equipment requires more canductars andlor wiring, due to di£�exent equipt�aent being s�pplied, the Contractor shaIl furnish the additiona! conductors, raceways and/or wiring, with no change in the Cflntract Priee, and with no increase in Contract Ti�ne. 1.3 SUBMITTALS A. Suhmittals shall be made in accordanee with the requir�ments aF Division I, Section 26 {]0 00 and as specified herein. All cut sheet� shall he clea�rly marked to indicate which produets are being submitted for use on this project. Unmarked cut sheets will be cause to reject the submittal and return it for revision. B. SubmittaIs shall also conkain information on related equipment to 6e furnished under this Specification but described in the related sections Iisted in the Related Work paragraph above. �ncamplete submittals not containing t�e required information on the r�lated equiprnent will be returned without review. C. Manufacturer's technical information for the materials proposed for use in the systems. D. For all light pole faundations shown to be instal�ed in earth, pro�ide installation and anchoring drawings that are stamped and sealed by a licensed engineer in the state of Texas. Ti�e sozl condition shati he assumed to be dist�rbed earth. If compaction is assumed, a compaction test shall be performed on all foundation locations, shawing the minimum field density assumed in the foundation design. CI7'Y QF FORT WOgTH Soulh Westside V Elevated 5torage Tank STANDARD CONSTAUCTION SPECTFICATIDN DOCiIMENT5 City Prnject I�a 103428 Revised QcWber 20, 2D21 265000-2 Lighting System Page 2 of 12 E, Submit manufaeturex's natne and catalog data far alI lzghting equipment speciiied in this Section at�d on the lighting fixture schedule. F. Shop drawings: Clearly indicate luminaire type, name of tne jvb. Cantractor shaLl endeavor to submit all luminaues, drivers and integral controls shop drawings at one time, in one paekage. Any re-subnnittals shall include all luminaire, driver az�d inkegral cpntroIs previously rejected or req�iring further infprmation. Specialty SSL, custom, or modified fixtures may be submitted as a separate package. G. Shop Drawings: Reproductions of the Contract Drawings are not acceptable as shop dra�ings. H. Product Data: �'nvide dimensipns, ratings and specific catalag number and identificatian of. items and aecessories and performance data, I. Shop Drawings: Indicate any di�nensions and compone�ts for each Iuminaire that are not a standard product of the manufaeturer. J. Wir'sng Diagrams --- as needed far special operation or interaction with other system(s). K. Photornetric Data: Where indicated below or for substitutions, supp�y cornplete photometric data for the fixture, including optscai performance, rendered by N\ILAP approved laboratory develaped according ta the methods of the Illuminating Engineering Society of North America. Submit electronically, in IESNA LM-63 standard fqrmat. Types XX ar�d YY. L. Submit photometric data for all substitute luminaries. Photometric raports are not required from specified manufacturer unless noted in pacagrapt� H above. M. Specification Sheets: If iacking sufficient detail to indicate compliance with Contraet Documents, standard specification sheets wili nat be accepted. This includes, but is not limn.ited to, lu�ruinaire type designatiQn, manufacturer's complete catalog number, voltage, LED type, CCT, CRI, specific driver infarmation, system efiicacy, L70 life rating, and any modifications necessary to �neet the requirements of the Contract Documents. N. Substitutions shall include corz�plete photorrtetric data as outlined in paragraph H abo�e, and point-by-point calculations for the specific conditions an the project. Samples shall be required %r consideration of any substitutions and must be submitted in accordance with the terms outlined in paragraph belaw. O. Working Samples af aii substitutions: Sampies shall be I20-volt with cord and plug attached, and shall include specified LEDs and all modi%cations necessary to meet the requirexnents specified in the Contract Documents, P. Energy Efficiency: 1. Submit e3ocumentakion for Energy Star qualifications for equipment provided under �+ark of this Section. 2. Submit data indieating lunninaire efFici�ncy. 3. Submit data indicating BaIlast Efficacy Factar (BEF). 4. Submit data indicating Luminaire Eff'icacy rating (LER). 5. Submit data indicating color rendition index of light source. Q. S�hmit environmental data in accordance with Table 1 of ASTM E2129 for products provided under work of this Section. CIT'Y OF FORT �'O�tTH 5outh Westside V Elevated Storage Tanle STANDARD COIYSTRUCTIQIV SPECTFLCATCON DOCUMENTS City Project No. 1D3428 Revised October 20, 202 i 265000-3 Lighting System Page 3 of 12 R. Manufacturer's technical infprmatian fnr tha materials proposed fax use in the systems. 1.4 REFERENCE CODES AND STANDARDS A. All lighting fixtures shall be in accordance with the National Fire Protection AssQciation (NFPA) NFPA 7Q "Natianal Eleetrical Code" (NEC), and shall be constructed in accordance with the latest edition af the Underwriiers Laboratories (UL) "Standards for Safety, Electric Lighting Fixtures". �3. Nationa! Energy PoIicy Act of 2005, Public Law No. 109-58. C. IESNA L.M-fi3 - ANSI Approved Standard File Format for Electronic Transfer of �hatometric Data and Related Tnformatinn; 2002. D. NFPA 70 - National Electrical Code; National �'ire Prc�tec�ion Association; 2�08. E. IESNA LM-79-08 IESNA - Approved Method for ElectricaI and Photometric. F. Measurements of Solid 5tate Lighti�g Products; 2008. G. TFSNA LI4'I-$0-08 IESIVA - Approv�d M�ihod for Measuring Lumen 1Wlaintenance of LED Light Sources. H. IE�NA LM-80-0$ IESNA - Approved Method for Measuring Lumen Maintenance af LED Light Sources. I. IESNA TM-21-2Q11 —Projecting Long Term Lumen Maintenance of LED Light Sources. J. UL 8750 — Light Emitting Diode (LED) Equipment for i.Fse in Lighting Products. IC. 05HA 29CFR1910.i — Lwninaires shall be listed by natianal recognized tasting laboratory appr�ved by United 5tated DeparErnent af Labor, Oecupational 5afety and Health Administration (OSHA). 1.5 QUALITY ASSURANCE A. All itxtures shall be of the energy-efficient type. B. The �anufacturer of these materials. sha11 have produced similar lighting fixtures for a minimum period of five years. When requested by the Owner/Engineer, an acceptable list of iastaIlaiions with similar systems shall be grovided demonstrating comp�iance with r�tis requirem.ent. C. The luminaires shall be manufactured in accordance with a manufacturer quality assurance (QA) program. The QA program shall include two types of quality assuranee: (I} design quality assurance and {2) production quality assurance. The production quality assurance shall inc1ucfe statistically controlted routine tests to ensure minimum pez-formance leveis of the mndules built tp rrieet this specificatipn. These tests shall include: CCT, CRI, Lumen ouLput and wattage. Tests shall be recorded, analyzed and maint�ined for future reference. D. QA process and test cesults documentation shall be kept on file for a nainimum period ,of seven years. E. LED luminai.re designs nat satisfying design qualiiication testing and tha praduction quality assurance testing performance require�nents described below shall not be labeIed, advertised, or sold as eonforming to this speciiication. CITY OF FO1ZT WORTH South Westside V Elevated Storage'Pank STANDARD CONSTKUCTION SPfiCIFICATIDN DOCUMENTS Cily Pcoject lVo. 10342$ Revised Octo6er 24, 2021 265000-4 Lighting System Page 4 vf l2 F. Equipment submitted shall fit within the space shown on the Drawings. Equipmenk which does not fst within the spaca is not acceptable. 1.6 JOBSITE DELIVERY, STORAGE AND HANDLING A. Priar to jabsite delivery, the Contraetor shall have successfully corrxpl�ted all sabmittal rec�uirements, and present to the Owner/Engineer upon delivery of the equipment, an approved copy of all such submittals. Delivery of incamplete construc�ed equipment, onsite factory work, or �ailed factory tests will not be permitted. 8. Prot�ct equipmenfi during shiprrien�, handling, and storage by suitable complete enclosures. Protect eq�ipment from exposure to khe elements and keep thproughly dry. C. Protect painted surfaces against impact, abrasion, discoloration, and other damage. Repaint damaged painted surfaces to the satisfaction of the Owner/Engineer. D. Equipment shall be installed in its permanent loeation shown on the Drawings within seven cal endar days of arriving onsite. If the eqnipnni�nk cannat be installed within seven calendar days, the equipment shalj be stor�d on site in a ciry heated and air conditroned space. If there is no sueh storage space on site, the equipment shall not be delivered to the site, but stored offsite, at the Contractor's expense, until such time that the site is ready for permanent installation of the equipment. L7 WARRAN'�Y A. The Manufacturer shall warrant tne system and equipment to be free fram defects in material and workmanship for one year from date of final acceptanee of the ec�uipment. Wit�in such perioc3 of warranty the Manufacturer shal� promptly furnish a11 material and labor necessary to return the equipment to new operaking condition. Any warranty work requiring shipping ar trausporting of the equipment shall be perfartned hy the Contractor at no expense to the Owner. B. The manufacturer shall provide a warranty against loss of performance and defects in materials and r�+orkmanship for t�e Luminaires for a period of �ve years after acceptance oi the Luminaires. Warranty shall co�+er all components comprising the luminaire. All warranty dpcumentatian shall be provided t� customer prior tn tk�e first shipment. C. The equipment shall be warranted to be free from defects in warkmanship, design, and materials. If any gart of the equipment should fail during the warranty period, it shall be replaced and the unit(s) restored to service at no additional cost (including parts, la6or, aad travel expenses} to the Owner. D. The manufacturer's warranty period sY�all run conc�rrently with the Contractor's warranty period. No exception to this provision shall be allowed. PART � - PRODUCTS �.1 MANUFACTURERS A. Subject ta compliance with the Cor�tract Documents, the following Manufacturers are aeceptable: CITY OF FORT WOR`FH 5outh Weslside V Elevated 5torage Tank STANI7ARD CONS'P12IIC7'ION 5P8CIFICATION DOCUMENTS City Praject No, f Q3428 Revised Qctober 2Q, 2Q21 2GS40D-5 Lighting System Fag¢ 5 of l2 1. Lighting i'ixture manufacturers and tyges as required by Che "Lighiing Fixtur� Schedule" an the Drawings. The catalog numbers aa'e given as a guide to the design and quaiity of %xture desired_ Equivalent desigps and equal quality fixtures of other manufacturers will �e acceptable upon approval by the Owner/Engineer. B. The listing of specific manufacturers ahove does not imply aceeptance of their products that do not meet the specified ratings, features and functions. Manufactuz'ez's listed above are nat relieved fxona meeting these specifications in their entirety. C. Where specified to match existing fixtures, fixtures of khe same manufacturer and type shall be installe.d. �.� LIGHTING FIXTURES A. General 1. Ail lamps sha11 be of one manufactarer and shall be as manufactured by OsramlSylvania Electric Products, Inc.; General Electric Ca.; North American Philips Lighting Corp. or equal. 2. All ballasts shall be L1L iisted, ETL certified, Class "P", high pawer factor {minimum d.9Q). 3. Ballasts shall hava an "A" sound rating or better. 4. A11 ballasts used in exterior applications shall have a minimum starting kemperaCure of 0°F unless okherwise specified. 5. All interivr ballasts shall have a rninimum siarCing temperature nf 50°F. b. Ballasts shall be parallel w�red rype and designed to operate the number and length of lamps specified. 7. The total harmanic distortion (THD) of each haIlast shall he 10% or less. $. Ballasts shall have a rnit�irnum� ballast factor of 0.88 � N and as specified in the fixture schedule. 9, Bajlasts shall have nominal power factor 0.90 or higher. • 10. Ballasts shall ha�e a maximum lamp current crest factor of l.�}. 1 L. Ballast shall pro�icfe normal rated life for the lamp sgecified. 12. All electronic ballasts shall be warranted far parts and replaeer�xent for five full years from the date of installation. 13. All ballasts shall be as manufactured by G.E., Advance, Model Mark V, similar by Osram/Sylvania; MagneTek or equal. 14. Where the equiprnent contains a programmable logic controller (PLC) or an uninterruptible power supply (UPS), the equipme�t manufacturer shall furnish factory installed, a dedicated Point pf iJtilizatian Device (SPD), as specified in Section 2b 43 13, Indi�idual Control Panel and Rejated Equipment Protection {Type 3). S. Fixed Maunt 1. Fluorescent Fixtures a. Lam.ps 1) Furnish high lumen fluorescent lamgs where listed. 2) Linear fluorescent lamps shall be T$ ar TS as required by the fixture, rapidlinstant start, tri-phosphnr, minimum CRT 86, and eompact types all as shown on the Fixture Schedule" b. Ballasts CITX QF FOAT WQRTH Sou[h Westside V Eievated Sto�age Tank $TANDARp CONSTREICTION SPECIFICATION DOCUMBNTS City Project Na. ] 03428 Revised October 2D, 2D2I 26 50 QO - 6 L'eghting System Page 6 of 12 1) All linear fluorescent light fixtures shall have an electronic ballast unless otherwise noted on the Lighting Fixture 5chedule. 2. High Pressure Sodium Fixtures a. Lamps 1) Dual arc tube HPS as shown on the "Lighting Fixture Schedule." 2) High pressure sodium lamps shall be clear, non-cycling, and of the size and type as shown on the Lighting Fixture Schedule. b. Ballasts X) High pressure sodium haIlasts shail be pf the constant wattage f.ype, with multi-tap windings, of the correct size and voltage for the I"ixEure it is to serve as shown on the Lighting Fixture 5chedu1e. 3. Mekal Halide Fixtures a. Lamps 1} Metal halide lamps shaIl be clear pulse-start, and of the size and type as shown an the Lighting Fixture Sehedule. b. Ballasts 1) Pulse-start metal halide hallasts shall be of the eonstant wattage auto- transformer type, with a minirzium efficiency of 88%, for lamp wattages from 150 watts to 500 watts. 2) Non-pulse start electranic ballasts shaIl have an efficiency of 92°Io for wattages greater than 250 waCts and a minimum efiiciency of 90%a for wattages Iess than or equal to 250 watts. 4. Incandescent Fixtures a. Lam�s 1) Incandescent lainps shall be compact fluorescent seif-ballastet�, minimum 1000 hours. C. LED Luminau�es 1. Each lu3minair� shall cansist af an assembly Chat utilizes LEDs as the light source. In addition, a complete luminaire shall consist of a housing, LED array, and elactronic dri�er (power supply) and integral controls as per this specification. 2. Each Iuminaire shalS he designed to operate at an average operating temperature of 25°�. 3. The operating temperatuare range shall be 0°C to +2S°C. Each luminaire shall meet alI parameters of this specification throughout the minimurn aperatianal life when operated at the average operating temperature. 4. Nominal luminaire dimensions: refer to light fixture scheduIes. D. Luminaire Construction: 1. Luminaire housing to have no �isible welding, sc:rews, springs, haoks, rivets, bar•e LEDs or plastic supports. 2. The Iuminaire shall be a singie, self-contained device, not requiring onsite assembly for instailation. The pawer supply and circuit board for the luminaire shall6e integral to the unit. 3. Luminaires shali be fabrieated from post painted cold rolled steel and shall be a rigid structure with integraj T-bar elips. 4. Finish: Polyester powder coat painted with 92% high-reflective paint after fabrication. CiTY OF F�RT WOHTH South Westsicie V Eievated Storap,e Tank 5TANDARD C�NSTAUC7'I�N SPECIFIGATION DDCUME3YTS City Praject No. 103428 Revised October 20, 2021 zb so. oa - � Lighting System Page 7 oF 12 5. Reflector: rugged one-piece cnlci rolled steel wikh embassed multi-facets, echaing Che frequency af the refractor prisms to distribute saft light at multiple angles, withor�l flashing thus redueing high luminance eontrast. 6. End caps shall be sloped at 7(� degrees to create depth. 7. Luminaire to ha�e smooth transjtian between T bar and reflectar arch. No doorframe or expos�d hardware. 8. Polymerie materials (if used) of enclosures containing either the power supply ar electronic eomponents of the luminaire shall be made af UL94V0 flame rekardant materials. Luminaire lenses are excluded from this r�quiremenk. 9. Tntegral Grid Clips required on recessed mounted luminaires along with integral tie wire mount;uag points. 16. Luminaire to have air remUvaI capability as sgecified. 11. The assembly and manufaciuring process for the S5L luminaire shaTI be designeci to assure all internal components are adequately supported to vvithstand mechanical shock and vibration. E. LED �ources I. LEDs shall be manufactured by: a. Nichia b. Samsung c. (]sram 2. Lumen Output — minimum initial lumen output of the luminaire shall bE as fo��ows for the lumens exiting the luminaire in the 0-90 degree zone - as measured by IESNA Standarci LM-79-08 in an aecredited lab. Exact tested 1u:ttzen€ aulput shall be elearly noted on the shop drawings. 3. I.umen output shall not decrease by more than 20% over the minimum operationaI Iife of 50,000 hours. 4. Individual LEDs shall be cannected such that a catastrophic loss or the iailure of one LED wiIl not result in the loss of the entire luminaire. 5. LED Boards shall be suitable fqr fie�d maintenance or service from below the ceiling with plug-in connectnrs. LED boards si�alI be upgradable. 6. Light Color/Quality a_ Correlated Color temperature (CCT) range as per specification, between 3500K, 410�K and SDOOK shail be correlate.d to chramaticity as defined by the absolute (X,I� coordinates on the 2-D CIE chromaticity chart. b. The color r�ndition index (CRi) shall be SO ar greater. c. Calor shiFt o�er 6,d00 hours sha11 be [0.007 change in a' v' as demonstrated in IES LMSO repart. F. Pawer SuppIy and Driver 1. Driver: AccuDrive, 120-277 Volt, UL Listed, CSA Certified, 5ound Raied A+. Driver shall be gz'eater kt�an SO% efficient at full Ioad aeross ail input voltages. Input w:ures shall he #i8 AWG solid copper minimum. 2, Driver shall be suitable for full-range dimming. The luminaite shall be capabl� of eontinuous dTmming without perceivable flicker over a range af ] 00% [o S% of rated lumen output with a smoot� shutoff function. Dimming shall be controlled by a 0-10 volt signal. 3. Driver shall be UL listed. CITX OF F0�2T WORTII 5outh Westside V Elevated S[orage Tank STASVUAIZD CQAiSTRLTCTI01�' SPECIP[CATION DOCUMENTS CiCy Praject No. iD3428 Revised Octnber 2U, 2021 2650U0-8 Lighung System Page S of l2 4. Maximam stand-by pawer shall be one watt. 5. Driver disconnect shalt be provided where required to comp.ly with codes. 6. The eiectroriicslpower supply enclosure sha11 be internal to the SSL iuminaire and be accessible pex UL rec�uirements. 7. The snrge protec�ion which resides wit.hin the driver slaall pzotect the luminaire from damage and failure for transie�t voltages and currents as defined in ANSIIIEEE C54.41 2UO2 for Location Category A, where failure does not mean a momentary loss oi light during the transient event. G. Electrical 1. Operation Voltage - The luminaire shali operate from a 50 or 6Q Hertz ±3 Heriz AC line over a vol.tage ranging from 120 �olts AC to 277 volts AC. The fluctuations of line �oltage shall have no visible effact on the luminous output. The standard nperat�ng valtages a�e 1 ZO volts AC, 277 volts AC, 347 �olts AC. 2. Power Factor: The Iuminaire shall have a pawer factor af 90% or greater at all standard operating voltages and fu.11 luminaire output. 3. THD: Total harmonic distortian (current and �oltage) induced into an AC pawer line 6y a luminaire shall not exceed 20% at any standard input voltage, 4. Surge Suppression: The luminaire shall include �uxge protection to withstand high repetition noise and other interference. 5. RF Interference: The luminaire and assaciated onboard circuitry must meet Class A emission limits referred in Federal Corrimunications Commission (FCC) Title 47, Subpart B, Section I5 Non-�onsumer requirements for EMI/RFI emissions. 6. Electrical connections between normal power and driver must be moduIar utilizing a snap fit connector. All electrical components must be easily accessible after installation and be replaceab�e without removing the fixture from the ceiling. 7. All electrical components shall be RoHS cvmpliant. H. Exit Sign: L�, listed. Provide with autonnatic powet failure device with i�tegral self- testing module and Fully automatic highllow Lricicle charger in a self contained pnwer pack. Battery shall be seated electrolyte type; shall operate unattended; and require no maintenance, including no addiiional water, for a period of not less than five years. LED exii sign shall have emergency run time of 1-1/2 hours (minimum). The light emitting diodes: shalI have rated lamp life of 70,000 hours (minimum). All exiC sign fixtures shall he rated maxirnum of five watts per %xtur�. I. Photometric Requirements 1. Luminaire performance shall be tested as described herein. 2. Luminaire performance shall be judged against the specified minimum illuminance in the specifieti pattenr� for a particulaz� applicatian. 3. Luminaire lighting performance shali be adjusted (d�preciated} for the minimum life expectancy (Seetion 2.2.5). 4. The performance shall be adjusted (depreciated) by using the LED manufacturer's data or the data from the IESNA Standatd TM-21 test report, which ever one resul'ts in a higher level of lumen d�preciation. 5. The lurninaire may 6e determined to be compliant photometrically, if: a. Tha inilial minimum illuminance level is achieved in 100%a of the area of the speciiied lighting paCtern. b. The measurements shall be calibrated to standard phatopic calibrations. CTTY OF FORT WQRTH South Wcstside V Blevated Starage Tank STANDARD COMSTRUCTIO�f SPBCIPiCA`I'IDN DOCUMENTS City Project No. 1D3428 Revised OctvUer 20, 2021 26 5� Dp - 9 Lighting System Page 9 of k2 c. Add specific project requirements. J. Thermal Managenr�ent 1. The thermal management (of the heat generated by rhe LEDs) shall be af sufiicient capacity to assure proper operation of the Iuminaire over the expected useful life (5ecf►on 1.2.9 c). 2. The LED manufacturer's maximum junction temperature for the exp�cted life (SecYiqn 1.2.9 c) shall not i�e exce;eded a[ the average operating amhient (Sectian 1.2.4). 3. The LED manufacturer's maximum junction temperature for ti�e catastrophic failure shall not he exceeded at the maximum operating ambient {Section 1.2.5). 4. The luminaire sh:ail have an UL IC rating. 5.. The Driver �nanuFacturer's maximum case temperature shall not he exceeded at the maximum operating ambient. Thermal management shall be passi�e by design. The use of fans or other mechanical devices shall not be allowed. K. Emergency Lighting Battery Units 1. Ernergency lighting units shall b� as specified 'zn the Lighting Fixture Sch:edule shown on the Drawings. 2. Battery units shall be of the seIf-contained, f€�Ily automatie type with sealed lead acid hatteries, volt-meters. 3. Unit enclosures shall be compatible to their environment and units st�all comply with the reguirements of NFPA 70 (NEC). 4. It shall be ihe responsibility of the contractor to provide all necessary rnounting �ardware. 5. Shall be factory installed and provide a range of 8D0 to 1400 lumens of ligt�t fQr 90 minutes. Output is based an the size and waitage of the luminai.re. 6. Integral or remote test switch shall he provided as per specificakion. L. Flexible Fixture Hangers 1. Flexible fixture hangers used in non-hazardous areas shalI be type ARB and flexible fixture supports usec� in hazardaus areas sha1S be Type EFH as manufactured by the Crouse-Hinds Co., simila�' by Appleton Electric Co; Killark a Dzvisian of Hu6be11 Tnc.; ar equal. 2. Where required i� Sec#ion 26 QO 00 — ELECTRICAL GENERAL PROVISIONS, all pendent-maunted and recessed in sus.pended ceilings, recessed lighting fixtures shall be pro�ided with four anti-sway supports to meet Type II seismic requirements. M. Portable �"ixtures 1. Explosion-proo� Portable Handlamp a. An explosion-proof handlamp eQrr�plete with heavy duty, Type S0, SO-foot cord and plug shaIl be furriished. The handlamp shall he manufactured by Appleton ElEctric Co.; the plug �hall be manufacLureci by Appleton Electric Co., similar to Danie� Woatihead Co. or e�ual. 2. Vapor-tight Portable Handlamp a. A vap4r-tight handlamp with reflector shall be furnishe.d compiete with 50-foot card and grounding plug. The handlamp sha116e manufactured by Daniel Woodhead Co., similar by Appleto.n Ejectric Co. or equaI. CITY QF FQRT WpRTH 5outh Westside V Elevated 5tarage Tank STA]�DARp CDI�'STRUCTI4IV SPEC�FICATION DOCUME3VT5 City Pmject Na. 103428 Revised October 20, 2021 26500Q-]0 Lighting System Page 10 of 12 N. Emergency Lighting Battery Units 1. Emergency lighting units and remote lighting heads shall be as specified in the Lig.hting Fixture Schedule shown on tha Drawings. 2. Battery units shall 6e of the self-contained, fully autamatic type with sealed lead acid batteries, volt-meters and tizne delay rclays where used ip H.I.D. lighted areas. 3. Unik enclasures shall be compatible to their envfronment and units sha11 compiy with the requirernents af NFPA 70 (NEC). 4. All necessary mounting hardware shall be pravided. O. Flexihle Fixture Hangers 1. Flexibie fixture hangers used in nan,-hazardnus areas shal� be type ARB and flexible fixture supports wsed i� hazardaus areas shall be Type ECHF as manufactured by the Crouse-Hinds Co., similar hy Agpleton Electric Co.; Killark Electrical Mfg. Co. or equa1. P. Lamp Changing Equipment 1. T.amp changing ec�uipment shall be able to bandle BT-37, ED-1 S., ED-23-112 and ED-2$ type H.I.D. lamps in open luminaries. 2. Equipment shall consist of three five-foot steel poles each similar and equal to McGill Catalog No. 160-P a�td two lamp holders sifnilar and eyual to McGiil Cata�og Nos. 158C and 161C. PART 3 - EXECUT�QN 3.1 INSTALLATION A. The lncation of lighting F'ixtures shown on the Drawings is appraxi�nate. The Contractor shall ins�all the lighting iixtures after majnr ducts anr� piping are installed, la a�oid cor�flicts. He shali install the fixtures to avoid shadows and blocking of light, relocating the fixtures as necessary, at no cost to the Owner. B. Each �xture shall be a completely firtished unit with all components, moun�ing and/or hanging de�ices necessary, for the proper installation o€ the particular fixture in its designated location and shall be campletely uvired ready for cannection to the branch circuit wires at th� autlet. C. All flush mounted �xtures shall b� supported from the structure and shall not be dependent on the hung ceilings far their support. D. Fixtures noted to be installed flush in suspended ceilings shall be of mounting types suited for the type ceiling invoIved. Troffers (2 X 4), provided in suspended ceiling grids, shaIl be rnstalled with safety clips to hald the fixture securely in t�e eeiling grid. It shall be the responsibility af the Contractor to verify the ceiling types prior to ordering fixEures. E. Flaxible fixture hangers shall be used for al! pendant mount�d fixtures. Fixtur�s twa feet long and larger shall be sitpparted vuith a minimum of two fixture hangers. F. Conduit run in areas with hung ceilings shall be installed in the space above the hung ceiling as ciose to the structure as possible. Conduits shall be supported from the s.tructure. G. Exterior lighting poles shall be mounted plumb. CITY DF FORT WORTT-I 5outh Weslside V Elevated Starage Tank STANDARD CONSTRUCTIdN 5PECIFICATION DOCCJMENTS City Prajac[ No. 103428 Revised 4ctober 2Q, 2021 2654UD-11 Lighting System Page I 1 of l2 H. Fixiure locat�vns are shorivn on the Drawings in appraxi�ate locations; however exact locations shall be coardinated so as to avoid conflicts with HVAC ducts, eguipment and other obstaeles. 3.2 REPLACEMENT A. Lamps (except for H.I.D.) used during the building construction, prior to two weeks from compietion of the work, shall be removed and replaced with new lamps. 3.3 CLEANING UP A. CZean electrical parts to remove conductive and deleterious materials. B. Remo�e ciirC and d�bris from Iens enclosures. 1, �'or cleaning acrylic lenses or diffusers, use a feather duster or dry cotton cheesecloth to rid the lens/diffuser of any mirior dust. For fingerprints, smudges, or other dirt present, use an ammonia-based cieaner (such as Windex) and wipe carefully� with cotton cheeseciott► (so as tQ avoid injury frp�n any prismatic texture of the lens). 2. Job site contamination may not necessarily be removed using the above reeommendatians. In that case Eiie lens would need ta be repiaced. C. Clean photometric control surfaces as recommended by manufacturer, D. Plastic dust eo�er bags to be pravided with new parabolic reilector lighting iixtures shall be remaved after all construction acti�ity that tnay cause dust formation on reileckor surfaces has been campleted. E. All fixtures shall be left in a clean condition, free of dirt and defects, before acceptance by the Owner/Engineer. END OF SECTION CiTY OF FORT WQRTH South Westside V Elevated Stoiage Tan3c S'PANDAR➢ CONSTRIlCTION SPECiPiCATIDN DQC[3MEI�fTS City Projec.t IVa. 103428 Revised Octoher 24, 2021 z6 so ao - i 2 Lighting System Page 12 oi 12 TffiS PAGE INTENTIONALLY LEFT BLAN� Cl'PY OF FORT WORTH South Westside V Elevated Storagc Tank STANDARD CDNSTR�7CTION SPECIFICATION DQCUMF..NTS City Project I�io. 103428 Revised Octobar 20, 2021 33 D4 l0 - k 70iNT BOIVpING AND ELECTRICAL TSOLATTOI� Page 1 of 6 � SECTION 33 44 i0 JOINT BONDING AND ELECTRICAL ISOLATION 3 PART1- GENERAL �_������r�� 5 6 7 8 9 10 ll 12 13 I4 15 A. 5ection Includes: 1. Joint bonding requirements for electrical continuity of: a. Ductile iron pipe, as required on Drawings 2. Electrical isolation devices for instaIlation ai: a. Connections to existing piping b. 5elected below grade to above ground piping transitions B. Deviations frorn this City of Fart Worth 5tandard Speci�catian 1., Updated for projeet specific requirements. C. Related Specificatian 5ections include, but are aot necesss�rily litnited to: 1. Division 0-- Bidding Requirements, Contract Forms, and Conditions of the Contract 16 2. Division 1— General Requirements 17 3, Section 33 OS 24 — Fnstallatian of Carriex Pipe in Casing or Tunnel Liner Plate ! 8 1.2 PRICE AND PAYMENT PROCEDURES 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 �41 A. Measurement and Payment 1. Wh.en a pay item for Cathodie ProtectiQn exists: a. Measurement 1) This Item is subsidiary to Cathodic Pr�teetion constructian. b. Payment 1) Th� wark performed and materials furnished in accordance with this Item are subsidiary to the lump sum price b�d for "Cathoc�ic Pratec�ion" for eacla rnaterial of utility pipe bid, and no other compensation will be allar�ed. 2. When a pay item for Cathodic Protection does not exist: a. Measurement 1} Measuxement far this Itenn is by lump sum. b. Paymeni 1} The work performed and materials iurnished in accaz'dance �tith this Item and measured as provided under "MeasuremenY' will be paid for at the lump sum pri.ce bzd far "Joint Bonding and Electrical Isalation". 3. The price bid shall include: a. �'urnishing and installing Joint Bonding and Eiectrical Isolation as specified by the Drawings b. Mabilization c. Excavation d. �'uruishitag, piacement, and compaction of l�ackfill e. Field welding f. Connectians CITY OF FORT WORTH STAI�fDAFtD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 3outh Westside V Elevated Storage Tank City Project Na. 10342$ 33Q410-2 .TOIN`C BONDING ANiD ELECTRICAL [SdLATIOAi Page 2 0( 6 I 2 3 4 5 1.3 6 7 8 9 i0 ll 12 13 14 1.4 g. Adjustments h. Testing i. Clean-up j. Start-upJCommissionimg REFERENCES A. Reference Standards 1. Refer�nce standards. cited in this Speciitcat�on z'efer to the current refcrence standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM international (ASTM). 3. American Water Works Association (AWWA): a. C2Q7, Steel Pipe Flanges far Waterworks Service - 5izes 4 IN through 144 IN. 4. NACE International {NACE). ADIVIIMSTRATIVE REQi.FIREMENTS [NOT USED� 15 1.5 SUBMITTALS l6 A. Subznittals shall be in accordance with Section 41 33 00. 17 B. All submittals shall �e appraved by the City prior to deli�ery andlor fabrication %x 18 specials. 19 1.6 ACTION SUSMITTALSI[NFORMATIONAL SUSMITTALS 2� 21 22 23 24 25 26 27 2$ 29 3Q 31 32 33 34 35 36 37 1,7 38 39 40 A. Product Data 1. Manufacturer's cataIog cut sheets shall be submitted for each item. a. Include the manufacturer's name and provide suf�ci�nt inforn�ation ta show that the materiais meet the requirernents of the Contract Dacuments for: 1) Flange Isolation 2� Thermite t�velding materials 3) Bond Wire 4) Weid Caps 2. Where rrtare than 1 item or catalo�. nunr�b�r appears on a catalqg cut sheet, c3early identify the it�m proposed. B. T�st and Evaluation Reparts J, Record results for the Post-Installaiion Thermite Welcf Inspectian and suhmit to the City for approval prior to backfilling. 2. Record results for bonded joint testing and submit to Gity for approval prior to backf'illing. 3. Record results for the continuity test for casing to carrier pipe and submit to the City for ap�raval prior to backfilling. CLOSEOIIT SUBMITTALS A. Test results for eIectrical continuity, flange isolati4n and casing to carrier pipe isolation shai3 be submifted to the City. B. Resulks of all testing are to be submitted to City for inclusion in tl�e O&M manual. CITY OF FORT WORTH 5'1'ANDARD CONSTRUCTIpN SPECIFICATION DOCUMENTS Revised becember 20, 2012 South Westside V Elevated SYorage Tank City Project T[a. 103428 33 U4 1 D 3 IOINT BONDING AiYD HLECTRTCAL I50LATION Page 3 of C: 1.8 MAINTENANCE MATERIAI, SUSMITTALS [NOT USEDJ 2 1.9 QUALITY ASSURANCE [NOT LTSED] 3 1.10 DELIVERY, STORAGE, AND HANDLING �NOT USEDj 4 5 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY (N�T LISED] 6 PART2- PRODUCTS 7 �.1 OWNER-FURNISHED PRODUCTS [NOT USEDi 8 2.� MATERIALS 9 A. Joint Bonding and Electrical Iso�atian Materials to be incorporated into the pzoject 10 include, but are not limited to, the fallowing: 11 1. El�ctrical continuity bonds zz I3 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 2, Flange isolation assemblies B. Electrical Contit�uity Bonds 1. Applications for Electrical Conkinuity Bonding include the following: a. Bondiag across bolted joint assemblies b. Bo:nding acrass gasketed joint assemblies c. Bonding across bell $� spigot joint assemblies 2, Tk�ermite Weld Materials a. Charges and Molds- Thermite molds and charges shall be used. Chaz'ges and mold size shall be as specified by Erico or Thern�owald for tk�e specific surface configuratian. 3 4. Weld Caps/Coating Weld Coating- a. Coating for welds shall be Kop-Coat as manufactured by Carholine or Royston Handy Caps (caps prefilled with mastic) b. Weld Cap- Tl�e coated weld shall be covered wifil� a plastic weld eap. Bond Wire a. Bond wire shall be 7 stranded copper cable, #4 AWG with TIIIIN insulation, minimum length 18" per band. 29 C. �lange Isolation 30 1. Required applications of dieleetric flange isolation assemblies include, but are nat 31 limited to, seleeted locations where new piping is mechanically connected to 32 existsng pipiag and where the piping transitions from underground to aboveground 33 within the base of the Elevated Water Storage Tank. 34 3S 36 37 38 39 4a 2. Gasket a. Isolating and seal gasket b, G-10 Epoxy Glass material c. Full face d. 1/8-inch thickness e. Use with a Fninimum of 1 EDPM sealing element piaced in a tapered graove. f. NSF 61 certified CTTY OF FOft'f WORTH SouYh Westside V Elevated Storage Tank 5TANDAKD CpNSTRUCTION SAECIFICATIOI�i DOCUMENTS City Projeet [Ja. 103425 Re�ised December 20, 20 i2 3304 k0-4 SOSNT BONT?Ii�IG ANb Ei.ECTRICAL I50LATION Page 4 of 6 1 2 3 4 5 6 �� 4. g. A minimum of S00 voIts/mil dielectric strength is required. h. Flange shall seal for the test pressure without leaking. Siecves a. Provide full length mylar sleeves. Washers a. Provide double G-10 washer sets. 7 �.3 ACCESSORIES [NOT USED� 8 �.4 SOIIRCE QUAL�TY CONTROL [NOT LTSED] 9 �'ART 3 - EXECUTION 10 3.1 INSTALLERS jN�T USEDj 11 3.2 EXAIVIINATION [NOT USEDJ 12 3.3 PREPARATiQN 13 A. Preparatson of SteeI Pipe for Bonding 14 1. Bonding wires are not required for welded steel pipe. 15 2. Mechanical jainted stee� pipa requires the installatian of bond wires across the joint I6 as shown on the D:rawings. 17 B. Pre�aration of Ductile Iron Pipe for Bonding 18 l. Install insulated bond wires as shown on the Drawings. 19 zo 21 22 z3 24 25 26 3.4 27 zs 29 30 3I 32 33 34 35 36 37 38 C. Eiectrical Bond Wires 1. Electrical bond wires are to be a minirauzz�. No. 4 AWG, 7 stranded, copper cahle with THHN insulation. 2, Remove I inch of insulation from each end of the bond wire. 3. Thermite weld the bond wires to the pipeline. 4. Provide the minimum num�er of bond wires as shown on I)rawings for ductile iron pipe. INSTALLATION A. Installatian af Electrical Continuity Bonds by Thermite Welding 1. Inspection a. Use cantinuous band wu-es with no cuis or tears in the insulation covering tb.e conductor. 2. G�neraI a. Attach bond wires at required locations by thermite welding process. 3. Thermite Welding Methods a. Perform thermite we�ding of �ond wires to piping in the following manner: 1) Clean and dry pipe to wk�ich the wires are to be artached. 2) Use g�'inding wheel or file to remove all coating, mill seale, oxide, grease and dirt from an area approximately 3 inches square. a) Grind surface to bright metal. CI'i'Y OF FORT WOIiTH South Westside V Elevated Storage Tank S'FA1VllARD C(3NSTTiUCTION SPECZFICATfDN DOGUMENTS City Project l+io. 1 U3428 Revised Decemher20, 2012 s3 oa ro-s 70INT BO1�FL]ING AND BLECTRICAL I50LATIQI�3 Page 5 of 6 10 li 12 13 14 15 i6 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 3) Remove approximately 1 inch of insulation from each end af wire to be thermite welded to pipe exposing clean, o�cide-free copper for welding. 4) Select proper size thermite weld mold as recommended by manufacturer. Place vvire or strap between graphite mold and the prepared metal surface. 5) Place metal disk in bottom of mol�. 6) Pour thermite weld charge into the mold. Squeeze bo�tom of cartrsdge to spread ignition powder over ch.arge. 7) Close mald caver and ignite starting powder with flint gun. 8) After exothermic reaction, remove thermite weld mold and gently strike weld witli a hammer to remove weld s1ag. 9} Pull on wire or strap to assure a secur� connection. 10) If weid is not secure or i�.e bond breaks, repeat procedure with new wire. 11) If the weld is secure, coat all bare metal and rveld metal with weld coating and protective cap. 4. Post-Instailation Thermite Weld Inspection a. Contractor is responsihle %r all t�sting. b. Ail testing is to be performed by or under the super�ision of certified NACE personz�el. c. Visually examine each thermite weld connection for stren�th and suitable coati.ng prior to backfilling. d. Measure resistance through selec�ed bonded joi.nts with a digital low resistanee ohmmeter (D�.RO). 1) Resistance of Q.b01 ohms or less is aceeptable. 2) If the above procedure indicates a poar quality bond connection, t'eizastall the bond. 3) Record results and submit to the City %r appraval prior to backf Iling. 5. Backf�lling of Bonded loints a. Perfa� backiilling of bonded piping in manner that prevents damage ta the honds and a11 connectians to the metallic structures_ b. Use apprapriate bacicfill material to completely eover tt�e electrical bond. c. Provide protection so that future construction activities in the area will not destroy the honded connections. d. If construction activity damages a bonded connection, install new bond wire. B. Installation of Pipelinc Flange Isolation Devices S . Placement a. Install isolation joints af th� locations shown pn the Drawings. 2. Assembly a. Place gasket, sleeves and washers as recommended by the manufacturer. b. Fallow manufacturer's recommendations far even tightening to groper torque. 3. Testing a. Immediately a�er an electrical isolation fitting has been installed, contact the City t� perfornn testin� for electrical isolation effectiveness. 4. Painting a. Do not use metal base paints on electrieal isoiation devices. 5. Encapsulation a. Encapsulate below-grade isfllation jaints �rith the Denso Densyl Tape system after the isolation joint has been tested for effectiveness. CiTY OP FORT WORTH S"1'Alrfl]ARll CONSTRUCTIQN SPECIFICATIQN DOCUMENTS Itevised Deaember 20, 2012 South Westside V Elevated 5torage Tank City Project No. 143428 330410-6 1Q6�fT BONDING AND BL�CTRICAI. ISOLATIQN Page b of 6 3.� REP,A,�R 1 REST�RATION [NOT USED] 2 3.6 RE-INSTALLATION [NOT LTSED] 3 3.7 FIELD QUALiTY C�NTROL 4 5 b 7 8 9 l0 ll 12 13 14 15 16 17 18 19 2Q 21 A. Testing of Jaint Continuity Bands and Isnlaiion Joints 1. After the completion of the continuity bonding of individuaI joints, but before the pipe is backfilled, each bonded joint shall be tested for electrical cantinuity. 2. A DC current shall be impressed on the pipe on I side of the joint uader test using a portal�le 12-volt battery and a driven ground rod. Tk�e battery shall be connected such that the pasitive terminal is connected to the ground r4d and the negative terminal is connected ta the pipe section under test. The magnitude of test current is not important as long as it causes a ehange in pipe-to-soil potential on the section af pipe that is in the test current circuit. 3. The pipe-to-soil potential shall be measured on eac� side of the isalatian joint using a high i:mpedance volhneter and portable copper/copper sulfate referenee electrode with the iest current "on" and "off . 4. A joint is considered eleetrically continuous if the "on" and "off' potentzals are the same an either side of the joint under t�s.t. �. This same procedure shall be used ta test individual isolation joints except that the jaint is cansidered effective if the pipe-to-soil potential is not the same when tneasured on each side of the joirit when the test current is "on". 6. Record results and submit in accordance with this Speciiication. 22 3.8 SYSTEM STARTUP [NOT U�E➢] 23 3.9 ADJUSTING [NOT USED] 24 310 CLEANING [NOT USED] 25 3.11 CLOSEOiFT ACTNITIES [NOT USED) 26 27 28 29 30 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.I4 ATTACHMENTS �NOT USED] END OF SECTION Revision Log DATE NAME SiJMMARY OF CHA]VGE 12/24/2U12 D. Johnson 2.2.0 - Ivlodified material specifications for gaskets, sleeves and washers � CITY OF F4RT WORTH South Wastside V Elevated Storage Tank STANDAKD CONSTTtUC'1'I011! Sl'ECIFIGATIOIrf DOCUi4IENTS City Project No. 103a28 Revised December 20, 2012 330411-1 GORRO5ION CONTROL TEST 5TATIONS Page l af 7 1 2 3 PART1- GENERAL 4 1.1 SUMMARY S 6 7 8 9 1� 11 12 13 l4 15 16 17 18 19 20 21 SECTIOIV 33 Q411 CORRQSION COIVTROL TEST STATIONS A. 5ection Includes: I. Test station mater�als and installation requirements, as shown on the Drawings, at: a. Foreign pipeline crossings b. Cased crossings c, Belpw-grade pipeline electrical isolation joints 2. Required applications of corrosion control iest stat�ons include locatians where future testing is anticipated for the following reasons: a. Testing to determine the effectiveness of tlie iastalled Cathodic Prot�ctian systems and to allaw �ar startup adjustments b. Testing to determine interference effects frorn and on adjacent or crassing foreign underground structures c. Testing to determine sources and magnitude of stray DC cunrents and required mitigative measures d. Periodic rnonitoring ta determine status of existing Cathodic Protection systems, stray current and foreign line influsnce B: Deviations from this Ciiy of Fort Worth Standard Specification 1. Updated for project specific requirements. . 22 C. Related Specification Sections includa, but are not n�cessarily limitad to: 23 1. Division 0-- Bidding Requirements, Contract Forms, and Conditians of the 24 Gontract 2S 2. Division 1— General Requirements 26 3. Section 33 04 12 — Magaesium Anode Cathodic Protection System 27 1.� PRICE AND PAYMENT PROCEDiJRES 28 29 30 31 32 33 34 A. Measurernent and �'ayment 1, Measurement a. This Item is considered subsidiary to the Cathodic Protection eonsiruction. 2. Payment a. Th� wark p�rforn�aed �d �kie na.atexials furnished in accordance with this Item are subsidiary to the lump sutn price bid for "Cathodic Protection" for each material of utility pipe bid, and no other compensation will be allowed. 35 1.3 REFERENCES 36 A. Reference Standards 37 I. R�ference statadaa'ds cited in this Specifieation rcfer to the current reference 38 stanciard published at the time of the latest re�ision date logged at the end of this 39 5pecification, unless a date is speci�cally cited. 40 2. NACE Intemational (NACE). CPi'Y OF FORT WORTH 5outh Westside V Elevated Storaga Tank STANDARI? CONSTRUC'�iON 5PECIFICATTOIV DOCUMENTS City Project Na. 103428 Revised Decemher 20, 2Q 12 330411-2 CORROSTQN C�NTIZOL TEST STATEONS Aage 2 nf 7 1 1,4 ADMINISTRATIVE REQL]IREMENTS [NOT USED] 2 1.5 SUBMITTALS 3 A. Sub:mittals shall be in accordance vvith Section Q1 33 04. 4 �. All submittals shali !�e approved by the City prior to delivery andlor fabrication far 5 specials. 6 1.6 ACTION SUBMITTAL5/INFORMATIONAL 5UBMITTALS 7 8 9 i0 ll l2 !3 14 15 1.7 A. Product Data 1. Subrnit product data for all components of the Corrosion Control Test Stations. Data submitted shall include: a. Tesi Station b. Wiring c. Splicing materials d. Thermite weld materials e. Weld coa.tings CLOSEDUT SUSMITTALS 16 A. Structure-tn-soil potential data shall he submitted to the City. 17 1.8 MAINTENANCE MATERIAL SLTBMITTALS [NOT IISED] I8 1.9 QUALITY ASSURANCE 19 A. Certifications 20 1. Pro�ide manufacturer's certificat�ons that all components of the corrosion control 21 system meet the requirements of the Conteact Documents. 22 a. The certification shall reference the applicable Section of the Specifications and Z3 the applicable standard detaiIs. 24 B. Inspection 25 1. The City may, at its avvn cost, inspect the Cathadic Protectian materials prior to, or 26 during, installation. 27 28 29 30 3I 32 33 34 35 36 37 38 39 C. Drawings 1. The drawings for the corrosion controi test stations are diagram.matic azrd shall not be scaled for exact locaiions, unless scalas are explicitly stated on the specific drawing. 2. Field conditions, con#]icts with other utiliiies or mechanical and structural features shall determine exact Iocations. 3. Contractor shall note other exisiin� uriIities in the area and during excavaiion, shall nnt damage these uti�ities. 4. Any damaged utilities shall be repaired to the satisfaction of the City at the Contractor's expense. 1.10 DELIVERY, STORAGE, AND FIANDLING A. Delivery 1. Coordinate khe delivery of test station materials. CITY OF FOAT WOltTfI South Westside V Elevated Starage Tank STANllATill CONSTRUC'TION SPECIFICATIpN DQCUMEiVTS City Project No. 103a28 Revised December 20, 2612 33b411-3 CORROSjON CONTROL "fSST 3TATION5 Page 3 of 7 1 2 3 4 5 6 7 S B. 5torage and Handling Requirements 1. Secure and maintain a locatinn to stor� the material in accardance with Sectian O1 66 00. C. Packaging Waste Managernant 1. Dispose of waste materials properly and remove from job site after installatian is camplete. 1.11 �IELD [SITE] CONDITIONS [N[)T USED] 1.12 WARRANTY iNOT USED] 9 PART�- PRODUCTS 1D �.1 OWNER-FIIRNISHED �ox] OWNER-SiJPPLIED PR:ODUCTS [NOT USEDj 11 12 I3 14 15 36 17 18 l9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 2.2 MATERIALS A. Flush Mount Tesi Stati�ns 1. Test stations shall consist of tes� wires, a terminal head and a iraffiic box as shown on tk�e Drawings. 2. The terminal head shall be a 5 t�rminal "Big Fink" as rnanufaetured by Cott Manufaciuring Company or approved equal. 3. The test station shall be installed in a 24inch x 24-inch x 6-inch cancrete pad. 4. The Precast Concrete traffic box shall be a 1Q.2S-inch dsameter 3-RT r7vith a cast iran caver marked "CP Test" as manufactured by Brooks Products, Inc. or appra�ed equal. 5. Install a marker sign adjacent ta all flush-mounte� test stations. B. Above-Grade Test Stations 1. At t�st station locations where flush tt�ounted struciures cannot be installed, or where stated pn Drawir►gs, an above-grade test station shaII be used, and placed such thaY possible damage from vanc3aIism, traf�c, ete. is minimized. 2. The test station shall be a 5 terminal "Big Fink" as manufactured by Cott Manufacturing or approved equal. 3. The `Big Fink" t�st station shall be mounted oz� a 5 foot lengrh of 3-inch diameter W-x'esistant piastic conduit. 4. The test station shall be installed adjacent to a permanent structure, if available, far physical protection. a. If exposed to traf%c, provide a fran�ible base for test station. 5. The interior of the test statzan conduit shall be filled with Portland cement cancrete after th� inskallation of the test and bond wires. 6. The test station conduit shal! be installed with a I 2 inch diameter concrete foundation as shown on the Drawings. C. Permanent Reference Electrodes 1. The permanent raference eiect�ode shal� be a capper sulfate Permacell Ylus doubie tnem.brane ceramic cell in a geomembrane pacicage as manufactured by Corrpro Com�fanies, inc. or approved equal. CTTY O�' FORT WORTH 3outi� Westside V Elevated Storage Tank STAtYDAI2D CONS'i'RUCT103Y SPECIFICATIOIV DDCFJML�1�'TS City Pmject Na. k 03428 Revised Deeeinber 20, 2Q12 saaaii-a CbRROSIDN CaNTltOi. TE3T STATIQTIS Page 4 af 7 1 2 3 4 S 6 7 8 9 10 11 12 13 14 15 16 i7 18 19 20 21 22 �3 24 25 26 2. Equip with No. 14 AWG stranded copper wire with blue HMWPE insulation of suitable length to attach to the terminal board of the test sta�ion. D. Test Station Lead Wires 1. T�st statinb lead wires of all s.izes shall have TW, THW, or THHN insulation as shown on the Drawings. 2, InsuIation type shall be colar coded based upon connection to underground structures. a. Protected pipeline: white b. �'oreign structures: red e. Steel casings: yellow d. Peemanent reference cells: blue e. Anode header cable: black {HNIWPE) f. Unprotected ar existing pipeline: black (HMWPE) 3. Tesi station lead wires shall be terminated on the test station terminal board uti�izing crimped on solderless ring terminals. 4. All terminal boards sha�l be wired by the installer as shown on the Drawings. E. Thermite Weld Equipment 1. Charges and Molds a. Weld charges and mold size shal� be specified by the manufacturer for the specific surface eonfiguration. b. Use only the correct charges for the specitic application. c. Welding charges and molds sl�all be Erico, Cadweld ar Continental Industries Thermovveld. 2. Weld Coating a. Coat weld with bitumastic coating and protective weld cap; Carbaline or Royston Handy-Cap or approved equal. 27 2.3 ACCESSORIES [NOT USED] 28 �.4 SOURCE QUALITY CONTROL [NOT USED] 29 PART 3 - EXECUTION 30 3.1 INSTALLERS jNOT USED� 31 3.2 EXAMINATION [NOT USED] 32 3.3 PREPARATION [NOT USED] 33 3.4 APPLICATXON / [NSTALLATION 34 35 36 37 38 39 Install test stations at each af t1�e locations scheduled on the Drawings. At a minimum, test stations are required at each. of the following locatians: a. At all major underground metallic pipeline crassings b. At all cased crossings and tunnels (both ends) e. At all underground isolation flanges d. At a11 magnesium anode ground bed locations 40 B. General CITY OF FORT WORTH STANDARD CONSTEZUCT'IOIV SFECIFICATION DOCUME[VTS Ravised �ecember 2D, 2D12 South Westside V Elevated Storage Tank City Project No. 103428 s3aa�i-s CORROSiON GONTROL TE3T STATION$ Page 5 of 7 1 I. Install test stations at locations indicatcd on Drawings. 2 a. If a flush mounted test station zs not feasible in a pat�iculaX location, then an 3 above-grade tast station may be used, subject to approval by the City or its 4 designated representative. 5 2. Usa continuous test station lead wires without cuts or tears in the insulation. 6 7 S R iQ ll 12 13 14 IS 16 17 1$ 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 3. �.ocata test stations as indicated on Drawi�gs, as close to the pipe as passible. a. If the pipe is installed under a road, place the test station at the curb for easy aceess. �k. Attach test lead wires ta the pipe by thermite welding. 5. Attach tesi wires to the pipe prior to bacicfilling. 6. Use color cnded test wires as zndicafied on the Contract Dac�aments. 7. Wire test station terminal board configurations as shown on the Drawings. 8. At foreign gipeline crossing test stations: a. Notify the owners of the pipeline and obtain permission before the test leads are c.onnected to their pipeline. b. The foreign pipeline owner should have a representati�e pr�sent, c. Contractor shall not install le�d wires or bond wires on foreign pipelines. d. If foreign pipeline owner refuses test leads connected to their pipeline, the� document owner's refusal and install potential test station on water rnain. e. Document the owner's contact name, phone number, email address and date of contact. f. Submit documentation to the City or jts designated representative. C. F1ush-Mount Test Stations 1. Instal! as shown on the Drawings. 2. Sufficient stack shall be coiled beneath the test station to allow for soil settlement and to prevent �iamage to the leads during backfilling. a. Additional slack shall be left ta allow for withdrawal of the tenninal board a minimum of 18 inches abo�e the top of the precast concrete traffic box for test purposes. 3. install with permanent copper sulfate reference electrodes where indicat�d on the Drawings. a. Install permanent reference electrode approximately 6 inehes from the pipe. b. Compact native sail by harid around the elecirode. c. The balanee of the backfill shall be select granu�ar hackfill materiat. d. Saturate the backfilled permanent reference electrode with 5 gallons of water. 4. Set test statians installed outside areas of permanent paving materials in a Portland cement concrete pad. a. The concrete pad shall be a minimum of 24 inches square and na less than 6 inches thic�C. D. Abov�-Grade Test Stations 41 1. Install abave-grade test stations where indicated on Drawings. 42 2. Use and location of above-grade test stations shall be approved hy the City or its 43 designated representati�e. 44 3. Locate test station adjac�nt Eo a permanent structure (e.g. a power pole), if 45 available, for ghysical protection. CITY OF FORT WORTI�i South Westside V Elevated 5torage Tank STAIVDARD CONSTRUCTION SPIiCIFICATION DOCUMENTS City Project No. 1U3428 Revised December 2D, 2012 33D411-b CORROSipN CON'iROL TEST $TATION5 Page G of 7 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 31 32 33 34 3S 3.5 4. Coil sufficient slacic beneath the test station to ailow %r soil settlement and ta prevent damage to the leads during backfillin.g. 5. P�ur a 12 inch diameter conc.rete foundation around the test station conduit as shnwn on the Drawings. E. Test Lead Wire Attaehment 1. Attach test leads to the pipe by thermite welding diz'ectly ta the pipe an steel and duct�Ie iron pipelinas as shown on Drawings. 2. The pipe ta which the wires are to be attached shall be clean and dry. 3. When connecting directly to the pipe, use a grinding wheel or file to remove all coating, mill scale, oxide, grease and ciirt from an area approximately 3 inches square. a. G�ind the surface to bright metal. 4. The wires to be thermite welded to the pipe sha11 have approximately 1 inch of insulation removed from each end, exposing clean, oxide-free copper for welding. 5. Using the proper size thermifie weld mold as recommended by ihe manufacturer, place the wire between the graphite mald and tha prepared metaI surfaee. a. Use a copper sleeve crimped over the wire for all Na. 10 AWG or smaller wires. 6. Place the metal disk in the bottflm of the mold. 7. Pour the thermite w�ld eharge in�o the mold. 8. Squeeze th� bottom of the cartridge to spread ignition powder o�+er the charge. 9. Close the rnold cover and ignite the starting powder with a flint gun. 1D. Af�er the exothermic reaction, remo�e tl�e thermite weld mold and gently strike the weld with a hamxner to rernove the weld slag. l 1. Pull on the wire to assure a secure eonnection. 12. If the w�ld is not secure or the wire breaks, repeat the procedure. l3. If the weld is secure, coat all bare metal and weld metal witii bitumastic coating and protective cap. F. Post Installation Backf'illing of Test Station -- Lead Wires 1. Protect test station �v�res to pre�+ent damage to the wire insulatian and conductor integrity during backftlling. 2. After completion of the backfilling of the test wires to the pipe, verify the connection by measuring and recording a pipe-to-soil potential. 3. Repiace any test wire fonnd to have a high resistance connection. REPAIR / RESTORATION [NOT USED� 36 3.b RE-1NSTALLATI�N [NOT USEDj 37 3.� FLELD QUALITY CONTROL 38 A. All test stations shall be visually inspected during the fiinal walk through. 39 B. Materials or installation worl� not confnrming to the requ�rement of this Specification 40 shall be replaced ar repaired to the City's satisfaction. 41 C. Damaged ar missing tesl station campanents sha1S be replaced by equal components. CI'i'Y OF FORT WQRTH 5outh Westside V Elevated Storage Tank 5TANDAAD COIVSTRL]CTIpN SPECIFICATION DOCUiv1EIYTS City YrojecE Irin, i 03428 Revised I7ecember 20, 2012 3304 i1 -7 CORR05IO�T CONTROi. TEST STATIONS Page 7 of 7 � 2 3 4 5 6 7 8 9 t0 11 12 13 l4 15 16 �7 18 I9 20 2S 22 23 24 3.� SYSTEM STARTUP A. Commissioning 1. Native state structure-ta-sail potentials shall be acquired along the water main and suhmitted to the Gity. B. Method 1. Measur� native state structure-to-soil potentials along the water line using a portable reference electrode at the following locations: a. Each test station b. Above grade pipeline appurtenances c. Test stations an foreign pipelines crossing or paraliel to th� water main. 2. Verify tha# aIl electrical isolation devices are nperating properly including flange isolators and casing s�acers. C. Contractor is responsible for all testing. D. A!1 testing is to be done by or under the supervision of certiiied NACE p�rsonnel. E. Record results and submit in accordance with this Speci�catipn. 3.9 ADJLFSTING [NOT USED] �.io cLEalviNc �NOT usEn� 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTiON [NOT USED] 3.13 MAINTENANCE A. Refer to Saction 33 04 !2. 314 ATTACFIMENTS [NOT USED] END OF S�CTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Iohnson 2.2,D.2 — revised insulation eolar coding 25 CITY OF FORT WORTH STANDARD C�NSTRUCTIOIQ 5PECIFICATIO[Y DOCUMEI+f'fS Revised December 2D, 2012 South Westside V Eievafed Storage'�ank City Project No. 1U3428 3a aa iz - i MAGl�'ESNM ANODE CATHODIC PROTECTION Page f oFla � SECTION 33 Q4 12 MAGNESIUM ANODE CATHODIC PR�TECTION 3 PART1- GENERAL 4 1.1 SUMMARY 5 �. Section Includes: 6 1. Requirements far Cathodic Protection 5ystems ductile iron pipe using Magnesium 7 Anodes 8 2. The Cathodic Protec�ion 5ystem shall include, but not be limited to the Following: 9 a. Materials and installation 10 b. Post-ins�allation survey 11 c. Final Repart to include recommendations l2 B. Deviations from this City of Fort Worth 5tandard Specification 13 1. Items not associated with this project's duciile iron gipe have been deleted. 14 2. Weight and size of anodes defined. 15 3. Test Stations changed fronn txaffic bax to past tnounted. 16 4. Depth and lac�tian of anodes defined for project specifics. 17 C. Related Specificatian Sections include, but are not necessasily tiznited to: 1 S 1. Division 4— Bidding Requirerrients, Contract �orms, and Conditions of the 19 Cantract 20 2. Divisionl — General Requirements 21 3. Section 33 05 26 — Utility Markers/Locators 22 1.2 PRIC� AND PAYMENT PROCEDURES 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Measurement and Payment 1. Measure a. Measureznent for this Item shall be by lump sum and shall inciude joint banding, electricai isolation and corrosion control test stations. 2. Payment: a. The work performed and maierials furnished in accordance with this Item shall be paid for at the lump sum price bid for "Cathodic Protection" for each material of utility pipe bid. 3, The price bid shall include: a. Mobilization b. Anode groundl�eds e. Anode test stations d. Excavation e. Furtiishing, placement, and compaction of backiill f Field welding g. Connectians h. Adjustments i. Tes.ting j. Clean-up CITY OF FORT WORTH 5outh Westside V Elevated Storage Tank STANDARD CONSTRUCTTOi�f SPECI�ICATIQN DOCLTMF.NTS City Pmject No, ] 03428 Revised Decemher 20, 2012 33 0A ! 2 - 2 MAGNESICJIvI ANODE CATHODIC PROTECTION Page 2 of 10 k_ Start-up/Commissioning 2 1.3 REFERENCES 3 A. Abbre�iations and Acronyms 4 1. AWG: American Wire Gauge 5 2. CSE: CopperlCopper Sulfate Reference Electrode 6 3. HMWPE: High Molecular Weight Po�yethyl�ne 7 8 9 �n ll 12 13 14 15 I6 l7 18 19 20 21 22 23 24 25 26 27 28 29 36 3S 32 a� 34 35 36 37 B. Definitions 1. Anode: T`he elecirade af atz electrachemical cell at which oxidation occurs. Z. CablelWire: One conduc.tor or multiple conductars insulated frflm one another. 3. Cathode: The electrode af an electrochemical cell at which reductian is tl�e principal reaetion. 4. Cathodic Polarizatiott: 1'he change af electrade potential in the negative direction caused by direct current (DC) flow across the electrode/eleetrolyte interface. S. Cathodic Protection: A techniyue used to reduce the conosian of a matal surface by making that surface the cathode of an elecirochez�ical cell. 6. Corrosion: Degradation of a material, usually a metal, that resu�ts from a reaction with zts enviromnent. 7. Corrosion Control Engineer: NACE certified, licensed enginecr in the stake of Texas, employed by a Corrosion Engineering Firm. 8. Corrosian Engineering Firrry: Engineeting �rm in eharge af the corrosion proteetion design an beha�F qf the Contractor. 9. Criterion: Standard for assessment af the efFectiveness of a Cathodic Protection System. 10. Current: Flow of electric chatge. 11. Electrocie: A con�ductar used ta establisk� contact with an electrolyte and through which current is kransferred to or from an elecirolyte. 12. Electrolyte: A chemical substance coniaining ions that migrate in an electric field (i.e., soil or water). ! 3. Foreign Structure: Any metallic structure that is not intended as a part of a system under Cathodic Prot�ctian. 14. Galvanic Anpde: A mefal that pm�ides sacrificial protection to another metal that is less active (more noble) when eleetrically coupled in an electrolyte. 15. Interference: Any electrical disturbance on a metallic structure as a result of �tray current. 16. Pipe-to-Electroly�e Potential: The potential difference between the pipe and the electrolyte that is measured with rcference to an electrode in contact with the electrolyte. 38 17. Polarized Potential: The potential across the struciure/electro.lyte interface that is 39 the sum of t�e free coz'rosion patential and the cathadic polarization 40 1�. Refez'ence Electrode: An electrode whose open-circuit potential is constant under 41 similar conditions of ineasurement and is used to measure the relative pote�tials of 42 other eiectrodes 43 19. Stray Current: Current flow through paths other than the intended circuit. CTTY OF FORT WflRTH South Westside V Elevated Stnrage Tank STA�YDASZD CONSTTiUCTION SPECIFICATION DOCUMENTS City Pro}ecE [�To. i 034Z8 Revised December 20, 2012 33UA 12-3 MAGNE3TUM ANODE CATHOUIC PILOTECTI01� Page 3 af LD 1 24. Voltage: Electromotive force ar difference in eleetrode potential expressed in volts. 2 C. Reference Standards 3 1. NACE Intemational (NACE}. 4 i.4 ADMINISTRATIVE REQUIREMENTS �NOT USED] S 1.5 SUBMITTI�I.S 6 A. Submittals shall be in accordance with Section �1 33 00. 7 B. All submittals shall be approved by the City prioz' to delivery. 8 1.6 ACTION SUSMITTALSIINFORMATIONAL SUBMITTALS 9 10 ll 12 13 14 15 16 17 A. Froduct Data 1. Submit product data for all components of the Cathodic Pro�ection System. Data submitted sha11 inc�ude: a. Anodes b. Anode Test Stations c. Wiring d. Splicing Materials e. Thermite Weld Materials f. Weld Coatings 18 1.7 CLOSEOUT SUBMITTALS 19 20 21 22 23 24 25 26 A. The results of all testing procedures shall he submitted to the Engineer or the City for review and approval. Testing i�fortnation required includes: l. Azkode groundbed current outputs 2. Pipe-to-soil potentials 3. Results of interference testing 4. Results of electrical isolatia�n joint tests 5. Operating and maintenance instructions B. R�sultis of all testing are to be submitted to Owner fQr inclusion in the O&M manual. 27 C. Pravide written documentation from the Corrasion Cantrol Engineer of any deficiencies 28 diseovered during the post installatian inspection. 29 1.$ MAINTENANCE 1VIATERIAL 5UBMITTALS �N�T USED] 30 1.9 QUALITY ASSURANCE 31 A. Qualifcations 32 1. Cathadic Protection instailer si�all show adequate documented experience m the 33 type of Cathodic Proteetion work required for the ptoject. 34 B. Certifications 35 1. The Confiractar shall, upon request by City, furnish manufacturer's certified test 36 repnrts that indicate that anodes meet Specifications and that all tests have been 37 performed in aecordance with �he applicable standards. CITY DF NOli"T WORTH South Westside V Elevated Starage Tanlc 5TANDARD CONSTRUCTIDN SPECIFICATIO]V DOCUMENTS Ciry Project No. 1fl3428 Revised December Z0, 2012 330412-4 MAGNESIUM ANODE CATI3017IG PRQ"I'ECTION Page4oflU [l 2 3 4 5 1.10 DELIVERY, STQRAGE, AND HANDLING A. Delivery of Cathodic Protection materials sha11 b� coardinated by the Contractor. B. Starage an.d Handling Requirements 1. Secure and maintain a lacation to store the material in aceordance with 5ection O1 66 00. 6 C. Pacicaging Waste Management 7 1. Dispose of anode and themtite weld material packaging properly and remove fram 8 the jab site after s.nstallation is compiete. 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] lff L12 WARRANTY [NOT USED] l l PART � - PRODUCTS 12 2.1 OWNER-FURNISHED �oe] OWNER-SUPPLIEDFRODUCTS �NOT USED] 13 14 15 16 17 18 19 20 2.2 MATERIALS A. Sacrificial Anodes - Ma�nesium 1. Magnesium Anodes a. Use high potential prepackaged Magnesium Anodes with a cast anode weight of 40 pounds, and a nominal3" x 3" x 60" ingot size. b. The metallurgical composition of the M�gnesium Anades al�all conform to the following: Element Canfent % Ai o.ai � o.so t� i.�o Cu 0.02 Maximum Ni O.OQ1 Ma�cimum Fe 0.03 Maximum Other Q.OS Each ar d.3 Maximum Tvtal Ma nesium Remainder 21 22 23 24 2S 26 27 28 29 30 31 2. Magnesium Anode Current Capacity a. Magnesiurn Anodes require a current capacity of no �ess than 500 amp-hours per pound of magnesium. 3. Anade Backfill Material a. iTse chemical backfill material around all galvanic anodes. b. Sackfill pravides a reduced contact resistance io earth, provides a uniform environment surrounding the anode, retains maisture around the anode and prevents passivation of the anode. c. All galvanic anodes shall eorne prepackaged in a backfill material conforming to the following composition: CITY OF FORT WOliTH 5outh Wesiside V Elevated 5torxge Tank STAlVDARIJ COAISTRUCTiON SPECIF[CATION DOCUMENTS City I'%{ect No. 103428 Revised ➢ecember 2�, 2012 33 oa iz - s IvIAGNE3I{1M ANODE CATHODIC PROTECTION Page 5 of 1 U 1 2 3 � 5 6 7 8 d. e. 1) Ground hydrated gypsum: 7S percent 2) Fowdered bentonite: 20 percent 3) Anhydrous sodium sulfate: 5 percent 4} Have a grain size backfill such that 100 percent is capable of passing through a 20-mes�i screen and 50 pereent is retained by a ID4-mesh screen. Completely surround the anode with the back�ll mixture within a cotton bag. For cast magnesium ingots, the required weight of back�ll shall be as follows; Anode Weight Back�ll Wei�ht Total Weight Pouncis (Pounds) Pounds 17 44 6i 20 50 '70 32 _ 58 90 40 65 105 48 48 96 60 70 130 9 14 ll 12 13 14 15 lb 1'7 18 19 za 2i 4. Anode Lead Wires a. For the lead wire for the Magnesium Anodes, use a lfl-foot length ofNo. I2 AWG soiid copp�r wire �quipped with TW of THW insulatian. 5. �,ead Wire Connectian ta Magnesium Anode a. Cast Magnesium Anodes with a 20 gauge galvanized steel core. b. Extend 1 end of ihe core beyond the anode for the lead wire coritxecrian. c. 5ilver-solder the lead wire ta the core and fulty insulate the connec�ion. B. Sp.licing Tape i. Tape used for covering anode lead wire to anode header cable connections shall be 2layers of Scotch 130C rubber splicing tape, then 2 layers of Seotch $8 viny! electrical tape as manufactured by 3M Seotch, or approved equal. 2. Taped splices shall be covered with a coating af 3M Scotchkote elecfrical coaking, or approved equal, 22 C. Crimping Lugs 23 l. Crimping lugs used ta connect the anode lead wire to anode header cable shall be 24 copper compression crimpit Catalog No. YC10C10 as manufactured by Burndy, or 25 approved equal. 26 27 28 D. �lnode Header Cabia L. Anode header cables routed b�tween the anode groundbed and the test stalions shall be #8 AWG stranded copper conductors with type HMWPE insulation (black). 29 E. Anode Test Stations 3p 1. Tesi siations shall be gosf mounted and consist of iest wires, riser and a terrninal 31 head as shown on tlae Drawings. 32 2. The te:rminal panal shall be 5 post Big Fink as provided by Cott Industries, ar 33 approved equal. 34 F, 5huni 35 i. Manitoring shunt shall be a D.01 ohrn Type RS shunt as manufactured by 36 Halloway, or approved equal. 37 2. Tkiez'e shall be at least 1 shunt in each Magnesium Anode test station. C1TY OF FORT WORTH Saulh Westside V Elevated Storage 7'ank STANDAIiD CONSTRifCTION SPECIFIGAT[ON DpCUMENT5 City Project No. ] 03428 Revised Qecember 20, 2012 330q12-6 MAGI�SIUM ANODE CATHODIC PROTECTION Page 6 of l0 1 G. Test Lead Wire Z 1. Test station lead wires shall be #12 AWG stranded capper cable with type TW, 3 THW ar THHN insulation, black in color, 4 H. Permanent Referenee Electrode 5 1. The permanent reference electrode sha116e a eopper sulfate Permacell Plus double 6 membrane ceramic cell in a geomemhrane package, as manufactured by Corrpro 7 Coznpanies, Inc., ar approved equal. 8 2. The permanent reference electrode shaij be equipped with No. 1�4 AWG stranded 9 copper wire with blue HMWPE insulation of suitable length to attach to the 10 terminal board of the test station. 11 I. Marker Sign 12 1, Provide marker sign in aqcardance with Sectit�n 33 OS 26. t3 2,3 ACCESSORIE5 [NOT USED] 14 2.4 SOTIRCE QUALITY CONTROL [NOT U5ED] 15 PART 3 - EXECUTTON I6 3.1 INSTALLERS [NOT USED] 17 3,2 EXAMINATION [NOT USED] 18 3.3 FREPARATION [NOT USED] 19 3.4 2Q 21 22 23 2�} 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 INSTALLATION A. Installatzon of Sacrificial Anodes 1. Placement a. Each anode shall be installed vertically in a� 2-inch diameter hole with the top of the anode ai the sam� elevation as the top of pipeline maintaining the s�acir►g as shown on the Drawings. b. Centerline of the anode shall be at a minimum of 5 feet from the centerline of the pipe. c. Anodes shall be installed within the pro;ject right-of-way. 2. Augured Hole a. The anade hole diameter shall easily accaznrriodate the anode. 3. Backfilling a. After th� hole is augured, the packaged anode shall be lowered into the hole and the soil shalS be fumly tamped around the package so that it is in intimate con#act with the package. b. Pour a minimum o€ 5 gal[ons of water into �e anpde hple. c. Backfill the remainder of ttie anade hole. 4. Anode Lead Wire a. Lead wires from the anodes shall be run underground at a minimum depth of 24 inches. b. Each anode Iead wi�re shall be cannected to an aqode header cable as indicated on the Drawings. CITY QF FORT WOIZTH South Westside V Llevated Storage Tank STANDARD CONSTRUCTION SPECIFICATION DdCUMEIYTS City Praject No. ] 03428 Revised l7ecemher 20, 2012 33 04 12 - 7 MAGNE3IUIWI ANODE CATHODIC PROTECTION Page 7 of 10 9 � 4 5 6 7 8 9 ID ll 12 13 14 15 16 17 18 14 2d 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 5. Handling a. Anodes shall be handl�d in a manner that will avoid damaging anode materials and wir� connections. B. Tnstallation of PermasYent Reference Electrode 1. Location a. Install 1 permanent copper sulfate reference electz-od� at each anode ground bed. b. The permanent referet�ce electrade shall be within 6 inches of the pipe at pipe deptl�. c. Prepare and instaIl the permanent reference electrode in strict accordanee with the manufacturer's recommendations. 2. Placement a. Piaee the permanent reference elecirode in the same ditch with the water line and carafully cavered with the same sail as the pipeline backfill. 3. Lead Wire a. Protect the permanent reference electrade lead vvire during backfill operations and rQute to the test station along with the water line test leads and anode gxound bed cables. C, In�tallatian of Wire and Cable t . Depth a. Al� underground wixe and cable shall be installed at a minimum af 2� inches below itnal grade with a minimutn separation of 6 inc�es from other underground structures. 2. Anode Headar Cable a. Each anode lead wire shall ba connected ta a#8 AWGIHMWPE header eable �hich shall be routed inta a flush-to-grade test station. 3. A�ode Lead Wire to Header Cable Cannection a. Each anode lead wire to header cable connectian shall be made using a copper compression connector. b. Each connection shall be taped using z-ubber tape, vinyl tape and coated with Scotchlcate electrical coating as shQwn on the Drawings. 4. Anode-to-Pipeline Connection a. Coranect each group of anodes to the pipeIine through a test station as shawn on the Drawings. h. A O.UT ohrxi shunt shall be used to conn.ect th� anode header cahle to the pipeline as shown on the Drawings. 5. A 3-inch wide, yellow, non-detectahle warning tape labeled "Cathodic Protection Cable Buried Belnw" sha11 be buried at a depth of 18 inches below the surface and along the length of all Cathodic Protection cable trenches. D. Test Lead Wire Attachment 1. Test Iead cables shall be attached to the pipe by thermite welding. 2. The pipe to which the wires are to be attached shall be clean and dry. 3. A grinding wheel sha11 be used ta remove all coating, mill scale, oxide, grease and dirt from the pipe over an area approximately 3 inches square. a. The surface shall be cleaned to bright m�tal. CITY OF FORS WORTH STAIYDAIill CONSTRUCTIOAi SPECIFICAT[OIV DOCUMENT5 Revised December 20, 2012 5outh Westside V Elevated 5torage Tank City Ptoject AIo. 143428 33Q412-S MAGNESNM ANODE CATHQDIC PROTECTTON Page 8 of 16 1 2 3 4 5 5 7 8 9 16 ll 12 13 14 15 16 17 I8 I9 20 21 A�. The wires to be thermite welded ta the pipe shall have approximately 1 inch of insularion removed from each end, exposing clean, oxide-free capper for welding. S. Charges and Molds a. Weld charges and mold size shali be as specified by the manufacturer for the specific sur�ace configuration. b. Care sha1S be taken during installation to be sure correct charges are us�d. c. VVelding charges and molds shall be the product af a manufacttzrer regularly engaged in the production of such makerials. 6. Using the proper size thermite wel� mold as recommended by the manufacturer, the wire shall be placed between the graphite mold and the grepared metal surface. 7. The metal disk shall be placed in the bottom of the mold. 8. The cap from ti�e w�ld charge container shail be removed and the contents poured into the mold. 9. Squeeze the bottom of the weld charge container to spread ignition powder over the charge. 10. Close the mold cover and ignit� the starting pawder with a flint gun. The mold should be held firmly in place until aIl af the charge has burned and the vveld has caoled slightly. 11. Remove the thermite weld mold and gently strike the vaeld with a hammer to remove the weld slag. 12. Pull on the r�rire to assure a secure connectian. 22 i 3. If tlie weld is nok secure or the wire breaks, repeat the procedure. 23 14. If the weld is secure, coat alj bare metal and weld metal with weld coating and 24 pratective cap. 25 26 27 28 29 �a 31 32 33 34 E. PosY Mountcd Anode Test Starions 1. Post mounted anode test stations shall be installed as shown on the Drawings. 2. Sufficient slack shalI be coiled beneath the test station to allow+ for soil settlement and to prevent damage to the teads during backFlling. a. Additional slack shall he left to allow for withdrawal of the terminal board a minimum of 12 inches a6ave the top of the concrete pad for test purposes. F. Post Instal�ation Backiilling of Cables General a. During the backfilling aperation, cablas shall be protected to prevent damage to the wire insulation and conductor integriTy. 3S 3.5 REPAIR 3b A. Cut wires shall he spliced hy using a cppper compression connector. 37 1. Th� connection shall be campletely sealed against moisture penetration by the use 38 of rubber tape, �inyl tape and Scotchkote electricai caating. 39 B. Damaged or missing test station componenis shall be replaced by equal components. 40 3.6 RE-INSTALLATION [NOT USEDj 41 3.7 FIELD QUALITY CONTROL 42 A. Fi�ld Tests and Inspections C1TY OF FORT WORTH South Westside V Elevated Storage Tank STANDARD CONSTRUCTIDN SPECIFICATION DOCUMENTS Ciiy Pro�ect No. l U34Z8 Revised I�ecember 20, 20 k2 330412-9 MAGIY�SSIUM ANODE CATHODTC PROTECTTON Pagc 9 of 10 1 1. All contpon.ents of the Cathodic Protection System shall be visually inspected by 2 the City prior to cammissioning of the system. 3 3.8 SYSTEM STARTUP 4 5 6 7 8 B. Equigment 9 1. All Cathodic Prot�ction testing instz'umettts shall be in praper v�rorking order and 10 ealihrated according to factory specifcations. A. General L The Cathodic 1'rotec�ion System shall he inspected, energized and adjusted (commissioned) as soon as possible after the Cathodic Protection equipment has been installed. 11 C. Commissioning 12 1. The commissioning of the Cathodic Protection System shall be perfoz�med by, ar I3 under the direct supervision of, the Car�rosion. Engineering Firm qualified to v�rify 14 cam.pliance with this Speeification and with the referenced corrosion contral 15 standar�s set forth by NACE Iniernational. !6 17 1$ 19 20 21 22 D. Method 1. 2. 3. 4. 5. 6. 7. 8. Measure native state structure-ta-soil poteniials along the water line �sing ihe permanent reference electrodes at each anade t�st station and a portable referenee electrode at alI otl�er test stations and at ahove grade pipeline appurtenances. Energize #he Cathodic Protection System by connecting each Magnesium Anode groundbed to the pipeline lead in the test station junction bax by means of a 0.01 ohm shunt. Reco�d each anode groundbed current using the shunt. Allow sufficient tirne for the pipelina to paIarize. Adjust, if necessary, the Cathodic Protection current output in each anode test station to satisfy the 100-mV polarization shift criterion or the -850 millivolts-CSE polarized potential criterion as cstablished by NACE Interttationai standards, Aecord all tFinal current outputs measurec� at each test station. Verify that all el.ectrical isolation devices are operating properly including flange isolators and casing spacers. Verify that interference does not exist with foreign structures. 23 24 25 26 27 28 29 30 31 32 9. Ferform joint tests with orvners of th� foreign sttuctures (if any} a�nd mitigate any 33 interference detected. 34 10. If necessary, install resiatance bonds to mitigate interference. 35 36 37 38 3.9 1 L Interference testing coordination with the owners of foreign structures is the responsibility of the Cathodic Protection tester. �. Verificatinn and Responsibilities 1. Contractor shall correct, at his expense, any defieiencies in materials or installatzon pracedures disco�vered during the post-instalIation inspection. CITY 0�' FORT WORTH Souih Westside V Elevated Slarage Tanic STANDARQ CONSTRUCT'ION SPBCIFICATION DOCUNEENTS City Project �Iq, I p342& Revised Decemher 26, 2Q12 3a aa �z - io MAGIVEBIC]M ANi�DE CATHODIC PIZOTECTIQN Page l0 of 10 1 3.9 ADJUSTING [NOT L]SED] 2 310 CLEANING [NOT USED] 3 3.11 CLOSEOUT ACTIVITIES [NOT USEDj 4 312 PROTECT�ON [NOT USED] 5 313 MAINTENANCE [NOT iFSED] b 3.14 ATTACHMENTS [NOT USED] 7 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE S CITY OF FORT WQRTH 5outh Westsidc V Elevated Storage Tank 3TANDARD CONSTRUCTIONI 5PEGIFICATION DQCUMENTS City Praject No. 103428 Revised Deccrnber 20, 2012 33 l2 22- l MOTOR OPERATORS FOR BUTTERFLY VALVE3 Paga l af S 1 SECTION 33 12 22 2 MOTOR OPERATORS FOR BUTT�RFLY VALVES 3 PART1- GENERAL 4 1.1 5IIMMARY 5 A. Section Includes 6 1. Furnish all Iabor, materials, equipment and incid�ntals required to campletely 7 install and put inta operation the motor operator for the butterfly valve as 8 specified herein and shown on the drawings. 9 B. Related Specification Sections include but are not necessarily limitedto lD I. Di�ision 0— Bidding Requirements, Contract Forxrxs and Canditions of the Cantract 11 2. Division 1- Genera1 Requirements. 12 3. 5ection 33 12 2l AWWA Rubber-Seated Butterfly Val�es 13 1.� REFERENCES I4 A. Reference Standards 15 1. Reference standards cited in this specification refet-to the current reference 16 standard published at the time of t}�e latest revision date logged at the end af 17 this specification., unless a date is specifically cited. 18 1.3 SUBMITTAL� 19 A. Submittals shaIl be in accordance with Section O1 33 00. 2p B. Al! submittals shall be appro�ed by the Ownez prior to delivery andlor fabrication far 21 specials. 22 1.4 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 23 A. ProduCt Data 24 1. Motor operatar data sheet showing voltag�, horsepower, fuil load amps, locked 25 rotor amps, etc. 26 B. Shop Drawin�s 27 1. Project specific motor operatar control schematic/wiring diagrams. 28 2. Valve toraue calculations and resulting actuator and motor sizing. 29 a. Provide tarque calculations throu�k tha full range of operations for all motar 30 operated valves. 31 3. Motor aperatar torque. 32 C. Certiiicates 33 1. Per%rmance TestCertificate 34 I.5 CLOSEOUT SLTBMITTALS 35 A. Operation and Mainienanc� Data South Westside V Elevated 5torage Tank City Project No. 103428 33 12 22- 2 MOTOR OPETL4TOR5. FOli BUTT�R�'LY VALVES Page 2 of 8 1 2 3 �E S 6 7 l, Manuals shall be prepared by the equipment manufacturer and shall also incorporate appropriate final certified Shop Drawings and final wiring diagrams. Manuals may �e the manufacturer's standard instructions but shall be suppleFnented as necessary to cover any special featzu'e not included in standard material. Q&M manuals shall include storage instnzctions, operator installatian and adjustment procedures and troubleshooting procedures. 8 1.6 MAINTENANCEMATERTAL SUBMITTALS 9 A. Spare Parts 10 1. Furnish one set of speeial tools required for the proper servicing of all 11 equipment supplied under thase Specifications, packed in a suitable steel 12 tool chest with alock. 13 2. If requir.ed for normal operation of the �ctuator, fu�-nish a wireless 14 con�guratoz' capable of reconfguring tk�e unit without opening the 15 enclosure 16 3. The successful bidder, to allow for actuator rebuiid or repair, shall invcntory 17 a cQmplete compliment of sparc parts. All spares shall be avazIable to 1 S Owner personnel within 72 hours of x'equest as not ta delay operations. t9 1.� QUALITY ASSURANCE Za 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 A. Unit Responsibility and Coordination 1. The actuator manufacturer shall be responsibl� for verifying that the elec�ric actuator provided is adequate to operate under tl�e specific flow, pressure, and other conditions far this prnject. Electric actuator shall be designed, fabricated, tested, and installad by iactory-authorized representatives experienced in the design and manufacture of the eyuipment. B. Certifications 1. Performance 'I`est Certiiicate x. Each actuator must be perfarmance tested and individuaI test certificates shall be suppIied free-of-chargc. The test equipment shauld simulate a typical valve load and the following parameters shauld be recorded: l) Current at maximurr� toraue setting � 2) Torque at maaci�nurta torque setting � 3) Flash TestValtaga 4) Acivatar Output Speed or Operating Tirne b, ln additi.on, the test eerti�cate should record details of specification, such as gear ratios for both manual and automatic drive, closing direction, and wiring diagram codc numb�r. 38 C. Preconstruction Testing 39 1. Cycle test to be t7vitnessed by the Engineer, Contractor, and Owner's 40 Representative prior to delivery to jobsite if requested. 41 1.8 DELiVERY. STORAGE, AND HANDLING 43 A. Storage and Handling Requirements 3out1� Westside V Slevated Storage Tank Ciiy Project Nu. 103428 33 i 2 22- 3 MOTOR OPERATQRS FQR BUTTEEtFLY VALVES Page 3 af 8 I 1. 2 3 4 2. 5 6 3. 7 S 4. 5 All parts shall be properly protected so that no damage or deteriaratian will accur during a prolonged delay from the tirne of shipment until installation is campleted and the units and equipment are ready for operation. The �`inished surfaees of all exposed flanges shall be protected by waoden blank flanges, strongly built and securely bolted thcreto. Finished iron or steel surfaces not painted sl�all be properly protected to prevent zust and corrasian. Follaw aIl manufacturer's instructions for storage, installation and field wiring of the actuator at the jobsite. ia 1.9 FIELD [SITE] CONDITIONS 11 1.10 EXI�TING CONDITIONS t2 A. The equipment to he provided undex this section shall be suitable for insiallation 13 and operation in potable wat�r systems. 14 1.11 WARRANTY 15 16 17 18 19 20 21 22 23 24 A. Manufaciurer Warranty 1. Each actuatar s�a11 be warranted for a period of 60 months from date of suhstantial completian of the entire project. This warranty shall be held in effect regardless of pre-commissioning conditions in a typical indoor ar outdoor environrnent as lon� as the actuator is not abused ar disassembled. This warranty shall not require the use of special storage procedures (such as the use of indoor storage, plastic bags, desiccants, and the energization of heater(s)) in arder to be maintained. If any part of the equipment should fail during tne warranty period, it shall be replaced, and the unit(s) restored to service at no expense to the Own�r. 25 PART � - PRODUCTS 26 2.1 SUTTERFLY VALVES 27 A. Refer to Section 33 12 21 — AWWA Rubber-SEated Butterfly Valves 28 2.2 MULTI-TLTRN AND QUARTER TURN VALVE ACTUATOR 29 34 31 32 33 34 35 36 37 38 39 40 41 42 A. Manufa�turers l. Manufacturer List a. AUMA Aumatic b. Rotork IQ c. Beck d. No other manufactures will be aonsidered. 2. Electric motor operators sha11 he provided by the Iocal Representative. B. Per%rrnance / Design Criteria 1. General a. Operating flows, pressures, and open/close titne. 1} Flows of up to 21 MGD 2} Pressures oFup to 150 psi 3) Minimum time to fully open va�ve 490 seconds. 4) Minimum time ta fully close valve 490 seconds 5autfi Westside V Elevated Stnrage Tanl€ City Project Aio. t03428 3� 12 22, 4 M�TOItOPERATOIt5 FORBUTTERFLY VALVES Page 4 of 8 1 5} The opening and cIosing times indicated above shall be linearly 2 interpolated for partial open ar►d partial close s�ttings. 3 b. Valve and actuator shall operate in the above conditions without damage 4 to the valve or actuator. 5 c. The actuator shall be a modulating service type acluator. Modulating 6 service actuator shall have position feedback signaL The valve actuator 7 shall have a transmitter that shall output a 4-2qrna signai prraportional ta 8 position. 9 d. Electric actuator shali include the 120 VAC / 5ingle Phase/ 60 Hz 10 eiectric motor, integral worm gear, reduction gearing, valve stem drive 1! nut/bushing, position limit switches, mechanical overload torque I2 switches, ductile iron gear case, local pushburton control station, close- 13 coupled circuit breaker riisconnlect and automatic de-clutchable 14 handwheel. ElecYric a.ctuator shall have integral phase failure protection 15 relay. 16 e. The electric motor valve operators shall be of the reversible motor type. 17 The rated torque capability of each operatar shall be suf$cient ta sea.t, 18 unseat, az�d rigidl.y hold in any pasition the valve disc under the operaY.ing 19 canditions specified herein. 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 3fi 37 38 39 40 41 42 43 44 45 2. Actuator 5izing a. T�►e actuator shall be sized to guarantee valve closure af the specifed differential pressuz'e. The safety margin of motar power available for seating and unseatiug the valve shall be sufficient to ensure torque switch trip at maximum valve tarque with the supply voltage 1�% below nominal. The operating speed shall be such as to give valve closing and opening as shown in the valve schedule. 3. Ambiant Temperature a. The actuatar shall be capat�le of functionsng in an arnbient temperature ranging from minus 22° F(- 30° c) ta plus 158° F(-+- 70° C). 4. Moior a. Electric motors shall be speciiically designed %r valve actuator service, be short time duty rated (S2), and shall be totally enckased, nan- ventzlated. The enclosure slaall meet NEMA 6(ternporary submergence, 6�t. head for 30 tninutas). Motor si�all be capable of operatian und�r tnaximum specified loads when the voItage to the motor is-�-/- 10% af the nominal voltage. Motor shall have Class F insulation wifih thermal overlaad sensors imbedded in the motor windings. b. Protection shaIl be pravxded �or the �notox as follows: 1) Tha motar shall be de-energized in the event of stall when attempting to unseat a jammed valve. 2) A thermostat imbedded in the windings to protect against overheating shall sense motor temperature. c. The motor operatar shall have a seating tprque 50% greater than the nn�imuzr� tarque required to operate the valve. 5. Gearing 5outh Wesrside V�levated Starage Tank ciry Project Na. 1a3a2s 33 l2 22- 5 MOTORpPERATQRB FORBUTTERFLY VALVES Paga 5 af S i a. Mator speed reduction shall be by means of a gear train consisting of 2 hardened steel spur gears and self-locking worm and worm gear set. The 3 worm s�all be heat treated alIoy steel an� have vworm thread surface 4 rolled or ground. The worm gear shall be ductile iran. Non-metallic gears 5 in the power train are not acceptai�le. 6 b. All gearing and shafting shall be supported nn anti-friction bearings. All 7 thr�xsY components shall be supported by use of tapered roIler �earings. 8 6. Hand Operatian 9 a. A handwheel shall be provided for emergency operation engaged whenthe 10 rnotor is declutched hy a lever or similar rneans; the drive being restaredto i 1 pot�ver automatically by starting the motor. 12 1) The hand/xuto selection lever shall be padlockable in both "Hand" and l3 l4 15 16 17 18 I9 20 21 22 23 24 25 26 27 28 29 30 3! 32 33 34 35 36 37 38 39 4a 4S b. c. "Auta" positions. 2) It shall be possible to select hand operation while the actuatar is tunning 3) or start �he actuator mator while the hand/aut� selection lever is locked in "Hand" witilout damage to the dri�e train. 4) Handwheel or handcrank rim pull shall NOT exceed 80 pounds. The handwheel drive must be mechanicalIy independent ofthe motor drive, and any gearing should be such as to permit emergency manual operation in a reasanable time. For safety purposes, it shal� be possible to disengage the electric dri�e with the declutch lever. This disengagement and any subsequent reengagement shall not cause any damage to the valve or operator even with the motor running. 7. Drive Bushing a. The actuator shall be fi�rn.ished v;rith a drive bnshing easil�+ detachable for machining to suit the valve stem or gearbox input shaft. Normally the drive bush 5ha11 be positioned in a detachable base of the actuator. Thrust bearings, when honsed in a separate thrust base, should be of the sealed-far- life type. S. Remote Valve Position/Actuator Status Indication a. Modulating Actuator l} 5ixteen contacts, 4 on each rotor, shall be provided. One rotor shall have fixed open limit switches, one rotor shali have fixed closed limit switches, and two rotors shall be f�lly adjustable across the stroke of the valve. The contacts shall be rated at SA. 320V AC. 3�V DC. Current sourc� 4-20 mA output transmitter shall provide constant valve position feedback on the buttierfly valves and butterfly valves. Gearbox �isual indicator is required on all valves 9. Local PositionIndication a. The display shall be able to be rotated in 90-degree increments in orderto pravide easy viewing regardless of actuator mounting position. 42 10. Cantrols 43 a. Modulating Actuators: Open and close positioning contact commands will 44 come from the RTU. Madulating service shall be rated fo.r positioning 45 accuracy to +1- 4.25%.. 46 b. Reversing �ontactor Control voltage shall be 120 volts, 50 ar 60 Hz. 47 N.O. South Westside V Elevated Srorage Tank City Project No. 1 D3428 33 12 22- 6 MOTOR OPERATORS FOR BUTT�R�T.'Y VALVES Page 6 of 8 9 10 11 12 13 14 15 16 l7 18 19 20 21 22 23 2� c. d. e. E� 1) Seal-in contacts for zn.amentary contact pushhutton control and N.C. cantacts for electrical interlock shall be supplied. Wi�en specified, additional contacts (1 N.O. and 1 N.C. for open and close coils} shall be supplied. The contactor shall be both e�ectrzcally and nn�echanically interloc%e.d. It shall be campletely wired as an assernbly and plug corznected to the madular package. Controi Power Transfortner assembly shall provide I5, 18 and I2 VAC. It shall be epoxy impregnated and encapsulated to prevent moisture incursion and shall be completely wired as an assennbly anci plug conneeted to the madular package. Each actuator sha11 be supplied with open-stop-close pushbuttons furnisi�ed integrally mounted. Pushbuttons s�iall he double o-ring sealed. Sea1 material shall be resistant to ozone and ulkraviolet ligh.t. When integrally mounted pushbuttons az'e specified, the design shall permit op�ratio� of the butions when the eleetrical enclosure cover is open. The actuator skall include a 3-position seleetor switch, for local (hand)-off- remote (auto) control. The selector switch shall be padlockable in any position. Actuator shall be provided with art electronic control unit which shall include an LED display with LED indication lights. I) T�ie actuatar shall include two (2)long life high intensity LED type pilot lights to indicate open. closed and intermediatc valve position (both lights on). Red shall indicate valve open and green shall indicate valve clased. 25 11. Monitoring Facilitses 26 a. Modulating Service 27 1) Provisi.on for the following interface signals shall be as follows, and 28 as shown on the Drawings: Modulatin�Si nals To valve Position Command (ZC} From Valve Positinn Indica�ion (ZI) From Valve in Remote (YI.) From Valve Fu110pen Status (ZSH) Frnm Valve Full Closed Status (ZSL) 4-20 ma (% open) 4-20 ma (% open) Dry Contact Dry Contact Dry Contact From Valve Valve Fail (XA) Dry Contact 29 b. Facilities shall be providcd for mor�itoring actuator operatian and a�ailability as 3U follows: 31 1) Monitor (availability) relay, baving one e�ange-over contact, the relay 32 being energized from the contral transformer onIy when the 33 LacaUOff/Remote selectar is in the "Remote" position and th�rmQstat is 34 not'tripped"' to indicate khat the actuator is available for remate (contral 3S room) operation. 36 2) Where requirad, it shall be �aossihle to provide indication of thermostat trip 37 and "Remote" select�d as discreet si.gnals. 38 12. Wiring Terminals 39 a. Internal wiring shall be of tropical grade PVC insulated stranded cable of 40 appropriate size for the cv�ztrol a�td single- phase power. Each wire sha�l be 41 clearly identified at each end. South Westsede V Ele�sted Starage Tank City Project No. 103426 33 12 22- 7 NIOTOR OPERATORS FOR BUTTERFGY VA(.VES Page 7 of $ 1 2 3 9� 5 6 7 8 9 14 ll zz 13 14 15 16 17 18 19 20 21 22 23 b. The terminal compartm�nt of the actuator sha11 be pravided with a minimum of three threaded cable entries. VJhen required, a fourth cabie entry slaall be provided. c. All wiring supplied as part af the actuatar shall be eontained within the main enclosure for physical and environmenial protection. External conduit connections between components are noi acceptable. d. A ciurable terminal identification card showing plan of shall be provided and attached to the inside of the terminal box cover indicating: 1} Serial Number 2) External Voltage Values 3) Wiring Diagram Number 4) Terminal Layout This must be suitable %r the contractar ta inscribe cable core identificat'ron beside terminal numbers. 13, Enclqsure a. Actuatar shall be designed for non-intrusive start up/ commissioning b. Actuators shaIl he'O' ring sealed, watertight to NEMA 6. Provide double seal eonduit entranca conn.partments. c. �nclpsure must allow for temparary site storage withaut the need far electrical supply connection. d. All external fasteners shall be stainless sf��l. C. Finishes 1. Powdercoat finish shall be UV resistant 24 PART 3 - EXECUT��N � 26 27 28 29 30 31 32 33 34 35 36 37 3.1 INSTALLATION A. Butterfly valve actuator shall be installed in accordance rvith the instructions af the manufacturer and as shown. an tlze drawings. B. Installation and adjusttnent shali be ci�ecked and approved by a manufacturer's factory representative. Manufacturer's representative shail be present during startup. After acceptance, the representative shall address a letter to the Engineer outlining all installation and start up pracedures. The letter shall include a statement that the valves are installed per the man.ufacturer's recommendations, The manufacturer or his qualiiied representatzve sha11 conduct training sessi.on far the Owner's personnel in the operatiofn and maintenance of the valve. 3.� VAL VE SCHEDULE A. Ti�e actuatar s�all be sized appropriately to zneet the afprementioned stroke time without puIsing the actuator motor, 38 3.3 SYSTEM STARTUP 34 A. Each actuator shall he supplied with a startup kit comprising installation instructian, 40 electrical wiring diagram, and sufficient spare cover screws and seals to make gaad any 41 site losses durin� khe commissioning. period. 42 3.4 CLOSEOUT ACTIVITIES 43 A. Training South Westsidc V�levated 5torage Tank Gity Project No. I D3428 33 12 22- S NiOTORDPERATORS FORBUTTERFLY VAI.VSS Page 8 of 8 1 1. A iactory representative of a1I majox component manufacturers, who has complete 2 lcnowledge of proper operation and maintenance, s�►all '�e provided iar one da� to 3 instruct representatives of the Owner an proper operation and maintenance. If khere 4 are difficulties in aperation of the equipm�ent during instruction sessions, additional 5 sessions shall be provided at no cost to tha Owner. G a. Prior fo scheduling instructions, submit outline of insiructions to Engineer for 7 approvai. S b. Operating and �naintenance manual shall be explained during these instructions. END OF SECTION South Westside V Elevated Storage Tank City Pmject Nio. ] 03428 33 16 19 - 1 COMPOSIT� ELEVA'I'ED WATLR 5'1'Oi�AGE TANK Page 1 nF 22 SECT�ON 33 1619 COMPOStTE �LEVATED WATER STORAGE TANK PART1- GENERAL 4 1.1 Si1MMARY 6 7 $ 9 lq 11 12 13 l4 15 I6 17 1$ 19 2p A. Work Included The wark covered under this section of the specifications is intended to be that work, materials, labor and equipment reguired for ihe design, canstruetion, fabrication, delivery, erection, painting, testing and disinfeckion of a cornposit� elevated vvater storage tank, including the design and co�struction of the foundatian, superstructur� and accessories as specified herein and shown on the drawings, and all other specified work far this project not specificaily included in other bid items. Except where otherwise noted, the latest revisions of AWWA Standard D100, AWWA D107, and ACI 37IR shali be followed for the tank design, construction and inspeetion, and the latest re�isipq of AWWA Standard D102 slaall be follawed for khe tank painting. In addition, the tarik wili meet all applicable reauirements of the TGEQ requirements stipulated i.n 30 TAC, Chapter 290, Subehapter D: Rules and Regulations for Public Water Systems. B. Related Documents l. Drawings and the geners,l provisions of this document, including Divisian 0 and Division 1 5ections apply to woric in this sectian. 21 C, Related 5ections 09 90 00 I 1 26 8� Division 26 Division 40 Coating for Elevated Water 5torage Tanks Tank Mixing Syste�n �lectrical Instrumantation and Controls 22 1.2 REFERENCE'S 23 The latest versions of the fol�owing Specifications, Cades and Standards are referenced in 24 this section. 25 26 f►I11 28 A. American Concreie institute {ACI) 117 Standard Talerances for Concrete Construction and Materials 3p 1 Specifications far 5tnzctural Concrete for Buildings 304 Guide for Measuring, Mixing, Transporting and Flaaing Concrete 345 Hot Weather Concreting 306 Cold Weathar Gvncreting 318 Building Code Requirements for Structural Concrete 347 Guide to Fnrmworlc for Concrete 371 R Guide for the Analysis, Design, and Constructi.on of Concrete-Pedestal Water Towers B. American Instituta of Steel Construction (AISC) 5335 Specification for 5k�uctural Stecl Buildings C. American Nationaj 5tandards Institute (ANSI) B 16.5 Pipe Flanges and Flanged Fittings D. Arrierican Petroleum Insiitute (API) South Westside V Elevated Storage Tanlc City Project SYo, 103428 33 k6 f9-2 COMPOSITE ELEVATED WATER STORAGE TANK Aage 2 of 22 650 Welded Steel Tanlcs far Oil Storage 1 E. American Society of Civil Engineers ASCE7 Minimum Design Loads for Buildings and Other Structures 2 F. American Society oi Mechanical Er►gineers (ASME) 3 ASME Section IX 4 G. American Society for Testing M�terials (ASTM) A 123 Zinc Coatings on Iron and Steel Products A 240 Stainless 5tee1 Plate, Sheet, and Skrip for Pressure V�ssels A 285 Pressure Vessel Plates, Carbon 5tee1 A 774 Welded Stainless Steel Fittings A 778 Welded 5tainless Steel Tubular Products S H. American Water Works Association (AWWA) D10p W�lded Steel Tanks for Water 5iorage D702 Caating Stee1 Water Storage Tanks D107 Composite EIevated Tanks for Water Starage C22Q Stainless Steel Water Pip� 6 I. American Welding Saciety 7 J. Federal Aviation Administrat�an (FAA) 70/7460-1K Obstruction Marking and Lighting $ K. National Association of Corrosion Engineers {NACE} 9 SPU178 ! Q L. National Fire Protectian Associatian {NFPA) NEC National Electric Code 780 Standard for the Installation of Lightning Frotection 5ystems 1 I M. National Sanitat'ion Founda.tion (NSF) 61 Staz�daz�d for Drinking Water System Components 12 N. Occupational Safety and Health Adm_inistration (OSHA} 29 CFR Part 1926 5afety and Heaith Regulations for Construction 13 O. Steel Structures Painting Cauncil (SSPC) VIS Visual5tandard for Ahrasive Blast Clean�d Steel 14 P. Texas Cotnmission on �nvironmental Qual.ity 30 TAG, Ckzapter 290, Subchapter D Rules and Regulations for Public Water Systems 15 1.3 SYSTEM DESGRIPTION 16 A. Elevated Tank South Wcstside V Eievated Slorage Tank City Project FVo. 103428 33 15 l9 - 3 CaIvIY03I'I'� &LBVA'CED WATER STQRAGH TANK Page 3 of 22 1 1. The 1,SOO,ODQ-gallon Cor�posite elevated tank shall consist of the following: 2 foundation, reinforced concrete support str�zcture and a welded steel water tank. 3 The support structure shall extend vertically from the faundation as a eircular 4 ca�crete wall. A domed concrete slab shall be provided as str�ctural suppart for ti�e 5 steel tank within the perimeter of the waIl. A reinforced concrete ring beam shall 6 be provided to connect the steel tank, concrete dome and concrete support waIl. 7 The elevated tank shall be in aecordance with the shape, dimensions, and details $ z-equired by these specii'ications az�d drawings. In casa of conflict between the 9 codes noted and the criteria belaw, the rnore stringent requirement shall apply. 1 D B. Oparating Parameters Minimum capacity within operating range Maximum operating range Ma.lci�unn fill rate Elevation - overtlowltap capacity level - grade slab - final ground 11 1.4 SLIBMITTALS 12 l3 1� 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 3I 32 33 34 3S 36 A. Praposal Submit the following with the proposal: 1,500,000 35 15,000 1190.00 997.50 997.00 gailon f't ��� ft ft ft l. Experience List - A list of ten Composite elevated tank structures of eq�al or greater capacity that have heen designed, constructed and commissioned by the Bidder within the past ten years. All ten tanks shatl have been in satisfacYory aperation for at least 5 years. These tanks shall 4�e of the same design described in paragraph 1.3A. These tanks sha11 be of the same design and construeted using the forming systems required in this Section. Provide the Incation, capacity, year completed, and telephone numbers of Owner contact. Failure to provide this information shall be cause for r�jectian of the bid. 2. Tank Drawing - A preliminaty section view drawing af the tank proposed for this project. The drawing shall include suffcient detail to illustrate tanl� geametry, materials of constructian, primary dimensions, support wall thickness and pour height, domed concrete slab thiclrness, the elevation of low and high-water levels, paint areas far interior wet, intarior dry, and �xterior suz�faces, and other znforzz�ation required to shaw compliance with tP�ie specification. If the praposed design does not comply virith the specifications, the bid shall be rejeeted. B. Construction Drawings 1. Pro�ide elevation, plan and sectional view drawings ofthe foundation, support structure, tank and all appurtenant equipment and acce�sories. Show the location, dimensions, znaterial specificatians and finish requirement�. The submission shall be sealed by professional engineer licensec3 in the State of Texas. 2. Foundation details shall include excavation, soil protection and backfilL Show the structure calculations. The submission shall be sealed by professional engineer licensed in the State af Texas. South Westside V�levated Storage Tank City Project No. 103428 33 l6 l9 - 4 COMP051TE ELEVA"I'ETa WATBI� STOIiAGE TANK Page 4 af 22 �7 Reinforced concrete details shall include construction jaints, openings and znserts. Reinforcement shall he clearly indicated on the structural drawings and identified by mark numhers ihat are used oa the fabrication schedule. Location, spacing and splice dimensions shall he shown. Placement and fabricatian details shall conform to ACI 31 &. Shaw the structure calculations. The submission shall be sealed by professional engzneer iicensed in the State of Texas. 7 4. Stee1 tank details shall include weld joints and a layout showing all primary and 8 secondary shop and field welds. Show th� struetur�; calculations. The submi,ssian 9 shall be sealed kay professional engineer licensad ir� the State af Texas. 10 5. Tank eleckric ppwer distrihution, lighting, and le�el monitoring (SGADA) systems 11 details. 12 13 14 15 16 17 18 19 2Q zi 22 23 24 2S 26 27 2$ 29 30 C. Constructian Procedures 1. Provide design, detail drawings and praceduxes �ar th.e support structure farming system. Details shall include loeation of form and construction joints, rustieations and ties. Procedures shall include form removal criteria and minimum elapsed tune for adjacent concrete placement. Specia� Attention is directed to Part 3.3.B.8 of this Section; support structure for�n system submittal shal� include provisions for segmented placernent pracedures as specified. 2. PrQvide shop and f�eld weld procedures for a!l structural joints on the st�el tank. D. Design Data 1. Provide a table showing the active capacity of the tank in gallons at all le�els in one-foot increments. The active capacity is defined as th.e volume pf sYorage within the head range indicatetf on the �lans. Tank volume below the bottom of the head range shall not he included in the published active capacities. The 0-foot incremeni in the kable shall be the datum at the low water level elevation 1155.00, and the 35- foot increment shali be the overflow level elevation 1190.00. Published active capacities at the one-foot increments shall be cuzn.ulative. 2. Prflvide a surz�mary of the design for the foundation, support structure, tank and other components. include the design basis, loads and loa�i cambinations and results. 3l 3. Provide a Fnite element analysis that accurately models ihe intersecting elemenCs of 32 th� interface region. The interface region includes those portions of the cancrete 33 support structure and steel tank afFected by the transfer of forces from the tank cone 34 and the tank floor tp the concreie support wall. The ana�yszs shall provide results 35 including the shear, moment, and compressian or tension caused by the int�rsecting 36 ele�nents in the interface region. 37 38 39 40 4I 42 43 �4 45 46 4. Tank electric power distribution, lighting, and 3ev�1 monitoring {SCADA) systenas. E. Product Data 1. Prov�de a separate concrete mix design for each speeified concrete campressive strength specified. 2. Provide technical data and color sampies of ail coating pro�iucis. 3. Provide manufacturers descripkive in%rmation for appurtenant equip�nent and accessori�s that are not detailed on the cnnstruction drawings, including but not limited to hatches, vents, ladders, walkways, safety elimbing devises, mixing system, railings, piping, valves instrumentation, tank electric power distrihution, lighting, and level monitoring (SCADA) system data. South Westside V E�evated Slorage'1'ank City Project No. 103428 33 l6 19 - 5 COMPOSPI'H ELE�A'fED WATEit 5TORAG� TANK Page 5 oi22 6 7 F. Reports/Certiiication 1. Frovide documentation af al! tests, inspeciions and certifications required by Yhis section. 2. Provide qualifications of all welders certifying they are qualified in aceordance with AWVVA D100, Section 8.2. 3. Provide current certificate for insurance for general liability, and for item describes in sectian 1.1 �. G. Qperation/Maintenance 10 I1 12 1. Provide operating instructions and maintenance procedures for the elevated tank and applicable appurtenant equipment, mechanical components and accessories. 1.5 QUALITY ASSURA.NCE A. Qualification and Experience of Contractor 13 1. Ttre �vork described in this section shall be perfarmed by an experienced Contractor 14 that has designed, constructed, ar�d commissioned a rr►inimum of ten Composite 15 elevated tanks of equal or greater capacity within the past tan years. Ajl ten tanks l5 shail have been in satisfactnry operatian for at least 5 years. These tanks shall be of 17 the same dssign and cnnstructed using the forming systems required in this Section. 18 2. Elevated tani� design shal! not be. subcontracted. These items shall be self 19 performed by the Contractar. Construction of the cnncrete support structure and 20 steel tank shall be performed by the Cantractor. 21 3. "C'he Cantractor shall directly employ a full-time pzofessional engineer with a 22 minimum five years cusnulative experience in the design and constructian af 23 Compasite elevated tanks as described in Part 1.3A. The engineer shall be a 24 licensed professional engineer in the State af Texas and shall be responsible and in 25 charge of engineerin.g design. 26 4. Provide a supervzsor that is competent and experienced with composite ele�ated 27 stoxage tanks at ihe site while work is in progress. This qualified supervisor shall be 28 on site at all times during construction of all elements Qf this tatal projec.t until 29 certificate of iinal cornpletion is achieved for �he total project. 30 31 32 33 34 35 36 3'1 38 B. Regulatory Aequirements 1. The specificatzorts, codes and stanc�ards referenced in Paxt 1.2 shall govern the work with regard to materials, design, eonatruction, inspectian and testing to the extent specified. 2. The elevated tank shall be designed and constructed in compliance with applicab�e federal, siate and iocal regulatious. 3. Personnel safety equipraent shall be provided in accordance with O'SHA requirements and manufacturers documentation. C.. Approved Tank Cantractors 39 S. Approved Contractors qualified to perform work specified hereixy, if they �#0 successfully complete and comply with the requirements of Op 4S 11 Bidders 41 Prequali�catinns, 00 4S 12 Prequalification Statement, and OQ 45 13 42 Prequalification Application, are: 43 a. CB&I ConstructorslMcDermott 44 b. Lanflmark 5tructures �S c. Caldvvell South Westside V Elevated 5toraga Tanh City Project No. 103428 331619-G GDMPOSITE ELEVATEI] WATER $TQRAGE TANK Page 6 pf 22 l.b DELIVERY, STORAGE & HANDLING 2 3 4 5 A. Handling and Shipping 1. The Contractar shaIl handle mat�rials and fabricated components itt a rraa�ner that will protect them from damage. Allow painted matez'iais adequate cure time prior tQ stac�csng ar shipping. B. Storage and Protection 1, Protect delivered materials and equipment frorn damage. Store in weil drained areas and pravide blo.etcing to minirniz� cantaet with the ground. 1.'� PROJECT CONDITIONS 10 A. Permits and Easemenks 11 1. Permits, licenses, and easements required fnr permanent struotures, changes in 12 existing facilities or advancement of the canstruction as specified �hall be secured 13 and paid for by the �wner prior to the start af canstruction. These include builciing 14 p�rmits, per�nanent airspace authority approval, site access easements, highway 15 crossing permits, etc. The exception is that the Contractor will be responsible for 15 the construction phase airspace authority approval. 17 2. Licenses or permits of a tarnporary nature required by specific tradss shall be the 18 responsibility of the Contracto�, 19 2Q 21 22 23 24 25 26 27 2$ 29 30 31 32 33 34 35 36 33 B. Existing Conditions 1. A geotechnical investigatian has been carried out at tiie site and a report has been incorporated as an appendix to these contt-act documents. The net allowable 6earing pressure of shallow foundatinns az�d/or the allowable ca�aoity of deep foundation elements have b�en defined in ihis report. The Contractor ahail be responsible for securing any further geotechnical infor�nation required 6eyQnd that provided in this report. C. Access l. Access to the iank site fram old Justin Rd. headed 8,300 ft west fram Interstate Highway 35 West (IH35W). The gate will be on an unmarked road on the right. Head north 1,800 ft and iak� a right on thai same unmariced road. 'lfien af�er travelling l50 ft, the location will be straigh� ahead. D. Working Conditions 1.. Safety and Health - The Contractox shall comply with safe warking practices and all health and safety regu�ations of OSHA, state and local health reguIatory agencies and Material 5afety Data Sheets (MSDS). Provide protective and Iifesaving eyuipment for persons working at the site. 2. Times for Work - Times for work shall camply with local, stat� and federal regulations and laws. 38 1.8 SEQUENClNG AND SCHEDULING 39 40 41 42 �3 44 A. Schedule 1. The Contractor shall provide a bar chart showing the anticipated schedule for design, submittals, site work and ihe major companents af construction including foundation, suppart structure and steel tank. In addition, show tank painting, electzical installation and other signi�icant activihies. Update the schedule as required. 5outh'Westside V Elevated Storage'I'ank City Projeot No. 103428 33 16 19 - 7 COMPOSITE ELEVATED WATER STdRAGE TANK Page 7 of 22 B. Notifiaation 2 3 4 l. The Contractor shall provide notificatinr� of th� intent to start work at least seven days prior to commencing each major phase of wark. C. Certificatinns 1. Provide certification from the engineer of record that the elevated tanlc has been design�d in accorrlance wiih the requirenaents oF the specificaridn. 2. Provide certifica�ion that testing and inspection requiremetxYs of Part 3 have been performed and the results campiy with the requiremenks of the speeification. 19 GLTARANTEES 10 A. The Contractor shall guarantee th� structur�, appurtenant equipment, and acc�ssories 11 provided under this section against de%ctive design, workmanship, or materials for a 12 period of two years from the date t�f substantial completion. If notified within this 13 period, the Contraetor shall repair any defects at no cost to the Owner. 14 15 16 17 18 l9 20 21 22 23 24 25 26 B. The Contractar shall contact the Owner and Engineer no later than twenty-three (23) months af�er substantiai completion in order to schedule an inspection of the tank systam prior to the two-year anniversary of substantial completion, The twp-year warranty inspeetion shall be perfarmed prior to the end of the two-ysar warranty, or guarantee, period. The purpose of the inspectian sf�all be to determine the condition of the tank system, including all appurtenances, a�d to correct all deficiencies identi�ed vs�ithin khe warranty period. G The two-year warranty inspection shall be performed as part of the Contractor's original hid, and no additional costs shall be payable by the Owner. D. All repairs identified during the two-year inspection warranty shall be repaired at no cost to the Owner. E. All guarantees for materzaIs, equipment, and accessories pravided under thi� sect�an shall be obtazned by the Contractor for the benefit of the Owner and submitted. 27 1.1Q INSURANCE 28 A. In addition to any requirements specified in the General and/or Suppl.emental 29 Conditions, the Contractor shall maintain Profes.sional Liability insurance with 30 minimum limit of $2,Oa0,000 each pecurrence and aggregate. 31 PART � - PRODUCTS 32 21 GENERAL. 33 A. The tanlc shall be a composite elevated tank and shall have a capacity of not less t�an 3� 1,500,000 Gallons. The height of the tank from the top of the faur�dation to the high- 35 water level shall be as shown an the Drawing's, vvith the ranga of head from overflow to 35 the law water �evel not to exceed 35 ft, 37 B. The Contractor sha11 be solely responsible for the design of the entire tank structure. 38 The Contractor shall submit detailed plans of the structure far review by the Engineer 39 prior to cQmmencement of constzuctzon activities. �,ocal requirements {City, State) 40 shall control wind, seismic, and snnw loading r�quirements with respect to design in 41 accordance withAWWA D1Q0 and ACI 371R. South Westsidc V Elewated Storage Tank City Prnjeck No. ] 034�8 33 lb I9- S CQMPOSITB ELEVATED WATER STDItAGE TANK Pagc 8 of 22 C. Design loads shall be in accordance with ASCE 7 for Category N[essential facility) struetures. 3 D. Balcony and ladder Iaading shall be as speci�ied in AW WA D 100 Sec 3. S.6. 4 E. Materiais 5 1. Reinfarced Concre�� - Concrete matarials and reinforcement shall compl� with ACI 6 318, except as modified in this sectipn. 7 2. Steel Tank - Steel tank camponents, including steel plates, sheets, structural shapes 8 and filler metals shall be in accordance wiih AWWA D 100, Section 2, "Materials". 9 2.2 FOUNDATION 10 11 l2 13 14 15 16 I7 18 19 za 21 22 23 24 25 26 27 28 2,9 3a A. The Contractor sha31 be soleiy responsible for the dasign of tlze foundation and footings. The ContractQr shall submit detailed plans for the faundatian and footings for review by the Engineer prior to commencement of construction activities. The foundatian shall be designed in aceordance with ACI 371A-3.7, "k`oundation," and 318-21.12, "Foundations". B. The tank contractor shall conduct all geotechnical investigations necessary far full design of the composite elevated storage tank system and shall nat rely on the geotechnical investigation prepared by the Engineer for design. The foun.dation c.onstruction drawiags s.hall 6e prepared by the tank contractar and submitted for review by Engineer. These drawi�gs shall be returned to the Contractor within iwo weeks after receipt by Engineer. C. Each bidder shall submit with his proposal a design sketch ofthe foundation he proposes ta furnish. This sketch will show the overall dimensions o.f th.e structure as well as the thickness af all plates and principal members. D. The design of the concrete foundation, the specifications for the cement and aggregate, attd the mixing of the aggregate s�ali be in accardance with the latest revision of ACI 31 S as well as the CRSI Manual of Standard Practice. The concrete shaIl develop a minimum compression strength of 4,OOQ psi at 28 days. Reinforcem.ent shall comply with the latest revisran of ASTM Ab 15 Grade 64. The service load reinforcement tension stress shali not exceed 30,�00 psi under dead plus v�+ater load unless flexural cracking is otherwise controlled in accor�ance with ACI 318. 31 �.3. C�NCRETE SUPPORT STRIICTURE 32 A. The concrete support shucture shail be designed in accordance with ACI 371 R. The 33 specified compressive str�ngth of concrete shall be as required by design, but not less 34 than 4Q00 psi at 2$ days. The ma�cimum specified compressive strength of concreie for 35 the wall and dome shall be 6000 and 5000 psi respectively. 36 37 38 39 40 41 42 43 44 45 1. Support Wall a. Suppa�t wall shall be reinforced concrete with a minimum thickness of 8 inches exclusive of any architectural relief. Wall thickness sha11 be provided such that the average compressive stress due to the weight of the structure and stared water is limited to 25% of specified compressive strength, but not greater than 10DQ psi. A minimum total wall reinforcement of 0.15% vertically and 0.20% hQrizontally shall be distributed approximately equally to each faCe. A z�czin.itnum of 0.75% vertical reinforcement shall be pro�ided in the top 6 ft. af the wall extending into the conerete ring beam. Minimum concrete cover for interior / axterior faces shall he 1 inch and 1- l/2 inches respectiveIy. South Westside V Elevated 5torage Tank City Pmject S+io. I03428 33 ]619-9 COMPOSITE ELEVATED WATER STORAGE TANIC Page 9 oi22 1 2 3 4 5 9 i4 11 12 13 14 15 16 17 1$ 19 20 21 22 23 Tank Floor a. Tar►k floor shall be a reinforced concrete dome with thickness as calculated in ACI 371R, not less than 8 inches thick. The average campressive stress due to the weight of the structure and stnred water shall not exceed 15°/a of the specified compressive streng�, nor greater than 600 psi. Minimum total reinforcement in Qrthogonal directions shall he 0.40% di�tzibuted approximately equally to each face. Addition.al reinforcement shall be provided for stress caused by edge restraint ef%cts. Openings a. The effects of openings in the �vall sha1� be eonsidered in the design. Not less than 60% of the interrupted reinforcement in each d'uection shall be placed each side af the opening. Reinforcement shall extend past the opening not less than half t�e transverse apening dirnension. b. Openings wider than 3 ft. 0 in. shall be analyzed taking into account the stress concentrations and diminished latera� support that exist in the vicinifiy of such openings. Each side of the opening shall be designed as a column in accQrdanee with ACI 318. c. Openings S S. 0 in_ or wider used far vehicle aceess shall be strengthened against vehicle impact and loeal buckling by means af an internal buttress jocated on each side ofthe opening. The huriress shall consist of a thickened, reinforced concrete wall section that is inte�rally farzz�.ed and placed with the support waIl. The buttress sectian st�all be not less than 3 ft. 0 in. wide and 6 in. thicker than the nominal wall dimensian. 24 2.4 CONCRET� SUPPORT STRIICTURE 1 STEEL TANK INTERFACE 25 26 27 2$ 29 30 31 32 33 34 3S A. interfaee Region 1. The interface region includes thos� �ortions of the concrete support strucYure and steel tank affected by khe tra�sfer af forces from t�e tank cone and the tank f�oor to the eoz�crete s�p�aart wall. This includes a ring beam and connection details. The Contractor shall provide evidence that a tltoraagh re�iew of the interface region has been performed. Finite eIement and finite differenc� analyses are the requit'ed metihods for examining such local stresses in detail. 2. The �eometry af the interface shall �rovide for positive drainage and not allow eititer condensate or precipitation to accumulate at the top of the concre#e wall or ring beam. B. Ring Beam 36 1. The ring beam shall he reinforced concrete with a nozziinal widtl� and height of at 37 leasi two times tha support wall thickness. Minimum radial and circumferential 38 reinforcement shall be D.2S%. For direct tension, reinforcement shall be providect 39 such that the average serviee load stress in iension reinforcement due to the weight 40 of the strueture and stored water does not exceed L2,750 psi. 41 2. Ring beam design shall considcr unbalan�ed forces from the steel tanlc cane and 42 concrete dome, load conditions varying with water level, eccentricity of loads 43 resulting from design geametay, and allowance for variations due to construction �k4 irnp.erfection and tolerance. 45 2.� STEEL TANK 46 A. General $outh West5ide V Elevated Storage Tank City Pmject Nn. ] 034�.8 331619-]0 COMPOSITE ELEVATED'NVATEIt 3TOitAGE TANK Page I6 of 22 1 2 3 4 l. 'ihe steel tank sha�l be all welded constru�tion and shall be designed, fabricated, and erected in accordance with applicable s�ctions af AWWA D1pQ. The required capacity and dimensions oFthe tank are noted on the drawings and in this section of the sp�cificaYipns. All exposed lap joints shall be fully seal welded on both sides. B. Piate Thickness 6 7 8 9 14 11 12 13 14 15 16 17 18 19 20 � 22 23 24 25 2b 27 2$ 29 3Q 31 32 33 34 3S 36 37 38 39 40 1. All members shall be designed to safely withstand the ax�.a�cimum stress to which they may be subjected during ez'ection and opexation. The minimutn thickness of any steej plate in contact with water shall be 114 in,, except that plate used as a mernbrane over the structural concrete flaor shall have a minimum thickness of 3116 in. C. Roof 5upport All structural zx�embers s�pporting the raof of khe steel tank shall be flat bar or sealed square tubular sections. I-beams or other sections with horizontal projections may be used if the nominal depth is 10 in. or greater. Suppart bearns shall be seal welded to the underside of the roof plate aIong the entire length of the beam. D. Cone 1, For areas of th� ele�ated tank where the water is supported by a steel cone, the Contractar shall submit evidence that the design is based on an approved �n.ethod described in AWWA 100 and AWWA D107. 2.6 AAPiTRTENANCES AND ACCESS�RIES A. Generai I. Accessories shall comply with the minunurn requirements of khe �pecifications, , Codes and 5tandards listed in Part 1.2, current applicab�e safety regulatians, and the operating requirements of the shucture. B. Ladder Access 1. Ladde:rs shall be provided from the slab on grade inside the base of the support wall to the upper walkway platfortn located below the tank floor. The tank floor manhole shall be provided wit� ladder access fram the upper platFortta. A ladder shall extend from the upper platform, through. the access tttbe interior to the roof. A ladder mounted on the access tube exteriar shall be provided far access to the tank interior, extending from the roof manhole to the tank floor. 2. Laddars that terminate at platf�rms or landings shall extend a minimunn of 48 in, beyond the piatform elevations. Provide a 42-inch saFety extension at the tap of ladders under hatches. Extensions and hardware shaIl be constructed of stainless steel or hot dipped galvanized steel. The safety extension shall be a Ladder Up Safety Post as manufactured by Bilco or Engineer's approved equal. 3. Ladders located in the concrete suppart strueture and access tube interior shall b� galvanized steel. Tank interior ladders shall he caated in accordance with the tank interior coating system. 3outh Westside V Elevated Siorage Tank Gily Projact IVo. 1 D3A28 33 16 19- 11 C4MF05LTE ELEVATED WATER STORRGE TANK Page 11 of22 1 4. Ladder side rails shali be a minimum 3/8 in. by 2 in. with a 16 in. clear spacing. 2 Rungs shall be minimum 3/4 in. diameter, spaced at 12 in. eenters and plug weld�d 3 into holes drilled in the side rails. Tank interior ladders shall be pro�ided wiih 1 in. 4 diameter rungs and 1/2 in. x 2 in, side rails and shall be fulIy seal welded. All 5 aspects of the ladders shall cpmply with the reQuirements of 05HA, and where this 6 Seckion and OSHA regulations conflict, OSHA regulations shall prevail. 7 5. Ladder sha1I 6e secured to the adjacent structure by brackets located at iniervals not 8 exceeding I� ft. Brac[cets shall be of sufficient length to provide a minirnum 9 distance of 7 in. from the cenier of rung tq the nearest permanent object bahind the 10 l�dder. T.adder brackets located on �he access tube exterior sha11 he reinforeed at 11 the access tube shell so that potential ice damage is confined to the ladder and 12 bracket and nat the access tube shell. 13 14 1S lb 17 18 19 2p 21 22 23 C. 5afe Climbing Device 1. Each ladder shall have a Miller DuraSeal 5elf-Retracting Lifeline, galvanized steel cable sized ta accommodate the full height of each ladder. The tank manufacturer shall design suitable anchoring to attaeh the relracting unit. a. Min. 420-1b capacity b. Min. 1,8001bf iall acz�est force c. Min. 3,ODO lb ultimate snength d. Max. 54-in total arrest distance 2, Provide full-length polyethylene rope for each lifeline to retrieve retracted lifeline as needed. D. R�st Platforms 24 1. Rest platforms shall be provided at maxi�num 30 ft. intervals along the interior 25 pedestal Iadder. Also provide receptacle outlets at light locations on separate circuit 26 than light fixture. Platforms shall be minimum 3 ft. by 5 ft. anci complete with 27 handrails, mid rails and tae plates in accordance with OSHA requirements. Grating 28 shall be used for the walking surface and shall be suitably hinged at the ladder 29 penetratian. Platforms shall he arranged for straight run ladder and operable withaut 3Q removing fall prevention equipment. All eomponents shall be galvanized steel. 3l E. Platforms 32 1. A 5 fi. wide upper wali�way platform shall be located at the top of the support wall 33 to pravide access from the suppori wall ladder to the roof access ladder located on 34 tl�e interior of the access tube. Platforms shall be provided with handrails, mid-rails 35 and tae plates in accordance with 05HA requirements. Grating shall be used for 36 the vvalking surface. All components shall be galvanized steel. 37 38 39 40 41 42 43 �4 45 46 47 F. Support Wall Doors 1. Personnel Door — Provide one personnel daors in the location shown on the drawings. Door frame shall be l6-gauge with concealed reinforcement at hardware locatians. Expansion type anchars for existing openings sha1S he installed near the top, bottorn and intermediate point of each jamb to rigidly secure the frame. Door shail be 1 3/4 .in. thick insulated, reinforced, full, flush t3rpe with 18-gauge face sheets and concealed reinforcez�nent at hardware 3ocations. All edges shall be finished flush with watertight seams. Shop appliec3 finish for the frame and door shall be baked on rusi inhibitive primer. Field finish shall be compa�ible with the tank exte�ior, 5tandard hardware shall be stainless steel and include thr�e 4 I/2 in. by 4 112 in. hinges, industrial duty closer and lockset. South Westside V Elevated Storage Taak City Project 7Vo. 103428 33 16 19 - l2 COMPOSTTE ELEVATED WAT�[Z STDIiAGE TANK Page 12 of 22 4 5 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 2S 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 2. Overhead Vehicle Door - Door installatian shall be on the inte�riar face af the support wa11 and shail comply with Sectian 0$ 33 23 Overhead Coiling Door. G. Tank Openings 1. Floor - Provide ane 36 in. diatneter manhole throngh the tank floQr. The rnanhole shall be operabie fram a ladder located on the upper platfotm and shall be desig�ed to withstand the pressure of th� tank conteats without leakage. The manhole assembly shal! include a stainless steel handwheel operator and tt►readed components. 2. R�of - Provide three 36 in. square access hatches on ihe roof of the tank. One hatch shall allow egress from the aceess tube to the roo£ The second hatch, located adj acent to the first, shall allow aecess to the interior of the tank via the ladder mounted on the ext�rior of the access tube. '1"he th'trd shall be pvsitioned to provide acces.s to the painters rail at the location shown an the drawings. The opening shall have a minimum 4 in. curb. Provide aluminurr� covers with a 2 in. downturned edge, stainless steel hardware, hotd open arm and a locking rnechanism. Provide Grab Bars on to� of the tank adjacent to each openit�g. 3. Roaf — Pravide one 24 in diazz�etez' e�cl�aust hatch on the tank roof. The exhaust h.atch shall be flanged with a minimum 4 in curb and a bolted cover dcsigned such that an exlzaust fan tnay be connected for ventilation during painting. T'he opening shall provide aecess to the tank interior painting rails. H. Access Tube 1. Provide a mninimum 6Q in. diameter centrally located access tube through the steel tank to provide access to the tank roof from the upper walkway platform. 2. The access tube shall include a 2-inch by 2-snch cnannel system to collect and drain condensate from the interior surface and pr�vent it from dripping onta the floor slab. A 3/4" in. PVC drain pipe with backflaw preventer shall be provided. The drain shall conn�ct to the pverflow pipe. I. Roof Railing 1, A 42 in. high roof hantlrail v�ith mid-rails and toe plates shall be pro�+ided to enclose all central�y locaied roof accessories. Mirzimum diameter is 27 feet. J. Rigging Access 1. Provide a 36 in. x 36 in. opening at the top of the support wall. This opening sha3I be accessible from a platform and shall provide access to the exterior rigging rail 1pcated at the tank/support wa11 intersection. The access opening shall be provided with a hinged stainless steel cover or a rerrzovable vent in acnardance with Part 2.6.M.2. K. Painters Rails 1. Provide permanently installed painter rails suitable for rolling trolleys at the interior of the tank at the wall/roof and access tube/roof connections. Provide an extex'ior painiers rail at ihe base of the tank adjacent to the support structure. Frovide an interior pedestal utility rail at the top of the pedestal in order to assure access far maintenance foz' piping. L. Piging South Westside V Elevated Sforage Tank City Frojecl No. ] 03A28 33 16 19 - 13 COMPOSITE EL�V ATED WATF.R STORAGE TANK Page L3 of22 1 1. InledOutlet Pipe - Provide a 36 in. diametet inlet and autlet pipe that extends from 2 the base of tl�e support structure to the tank floor elevatiot�, along with the fittings 3 indicated in the dravvings. Provide a minimurn � in. high removable silt stop where 4 the inletlpuClei pipe terminates in the tank. The bottom capacity level of the tanlc's 5 operating range shall be at or above the eievation of the tnp of the silt stop. Pipe 6 material within the support structure at�d bowl shall be Schedule 1QS Ty�e 304L 7 stainless steel. The tank manufaciurer shall deterrriine if this pipe kh�ckness 8 provides the pressure rating and struchxral capacity needed for ihe project-specific � condit'sons. Piping below ihe grade slab shajl be flanged cement �ined ductile iron 10 suitably restrained to prevenf movement. 11 The inlet/outlet pipe shall be design:ed to support all related static and dynamic 12 loads. Suitable galvanized steel brackets, guides and hangers shal.l be provided on 13 th� support wall and tank floor at a maximum 20 ft. interval. 14 The inlet/outlet pipe sha.11 be designed and constructed to aceommodate any 1 S differential movement caused by settlement and 6y thermal expansion and 15 contraction over the range of extreme terriperature dif%rence� expected for the 17 support wall and pipe. The required fl.e�cibility shall be provzded by an expansion 18 joint located near grade in the vertical section of pipe. 19 2, Overflow Pspe - Provide an 18 in. diameter overflow. The top of the overilow shall 20 be located vwithin the tank at the o�ecflow elevation. It shall run vertically beside 21 the central access tube anci cxtend through the tank floor, at which point it sl�all turn 22 90° a�d run undar the tank flaor to the support wall. This horizantal run shall be 23 sloped to drain. The pipe shall then tu�n 90° and run vertically heside the suppart 24 wall to grade. A base elbow sha11 direct the overflow through the support wall, 25 where the pipe shall be terminat�d with a stainless steel No.4 zx�esh screen and 26 gravity-hinged and weightad cover. Tlte cover shall fit tightly with na gap over 27 1116 inch. Pipe �nnaterial witlun the support structure and howl shail be Schedule 28 105 Type 3D4L stainless �teel. The tank manufacturer shall determine if this pip� 29 thickness provides the pressure rating and structural capacity nceded for the praject- 30 specific eonditions. If the top of av�rf�ow is located above top ca.pacify level, the 31 tank shall he designed iar the additional capacity provided by the difference. 32 The enttance to the overflarry pipe shall be designed for a maximum inlet flaw rate 33 of 15,000 gpm. The design sha.11 be based on the water level cresting within 6 in. 34 above the overflow elevation. A weir shall be provided if the entrance capacity of 3S the overflow pipe diameter is not adequate. A �ortax preveniion device shall be 36 used. 37 The overflow shall be designed to support all related static and dynamic loads. 38 Suitable galvanized steel brackeis, guides and h�ngers shall be provided on the 39 support wall and tank floor at intervals not exceeding 20 ft. The o�erflow and weir 4Q section within the tank shall be coated earbon steeI supported by the central,access 41 tube. SouYh We.stside V Elevated Storage Tank City Praject No. 1U3A28 33 16 l9 - lA COMPOSITE ELEVATED WATER STORAGE TANK Pxge l4 of 22 1 The overflow pipe ahall be designed and constructed to accammodate any 2 differential movement caused by settlement and by thertnal ex�ansion and 3 contraction over the range of extreme temperature differences expected for the 4 support wa11 and pipe. A iayout with sufficient upper offset to accommodate 5 differential movement is acceptable. If this method is not applicable, the required 5 flexibiliky shall be provided hy an expansi.on joint located near grade in the vertical 7 section of pipe. 8 The overflow pipe shaSl penetrate the support wall approximately 1 ft. above grade 9 and discharge onto a concrete splash pad. The splash pad shall be designed with 10 sufiicient dimensions such that the free jet o�averflow water falls an the splash pad 11 and 'as directed away from the peciestal. 12 Refer to additional specification for motorized actuated butterfly control valve and 13 associated appurtenar�ces. 14 3. Stainless Steel Requirements - Pipe and fittings shall be Type 304L stainless steel i5 fabricated frqm material meeting the requirements oFASTM A-240. Fabrieation, 16 inspectian, testing, marking and certification of pipe and fittings shall be in 17 accardance with ASTM �-778 and A-774 respectively. All fittings less than 18 18 inches shxll he smaoth flow; fittings larger than 1$ inches may be of five sectipn 19 miter construction. Backing flanges shal] be in accordance with ASTM A285-C 2p dril3ed to ANSI B 16.5 Class 150. Pipe, fittings and welcis shall be cleaned and 21 passivated. 22 23 24 25 26 27 28 29 30 31 32 33 39 35 36 3'7 38 39 40 41 42 43 ��4 �5 Pipe, fittings and flange thickness shall he in accordance with the manufacturers certified pressure rat.ing far the applicable service pressures. For piping �hat is loca�ed urithin closed or valve sections, the design pressure rating shall he 125 psi minimum. Tank Drain — A tank drain shall be provided to completely drain the tank contents if the inlet/outlet pipe dves not intersect the Iaw point of ihe tanfc. A four inch drain pipe located at the Iow point of the tank floor shalI �e fitted with a plug valve. Flexible stainless steei piping si�all connect and drain to the overflow pipe. Mixing 5ystem — shal! be as Specified in Sectian 11 26 $0 Pax IVlixing System. M. V�ntilation 1. Tank Ventilation - A tank vent shall be provided, located centrally on the tank raof above the maximum weir crest elev�tion. It shall consist af stainless steel or aluminum components, including a support frame, screened area and cap. The support shall be fast�ned to a flanged open'tng in #he tank roaf. The vent cap shall be provided with sufficient overhang t4 pre�ent the entrance of wind driven debris and precipitation. A minimum of � in. shall be provided between the roof surface and the �ent cap. The tank vent shall have an intake and relief capaciiry sized to prevent excessive pressure d�fferential during the maximurn flow rate of water, either entering or l�av ing the tank, The overflow pipe will not be consider.ed as a vent. The tnaximum flow rate of vvater ent�ring the tanic sha11 be assumed to be 15,000 gpm. The maximum flow rate of water exiting the tank shall he calculated assuming a break in the inledoutlet at grade when the tank is full. The vent shall be provided with an insect screen. Vent eapacity shall be detertnined based on apen area grovided by the screen.. South Westside V�levated Storage Tank City Project Nq, I D342B 33 16 l9 - l5 COMPO$ITE ELEVATED WATER STORAGE SA3VK Page LS af22 1 In addition to the tank vent, a pressureivacuum relief inechanism shall be provided 2 that vvill aperate in the event of vent failure. The mechanism shall be designed to 3 return automatically to its original position ��ter opearation. The pressure/vacuum 4 relief inechanism s�all be located on the tank ropf above the maximurn weir crest 5 elevation, and it may be incorporated in the vent assembly or painters vent/rail 6 access hatch. 7 2. Suppart 5tructure Ventilaiion - Ventilation vvithin the support sh-ucture shall 8 camply with the gove�rn.ing building code requirements, based on occupancy 9 class.ificatinn. As a minisnum, one lauvered v�nY shall be provided at the top of the 10 s�pport wall. This vent shall be accessible from the upper platform and may also 11 be designed to pravide access ta the exterior rigging rails located at the taz�k/suppart 12 wall intersection. Vents shall be accessible from the interior ladders, platforms or 13 fl�ors provided. Ven.ts shall be stasnless steel ar aluminum and provided with a 14 removable stainless steel insect screen. 15 N. Interiar Floors 16 1. Slab on Grade - Provide a 6 in. thick, 4000 psi concrete floor slab in the base of the 17 support structure. The slab shall b� supported on ctim�pacted granular fill and shall 18 be reinfoz'ced witla #4 reinforcing steel at 12 in. centers cach way. Provide 1/2 in. 19 expansion jaint between floor slah and suppart wall and at pipes and supports that 20 extend through the floor. Place cap strip and sealant over the expansion joint. Tfie 21 slab shall be sloped at 0.5% toward the �ehicle daor for drainage. 22 �.7 FAINTING 23 A. Painting and cnating si�all be in accordance with 09 90 00 Coating far Elevated Water 24 Storage Tanks. 2S 2.8 ELECTRICAL 26 A. Refer to Drawings and Division 26 of the specifications t'ar el�ctrical and lighting 27 requirements. 28 �.9 SDURCE QUALITY CONTRQL 29 A. Tests 30 I. Re�iew mill test certi�cations of all steel plate, structural components and 31 reinforcement to ensure compliance with speci�cation requiremenks. Furnish 32 suhmittal to en�in�er far review and approval. 33 B. Quality Assurance 34 I. Provide q�ality assurance of shop fabricated compQnents in accordance with 35 AWWA D100 and D107. 36 PART 3 - EXECUTiON 37 3.1 EXAMINATION 38 A. Foundation Excavation 39 1. The foundation bearing surface and excavation shall be inspected by a 40 representative of the geokechnical engineer prior to faundatiort constructkon. 41 Verification of the applicable design and construction recotnmendations is required. �2 Ti�e geotechnical engineer skal� be retained by the Contractar. 5outh Westside V F.levated 5tarage Tan[c City F'roject No. 1Q3428 33 16 l9 - l6 GOivIPOSITE ELEVATED WATER 5TORAGE TANK Page l6.of22 B. Environmental Conditians 2 3 4 1. Prior to performing any work, �erify the expected temperature, humidity and weather conditions are within the specified litnritations %r �xecuting the work as provided in the referenced standards and regulatory requirements. C. �levated Tank Componenis 6 1, After completion of each major component and prior to proceeding with the next sta�e of construction, verify that th� tolerance inspections and material quality control tests corifarm to this �pecificatiqn. 3.2 FOIINDATION I O A. The foundation cantractflr shall canstruct the tank foundation based upon the detailed 11 design plans and speeifications furnished by the tank contractor and reviewed by the 12 �ngineer. Concrete work shall canforzn. to the r�quirements of A�CI 301 and o�ier 13 applicable skandards and regulatory requirements. . 14 B. Excavation 15 16 17 18 t9 20 21 22 23 2�} 25 26 27 28 29 30 31 32 33 34 35 1. After verification of the foundation 6earing 5urface, provide a 2 in. thick concrete working slab wikhin the lower excavation limits. Grade the site aY a rninimum of a 1 percent slope away from the tank ta prevent runoff from entering the excavation 2. p.11 excavation shall be perforrned in accordance with the Contractor's Stormwater Pollution Prevention Plan. 3. excess excavated material dug up shall be hauled off. 5eeding and sodding should take place as soon as possible per Erosion Control Plan. C. Concrete Construction 1. For shallow foundations, reinforcement placed adjacent to a concrete wortcing slab shall have a 2 in. xninimum eover, and shall be snpported hy pre-cast concrete block, metal or plastic bar supports. 2. The sides af foundations shall be formed using any suitable systenn confarnnin,g ro ACI 31$. �arth cuts shall nat be used as forms for vertical surfaces. Forms shall be provided on tap sloping surfaces steeper than 2.5 horizontal to 1 vertical. Straight form panels may be used to form circular foundation shapes. The minimum design radius shall be maintained at all sections. D. Finish 1. �'ormed surfaces s�all have a smootk form finish vvhen exposed and a rough form finish when not exposed. 2. Unforrned surfaces shall have a troweled �inish when exposed and flaated finish when not exposed. 36 3.3 CONCRETE SUPPORT STRUCTURE 37 3$ 39 40 �I �2 43 A. Concrete Construction 1. The concrete and formwork requirements of this section shall be strictly enforced to ensure concrete of the highest practicable structural and arehitectural standards. 2. Fabrication, placement, development, and spiicing of reinforcement shall be in accordance with ACI 318 and AC� 117. Support wa[1 reinforcement shalI be installed with plastic su�ports. Ma7cimum spacing of supports for welded wire fabric shall be 5 ft. centers, horizontal and verticaily. Snuth Westside V ElevaEed 5torage Tank City Projecl Na. 103428 33 i619-17 CO1b4P05ITE ELEVA"1�Q WATER 3TORAGE TANK Page l7 of 22 2 3 4 5 6 7 8 9 10 B. Architeckural Concrete Construction 1. The Contractor shalI own and maintain its own forming equipment. 2. The exposed exterior surFace Qf the concrete support wall is designated atrchitectural concrete. Th.e concrete and formwarls requirements of this section shall be strictly enforced to ensure concrete of the highest practicable structural and architectural standard. Formwork design, installation and remo�al shall comply with the minimum requirements of ACI 318 and ACI 117 and with the applicable requirements of ACI 347 and ACI 371R, excegt as modified by tkus Sec�ian. Cancrete propartioning, placing, and iinishing shal! be in accordance with the ACI 301, Chapter 1&, except as modified by this 5ection. 11 3. AtYention sl�all be given to ensure the same concrete design mix is used thraughrrut 12 the suppart wa1L The proportion, type and source of cement and aggregates shall 13 not be changed. Uniform moisture content and placing cor�sistency shall be 14 maintained. 15 lb 17 18 19 20 21 22 23 24 25 26 27 28 29 30 3I 32 33 34 35 36 37 38 39 �0 41 42 43 4. Plaeement is crucial to achieving an architectural concrete finish. Placement methods that iniroduce concrete horizontally through wal� teinforcement are skrictly prohibi�ed. Verticai pour rate shalI be a minimum df 1 S feet per hour. 5. 5upport wall rein%rcement shall be installed with plastic sup.parts. 1Vla�mum spacing of supports for welded wire fabric shall be 5 ft. centers, horizontal and vertically. �'orming systems shall be designed with the pravision of securing measures suc� that concrete camponents conform ta the correct d'unensions, shape, alignment and elevation without leakage of mortar. Fortnwork systems shall be designed tn safely support all loading coz�ditzoz�s. Embedded items shall be properly positioned and secured. Form surfaces shall be thoroughly cleaned of concrete residual and eQated with a release agent prior to placing reinforcement. Do nok allow excessive release agent to accumulate on the form. Steel forms shall be coated with a non-staining, rust preventative form oil or ath�rwis� protected. Rust stained forcnwork shaIl not be used. 6. The forrning system fnr the pedestal wall shall be fully engineered and detailed with pz'ocedures tn meet the increased demands of architeciural conerete. The support wall shall be construeted with a jump form process using form segments prefabricated to match the wall curvature. Form panels shall extend the full height ofthe concrete pour using only vertical panel joi:nts. Fortn systems shall be designed to lap the previous wall pour. The space between the form and the previous pour shall be sealed to prevent grout leakage. Form system shall incozparake a positive means of adjustment to maintain dimensional talerances specified herein. Wa11 forms shaIl he adjusted for �ertical plumh and circularity and iocked into position through wall form ties priar to concrete placement. Panels shall be designed f�r lateral pressures associated with full height plastic conerete head; support and bracsng shall he provided for construction reIated impact loads and wind loads. Working platforms that allow safe aceess for inspection and concrete placement shall be provided. Form facing material shall be metaI, or plywoad faced with plastic or fiberglass. South Westside V Elevated Storage Tank City Project tVo. ] 03428 331614-1B COMPDSITE ELEVATED WATER STORAGE TANK Page 18 of22 1 7. The form system sha!! incorporate a uniform pattern of vertical and hariz�ntal 2 rustications to provide architectural relief to the exterior wall surface. Rusticatiau 3 strips shall be sealed to the iarm face to eliminate potential grout leakage that 4 results in broken corn.ers, c91or variations and rpck pockets. Broken edges or other S rustication �aattern irregularities wiIl not be accepted. All construction joints and 6 panel joints shall be Iocated in rustications. Vertical panel joints shall be sealed 7 using closures that comhine with the form pattern tn prevent grout leakage and $ panel joint lines. All join.ts sk�all be graut tight. The vertical and horizantal 9 rusticakions shall be proportipned and combined to impart a symmetrical 1� architectural patkern to the compIated structure. No architectural form treatment is l 1 required on the interior surface. 12 $. Suppart wall concreting shaIl incorparate segmented placement procedures. 13 Temparary vertical bulkheads shall divide tl�e wall pour into segments 14 corresponding to a singie batch (i.e. truckload) of concrete. The hulkheads shall be 15 Iocated at rustications, hraced rigid and tight to maintain vertical alig.nment under 16 concrete load without grout leakage. Wa11 segment concrete shall be placed 17 continuously to full form height frarn a single load. Placezn�nt fram multiple 1$ batches is not perrziitted. Tamp�arary bulkheads shalI �ot be removed until adjacent 19 concrete is placed. 2a 9. Wall fortns shall not be disturbed or removed until the concrete has attained 21 sufficient strength to prevent farming operations or environmental loads frorn 22 causing sutface damage or excessive stress. �orrz� zernoval shall be based on early 23 age eoncrete s�'ength testing. The minimum concrete strength shall be establ�shed 24 by the Contractor, based on an analysis of stress at critical stages throughout the 2S forming and concrete operations. Early age cancrete testing shall be in accordance 26 with ACI 228. I R-95. PuII Out testing in accordance with ASTM C 900-99, 27 Maturity Method testing in accordance with ASTM C 1074-93, or field cured 28 cylinders compres�ive strengtti tested in accordance with ASTM C 172 are the 29 acceptable methods to determine eariy conerete strength. 30 1 Q The formwork system for the domed structural floor shall be designed ta sugport all 31 construction loads. Adequate sharing and bracing shall be provided to kransfer 32 loads without appreciable movarnents. Form surfaces shall be stee�, plastic nr 33 iiberglasEs coated materzal. Shoring and farms for the structural dome slab shall 34 remain in place until the concrete has gained sufficieni strength to carry the floor 35 weight without damaging deflections. 36 11. CQncret� surfaces sha11 be protected in accordance v�ith the recominendations of 37 ACI 306 until the component attains 35% of the speci�ied cazripressive strength. At 38 tliis time, protection may be reznaved subject to the allawable temperature 39 differential. A reasanable temperature differential shall be defined, based an 40 component thickness and restraint conditions. 41 C. �inish 42 1. Provide a smooth farm finish without rub for the interior and exterio;r support wall. 43 Tie holes shall be plugged using grout an the int�rior and manu�actured plugs on �4 the exietior which match the color of the cvred eoncrete as closely as possible. 45 �'ravide a light sandblast to the exposed exterior concrete support wall surfaee. 46 2. Provide a smooth form ftnish for the interior dome slab. The unformed surface 47 shall have a flaated finish. 48 D. Dimensional Tolerances South WesYside V Elevated Stnrage Tank City Project No. 103426 33 I6 19 - 19 COMPOSITE ELEVATED WATER STORAGE TANK Paga 19 of22 2 3 4 5 6 7 S 9 10 1l 12 13 14 i5 16 17 18 S9 20 21 22 23 24 25 26 27 28 29 30 31 Support structure concrete construction shall eonfo�-rn to th� follpwing: � 3 Variation i�z thickness: vcrall -3.0°/a to fS.Q% dome -6.0% to +10°l0 5upport wall variation from piurnb: in any 5%et af height 3/8 inch in any SO feet ofheight 1-inch maxitnum in tota.l height 2 inches Support wall diameter variation 0.4% not to exceed 3 inches 4. Dorr�e floar radius variarian 1.0%n S. Level alignment variation: from specified elevation 1 inch from horizontal plane 1/2 inch 6. Offset hetween. adjacent pieces af formworl�: exterior exposed surfaces 1/8 inch interior exposed surfaces 1/4 inch unexposed surfaces i/2 inch E. Mockup Fane� 2. 3. �k. A mockup panel shail be constntcted using thc proposed form work, concrete and place:tr�ent nnethads. The rate a�d method of pour for the rnock-up panei shali dc�plicate the CQntractor's standard procedure for pours in the concr�te column. Minimum size will be 4 ft wide by 4 ft high. This panel shail be agreed upon by the Contractor and Engineer as the reference standard with which to judge surface quality, appearance and unifarmity of textur� and color. Review and acceptance of formcd concrete surface musi be made immediately upon %rm removai. 5ucceeding pours sha11 nat be placed until the most recent wall pour has �een stripped and the form surface approved. Concrete with surface defects exceeding limitations speeified herein or not meeting the standard represented by the mock-up panel shalI be repaired to meet that standard or remaved. 32 3.4 STEEL TANK 33 34 35 36 37 38 39 40 41 42 43 A. The tank contractor shalI furnish and erect all materials necessaxy for �he constructian of the tank and accessories specified. B. All construction work shall conform to AWWA D 100 and a!1 other applicable standards and regulatory requirements. C. Welding 1. All lap seams are to he seal welded. All intenioar seams are ta be seal welded above and belovv the wat�r line. 2. Contractor shalI employ an independent testing laboratory far testing of the field welds. 3. Welding procedures and generaS welding requirements shal� he in accordance with AWWA D100, Section 8, "Welding." 5outh Westside V Elevated 5torage Tank City Project No. 1Q3428 33 16 19 - 20 COMPOSITE ELEVATED WA"PfiR STDRAGE TAhIK Page 20 af 22 5 6 7 8 9 10 11 12 13 14 15 16 17 18 14 20 21 22 23 2�} 4. No structural weSding is permitted to any steel embedded in hardened concrete, unless the w�ld is at least 2 ft. from the ez�b.edtr�ent interface. All welds shall be perfarmed in a manner, sequence, and timing so as to prevent degradation to the concrete or other components. 5. Grinding of weld contour shall approximate Condition "D" of NACE S�andard SP6178. D. Fabrication 1. Layaut, cutting, forming, edge preparation, and workmanship for steel tank components and fabrications shall be in aceordance with AWWA D100, Section 9, "5hop Fabrication", and other applicable standards and regulatory requirements. E. Tank Erection 1. Steel tank erectian procedures and general requirements shall be in accordance with AWWA D100, Section 10, "Erectian." F. Tolerances I. Ste�l tank talerances shall be i�n accordance with the requirementa of API b50, Section 5.5 and all other applicabla standards and regulatory requirements. 2. Steel cone shall be constructed tq the following tolerance. The deviation from the theoretical canical surface shall not exceed 0.032 �ftT, when measwred in the radial direction over length 4�RT, where R is the radius nozmal to the plate surface at the point of consideration, and T is the plate thickness, G. Grouting 1. The interface between the steel tank floor plate and the supporting structural concrete slab shall be constructed with a,minimum Z-inch void. Subsequent to testing, the void shall be filled with a flowable gtout mi�. 25 3.� WELDING 26 27 28 29 A. All wel�{ers shall be qualified by ASME 5ection ]X, "Welding Qualifications far the �rocesses and positions utilized. B. Welding shall be inspected and tested by radiographic testing consist�nt wiith the requirements of AWV4�A DI00. 30 C. The eciges or surfaces af the pieces to be joined by welding shal! be prepared by flame 3I cutting, pIasma arc eutting, arc gouging, machining, shearing, grinding or chipping and 32 shal.l be cleaned of oil, grease, scate and rust. The edges of the pieces may have a 33 protective coating applied to them wbich need not be removed before they are weIded 34 unless speci�ically prohibited by the welding supervisor. 35 D, Welding procedures and vvelding operators shall be qualified in accordance with ASME 36 Section IX. All �ield w'ejding may be done by the shielded metal arc we3ding process, 37 the gas metal are welding process, the flux core arc weIding process, and the 38 submerged arc welding process. Shop welding may 6e done by tha shielded metal arc 39 process, submerged arc welding process, gas metal arc weldipg process and �lux core 40 metaI arc welding process. South Westside V Elevated Storage Tanfc Ciry Pro}ectNn. Ip342& 33 Ib 19-21 COMPOSIT`B ELBVATED WATER STORAGE TANi� Fage 21 of 22 1 �. Plates and component members of the tank shall be assembled and welded following 2 erection methods which result in a minimum of distorYion iram weld shrinkage. The 3 weld tnetal shal! meet or exceed the minimum requirements for visual inspection in 4 AWGVA D100 Section 11.4 and as set forth in the radiographic acceptance standards of 5 AWWA D 100 Section 1!.6. � 0. Surfaces to be welded shall be free from loose scale, 6 slag, heavy rust, grease, �aaint and ather fpreigp material. 7 3.6 �'IELD QUALYTY CONTROL 8 A. Concrete Testing and Inspeetion 9 1. The evaluation and acceptance Qf concrete shall be in accordance with Sectian 5.6 10 of ACI 318 and ACI 31'7, exce�t as modified by this section. 11 12 13 I4 rs 16 17 18 19 2. Slump, air, and compressive cylinder testing shall be performed by an independent laboratory hired ar�d paid for by the Contractor and approved by the Owner. 3. The support wall radius, plumb, and thickness shall be varified for each cancreta lift at all vertica! form panel joints and at a minimum of 60 degree intezvals. Vertical alignment and radius shall be checked using a�+isible heatn laser. Measurement shall be made to ttze outszde form surFace. Daily measurements shaII be provided to the Engineer. An inspection report certi�ied by the tank designer shalI he provided to the Owner at project completion. B. Steel Tank Testing & Inspection 20 1. Inspecti�n procedures for the steel tanlc shali be as required by AWWA D10Q, 21 Sectian 11, "Inspection and Testing." Radiographic inspection of full penetration 22 butt-welded joints shall be made by an independent inspection company retained by 23 the Cantractor and agproved by the Owner. 24 25 26 27 28 29 30 31 2. Erection to�erance of the steel cone in the radial directian shall be rneasured. Provide fielc3 measurements at 30-degree intervals. 3. Weld joints of p�ate over the struetural concrete floor shall be tested for Ieaks by vacuurn bax / soap solution iesting, or equivalent methad prior io grouting. 4. Any leaks that appear shall be repaired, to th� satisfaciion of the Engineer, by gouging out defective areas and reweldi�g. No repair work shall be dpne pn any joints unless the water in the tanlc is ai least 2 feet beiaw the joint being repaired. Any paint da�naged by the repairs shall be properly restored. 32 3.i CLEANING 33 A. Site 34 1. The project siie shall be kept in a clean and safe condition at all times. The 35 Contractor shall remove all construction equipment and debris at project 36 completion. 37 3.8 TANK DISINFECTION 38 A. The Contractor shall be solely responsible for disinfection of the tanlc. Upon 39 completion oi the tank, and after the �nal coat of inside paint has been applied and has 40 sufficiently curet�, and after the exterior paint system has been applied and eured, the 41 tanit shall be water tested and disinfected in accordance with AWWA C(52 42 "Disinfection of Water-Storage facilities," Method 2 nr Method 3 and Coatings 43 Specification. South Westside V Elevated Storage Tank City Projent No. 103428 33 16 l9 - 22 COMP05ITE $LEVATED WATER STORAGE TANK Page 22 of 22 1 B. Water samples shall be taken in the presence of the Owner's representative and tested 2 for bacteriological anaIyses. Bacteriological testing will be paid for as part of the lump 3 sum item for the elevated storage tank. �4 1, If the results &om the bacteriological testing indicate that proper disinfection has 5 nok occurred, then the tank disinfectian process shall he repeated until sa£e test 6 results are obtained. 2. The tanlc shall not be placed in service until safe test results are obtained. END OF SECTION 5outh Westside V Elevated Storage Tank City Project No, 103428 �}0 41 00 - 1 Elec[rical Heat Tracing Page 1 of 6 SECTXON 40 4l. 00 ELECTRICAL HEAT TRACING PART1- GENERAL 1.1 SCOPE OF WORK A. Fumish all labor, rnaterials, equipment and incidentals reqnired to design, furnish and install electrical heat trace systems on th�e piping as shown on the Drawings and as speeified herein. B. Provide a system �hich the manufacturer has designed in its eQtirety and who shall supply the �ntire heating system. Include tile schematic arrangements, heaiung cahle, junction boxes, therrnostats and other equipment necessary to complete the systern, as shown on the Drawings, and as specified herein. C. The Contract piping drawings, giping lir►e list, equiprrxent list, instrument iist and insulation schedule constitute, in conjunction with this Section, comprise the design parameters of the heat tracing system. The Drawings are intended only to gi�e a general layaut af the heat tracing system, Circuit layouts are not intended to show the num6er of iittings, or other i�stajlatian details. Furnish all labor and materials necessary to install and �lace in satisfactory operation, a complete �lectric heat tracing system, based on the actual piping installation, the manufactures installation drawings, and reco.mmendations fnr operating ternperature settings. iF��r��:�c��;�,� A. Refer to Division 25 for related work and electrical coordination requirements. L3 SUBNIITTALS A. Submit to the Engineer, in accordance with Division 1, Sectian 26 OQ 00 and as sp.ecified herein,. the fnllowing calcu3a�io.ns and information: 1. He�t loss and operating power ealeulations. 2. Heat tracing circuit design and loading schedule (ii different from that wh.ich is shown on the Drawings}. 3. Bi11 of materiaIs. 4. Catalog data sheets fnr all components. 5. Typical installation details. B. Submit the heat tracing system's power requirements for the design conditian (extreme minimum ambient at reyuired maintain temperatur�) and for ttre nnrmal operating temperature (normally expected minimnm ambienk). 1.4 REFERENCE CODES AND STANDARDS A. All prpducts and co�nponents shown on the Drawings and listed in tfiis specificatian s�all be designed and manufactured according to latest revisian of the fallqwing standards (unless otherwise noted); 1. NFFA 70 — Natio.nal Electrical Code {NEG) 2. N�PA'70E — Standard For Electrical Safety in the Warkplace C1TY OF FpAT WORTH South Westside V ElevaCed StarageTank STAIVDARD CONSTRUCTIO[�T SPECIFICATIOI�T QOCLR1iENT5 City Project No. i03428 Revised Ocfo6er 20, 2021 4aa�oa-2 Eleclrical Heat Tracing Page 2 of 6 3. American Na�ionai Standards Institute (ANSI) 4. Instilute of Electrical and Electronics Engineers (IEEE) S. American Society for Testing and Materials (ASTM) fi. NationaI Fire Protection Association (NFPA) 7. National Electric Code (NEC) 8. �'actory Mutua3 (FM) 9. Underwriters Labaratories (UL) i0. National Electrical Manufacturers Association (NEMA} 11. Occupat�anal Safety and Health Administration (OSHA} B. Furnish copies of ihe necessary approvals for the heat tracing system and shall �erify that the approvals are current. C. AlI equipment components and completed assemblies specified in this section of the 5peeifications shail bear the appropriate label of Underwriters Laboratories. 1.� QUALITY ASSURANCE A. The manufacturer of this equiprnent shali have produced similar equipment for a rninimurn period of five years. When reguested by the Engineer, an accepta6le list of installations with similar equipment shalI be provided demonstra�ing compliance with this requirement. B. All heat tracing equipnracnt furnished under this Section, shall be supplied by a single manuiacturear, C.. All components and material shall be new and of the latest field proven design and in current production. Obsolete components or components scheduled for immediate discontinuation shall not be used. 1.6 JOS5ITE DELIVERY, STORAGE AND HANDLING A. Frior to jobsite dalivery, complete all sul�mittal requirements, and present to the Or�ner/Engineer upon deli�ery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, onsite factory work, or failed factory tests will not be permitted. B. Protect equipmer�t during shiprnent, handling, and storage by suitable complete enclosures. Pratect equipment fro�n exposure to the elements and keep thoroughly dry. C. Protect painted surfaces against impact, abrasian, discaIoration, and other damage. Repaint damaged paintad surfaces to the satisfaction of the Owner/Engineer. D. Where space heaters aze provided in equipment, pro�ide t��x�.poraxy electrical power and operate space heaters du�ing starage, arxd after equipment is installed in permanent location, until eyuipnnenC zs placed in service. L'� WARRANTY CTTY OF FQRT WORTH South Westside V Elevated Storage Tank STAIYDARD CQIVSTRUCTION SPECIF[CATIdN DOCUMENT5 City Projecfi Pio. 1 Q3428 Revised Octo6er 20, 2021 qQ41D0-3 Electrical Hcat Tracing Paga 3 of fi A. Pro�ide warrantees, incIuding the manufacturer's warrantee, far the ec�uipment speciFed and the proper installation thereof, to be free frozn defects in material and workmanship for two ye�rs from date of final acceptance af the equipment and its installation. Within such period of warranty, all rnaterial and labor necessary ta return the ec�uipment to new operating condition shall be provided. Any warranty work requiring shipping or transporting af the eguipment shall be provided at no expense ta the Owner. f.8 AREA CLA�SIFICATION A. Supply a heating system that is suitable for the specified industrial and electrieal classification and shall be designed and instaIled in aceordance with the latest local and/or NEC regulations. 1.9 DESIGN REQLIIREMENTS A. Provide a heating system capable of maintain.ing the speci�ed temperature during the iowest extreme of ambient temperature. B. Design Farameters 1. Maintain a minimum temperati.+re as recommended ancilor speci�ed witnin other Divisions. 2. Refer to the piping Drawings and equipment Iists for insulation types aad thicknesses in the Mechanical Division and on the Drawings. C. Heat losses shall be calculated using the manufacturer's standard proeedure in conjunction with the insulation requiremenrs and equipment scheduIes. The design heat output of the tracing shall include a 10% factar of safety. Submit recommended changes in insulation thickness to optimize total system eeonomy. D. Heating cables shall be the parallel ciesign type. E. Irtstrumentation sample and sensing lines loeat�d �n autdoar or non-eonditioned spaces shall be heat traced. PART � - PR�DUCTS 2.l MATERI1�l.� A. Parallel Resistance Setf Regulating Cable 1. The heater cable shall be able to vary its outpu� in response to temperature variations along a pipe due to heat sinks such as fittings or pipe supports, or cha�ges in ambient conditions such as those occurring on pipes passing into or out of buildings or process areas. This �ariable output feature shall apgly to each increment of the heater indepeadent of each other increanent. 2. Provide heating cable which can bs iield cut to length without any epld spots and can be overlapped at all power outp�ts without burning out. 3. �z'Qvide heating cable whieh is capable of continuaus reliable operation when hanging loose in free air during equipment removal or repIacem�ni. 4. The heating cable shall not reyuiz'e the use nf hear transfer cernent or campounds. 5. The heating cable shall aperate on sEandard voltages without the use of special transformers. Line voltage fluctuations shall nat appreciabiy affect the cai�le wattage output. CITY OF FORT WORTH 5outh Westside V Blevated Storage Tank STAIVDAEtD CONSTRUCTIDN SP�CIP[CATION DOCUMENTS City Project lVo. 103428 Revised bctober 20, 202] aaa� po-a �le¢lrical Heat Tracing Page 4 of b 6. Pravide heating cable which can be iield designed ta accommodaie changes in izeld piping without corraprQmising its FM or UL apgrovals. B. Contral Thermastats 1. Cantrol thermostats shall be i7L listed, heavy duty, industrial ambient type i�oused 'tn a NEMA 4X enclosure. The thermostat shall be pra�ided with independentiy adjustable dual switches for control and low temperature alarm. Cantact rating shall be 22 Amperes, min.imum, rated at 48fl Volts, resistive. C. Indi�idual Circuit Heat Tracing 1. Where single circuit heat tapes are shown on the Drawings, the following eyuipmant shall be as specified herein. 2. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: a. Chromalox, CPR with twin nicicel plated 16 AWG copper buss, semi conductir�e polymer core matrix, polyolefin jacket, tinned copper over braid and fluoropolymer outer jacket with thermostat adjustable from 15 to 150 degrees F, mounted in NEMA 4X enclosure. b. Nvent Raychem B'V'T with twin nicicel-plaked copper buss, self-regulating core, modified polyolei'in jacket, tinnerl copper o�er braid and fluoropolymer outer jacket with thermostat adjustahle from 15 tv 150 degrees F, mounted in NEMA 4X enclosure. c. Chemelex, Catalog No. SBTV 1 wikh tinned copper over braid and flu�rqpqlyrner puter jacket with thermostat adjustable from 15 to I50°F, mo►�nted in NEMA 4X enelosure, Catalog No. AMC I A, d. Approved Equal 3. The listing of specific manufacturers abo�� does not impiy acceptance of their products thai do not meet tha specified ratings, featuras and funetions. Manufacturers listed ahnve are not relieved from meeting these speciiicakions in their entireLy. 4. The heating cable shall be temperature self limiting type. D. Power connection kits and junction boxes shalI 6e watertight east aluminum. E. 5ignal Light Kit 1. Each cable shall have attached at the outer end of ttze cable, a signal light kit, LED type, rated for Ehe cable vo�tage, and installed such that light shall indicat� "voltage present" at the end of the cable. 2. Enclosures for the thermostat and signal Iight shall be in accardance with the Area ClassificaEion and Enclasure Types as speci�'ied in Sectian 26 OS 33 Electrical — Raceways, Boxes and �'ittings. 3. The anclos�re supports for the thermostat and signal light enclosures shall be in aceordance with the Stntt Support Systems of Section 26 QS 29 Electrical Support Hardware. F. Instrumenta[ion sample and sensing lines 1. Provide pre-insu�ated and heat traced 316 stainless steel tubing systems as manufactured by Raychem, Thermon, or D'brien TRACEPAK. 2, Approved equal PART 3 - EXECUTION CITY QF FDRT WQRTH Sou�h Westside V Elevated 5torage Tank STAIVDARD CONS112UCTIQN SPECIFICATiON DOCUMENTS City Projeet No. 103428 Revised Octaber 20, 2U21 404100-5 Electrical Heat Tracing Page 5 af 6 3.1 INSTALLATION A. Heat tracing system shall be installed where shown on the Drawings and in accardance with manufactur�r's approved shap drawings and recommendaCions. B, Heating cables shall be run parailel to the pi�ae anly. Spiral wrapping of the heat cables around the pipes will not be permitted. C. Pawer eables for heat tracing circuits r�nning fram the suppIy panel to circuit junction boxes located on each pipe shall be run in conduit. The heat tracing cable shall connect io the power cable in a�unction box and be routed anto the pipe through a cable feeder connector with gland nut The connector shal! be two-piece canstructi.on with a tapered neoprene �ushing and recessed flame-resistant interior gland. The eonnector shall be attached to the pipe with al�minum J.B, support and pipe strap. D. At �ach point where the junction box is attached co the piping for heating cable entry to the pipe or device being protected and after khe heating cable has been installed, the junction box stand-off shall be fill�d with clear pow Corning TRV 732 compound or equal rated 5Q0 degrees F, to provide a waterproof connection. The seaiant compound shall also be forced into the voids in tha insulation which were created during installation of the conduit hub. The sealant compound shall be placed to position all cables away firo�n standaff sides and ta separake cables away from one another. The sealant compound shall he applied in a clean, neat manner and in strict accardance with the manufaciurer's instructions for the sealant. 1�hen the installation is complete, check that none of the compound has been left on other than the prescribed areas. E. Install "electrically traced lin�" warning signs every 2S feet along the quter pipe insulation jacicet, 1. Chemelex catalog number "ETL". 2. Approved eqt�al 3.� TFSTING A. Measure the resisCance of heating cable system before and after pipe insulation. �. Adjust anr� seal control thermostats to Owner's and Engineer's satisfactian after insta�lation is complete. C. Confirm that the End of Cable light functions upon application o.f voltage to the tracing. END OF SECTIOIV CiTY DF FORT WORTEI South Westside V Elevated Storage Tank STANDt1ItD CONSTI2UCTlON SPBCIFICATIdN DOCUMENTS City Project No, I03428 Revised October 20, 2021 aaa� oo-� Electrical Heat Tracing Page 6 of 6 THIS PAGE INTENTIONALLY LEFT BLAN� CITY OF FORT WORTIi South 4Vestside V Elevated 5torage Tank STANDARI? CONSTRUCTiON SPECIFICATION DOCUMENTS City Prdject No. 103428 Revised Octaber 20, 2021 4d 6l 00 - 1 Process Control Systems General Provisions Page 1 af l2 SECTION 40 6100 PROCESS CONTROL SYSTEMS GENERAL PROVISIONS PART1- GENERAL 11 SC�PE OF WORK A. Furnish all labor, materials and equipment required to provide, install, test and make operational, a Process Instrumentation and Control5ystern as speeified herein and related specifications, and as shown on the Drawings. B. The work shall include furnishing, installing and testing the equipment and materials detailed in each Section of Division 40 Process ContrQl System Sections. C. Throughout the Process Control Systern Sections af Divisian 40, the term Contractor shalL refer to the Gen�ral Contractar. D. Equipment furnished as a part of other Divisions and shown on the Instrumentation and/or Electrical Drawings shaII be i�tegrated into the overall InsCrumentation System under the Process Control5ystem Sections of this Division. Instrumentation specified in other Divisivns shall meet the Specification requirements of the Process Control System Sections oi this Division. E, The Contracror shall prnvirie the ser�ices of specialized persor►nei that meet all of the qualificatiflns of a Process Control Systems Integrator (PCSI} �,vh4 shall perform all work necessary to select, furnish, �onfigure, customiza, debug, install, connect, calihrate, and plaee into operation all proeess cont�-ol system instrumentation hardware speciiied within this Division, except for application software prqgramming, which is speciiied far Prpgrammable Logic Controllers (PLCs} and Human Machine Interface (HMI) computers, as describad in 5ection 40 68 60. Application Services. The PCSI sha11 coordinate with the Owner/ Engineer [and ASP], for all scheduling, installation, and startup services. The PCS1 sha1S have qualifications as described herein. the personnei meetin� these qualifications shall be subrnit�ed as part af the praject plan sabmittal as described helow. The personnel need not ba direct employees of the cantractor hut shall he employed by a firm with a direct subcontract ko the cQntractor. F. Tha Contractor shall pra�ide the services of an Application Services Provider (ASP) for aIl work as specified in Section 40 68 64. The ASP shall have qualifications as described herein. G. The Cantractor shall coordinate, and sehedule all required testing with the General Gantractor, Owner, Engineer, PCSI and ASP. H. The work shall include t�e following: 1. Make cannections, including field connectians and interfacing between instrumentation, controllers, control de�ices, cpntrol panels and instrumentatian furnished under other Divisions. The Contractor shall coordinate his construcrion schedule and instrumentation and control interface with the supplier of i�strumentation and controi equipment speci.fied under other Divisions. CITY OF FORT WORTH South Westside V Elevated 5mrage Tank STANDARD COlVST12UCTIOH SPEC�'ICATI03�! QOCUMEIr'TS City Projca! No. 103428 Revised October 2D, 2021 406100-2 Procesa Control Systems General i'rovisions Page 2 oF 12 2. Make wiring terrr►inations fpr all field-mounted instrumants furnished and mounted under other Bivisions, ineluding proeess instrumentation pcimary elements, transmitters, local indicators and control panels. Install �endor furnished cahles specified under other Divisions. 3. Auxiliary antf aecessory devices necessary for syskem aperation or performance to interface with existing aquipment or equipment provided by other suppliers under other Sections of these speci�cations, shalI be included whether they are shown on the Drawings. These devices include, but are nat limited to, transducers, current isolators, and signal conditioners, interposing relays oz' prntocol con�erters. 4. System design shall allo�v remo�+ing individual devices fram service without disrupting nther �nrelated devices in service. 5. Equipmenk shall be fabricated, assembled, installed, and placed in proper operating condition in full conformity with cietaii drawings, specifications, ez�gineexing data, instructions, and recommendatio:ns by the equipment manufacturer as approved by the Engineer. b. Actual installation of the system need not be perfarmed by the Cantractor's PCSI employees; howe�er, the PCSI shall provide the on-site Eechnical super�ision oP the installation. 7. The PCST shali furnistt equipment which is the product of one manufacturer to the maximnm practical extent. Where this is not practical, al1 equipment of a given type shall he the product of one manufacturer. 8. All materiais, eyuipment, labor, and services necessary to achi�ve the monitvring and control functions described herein shall be provided i� a timely manner so that Che monitoring and cnntrol functions are available when the equipment is ready to he placed into service. 1.2 RELATED WORK A. Wherever references are made to Related Work in other 5peciiication Sections of the Specifications, the Contractor is to provide such infarnaation ar work as may be required in those references and include such info�matian or work as may be specified. B. All Instrumentation work related to Proeess and Mechanical Di�isions equipment that is shown on the Instrumentation Drawings shall l�e grovided under Division 40 Proeess Coptrol System Sections unIess otherwise explicitly sh�wn. C. All in5trumentation Equipment and work provi�ded under any Division of the Specifications shall fully camply with the raquirements of Di�ision 40 Instrumentations Seetions. D. No references are made to any other section which may contain work relaCed to any other seetion. The Contract Documents shall be talien as a whole with every section related to every other section as rcquired to meet the requizements specified. The organization of the Cantract Dacuments into specification di�isians and sectians is for arganization of the docuznents themselves and does not relate to the di�isioa of suppliers or labor which the Contractar may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisians of the Specifications, the Contractor shall pro�ide such iz�formation or additional work as may he required in tlzosc references and ipclude �uch information or work as may be spccified. E. Qther Divisions CITY OF FOAT V1rORTH South Westside V Elevated Storage Tank STMfDARD CONSTRUCTION SPEC�FICAT10iV 1�OCUMEIVTS Cily Project No. 10342$ Aevised �ctober 2p, 2021 4D61D0-3 Prncess Control Syslems General Provisions Pxge 3 af 12 f. The Coniractor shall be responsible for examinir�g ai1 SecCions of the Specifications and Drawings and shall determine the pow�r and wiring requirements and shall prvvide apgurtenances, as reyuir�d to provide a fnlly Functioning process control systern. If the equip�nent requires added options, due to different eyuipment being suppIied, the Contractor shall furnish the additional appurtenances anc�/or wiring, with no change in the Contract Price, and with no increase in Contract Tirtze. 1.3 SUBMITTALS A. Submittal Process Submit Shop Drawings, in accordance with Division 1 requirements, for equipmant, materials and a11 other equipment specified under each Instrumeniation Section af Di�ision 40, except where sgecific�lly stated otherwise. An i;ndividually packaged submittal shall be made for each 5ection and shall contain all of the information requireci by that Secr�on, unless speeifically directed otherwise by the submittaI requirements of that section. Partial submittals wiII not be accepted and will be returned un-reviewed. B. No submittals wiil be accegted for S�ction 40 61 p0, except fpr the qualifications of the Contractor's PCSI and tl�e Contractqr's ASP, as specified herein, and the Project Plan, Schedule and De�iation List Submittal. C. Eaah Section submitfal shall be complete, contain all of the items Iisted in the Speciiication Section, and shail be clearly marked to indicate wtuch itenr�s are applicable on each cut sheet page. The Submittal shall list any exceptions to the Specif'icatians and Drawings, and the reason ior such deviation. Shop drawings, not so chec�ed and noted, will be reiurned un-reviewed. D. The Contractor shall check shop drawings for accuracy and Contract Reyuirements prior to submittal to the Engineer. Errors and omissions on apprpved sho�a drawings shall not reliev� the Contractor from the responsibility of providing materials and woxkmanship required by the Specifications and Drawings. Shop drawings shall be stamped with the date checiced and a Statement indicating that the shop drawings conform to 5pecifications and Drawings. Only one Specification Section� submittals will be alIowed per transmittal unless s�ctions are indicated for grouping iq t}se individual sections. E. Material shall not be ordered or shipped until the shop drawings have been appraved. No material shall be ordered, or shop work started if shop drawings are rr�arked "APPROVED A5 NOTED CONNIRM", "APFROVED AS N�TED RESUBMI�"` or "NOT APPROVED". F. Shop Drawings, O&M Manuals, and other doeumen[ation shaIl be submitted as listed in each of the inciividual Instrumentation Specification Sections. 1. Submit o�erations and maintenance data for equipment furnished under this Division, in accordance with Di�ision 1. The manuals shaIl b� prepared speciiically for this installation and shall include eatalag data sheets, drawings, equzptnent [ists, descriptions, parts lists and aperating and maintenance insiruckions. 2. 1Vlanuals shali include the following as a minimum: a. A comprehensiWe index. b. A complete "As-Built" set of appro�ed shop drawings. c. A complete list of the equipment supplied, including serial numbers, ranges and pertinent data. C1TY QF FdRT WORTH 5nuth 1'Vestside V Elevated Storage Tank 5TANDARD COIVSTRUCTION SPECIFICATION DOCUME[YTS City Project Na. E D3428 Revised �clober 20, 2021 nobioa-a Process Cantrol Systems C�eneral Provisions Page 4 nf 12 d. A table listing aF the "as lefC" settings for all timing relays and alarm and trip setpnints. e. System schematic drawings "As-Built", illustrating all components, piping and electric connections of the systems supplied under this Division. f. Detailed ser�ice, maintenance and operation instructions for each item supplied. g. Special maintenance requirements particular to this sysfi�m shall be clearly defined, along with special calibration and test procedures. h. The operaking instructions shall also incorporate a functional description of the entire system, with references to the systems schematic drawings and LI15%Cl1CikO1l5. i. Complete �arts list with stock numbers, including spare parts. G. Record Drawings shall be promptly furnished when the equipment instailation is complete. Payment will be withheld until Recard Drawings have been furnished and approved. The PCSI shall provide marka�s an all Process and Instrumentation Contract Drawings. H. At ti7e tinne of delivery of tlae eqaipment, the Contracko:r shall ha�ve an appraved shqp drawing in his passession for the Owner's Inspector and Owner's Engineer's verifications. I. Froject Flan, Schedule and Deviation List SubmittaI 1. Submit, as soon as p.ossible %llowing PCSI's receipt of Notice to Pz�oceed, a Project Plan, Schedule and Deviation List Submittal. The Project Plan, 5chedule and Deviation Lisl SubmitLal shall be made attd appro�ed before any further submittals wil! be accepted and prior to scheduling of the first PCSI coordination meeting. The Project Plan, Schedule and Deviation List Subrnittal shall, as a miir►i.mum, eontain the following: a. Overview of the Process Control System, clearly descrihing the PCSI's understanding �f the project work and interfaces to other systems; and incIuding a preliminary system arehitecture drawing and proposed project work schedule detailing a13 PCSI's work activities. Description of PCSI's understanding of the work shali be an origir�al writ�-up authored by the PCSI. Copying af the Scqpe of Work included herein or utilizing contract drawi�gs in any fortn shall not �e acceptahle. b. Approaeh to work clearly describing how the PCSI intends to execute the work, including detailed discussion of switchover, startup, replacement oF existing equipment with new, and ather kasks as required by these specifieation� as applicable. c. Preliminary HMI software, PLC software, and PLC hardware list submittal information shail be included solely for determining campliance with the requirements of the Contract Documents prior to beginning development of application programming. Review and approval of saftware and hardwate systems as part of this Prpjeci Piap stage shall npt retieve the PCSI of ineeiing all the functional and performance requirements of the system as speci�ed �erein. Substitution of manufacturer or model af these systems after the submittal is approved shall not be permitted without prior Engineer approval. .d. Details of gersonnel assigned ta the project and organizafiional structur� including the PCS�'s prpject rnanagez', praject engineer, and lead pro3ect teehnic'tans. [nclude resumes of each key individual and specify in writing their cammitment to this project. e. Preliminary coordination meeting agendas as specified herein. C1TY OF FORT WDRTH South Vifestside'V Elevated Storage Tank STANDARD CONSTRUCTION SPECIFICATION DOCl1MENTS City Project No. 103426 Aevised October 20, 2021 A061 UO-5 Process Control Systams General Provisions Page 5 of t2 f. Preliminary training plan g. Samples oi sho}� drawings to be sal�mitted in conformance with the requirenn.ents of the Speci.#"ications shall be submitted. At a minimum include samp1es of panel fabrication drawings, loop, and IIO wiring diagrams. 2. Excepti4ns to the 5pecifications or Drawings shall be clearly defined in a separate Deviation List. The Deviatian List shall consist af a paragraph by paragraph review of the Specifications indicating acceptance ar any proposed deviation�, the reason for excepiaon, the exact nature of the exception and the proposed substitution so that an e�aluation may be made by the Engineer. The acceptahiiity of any de�ice �r methodoiogy submitted as an "equal' or "exception" to the speci�'ications shall be at the sole discretion of the Engineer. If no exceptions ar� taken Eo the Specif'rcations or Drawings, the PCSY shall make a statement indicating so. If there is no statement included by the PCSI, it shall be interpreted by the Engineer to mean that no exceptions are taken. 3. A Froject 5chedule shall be prepared and submitted using an ISO/iEC 26300:2006 formatted file. The schedule shall be prepared in Gantt chart formaE clearly shovs+ing task Iinkages for all tasks and identifying criticaI p�th elements. The PCSI's schedule shall be based an and coordinated with the Contractor's and ASP's schadules and must meet all field installation, testing, and starCup milestones in those schedules. Updates ta this schedule when approved shall be r�submitted for record before each cons.truction miles.toa�, or every month whichever is greater 4. The PCSI schedule shaIl iIIustrate all rn�jor project milestones including the fnllawing: a. Schedule for all subseyuent project su6mittals: include in tha iime allotmeat, the time required far Cantractor submittal preparatian, Engineer's review, and a minimum of two complete review cycles. b. Propased dat�s for a�l required project Coordination Meet�ngs. c. Hardware purchasing, fabrication, and assembly (folloa+ing approval of related submittals} d. Software purchasing and configuration {Fallowing appro�al of related submiCtals} e. Shipment of all instrumentation and cnntrol system equipm�nt f. Installation oi a� instrumentatian and controI system equipment g. Duration and dates for aIl required testing acti�ities. Testing schedule shall include submittal of test procedures a minimum of 30 days prior to commencement of testing. Schednle shall also include subt�ittal of campleted documentation of testing activities fpr review and approval by the Engineer prior to equipment shipment, startup, or subsequent project work. h. The PCSI shall arrange the schedule to accommodate the requirements of the ASP to develop, test, trouhleshoat, and train the Owner's staff on the PI.0 and IIMI appTi.cation and systems. The timir�g of these coordination efforts shall be �aintly deternuned by the ASP and PCSI; hpwever, the PCSI sha11 inelude all necessary casts to accommodate the minimum time slots in their overall project schadule. All time allotments shall exclude aRy legaI hoIidays, or days lost due to delays caused by the Cantractor or PCSI. i. Inelude a schedule for system cutover, startup, andlar placing in service far each major system. At a minimum, include the schedule for eac� proeess controller and HMI serverlworkstation provided under this Gontract. j. Schedule for all training inciuding submittal and approval of O&M manuals, factory training, and field training CTfY OF FOAT WDRTH Souch Westside V Elevated Storage Tank 5TAN1]Al2ll CQNSTAUCTION SPECIFfCAT103V DOCUMENTS City Project No. 1�3428 Revised Octoher 20, 2021 406100-6 Process Conlrol Systems Gene�al Fmvisions Page 6 of' t2 I.A REFERENCE CODES AND STANDARDS A. Instrumentation eq�ipment, matez�als and ins[allatian shall camply with the National Electrical Code (NEC and with the Iatest edition af the fnllawing codes at�d standaz'ds: 1. Nationat Electrical Safety Code (NESC) 2. Occupational Safety and Health Administration (OSHA) 3. Natianal F'ire Protection Asso.ciatio.n (NFPA) 4. National Electrical Man�afacturers Associatian (NEMA) 5. American National Standards Institute (ANSI) 6. Insulated Cable Engineers Association (ICEA) '7. The International Society of Autamation (ISA) 8. Underwriters Laboratories (UL) 9. UL 508, the Standard of Safety for Industrial Control Equipment 10. UL 508A, the Standard of Safety for Industrial Control PaneIs 11. LTL SD, the Standard of Safety for Enelosures for Electrical Equipment. 12. N�'PA 79, Electrical Standard for Industrial Machinery 13. Factary Mutual (FMj 14. [�11. equipment and ins�allations shall satisfy applicable Fedei•al, State, and local codes. B. Where reference is made to one of the ahove standards, the revision in effect at the time of bid npening shall apply. C. All material and equipment, for which a ITL standard exists, shall bear a UL Iabel. No such rnaterial or equipment shaIl be brought onsite witho�t €he [JL 3ahe1 aff'fxed. D. If the issue of priority is due to a conflict or discrepancy between the provisions of the Contract Documents and any referenced standard, or cocie of any technicai s�ociety, arganization or associatinn, the provisions of the Cantract Documents shall take precedence if they are more stringent or prasumptiveiy cause a higher level of perfflrmance. If there is any� cQnflict or discrepancy between standard specifications, or eodes Qf any technical society, organization or association, or 6etween Laws and Rcgulatians, the higher perfornnance requirement shall be binding on the Contractor, uniess otherwise directed by the OwnerlEngineer. E, In accordance with the intent of the Contract Documents, the Contraetor accepts the fact that compliance with tha priority order specified shaZl not justify an inerease in Contract Price or an extension in ContracC Time nor limit in any way, the Contractor's responsibility to comply with alI Laws and Regulations at all times F. All con.trol paneis shall be constructed and the labeling shall be affixed in a i7L 508 facility. 1.5 PRO�E55 CONTROL SYSTEMS INTEGRATOR (PCSI) A. The Contractor shall grovide the services of a Process Control Systems Integrator (PCSI) for al� waxk under the instrumentation sectaons of tliis and related Di�isions, as describ�d in this sectian and related sectians. B. Qualifications CITY OF FORT WORTH Soath Westside V EEevated Storage Tank STA3YBARD CONSTI2UCTI03Y SPECIFICATIOI�F DOClIME1VTS City Pro�ect No. 103428 Reviscd OCtobar 2Q, 7A21 406100-7 Process Control Systems Genera! Provisions Page 7 af 12 1. The PCSX shall be a"systems house," regnlaz'ly engaged in the design and installatian of concrol and instrumentation systems and their associated subsystems as they apply to the municipal water or wastewater industry. For the purposes of this and other apglicable Divisions, a"systems house" shaS3 he intergreted to mean an organizatian that complies with all of the fallowing critezia: 2. �rrtploys a registered prafessional Control Systems Engineer ar Electrical Engineer in the state of Texas to supervisa or perform the work reyuired b� this 5pecification Section. 3. Employs personnel on this project who have successfully completed a manufacturer's training course on the hardware configuration and in�plementatian of the specific progranntnable controIlers, com�uters, and software proposed for this praject. 4. Has been in the waterlwastewater industry performing t.he type of work specified in this speciiication sectioa for a minirnum of five (5) continuous yeairs. 5. The PCSI shal! Fnaintain a ful�y equipped office/praduction facility with full-time employees capable of fabricating, conf'iguring, installing, catibrating, troubleshooting, and testing the system specified herein. QuaIified repair personnel shall be available anc3 capabie of reaching the facility within 2A� hours. 1.G APPLICATION SERVTCES PROVIDER (ASP) A. The Conk�ractar shall provid� atz Application Services Pro�id�r (ASP) for application sflftware prograFnming far Programmabie Lagic Controllers {PLC) and Hurnan Maclune Interface (HMI) computers and other equipment as speeified in Seetion 40 96 35. B. All oth�r programming, conf'�guratian, and 'mtegratioq, including but not limited to, loading of software for process devices, Ethernet �onfiguration and communications shall be hy the PCSI as specified in other Sections. C. Qualifications 1. 'The ASP shall perform all work necessary to configure, cus[omize, debug, install, cannect, and place into operat�on all HMI and PLC soitware specif'ied witlun this Di�ision and other related divisiot�s. The ASP shall coordinate with the PCSI all scheduling, installatian, and startup services. 2. The ASP shall meet the fallowing qualification and/or submit the follQwing documentation as sgecified; a. ShaII secure an independent pez�ormance band and provide documentation of same from a bonding ag�ncy. b. Shall present an adequate Certificate af Insurance. c. Shall submit resumes of team rnembers with coinpleted training and certifications. d. Shall submit a team organization chart. e. Shall have connpleted ixve prpjects af t4us size or larger in dollar value and shall prpvide projeet names, client name, and reference contacts of same. f. Shall demonstrate five years of experience working on prajects in water or wastewater plant ruark. g. Shall pro�ide project names, client names, time periad of work and reference contacts k�. Staff proposed shall have the follawing certiiications: 1) Schneider Electric PLC Control Expert programming. CITY OF FORT WOR'[`EI 5outh Westside V Elevated 5torage Tank STA{YDARD CONSTRUCTIO[Y SPBCIFICA'CiDN DOCUMEN'I'5 City Praject Na, 1034�8 Revised Oetober 20, 2D21 40fi100-8 ptrocess Control Systems General P�avisians Page 8 af l2 2) Micrawave Data Systems Radio. ASP shall have an �lectrical or control systems professional engineer, 3icensed in khe State af Texas, an staff qr under contract far this pro�ect. A5P shalI pravide 2�-hour Service Contract for the length of the warranty pe�-iod. 1) The service contract requirements shall include telephone suppart as far as possible. If necessary, ASP shaII prqvsde on-site support for correction of any errors and/ar ornissions in order to fully meet all reyuirements of the Contract Documents. 1,7 HAZARDOi3S AREAS A. Equipment, rr�aterials and installation in areas designated as hazardous an the Drawings shall comply with NEC Articles SOQ, 501, 502 and 503. B. Equipmant and materials installed in hazardous areas shall be UL listed for the appropriaEe hazardous area classification, 1.8 CODES, INSPECTION AND FEES A. Equipr►aent, rriateriaIs and installatio� shall cornply vvith the requirements of the local a�thority having jurisdic�ion. B. Obtain all necessary permits and pay all fees required fflr petmits and inspections, 1.9 SIZE OF EQUIPMENT A. Investigate eacla space in the structure through which eq�pment must pass to reach its �inal locatiort. Coordinate shipping splits with the manufacturer to permit safe handling and passage through restricted areas in the structure. B. The equipment shall be kept upright at all times during storage and handling. When equipment musi be iilted far passage thtough restricted areas, brace the equipment to ensure that the tilting does not impair the functiotaai integrity of the equipment. 110 RECORD DRAWINGS A. As the work progresses, legibly record all field changes on a set of Project Contract Drawings, hereinafter called the "Record Drawings". The Record Drawings and Specifications shaII be kept up to date khroughout the project. B. Record Drawings shall accurakely show the installed �ondition of the following items: l. One-line Diagram(s). 2. Raceways and pull boxes. 3. Conductor sizes. 4. Panel Schedul�(s). 5. Control Wiring Diagrana(s} includzng all wire tags. 6. Pracess Instrumentation Diagrarn(s) 7. Mounting Datails C. 5ubmit a typical example oi a schedule of cont�-ol wining z�aceways and wire numbers, including the following iaforznation: 1. Circuit arigin, destina�ion atad wire numbers. ' 2. �'ield wiring terminal strip names and numbers witl� field connection wire color. CITY flF FORT WDRTH South VVestside V Elevated 5tarage Tan1c STAIVDARA C.OIVSTRUCTIpN 5PECIFICATION DOCUiv1ENT5 City �rojec[ No. 103428 Ctevised October 20, 2021 40 61 0[l - 9 PrQcess Control Systems C�enecal Pro�isions Page 9 of 12 D. As an alternate, submit a t�pical example of paint-to-point connectian diagrams showing tfie same informakion, may be submitted in place of the schedule of eontrol wirin.g raceways and ware numbers. E. Submit the record drawings and the schedule of control wiring raceways and wire numbers (or the point-to-point connectian diagram} to the OwnerlEngincer. F. The Contractor's retainage shall not be paid until the point-to-point connection diagrams have been farnished ta the QwnerlEngineer. l.11 EQUIPMENT INTERCONNECTIONS A. Reeiew shop drawings of equipment furnished under other related Divisions and prepare eaordinated wiring interconnectior� diagrams or wiring tahles. Suhrnit copias of wiring diagrams or tabl�s with Aecard Drawings. B. Furnish and install all equipment interconnections. 1.1.2 MATERIALS AND EQUIPMENT A. Materials and equipment shall 6e new, except where specif�cally identified on the Drawings to be re-used. , B. The Cantractar shall not bring onsile, material or aquipment fram a manufacturer, not submitted and apprQ�ed for this project. Use of any such material or equipment, will be rejeeted, removed and replaced by the Contractor, with the appro�ed material and equiprnent, at his own expense. C. Material and equipment shail be UL listed, wbere such listing exists. D. The Cantractar shall k�e responsible for all material, product, equipment and workrnanship being f�rnished by him for the duration of the project. He shall replace the equipment if it does not meet the requirements of the Contract Documents. i.13 DELIVERY, STORAGE AND HANDLYNG A. Equipment shall be handled and stored in accordance witii manufacturer's instructions. Two (2} copies af these ins�ructions sha�l he included with the equipment at time of shipment and shall be made available to the Contractor and Owner. B. Shipping grvups shall be designed to �e shipped by truck, razl, or ship. Indoor groups sha11 be bolted to skids. Accessories shali b� packag�d and shipped se�aarately. C. Equipment shall be equipged ta be handled by cra�e. Where cranes are not available, equipment shall be suitable for skidding in place on rallers using jacks ta raise and lower the �roups. D. Equipment shall be installed in its permanent, finished locatian shawn on the Drawings within seven (7) calendar days of arrzviu�g onsite. If the equipment cannot be instalied within seven (7) calendar days, Che equipment shall not he de�ivered to the site, but stored offsite, at the Contractor's expense, until such tirrse that the site is ready for pez'nnanent installation of the equipment. E. Where space heaters are provided in equipment or control panels, provide temporary electrical power and operate space heaters during jobsite storage and after equipment is installed in pemnanent location, until equipment is placed in se�vice. CTTY QF FOR'�' WORTH 5outh Westside V Elevated SEarage Tank S'PAIVDARD CONSTRUCTION SPECIFICP:f10[Y DOCUivIENT5 City Yroject 1�[a. 103428 Aevised Oclaber 2U, 2021 40 61 Oa - l0 Process Control Syste�ns General Pro�isions Page l0 oF 12 x.ia wAR�NTrEs A. Manufacturer's vvarranties shall be as specified in each af the Specification Sections. 1.1� EQUIPMENT IDENTIFICATION A. Idenkify equipment (con�rol panels, con�rnl stations, instruments, �tc) furnish�d under instrumentation seckions of Division 4Q wiEt� Ehe name af the equipment it ser�es. Control panels, Instruments, rneters junction or terminal hoxes, etc, shali have nameplate designations as skown on the Drawiags. B. Nameplates shali be engraWed, laminated impact acryiic, black lettering on a white hackground, matte finish, not less than 1116-in thick by 3/4-in by 2-1/2-in, Rowmark 322402. Natneplates shall be 316 S3 screw rno�anted to all enclosures except for NEMA 4 and 4�C. Nameplates for NEIVIA �4 and 4X enclosures shall he attached with double faced adhesive str�ps, TESA TUFF TAPE 497C?, .009 X�/2", no equal. Prior to installing the namep�afies, the metal surface shaU be thoroughly cIeaned, with a 7p% aIcohal solution, until the metal surface re�idue has been removed. Epoxy adhesive or faam tape is not acceptable. PART 2 - PRODUCTS (NOT QSED) PART 3 - EXECU�ION 3.1 COORDINATION MEETINGS A. The PCSI shalI schedule and acEininister a minimum oi one mandaiory Coatdinaiion Meetings. The PCSI shall rnake arrangements for meetings; prepare agendas and distribute copies to participants at Ieast one (1) week before scheduled meetings. The meetings shall be held at the Con�ractar's field office at the site and shall include, as a minimum, attendance by the Owner, Engineer, Contractor's Projecf Engineer, ASP's Project Engineer, PCSI's Project Engineer, and the Electrical Subcontractor. 1. The f�rst coordinatian meeting shall be held in advance of the iirst PCSI shop drawing submittals (Project Plan and I/O I.ist). The pt�rpose of the first meeting shall be for the PCSI to: a. Summarize their understanding of the project b. Discuss any praposed substitutions or alternatives c. Schedu3e testing and delivery milestone ciates d. Provide a for�:im ior the PCSI and Ownez• to caordinate hard�uvare and 5aitware related issues e. Request any additionaf information required from Ehe Owner andlor Engineer. f. The PCSI shall bring a draft versian of shop drawings to the meeting to provide the basis for the Owner's and Engineer's input into their development. 3.2 INTERPRETATION OF DRAWYNGS A. Raceways and conductors fQr instrumentation, enmmunications and other miscellaneaus low volEage power and signa� systems as specified not shown on the Drawings sha11 be pravided as required for a corr�plete and operating system. CI7'Y OP FOR1' WORTH South Westside V Ele�ated Smrage Tank STAIVDARD CONSTRUCTION SPBCIFICATION DOCi3MENT5 City Project IYa. ] 03428 Revised October 20, 2021 40 6i Oa - I 1 Process Cantrol Systems General Provisians Page 11 of 12 B. The PCSI shall terminate �11 conductots of iztstrunnentation systems ta RTiT andlor PLC Termination Cabinets, where designated on the Drawings. The conduit and wire, as shown on khe eIectrical interface drawings, may not necessarily be shown on the floar plan. C. Install canciuctoxs carrying Iow voltage signals (typical3y twisted shielded pair cables) in rac�ways totally s�parate from all other raceways cantaining power or 12q volt control conductors, Refer to NEC article 725. DC ar�d AC control wiring shall be installed in separate raceways. D. Redesign of electrical or mechanicaZ work, vvhich is required due to the Contractor's use of a pre-appro�ed alternate instrumentation or control item, or arrange�nent of equiprrient and/ar layout other than specified herein, shall be done by tha Contractar at hislher own expense. Redesign and detailed plans shall be suhmitted ta the Owner/Engineer far approval. No additional compensation will be provided for changes in the work, either hislher awn or others, caused by such redesign. 3.3 INSTRUMENTATION EQUIPMENT PADS AND SUP�ORTS A. Equipment pads and supports, af conerete or steel including structural reinforcing and foundations, are shown on the 5tructural Drawings. 3.4 INSTALLATION A. Any work not installed accordiag ta the Drawings and this Section shall be subject ta chang� as d.ireeked by the Owner/Engineer. No extra compensation will be allowed for making these changes. B. A13 dimensiQns shall be field verified at the,�ob. site and coordinated with the work af all other trades. C. Equipment shall be pratectec3 at all times against mechanical injury or damage by water. Equipnnent sha11 nqt be stored outdoors. Equipment shalI be stored in dry permanent shelters as required by each Specification Section. Do nat install equipment in its permanent loe.ation until structures are weather-tight. If any apparatus has been subject to possible injury by water, Equipment sE�alj be thoiroughly dried out and tested as directed by the OwnerBngineer ar shall be replaced at no additional cost at the Owner/Engineer's discre�ion. D. Equipment that has 6een damaged shall be rep�aced or repaired by the equipment manufacturer, at the Owner/Engineer's discretion. E. Repaint any� damage to the factory applied paint finish using touch-np paint furnished by the equipment manufacturez'. If the pnetallic portion of the panel or section is damaged, the entite panel ar sectian sha11 be replaced, at no additional cost to the Owner. 3.5 MANUFACTURER'$ SERVICE A. Provide manufacturer's services far testing and start-ug of t!'►e equiprnent as listed in each individual Speci�cation Section. B. Testing and startup shall not be combined with training. Testing and start-up time shall not be used for manufacturers warranty repairs. C1TY OF FORT WORTH 3outh Westside V Elevated 5torage Tank $TANDARB CONSTRUCTIDIV SPECFFiCATEON DOCUMEN'I'S Cify Praject Na. l U3428 Revised Octnber 20, 2021 ao 6t oo - � 2 Process Control Systems General Pmvisians Page 12 of t2 C. Check inter�Qcking, control and instrument wiring fvr each system and/or part pf a system to prove Ehat the system will fnnction proper�y as indicated by schematics, wiring diagrams and Control Descriptions. D. Tesung shall be scheduIed and coardinated with tEie OwnerlEngineer at least two weeks in advance. Provide qualified test personnel, instruments and t�st equipment. E. Refer ta the individual Instrumentation Equipment Sections far aciditional specific testing requirements. E Make adjustments to the systems and instruct the Owner's personnel in the proper operation of the systems. 3.6 TESTING A. Test syskems and equipment furnished under Di�ision 40 Process Control5ystem Sections and repair or replaee aIl defective work. Make adjustments to the systems and instruct the ��vner's personnel in the proper operation of the systems. B. Make the tests and ehecks prior to energizing instzunnentatiqn equipment in accardance with Section 40 51 21, and the individual Specification sections. C. Testsng shall be scheduled and coordinated with the Owner/Engineer at Least two weeks in advar►ce. Provide qnalified test personnel, instruments and test equipmerit, including manufacturer's services, as specified in the individual Speciiication sections. D. Where t�st reports show unsatisfactory results, the QwnerlEngineer will require the removal of all d�fective or suspected materials, equipment and/or apparatus, and their replacement with new iterr�s, all at no cost to the O�vner. The Contractor shaIl bear all c�st for any retesting. 3.7 TRAINING A. The Contractor shall prpvide training as specified in Section 4fl 61 6Q. END OF SECTION CITY OF FORT WORTH 5auth Westside V Elevated 3[orage Tank STANDARD CQNSTRUCTION 5PECIFICATION DOCIIMENTS City Praject No, 103428 Revised Octoher 20, 20� 1 40 61 26 - 1 Process Control 5ystems �"raining Page 1 aF 6 SECTION 40 6l. 26 PROCESS CONTROL SYSTEMS TRAINiNG PART1- GENERAL 1.i SCOPE OF WpRK A. Provide all equipment, materials, incidental.s and labar, necessary to perform and conrdinate the overall system traini.ng for the Instrumentation and Controls 5ystem. B. The Application Serviees (ASP) sha11 coordinate with the Contractor's �'rocess Control Syster►zs Integrator {PCSI} and shall supervise and/or perfonn the requirements of this Section. As part oi these ser�ices, the ASP shall include, for those equipment itams not manufactured by him, tt�e services of an authorized manufacturer's representative to provide training as set forth within this section and related sectians of the specifications. 1.2 RELATED WORK A. No references are made to any otlzer section which may contain work related to any o.ther section. The Cantract Documents shall be tal�en as a whole with every section related ta every otl�er section as required to meet the requirements specified. The organization of the Contract Docurnents into specification divisions and sections is for organization of the documents themselves and do�;s nat relate to the divisian of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisians af the Speczfications, the Contractor shall provide such infarmation ar additional work as may he required in those references and include such information or work as may be specified. 1.3 SUBMITTALS A. Application Service Pro�ider (ASP) shall prepare and submit a camplete o�erall system training p1an. , 1. The Suhrnittal sha11 contain an overall grocess control system overview. Each plant process area as affected by this contract shall be include.d. The detail shail include but not be Iimited ta the follawing: a. disp�ays b. control strategies c, database d. trends e. reports f. progranxnning B. Submittal Process 1. Submittals shall be made in accordance with the requirements of Divisiot� 1, Sectian 40 61 fld, and as specifiec� herein. 2. All eleetranic subrruttals shall be submitted in an ISOIIEC 2630b:2006 or Comma Separated Values {CSV} readable electronic file format on a CD-Ram and an 8�/z- inch by 11-inch hard copy. PLC Programs shall be submitted in the native format of the PLC as suggested by the manufacture. C. Submittal Content Cl'I'Y OF FORT WORTH 5outh Weslside V Elevated 5tara$e Tank STANDARD CONSTRUCTiO[Y SPBCIF[CATION DOCUMEN7'S City FrajecE I�fo. 103428 Revised Uctober 20, 2021 A06126-2 Process Contml 5ystems Training Page 2 af G Training 5ubmiEtals shall cover the followin�: a. Programznable Lpgic Cantro�ler Programming lj I/O List with register assignrnents, 2) Diagrams of tha process control functions hy each strategy. 3) Listing of inputs to the control function. 4) A short narrati�e of each control strategy. 5) Listing of all Operatnr inputs and outputs to and from the control function. Any special �iisplays related to the function shaIl be illustrated. A description of the operation of any display shali be described as it retat�s to the control function. 6) Cross references of all �/0, showing to which UO modules ar software modules, they are in. 7) Failure contingeneies shall be described in detail. 8} An annotated progra�n, submitted in both hard copy and electronic format. 9) Logie flow charts that explain how the control strategy impl�menkation logic wozks b. Operation Interface Terrninal Programming 1) IIO List with register assignments. 2) Listing of alI Operator displays with inputs and outputs to and frozn the control function. Displays shall be illustrated to. show data presentation. 3) Cross references of all I/O, showing to which I/O modules or software madules, they are in. 4) Failure contingencies shall be described in detail. c. Human Machina Interface Programming 1} UO List with register assignments. 2) Displays fpr each pracess area including al! necessary pop ups. 3) Listing nf data points on each display. 4) A short narrative of each control usage. 5) Listing of all Operatar inputs and outputs Co and from the control functian. Any special displays related to the function shall be illustrated. A description af the npe:ration of atiy display shall he described as it relates to the control function. 6) Cross references of all I/Q, showing which saftware madule at each point used. 7) Failure contingencies shall be described in detail. 8} A eomplete listing of all hzsronical points. 9) Listing of all required configuration �ies for each SCADA client. 2. Submit a proposed Training Schedule. 1.4 REFERENCE CODES AND STANDARDS A. Instrumentation equipment and HMI programming sha�l compiy with the foll.nwzng codes and standards: 1. Natzonal Electrical Safety Code (NESC) 2. OccupationaI Safety and Heajth Administration (OSHA) 3. NEMA ICS 1-101 Diagrams, Designatians and Symbols 4. ANSI/ISA-5.06.01-20�7 - Functional Requiure3tnents Docunnentation fnr C.ontrol Software Applications. C1TY OF FORT WORTH 5outh Westside V Eleva[ed 5torage Tanh STAIVDARD CpNS'TRUCT'IOiV SFECIFICATION DOCLTME[YTS Ciry Projec[ No. Id3428 Revised Octo6er 20, 2021 A06126-3 Proccss Control5ysEems Training Fage 3 of 6 5. ISA-TR20.00.01-20Q1 - Specifieation Forms for Process Measurement and Contral Instruments Part L: General Considerations Updated with 27 New Specifieation Forms in 2flQ4-2005. 6. ISA-5.4-1991 Instrument Laop Diagrams. 7. ISA-5.S-1985 Graphic Symbols foe Pracess Displays. S. ISA-5.1-1984 (RI992} Instrumentatian Symbols and Identification. 9. ISA-5.3-1983 Graphic 5ymbols for Distributed Control/St�ared Display Instrumentation, Logic, and Computer 5ystems. ] 0. iSA-20-19$1 Speciizcation �orrt►s for Process Measuremant apd Controi Insiruments, Primary Elements, and Canirol Val�es. ll. I5A-5.2-197fi (R1992) Binary Logic Diagrams far Process Operations. 12. NEMA ICS 6 Enclosures for Industrial Contrals and Systems 13. National Fire Protection Association (NFPA) 14. Nakional Electrical Manufacturers Association (NEMA) 15_ American NationaI 5tandards institute {ANSn 16. InsuIated Cable Engineers Association (ICEA) 17. The International SocieCy ofAutomation {ISA) 18. Underwziters I.abdratories (UL) 19. UL 508, the Standard af Safety for Industrial Control Ec�uipment 20. UL SOSA, the Standard of Safety for Industrial Control Panels 21. UL 50, the Standard of Safety for Enciosures for Electrical Equipment. 22. NFPA 79, Electrical Standard for industrial Machinery 23. Factory Mutual (FM) 24. NFPA 7d National Electrical Code (NEC} 25. NFPA 70E 5tandard for Electrical Safety in the Workplace 26. ANSI C379a.2 5tandard Withstand Cagabiliry of Rclay Systems ta Radiated Electromagnetic Intcrference from Transceivers. 27. NEMA ICS 4 Terminal $locks for Industrial Use. 2$. NEMA LS 1 Low Voltage Surge Protection De�ices. 29. UL 12$3 Standard for Safety-Electromagnetic Interference Filters. 30. iTL 1449 Third Edition Surge Protective Devices 31. AIl equipment and installations shail conform to applicable Federal, State, and local codes. B. All equipment shall comply with the requirements of the National Electric Code and Underwriters Laboratories (UL) where applicable. C. Where reference is made to one oF the above standards, the revision in effect at the time of bid opening shall apply. 1.5 QiIALITY ASSC]RANCE A. The Contractor shall pro�ide services of manufactures and subcontractors as needed for the owners training as specified herein and related sections: C1TY OF F'ORT VVORTH South Westside V Elevated S[orage Tank 5TAhTDARD CONSTRUCTION 5PEC1[aICATlO[�f DOCUMEhf'1'S City Pro}ect No. 10342& Revised OcEober 20, 2021 44b126-4 Process Gantral Systems Training Page 4 of 6 1.6 SYSTEM FINAL DOCUMENTATION A. Prior to final acceptance of the system and owner trainzng, operatang and maintenance manuals covering instruction and maintenance on each type oF equipment shall be furnished in accordance with the Division 1. B. TY�e instructions sha.11 be bound in three ring binders with Drawings reciuced or folded for inclusion. As a minimum, the follawing information shall be provided: 1. A comprehensi�e index. 2. A complete "As Constiructed" set of approved shop Drawings. 3. A eomplete Iisl of the equipment supplied, inclading serial numhers, ranges, and pertinent data. 4. FuII specificatians on each item. 5. System schematie drawings "As Constructed," illustrating all components, piping and electrical connections of the systems supplied under this Section. 6. Dekailed ser�ice, maintenance and operation instructions for each itern supplied. 7. Special maintenance requirements particular to this systenn shaIl be clearIy defined, along with special calibration and test pracedur�s. 8. Operating i�structions w�ich incorporate a Functional description of the entire syst�m with references lo the systems schernatic Drawings and instructions. 9. Complete parts lists with stock numbers and name, address, anci telephnne number of the Iacal supplier. C. The final documentaiion shall be n�w dncumantation written specifically for this project but may include stat�dard and rnodified standard documentation. I�odifications to existing hardware or software manuals shall be made on the respective pages or inserted adjacent to the modified pages, All standard documentation furnishad shall have aII portions that apply clearly indicated. All portions that do not apply shall be lined out. D. Th� manuals sha1I contain aTl illustrations, detailed drawings and instructinns necessary for installing, operating, and maintaining the equipme�i. The iliustrated parts sha1l �e numbered for identification. AlI information contained ther'�in shall apply specifically to the equipment furnished and shall only include instructions that are applicable. All such illust�ations shall be incorporateci within the prinring of the page to form a durahle and permanent reference book. E. If the Contractors A5P iransmits any ciocumentation or other technical information which he considers proprietary, such information shall be designated. Dflcum�ntation ar teehnical informakion which is designated as 6eing proprietaz�y will be used only for the design, construction, operaiion, ar maintenance of the System and, to the extent pertnitted by law, will not be published ar otherwise disclosed. F. The requirernents for tne. final documenta[ian are as follows: 1. As built documentation shall include all previous submittals, as desc�ibed in this Specification, updated to reflect the as-built syst�m as well as any corrections or modificatians to the Syskem resultiqg frp�tn the Factory and/or Field Demonstration Tests. C1TY OP FOAT WORTH S�uth Westslde V Elevated Storage'I'ank STAI+iDAI2ll CO1�i5TRUCTION SPBCIFICATIDN DOCU[v1ENT5 Cily Project No. I03428 Revised Octaber 2D, 2021 406126-5 Process Control Systems Training Page 5 of 6 PART � - PRODIICT5 (NOT USED) PART 3 - EXECUTION 31 TR.AINII�TG A. Generai 1. The cost af ttaining programs for the Owner's personnel shall be included in the Contract price, Where practical, the training and instruetion shall be directly reIated to the systam being supplie.d. 2. Training shall be condueted at the Owners facilities. 3. All 'I'echnicians, Operators, Engineers, and Managers of the Facility shall require training nn the Pz'acess Contral System (PCS). The training courses shall address operation, rriaintenance, and t�oubleshooting af the system provided. T�e courses shall be designed specifically for the type of personaei atEending, such as Ogerators, Engineers, etc. 4. All iraining scia�dules sha].I be caordinated with and at the convenience of the Owrzer. Shift trai.ning may be required to correspond to the Owner's working schedu�e. 5. Provide detailed training rnanuals to supplement the training courses. The manuals shall include specific details af equipment supplied and operations speci�'ic to khe pz'oject. 6. "I'he tarainer shall make use of teaci�ing aids, manuals, slidelvideo presentations, etc. After the t�aining serrrices, all training materials shall be delivered to Owner. 7. The Owner reserves the right to videotape all training sessiofis. All training tag�s shall 6ecome the sole property of the Owner, B. InCegxat�d Process Cantrol System Training X , Human Machine Interface (HMI) a. Training personnel shall Ue intimately familiar with the Gontrol system equipment, its rnanipuIatian, and caniiguration. Training personael shall command knowledge af system debugging, program rr►vdification, troubleshooting, maintenance procedure, system operation, and programming, and shall be capable of transferring this knowledge in an orderly fashion to technically oriented personnel. b. Training and instruction shall be specific to the system thaC is being supplied. c. Training shall consist of ciassroQm and hands-on instruction utilizing the Owner's syste�rzy.. d. Detailed training shall be prpvided an the actual configuration and irnplernentatian for this Contract. Training shall cover all aspects of the systern that will allow the Owner's persannel to maintain, modify, troubleshoot, and develop future additionsldeleiions to the s}�stem. The training shall cover the following subjects, as a minimum; I ) System overview 2} System hardware components and specific eqi.iipment arrangements 3} System startup, shut down, load, backup, and histarical archival/retrieval procedures CTTY OF FORT WORTH South Westside V ElevaYed SEarage Tank STANDARD COI+ISTRUCTION 5PECIFICATION DOCUNiENTS City Projec[ No. L03428 Re�ised October 2D, 2D21 406i 26-6 Process Control Systems Training Fage 6 of 6 4) Specific application configuration cavering the overall design and itnplementation of the applicaiions provided under this Cantraet. The intent is to make the student fully knowledgeable in all aspects of the system provided. 5) Periodic maintenance �} Troubleshooting and diagnasis 7} Netvvork configuration, communications, and aperation 8} SCADA system hardware operating system operation and maintenance 9) 5ystem backu�s and ra�oad procedures 10) TCP/IP addressing procedures e. Programmable Lvgic Cantraller (PLC) Hardware and 5oftware 1) A single 1-day session for four (4) of the Owner's personnel shall be held before the FDT, but not more tYtan one month before the FDT. 2) Training. and instruction shall be sgecific to the sysiem that is being supplied. 3) Trainin� shall consist af classroom and hands-on instruction utilizing the Owner's system. 4} Detailed training shall be provided on the actual configuration anci imglementation for this Contract. Training shall cover all aspects of the sysiem that will aliow the Owner's persannel to maintasn, modify, trouhleshoot, and develap Future additians/deletions ta the system. The training shall cover the following subjects, as a minimum: a) 5ystem overrriew b) System hardwar� components and specific equipment arrangements c) System startup, shnt down, load, bac�Cup, and histarical archivallretrieval procedures d) Specific application configuration covering the overall tiesign and implementation of the applications provided under this Contract. The zntent is to make the student Fully knowledgeable in aU aspects of khe system provided. e) Periodic maintenance � Troubleshflating and diagnosis g) Network configuration, communications, and operation END OF SECTION C1TY �F FORT WOR'!`II 5nuth Westside V Elavated 5torage Tank STANDARD CDNSTRUCTION SPECIFICATION DOCLiMENT5 City Projec[ lVn. 103428 Revised OctoUer 2p, 2p21 40 6l 46 1 Control Loop Descriptions Page 1 of 8 SECTI(ON 4Q 6196 CONTROL LOOP DESCRIPTIONS PARTI- GENERAL 1.I SCOPE Ok' WORK A. This s�;ction includes instrumentation control loop descriptions. B. The design inteni is that the control strategies will be developed into �LC based pro.gramining consistent with the owners existing systems, C. AdditiQnal programming responsibilities are listed in Section 40 68 60 Application Services Provider (�SP) and inciude, but are not limited to, the following: L The ASP shall incorporate aIl new devices (PLCs, UPS, network switches, etc.) intv the existing monitoring software and interface to the �z'ocess Controi System (FCS). 1.� RELATED WORK A. No references are made to any other section which may contain work related to any other section. The Contract Documents shaIl be taken as a whole with every s�ction relaEed Co every other seetion as required tn mest the requirernents specified. The orgac�ization of the Contract Dacuments iato specification divisions and sections is for arganization of the documents khe�nselves and does not relate to the division af suppliers or labor which the Contractor may choase to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications, the Coniractar slaall pz'ovic�e such informatioq or additio�al work as may be required in Chose references and include such information or work as may be sp�cified. 1..3 SUBMITTALS A. Submittal Process 1. Submittals sha116e made in accordance with the requirements of Division 1, Section 40 6I 00, anci as specified herein. 2. Submittals require information on related pro�ramming to be furnisheci under this Speciiication and described in the related Sec�ions listed in the Related Work paragraph above. Incomplete submittals not cantaining the required informataoa ora the related equipment will be returned un-re�iew�d. 3. Equipment specified in Process, Mechanical, ar Electrical Equipment Divisivns, and supplied as an integral part of a process equip�nent manufacturer's package shall be suhmitted with the manufacturer's submittals, in thase Divisions. 4. The programming to interface the Process, Mechanica2, or Ele�trical Equigrr�ent to the Owners SCADA system shall be submztted as described herein and related specifications. 5. Each Control Strategy shal! have a related Logic Flow Chart fully showing all logic steps as defined herein and as required to fully implementing all functionality as described in the contract documents. CTi'Y OF FORT VVaCtTH South Westside V E[evated Storage TanFc STA[�TDARD CONSTRi1CTION SPECIPICATION flOCUMHNTS City Projeet No, k03�128 Revised Qctober 20, 2021 406196-2 Control Loop Descriptions Page 2 of 8 6. �ach logic chart shall have descriptions associated to fuily describe its use. Custom functions created and or utilized shall be fully documented complete with a logic flow chart, B. Submittal Content 1. The Application Ser�ices Programmer (ASP) shaU create shap drawings, including all logic flow charts and diagrams, in the ASP's Engineering department. Ai! shop drawrngs shall bear the ASP's logo, drawing file numbers, and shall be maintained on file in the ASP's archive file system. Photocapies of the Engineer's Diagrams Qr specifications are unacceptable as shop drawings. C. R�quir�d Submittals 1. Capies of previously Approved Related Work submittals. 2. Shop Drawings a. Shop Drawings shall include the followin�: 1) Logic Flaw C�arts or Diagrams shall be suhmitred for each control strategy. Thc diagrams shall indicate sufficient detail lo be clearly understood by the Owners representative and inclade IIO tag names For all data as subrnitted within the memory maps as sgecified herein. 2) A Communication InterFace Memary Map shall be submitted and include specific tag nam�s, data types, expected ranges, and memory address/object gath. A separate map for each network deviee, PLC or other eguipment using network communicatians shall he suhmitted. These maps shall fully document all communication interfaces in and out of the related equipment, including, but not limited to, protocal used. b. Data Communicatipns Interconnecting Diagrams 1) Provide interconnecting diagrams showing Daka connections between equipment and include the Reyuester and the rate at which the data wil� he transmitted. 3. Factory Tests. a. Submittals shall be made fqr factory tests as specified in Section Process Control System Testing and System Commissioning. Owner/Engineer approval of required factory tests is reyuired prior to shipment of the equipment. 4. FieId Tasts. a. Submitials shall be made for F'ield tests as specified herain. O�eration and Maintenance Manuals. a. Operation ancl nnaintenance manuals shail include the fallowing information: 1) A5P's contact address and telephone number for service. 2) Instruction books andlor leaflets 3) Recommended systern maintenance procedures 4) Record Documents for the information required hy the St�btnittals paragz'aph ahove. S) Final Copies of all Programs shall be included both electranic and as a printed record. 1.4 SYSTEM DESCRIFTION A. The control loop descriplions provide the functional requirements of the control �oops represented irA the Contract Dacuments, Descriptions are provided as fQllows: I, Controd system overview and general description 2. Majox equipment to be controlled CITY OF FORT WORTH 5outh Weslside V Elevated Storage Tank STANDARD CDNSTRUC'FION SPECIF'ICA'I70N DOCUM�N'CS , Cily Projecl lVo. ! D3428 Revised Dcla6er 2�, 2021 4flG196-3 Cantrol Laop Acscriptians Page 3 of 8 3. Majar Field mounted instruments (does not include Iocal gages) 4. Manual control functi.ons 5. Automatic cantrol f�nctionslinterlacks 6. Major indication,s provided at local control panels and mfltor starters 1 VFD 7. Remote indications and alarms B. The controlloop descriptions are not intended ta be an inclusi�e listing of all elennents and appurtenances required to ex�cute loop functipt�s buk ar� rather intended ta supplemeRt and corr�plernent the drawings and ather specification sections. The control loop descriptions shall not be cvnsidered equal to a bill of materials or all-inclusive listing. C. Provide instrumentation hardware and software as necessary to perforn� eo�ntrol functions specified her�in and shawn on drawings. 1.5 SYSTEM CONTROL PANELS A. The RTU control panels are to be programmed by the ASP. B. The pragramming shall follow these cantrol deseripiions as speci%ed herein. Coordination of the various programs shall be the responsibility af the ASP. See Section 40 b 1 00 for coardinatian meeting requirements and wo�kshops. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.1 CONTROL LOOPS - ALL A. General 1. All PLC programming and HMI configuration sha11 be done in accardance with the Owners existing system conventions and Standards. 2. All calculations, alarms, andlor shutdown point determinations based on analog values, Cimer functiops, nutz�.eric marupulations, etc, shall be accomplished in the �'LC and not in the operator interface software. 3. All analog I/Q points and related values shall he scaled within the PLC to a 32-bit IEEE floating point value and displayed at the HMI systems. B. Safety, Monitoring, and Control F'eatures 1. Alarms a. All open/close valves and rnotars monitored by the PLC system shall have a maacimum time value allowed to either open/close or start/stap. Failure to achie�e the control function within this maximum time value will result in a discrepancy alarm for each piece nf equipment. An alarm will be caiculated in the PLC and shown in the HM.I software for indication of the control function faiiure (e.g. P�mp XX-XXXXX-X FAIL TD START, Valve XX-XXX�X-X FAIL TO CLOSE, etc.). These time delay �alues wi11 be set during startup and are not operator configurable. CITY OF FORT WORTH Sou1h Westside V Elevated Storage Tank 5�'ANQARD COAiSTRUCTION SPECIFICAT10iY DOCUMSNTS City Project No. ] 03428 Revised Octoher 20, 202.I 40 61 96 - 4 Control Loop �escrip[ians Page A of S b. Any analog si�nal that is beyond range ar otherwise in�alid (high or low} an alarrn shall be ealculated in the PLC and shown in the HMI. The Operator shall acknowledge, correct the situation, and reset the loop aiarm for control to reverC back to norrnal. 1) Process Variable Bad Alarm 2) Rate of Change Atarm e. When the PLC program VFD pump control speed daes nof match the VFD pump speed feedback within talerance after a certain time delay. An alarm wil! be calculated in the PLC and shown in the HMI software for indication of the control function failure. Engineer level security login credentials needed to adjust the tolerance and time delay at the HML These values will be initially set during startup by the Applicadon 5ervices Provider working with Plant Operations. d. Other specific alarms are designated in tk�e control loop desc�iptions. e. All alarms shall be 3atehed at �he controlleveI where khey are ariginaked (e.g. alarms chat are deterrr�ned in the �'LC are latched in the PLC). AII latched alarms can be reset frorn the HMI. 2. Totalize all pump run times in the PLC and monitor on the HNII. There are to be two run times maintained: a. Cumulative Res�ttable. b. Cu�nulative Non-Resettable, 3. "Interlock" is a field stalus point that is hardwired directly to a local control �anel or motor starter. This condition must he satisFied for the assaciated machine to be aperated and to remain in aperation. This point may be wired in parallel to the PC5 far remote rnonito.zing, but the safety contrnl functionality does nat require PLC inrervenrian. An example is a High Discharge Pressure that will cause a pump to stop if it is running and will not a11ow the �wnp ta start if the condition is preexisting. In specific situations, an interlock may in�+o�ve peer-to-p�er communicatians between PLCs instead of hardwiring if specifically defined as such. 4. "I'erznissive" can be either a iield status point that is hardwired directly ta a 1ocaI control panel or it can be a logical cantrol point fram the PCS. It is a requirement to start a machine but is nat neeessary far the rnachine to continue operation once it is started. An example is a high sump level switch that will start a sump pamp, but khe sump pump will continue operating even af[er tt�e high sump level switch is cleared. TypicaIly, ti�e sutnp pump rrvould continue operating until a low sump 1eve3 switch is opened to stop the pump. In this case, the low sump le�el switeh could be considered an "interlock" depending on how it is conneeted. C. Trending 1. During startup, the Application Services Pz'ovider shall canf�rm thak tz'ending is operational through to the Historian Database. 2, Analog points: a. AIl analog I/O goints assoeiated with the PLC's / Intelligent Electronic Device (IED)'s shall be configured in the HMI software for historicai I�ending. 6. All pseudo (caleulated) analog values, such as run times, accumulated flows, k'Vii, speed setpoints, etc. shall be configured in the HMI saftware for historical trending. 3. Setpoints: AIl alarm setpoints, PID tuRing parameters, and process variable setpoints shall be configured in the HMI software for historical trending. CITY OF FOAT WORTFT South Westside V Elevated 5torage Tank STANDARD CONSTRUCTIDN SPSCIFCCATIOI�T ➢OCUMENTS City Praject No. 103428 Revised Octohar 2fl, 2021 446196-5 Control Loop Descriplions Page 5 of 8 4. Discrete points: ASP to submit aIl discrete points recdmmended to be histarically trended. Recommendations Co be based upcan the fallowing guidelines: a. 100% of Motor 5tart/5top corr�mands, Valr�e �penlClose commands, etc. b. various critical discrete alarm conditions c. Owner will chaose which speci�c discrete points to 6e conf�gure Far trending in the HMI. ASP shal! configure the sgecific paints %r trending i.n the HMI. D. Operator Entry 1. Operator entries require passwtird-protected controlled access to the HMI. This security systez�n limits the Ievel of access to �arious functions by indi�iduals. ASP shall ttzaintain the current HMI configuration conventions throughouC all new application pragra�ming. 2. Entries made by the Operator {such as operation modes, set points, etc.) sha�l be displayed on the process screens for information. 3. All Operator changes shall be logged by the HMI software and shall include the poinr that was ad}usted, HMI station where the change was made, tl�e Operator that made the change, the date and time of change. 4. The software shall test all Operator entered set paints, All sueh set points are to he between min�nnum and rnaximum v�lues. These minimum and maximum values shall be Plant Engineer adjustable via the HMI software. 5. Engineer level security login credentials needed to adjust time delays, alarm tolerances, and PID tuning parameters at khe EIMI. E. Control Modes Computer (Kemote) Manual: In this mode, all automatic functions asso.ciated w�th a specific eontrol loop are disabled except for safety interlocics and alarrns. Pro�isions shall be pro�ided to allow Operations staff to access the foIlowing functions from the HNII: a. StartJStop Motors b. Open/Close Valves — All �alves that are electrically actuated ate to have the ability Eo be manually controIled from the Plant SCADA System whether there is any automatic controi or not. e. Adjust Variable Motor Speeds. d. Adjust Modulating Valve Posit�ons. e. The following list sumrnarizes the safety monitoring and control features active in this mode: 1) Permissives (Conditians that must ba met %r a maclain� to begin operation) a} Field equipment HOA Switch �aust be in AUTO position. b) Computer 1Vlode (software switch} �nust be in MANi7AL. c} OIT Mode (remote soitware switch programed in the PLC and operated oniy from the related OIT} must not 6e in MANLJAL (OIT Local). 2) Interlocks (Conditions khat must be met far a machine to begin or cqntinue operation) a) No acti�e alarms. b) Additional interlocks are dependent on each indi�idaal loop. 5ee individual loop daseriptions below. 3) Alarms Dispiayed on graphical user interFaces (HMI, OIT, etc.) a) Fail To Operate (Open, C�ose, Start, Stop, Discrepancy, etc.). b) Additional alarms ar� dependent on each indi�idual loop. See individual laop descriptians below. C1TY OF FOR'I' WORTIi Soath Westside V Elevated 5torage Tank STANDARD CONSTRUCTTON SPECIFICATION DOCUMENT3 City Fhvject No. LD3428 ReviSed dctaber 20, 2021 40 61 96 - 5 Control Loop Descriptions Page 6 oF 8 2. Computer (Rernote) Auta: In this mode, all automatic functions associated with a specific contrfll loop are controlled by the PLC automatic la�ic. Operations staff can only adjust the folIowing functions from the HMI: a. Control Mode. b. PID Loop Setpoints (Level S�ipoints, Timer Values, etc.). c. Pump Lead/r.ag Settir�gs. d. The following list summarizes the safety monitoring and control features active in this mode: 1) Pernussi�es (Condiiions that must be mei for a znachine to begin operationj a) HOA Switch must b� in AUTO positiaa b) Computer Mode {software switch) rnust be in AUTOMATIC. c) OIT Mode (remote saftware switch programed in the PLC and operated only from the related OIT) must not be in MANUAL (OTT Local). 2) Interlocks {Conditions that must be met for a rn.achine to b�egin or coniinue ogeration) a) No active alarms b) Additional interlocks ara dependent on each individualloop. See indi�idual loop rfescriptions below. 3) �1,larms Displayed on gtaphicaI user interfaces (HMI, OIT, et�.) a) �ail To Operate (Open, Clnse, Start, Stop, etc.). b) Additional alarms are dependent on each individual laop. See Ioop individual descriptions below. 3. Loeal Manual: This mode is avaiIable on�y with thos� pieccs oi equipment (motors, valves, etc.) that l�ave an HOA, LOR, ar similar switch. In this mode, aIl remote Goptral (remote rnanual ar remote auto} functions associated with that piece of equipment are disabled, including any PLC-based safety Permissives. Operations staff shall set or adjust the foIlowing functions from the local control �evices (e.g. pushbuttons, hand switch, etc.): a. StartJStap Motors b. OpenlClose Valves c. Adjust Variable Motor 5peeds d. Adjust Modulating Valve Positions e. The folIowing list summarizes the safety monitoring and contrQl features active in this mode: 1) Permissiv�s (Condikians that must be met in order for a machine to begin aperation) a) HOA Switch must be in HAND position 2) Interlacks (Canditions Ehat must be met in order for a mac�ine to be�in or continne operation) a) Additional interlocks are dependent hardwired points associated with each individual loop. 5ee individual loop descriptions below. 3) Alarms Dispiayed on graphical user interfaces (HMI, OIT, etc.) a) Fail To Operate {Open, Close, Start, Stop, etc.) are disabled. b) UNAVAILABLE shall he displayed in the HMI wh�n a piece o� monitored equipznent is nor in A[1T0. c} Additianal alat�s are dependent on each individual loap and r�zay still be active in the HMI. See loap individual descriptions below. CI'i`Y OP FOf�z'WORTH Sauth Westside V�kevated Storage Tank STANDARD CONST�ti1CTIDN SPECIFICATION I70CUIV�NTS Cily Project No. ]03428 Revised Octo6er 20, 2Q21 40Gi 96-7 Control Loop Descriptions Page 7 oF S 4. OIT Local: This mode shall be available where oniy hardwired signals are available to the pIant SCADA system and nat via direct comrnunications. All autQinatic functions associated with a specific control loop can be set or adjusted from the OIT only, excepl. for safety interlacks and alarms. Operatians stafl' must set or adjust kh� follawing functions from the OIT: a. Selection of AUTOMATIC/MANUAL Loqp �'unctians 6. Start/Stop Mvtors c. Open/Close Valves d. Adjust Variable Motor 5peeds e. Adjust Modulating Val�e Positions f. The following list sumsnarizes the safety mnnitoring and control features active in this made: 1} Permissives (Conditions that must be met in order for a machine to begin operation) a) HOA Switch must he in AU"TO position b) OIT Mode {saftware switch) rn�st be in MANiJAL. c) Selecting khis mode initiates a titrner. This timer is configurable from the HMI and will initially be set for 5 minutes. When this timer expires, this software switch is taicen out of MANUAL. 2) Interlocks (Co.nditions that must be zraet in order for a machine to begin or continue opez'ation) a) No aerive alarms b) Additional interlocks are dependent on each individual loop. See individual loop descriptions below. 3) AIarms DispIayed on graphical user interfaces (HMI, OIT, etc.} a) Fail To Operate (4�en, Ciose, Start, 5top, etc.). b) Additional alarms are dependent on each individual Ioop. See individual loop descriptions below. 4) A grogrammed �imer shall cancel this OIT Local Mode after it is selected wiihin -- 10 Minutes, the Remot� HMI can also cat�cel this mode with a cammand which requires su�ficient security. Refer to PCS Standards for Seeurity Level Definitiqns. F. Bump less Transfer of Controj: 1. Motor control programming in the PLC shall incorparate bump l�ss transfer such that swiiching frQm Remnte Manual to �emote Autti or from Remate Auto to Remote Manual results in a smoath transition wilhout upset to running status or speed. 2. When a piece of equipment is in the HAND or LOCAI, position, the PLC shall track its status such that when the switch is placed in the AUTO or REM�1'E position, ihe equipment does not restart as bump-less transfer is not possible when the physical switch passes through the OFR position and as such the equipmeni wil3 stazt to shut down. Restarting while equipment is stil! rotaking can cause catastrophic failures. 3. Typically, bump less transfer of equipment between Loeal aad Remote canndt be accamplished since the Local/Off/Remote switch rz�ust cycle ttu'ough the `Off' position when malcing this transitipn. Hnwever, for equipment that is capable of transitioning betvveen Lacal and Retnote modes without stopping, bump less transfer as ciescribed above shall be impIamented when switching between Local and Remote-Control Modes. C1TY OF FORT WDRTH 5outh Westside V Slevated 5toraga Tank STANDARD C4IYSTAL3Ci'ION SPECIFICATION I70CUMENT5 City t'rojec[ No. ] 03428 Revised Octo6er 20, 2021 406146-8 Contral L.nop Descripuons Page S of $ 4. For VFD pump contral, bump less transfer shall be achieved with the PID control loop tracicing the pump speed when the eontroI strategy is placed into Rernote Manuaj mode of control. 5. For mod�lating val�e control, bump less transfer shall be ack�z�v�d with the PID control loop tracking the valve position when the cvntrnl strategy is placed into R�mote ManuaI mode �of control, 6. For any instance where the MotorlPumpNalve Eic. is in Remote Local and is in operation and a change in run status or an equipment fail is received both af thc following shalI occur: a. An un-commanded change alarzn is to be gener�ted and reported to the HMI/OIT system far nzn status change. b. Any call to run or operata shall be removed tQ prevent restarting of eyuipment. c. The equipment shall be marked as unavailabie until a resetJclear is rec�ived by operator actian at the HMIIOIT. 3.� LEVEL CONTROL VALVE A. The electric actuated valve wi11 be sent a position from operations stafF. This set point will be in percent open. the RTU will provide associated outputs to move the valve ta the desired position +/- a small dead-band. The position indicatian vvill he the reFerence as to the posit�on of travel. END OF SECTION CTI`Y OF FORT VYORTH Sauth Weslside V Elevated Storage Tank STANDARD C4S�SSTRUCTION SPBCIFICATION DOCUMBI�'I'S Ciry Pr4ject No. 103428 Revised Octabcr 20, 202k aa63oo- � Programmable Logic Controiler Page 1 of 6 SECTYON �0 63 00 PROGRAMMABLE LOGIC CONTROLLER PART l. - GENERAL 1.1 SCOPE OF WORK A. This Section of the Specifications describes the requirements for Programmable Logic Cantrollers (PLCs) ta be furnished under other 5ections of the Specifications as iisted in the Related Vk�ork paragraph of this Section. B. All equipment described herein shall be submitted and furnished as an integral pa�t of equipment specified elsewhere in these Speciiications. 1.2 RELATED WORK A. No references are made to any other section which rnay contain work related to any other section. The Contract Documents shall be taken as a whale with every section related to every other section as required ta rtzeet tne requirements specifiad. The organization of the Contract Documents urto specif'ieation divisions and sections is for organszation of the documents themselves and does not relate to the division of suppliers or labar which the Contractor may choose to employ in the exeeution of the Contract. Where references are made to other Sections and other Divisians af the 5pecifications, the Cantractor shall provide such information or additional work as may be required in thase refterences and include sueh information or work as may be specified. 1.3 SUBMITTALS A. Submittals for equipment specified herein shall be rnade as a part af equipmenk furnished under other Sections. Individual submittals for equipment specified herein will ncat be accepted atzd will be returned un-reviewed. B. Subtnit catalag data for all items supplied from this specificatian Section as applicable. Submittal shall include catalog data, functions, ratings, inpnts, autputs, displays, etc., sufiicient ta confirm that the equipment provides every speci�ed requirement. Any options or exceptions shall be clearly indicated. C. Submit catalo� data sheets for all software licenses provided under this Specification Section. D. Operatian and Maintenance Manuals. 1. Operation and Maintenance maauals shall include the following information: a. Manufacturer's contact address and telephone number for parts and service. 6. In�truction baoks and/or leaflets c. Reconnmended r�newal parts list d. Re.cord Documents for the inforxnation required by the Submittals above. e. Copy of tt�e software license data including serial t�uzz�bers, Izcense key, etc. 1.4 REFERENCE CODES AND STANDARDS A. Instrumentatian equipment, materials and installation shall comply �vith the Natirrnal Electr�caI Code (NEC and with the latest edition of the followin� codes and standards: C1TY DF FpRT WOR'ifi 3outh Westside V Elevated Storage Tank STANDARD CONSTRUCTION SPEEIPICAI'fON DOCUM��YTS Ciry Project �Yo. ] 03428 Revised October 20, 202L 4L76300-2 Progrzunma6le Logic Cnntroller Page 2 of 6 1. Natianal �lectrical Safety Code (NESC) 2. Occupational Safety and Healtii ?►dministration (OSHA) 3. NEMAICS 1-101 Diagrams, Designations and Symbols 4. ANSIIISA-5.d6.01-20Q7 - Fun�tional Requirements Documentatian for Control Software Applications. S. ISA-TR2Q.QO.Q1-20b1 - 5pecification Forms for Process Measurement and ControI Iristruments Part l: General Considerations Updated with 27 LVevr Specification Forms in 2004-2Q05. 6. ISA-5.4-i991 Instrument Loop Diagrams. 7. ISA-S.S-19$S Graphic Syrnbols for Process Dispiays. 8. ISA-51-1984 (R1992) Instrumentation Symbols and Identification. 9. ISA-5.3-1983 Graphic Symbols far Distributed ControllShared Display Instrumentation, Logic, and Computer Systems. 10. ISA-20-I9$1 Specification Forms for Process Measurement and Control Instrumants, Prirnary Elements, and Control Valves. 11. ISA-5.2-1976 (R1492} Binary Logie Diagrams For Process Operations. 12. NEMA IC5 b Enclosures for Industrial Controls and Systems 13. National �ire Proteci�oa Associatian (NFPA) 14. Nakional EIectrical Manufacturers Associatian (NEMA) 15. American National Standards Institute (ANSI) L6. Insulated Cah1e Engiaeers Association {ICEA) 17. The International Soeiety of Automation (ISA) 18. LTnderwriters Laborafiories {UL) 19, iTL Sa8, the Standard of Safety for Industrial Control Equipment 20. UL 508A, the Standard of 5afety for Industrial Cantrol Panels 21. UL 50, the Standard of Safety for Enclasures for Electrical Equipment. 22. NFPA 79, Eleetrical Standard for IndustriallVlachinery 23. Factory Mutual (FM) 24. NFPA 70 National Electrical Code (NEC) 25. NFPA 70� Standard for Electrical Safety in the Workplace 26. ANSI C37.90.2 Standard Withstand Capa6ility oF Relay Systems to Radiated ElecCromagnetic InCer�erence from Transceivers. 27. NEMA ICS 4 Terminal Blqcks far Industrial Use. 28. NEMALSI Low Vo�tage Surge Protection Devices. 29. UL 1283 Standard for Safety-Electromagnetic Interference Filters. 30. UL 1�49 Third Edition Surge Protecti�e Devices 3I. IEEE 1815-2012 - IEEE Standard for EIectric Power Systerris Cammunications- Distrib�ted Netwqrk Protncol (DNP3} 32. All equipment and installations shall conform to applicable Federal, State, and local codes. B. All equipment shall comply with the requirements of the Nationa! Eleckric Code and Underwriters Laboratories (CTL) wher� applicable. CTl"Y OF �ORT WDRTH South Wcs�sidc V Elevated 5ta�ge Tank STAIVDARB C�NSTRUCT'ION SPBCCFICATTON DOCUMEN'P5 Ci[y Project No. 103428 Revised Ocmber 20, 2021 4063D0-3 Pragrammable Logic Controlker Page 3 of 6 C. Each specified device sha1S a�so conform to the siandards and codes listed in the individual de�ice paragraghs. 1.� Qi1ALITY ASSURANCE A. T�e manufae�urer of this equipment shaII have produced similar equipment for a minimum period of iive (5) years. When requested by the OwnerlEn�ineer, an acceptahle list of installations with similar equipment shall be provided demonstrating campliance with this requirement. �. Equipment subrnitted shail fit within tne space or location shown on ihe Drawings. Equipment which does not fit within the space or location is not aceeptable. C. For the equipmant specif'ied herein, the manufacturer shall be ISO 90p1 2000 certified, l.b WARRANTY A. The Mat�ufacturer shall warrant the equipment to be free from defects in rr►aterial and workmanship for 2 years frorn date of acceptance of the equipment containing the itetns specified in this 3ection. Within such period of warranty, the Manufacturer shali promptly f�rnish ai� material and labor necessary to return the equipment to ncw ogerating condition. Any warranty work rcquiring shipping or transporting of the equipz�nent shall be performed by the Coniractor at. no expense to the Owner. 1.7 COMMUIVICATIONS PROTOCOL REQUIREMENTS A. The �LC systems must communicate as shawn nn the plans and as descrihed else ware within the contract dacuments. 'I`k�e systems are to utilize and support the protocals as described within this section. I. Where shown ar otherwise indicated Modbus TCP Protacol to have the following as minimurn capabilities as a minimum: a. All data shall be availabla and/or mirrored vvirhin the Modbus 4x or "Holding Regisier" mernory area. The other areas can be optianally supported, but all flx, lx, and 3x data shall be readable and writable in the �x memory area. For digitai writes, supports of single-bit writes (function 5) to the Ox area are acceptable on a case by case basis. Products that require access to ihe l x and �x area to operate are noE acceptable; access ta 1x/3x area shaI� be optional. b. Register 4x0000I shali exist and b� readable to allow simple, predictable "'communications t�sts". c. Soflvvare toQls sha31 f�nction properly with slaves' only supporting Modbus funetions 3, 4 and 16. Requiring support of diagnoslic function S is not acceptable. d. Softwaze toals shall be canfiguxable to rt�rite a single regisker as either Function 6 or 15. e. Software tools shall allaw setting the Modbus/TCP "Unit Id" to be a value other than zero. This is required.for Ethernet-to-Serial bridging. 2. V�here indicated the PLC System shall communicaC� utilizing Ethernet/IP Protocol with ihe following as minimum capabilit�es: a. Transfer of basic UQ data via User Datagram Protocol {UDP)-based iinplicit messaging b. Uploading and downlflading oi parameters, setpaints, programs and recipes via TCP (i.e., explicit messaging.) c. Polled, cyclic and change-of state manitaring via UDP, such as RPI and C05 in Allen �radiey`s ContrnlLogix control systems. CITY OF FORT WORTH 5outh Westside V Elevatad 3torage Tank STANI]ARD CONSTRUCTION SPECIFECATION DOCUMENTS City L'roject No. 103428 ltevised Octoher 20, 2021 40630D-4 Pmgrammabie Logic Controller Page 4 of 6 d. One-to-one (unicast), one-to-maziy (mult�cast), and on�-to-all (�roadcast) co�nmunicatioz� via TCP e. Use of well-knQwn TCP port numher 44818 for explicit messaging and UDP port nambar 2222 far implicit messaging. 3. For communications links indicated to use DNP3 provide the miniznum of 1eve12 implementation for all devices. PART 2 - PRODUCTS 2.1 PROGI�MMABLE LOGIC CONTROLLER A. Subject ta compliance with the Contract Docurnents, the following Manufactnrers are acceptable: 1. Schneider ElecYric M34Q 2. Approved Equal } B. The lisfing of specific manufacturers above does not imply accegtance of their products that do not meet the specified raEings, features and functions as specified. Manufacturers Iisted aba�e are nqt relieved From meeting t�ese specifications in their en�irety. The following table indicates the PLC used as the basis of design for each lacaiian indicated. PL� L(�CA"1"Ic,�iv TANK ]PEDISTAL YF.� 'f Y F'� CO1�i'�'R�� P.�.FVL'-i� �L"� Schneider Electric M340 RTU-101 G Where an �xisting PLC is to be tz�aclified or expanded a� a�aart of tlus Contract, as specified in Speci�ication Section Process Syskem Control Panels or as indicated on the plans, the modified PLC is to meet the requirements and functionality of this Section. D. Programming Languages l. Each PLC shall support IEC Standard 61131-3 with all of the followsng programming languages unless explicitly excluded within this section: a. Ladder (LD) b. Function Black Diagram (FBD) c. Sequential Function Chart (SFC) d. Structured Text (ST) e. Instruetion List (IL.) 2. Processar s�►all have a tniuirnum IEC Pragram Memory size of 1024 KB. E. Iripuk / Ouiput Capacity 1. Total Configurable lnput / Output Capacity within the manuiactures software package for the device shall not be less than 2Q48. 2. Installed minimum physical Input / Output capacity shall not �e less than the foilowing: a. Analog Inputs — 8 b. Ana�og �utpuis � c. Discrete Inputs — 32 d. Discrete Outpuks — 16 F. Physical Consttuctian CITX OF PO12T WORTFi 3outh Westside V Stevated Storage Tank STANI�ARU CONSTRiICTION SPECiFICA7'ION DOCiIMENT5 City Project No. 103428 Revised Octaher 20, 2621 4pG30a-5 Programma6Je Logic Controller Page 5 oF 6 1. The PLC shall be of a modular constructian, consisting of a back plane or buss, plug in modules for the processor, cammunication modules, IIO modules and expansion modules. 2. The gower supply shall be i20 Volt 6Q Hz and shail be sized for the total of alI installed I/O iully loaded including the power requirement any spare I!D siots. 3. Analog inputs and outputs shall be isolated physically and electronically fram each other and shall be of the 4-20ma type. 4. Discrete inputs shall be 24VDC and individually buffered with external single poll form C relays. 5. Discrete outputs shall be ind'svidually buffered with externa! form C relays with tfie number of polls as required. 6. 5ystems shall include as a minimurta l Ethernet, 1 RS-4851232, ar 3 USB programming ports. 7. A separate Ethernet part sha31 include far connection to the SCADA netr�vork. This port should include distributedlremate IIO scanning capability utilizing the protocol specified on the plans without the use Qf high-level lo�ic pz'ogramming. G. Spare Equipment 1. Provide mininnut�n of 10 percent wired spare UO channels of each type provided. 2. Pro�ide 1 spare card/�odule of each type provided, including CFU and power auppl.ies. 2.2 SPARE PARTS A. Provide the following spare parts foz' each caatrnl panel in the quantities specif'ied: 1. One bax of replacement fuses, al! types and sizes used. 2. One rep�acement cable of each type used B. Spare parts sha1l be boxed or packaged for long term storage. Identify each itemi witl� manufacturer's name, description and part numher qn the exterior of the package. PART 3 - EXECUTIDN 3.i INSTALLATION A. All equipment specified herein shall be factory instal�ed, programmed, field adjusted, tested and cleaned as an integral part of equipment speciiied elsewhere in these Specifications. END OF SECTION CTl"Y O�' FORT WDRTH South Westside V Elevated Storuge Tank STANDARD CONSTR[ICTION SPECIFLCATIOI�i I30CUMENTS City Prpject No. 163428 Ravisad OcEober 20, 2021 40b9Qp-6 Programmable Logic Controller Page 6 oF 6. THIS PAGE INTENTI�NALLY LEFT BLAN� C�I'X QF FORT WO$TH 3outh Westside V Elevated S�orage Tank 3TANiUARA CONSTRLTCTION SPECIFICATION �OCUMENTS City Project Na. 103428 Revised Oc[oher 20, 2021 ao �� ao - t Communicatians Intefface Equipment Page 1 of $ 5ECTION 40 66 DO COMMUIVICATIONS INTEIiFACE EQUIPMENT PART1- GENERAL 1.1 SGOPE OF WORK A. This Section of the Speci�icatians describes the requirements for Comxx�.unications Interface Equipment and Systems ta be furnished under other Sectians of the Specif:icakians as listed in the Related Work paragraph of this Seetion. $. A�1 equipment des�ri�ed herein shall be submitted and furnished as an integral patt af equipment specified elsewhere in the Related Work Specifications. 1.� RELATED WORK A. No references are made to any other section wYuch may cantain work related ta any otber sectian. The Contract Documents sha11 be taken as a whole with every section related to every other section as required to rneet the requirements specified. The arganization of the Contract Documents into specification divisions anci sections is for organization af the documents themselves and does not relate to the tiivision vf suppliets or labor which t.he Contractor may choose to employ in the execution of the Cantract. Where references are made to oiher Sections and other Divisions of the S�ecifications, the Cantractor shall pro�ide such informa�ion or additional work as may be'required in those ref�rences and include such information or work as may be specified. 1.3 SIIBMYTTALS A. Sula:miEtals for equipment specified herein sha11 be made as a part of equipment furnished under okher Sections. Individual submittals for equipment specified hereir� will nat be accepted and will be returned un-reviewect. B. Su6mit �atalog data for all items supplied fram this specification Section as applicable. Submittal shall inciude catalog data, functions, ratings, inputs, outputs, displays, etc., sufiicient ta confirm that the equipment provides every specified requirement. Any options or exceptians shaIl be clearly indicated. 1.4 REFERENCE CODE5 AND STANDARDS A. Instruxnentation equipmept, znateriais and instaIlation shall comply with the Nakional Electrical Cod� (NEC and with the latest edition of the following codes and standards: I. National Electrieal Safety Code (NESC) 2. Occupational Safety and Health Administratio� (OSHA) 3. NEMAICS 1-1Q1 Diagrams, Designatinns and Symbols 4. ANSUISA-5.06.Q1-20Q7 - Functianal Requirements Doc�mentaiion far Control Software Applications. 5. ISA-5.2-197b {R1992} Binary Logic Diagrams For Process Operatians. 6. NEMA IC5 6 Enclosures for Industrial Contr�ls and S�stems 7. National Fire Protectian Association (NFPA} 8. National Electrical Manufacturers Association (NEMA) CTfY OF FORT WORTH 9outh Westside V Elevated 3torage Tank STANBARD CO3*iSTRUCTION SPECIFICATIDPI AOCUMENTS City Projeet IYa ] 03428 Revised October 20, 202.1 406fi{10-2 Cpmmunications Tnterface Equipment Page 2 oF 8 9. Am�z�can National Standards Institute (ANSI) lfl. Insulated Cable Engineers Assaciation (ICEA) I 1. The Interna�ional5ociety of Automation (ISA) 12. Underwriters Laboratories (UL) 13. Ul 508, the Standard of Safety for Industriai Control Equipment 14. L7L 50$A, tl�e Standard of Safety for Industrial Control Panels 15. UL 50, the Standard of Safety for EncIosures for Electrical Equipment. 16. NFPA 79, Electrical Standard fvr Control Panels and Inciustrial Machinery 17. Factory Mutual (FM) 18. NFPA 70 National Elactrical Code (NEC) 19. NFi'A 70E Standard for Electricai Safety in the Workplace 20. ANSI C37.9D.2 Standard Withstand Capability of Relay Systems to Radiated Electromagnetic Interference from Transceivers. 21. NEMA TCS 4 Terminal Blocks for Industriaj Use. 22. NEMA LS 1 Low Voltage Surge Protection Devices. 23. UL 1283 Standard for 5afety-Electromagnetic Interference Filters. 24. UL 1449 Third Edition Surge Protective Devices 25. All equipmez�t and installations shall conform to applicabie Federal, State, and local codes. B. All equipment shall comply with the requirements of the EVational Electric Code and U.nderwriters Laboratories (UL} where applicable. C. Each specified deviee shall, alsa conform to the standards and codes listed in khe indi�idaal device paragraphs. 1.5 QUALITY ASSURANCE A. The manufa.cturer of this equipment shall have prodnced similar equipment far a minimum period of five (5) years. When requested by the OwnerlEngineer, an acceptable list af installations with similar equipment shall be provided demonstrating compliance with this requirement. B. Equipment submitted shall fit within the space or location shown on the Drawings. �quipment which does not fit within the space or loeation is not acceptable. C. For the equipment specified herein, the manufacturer shafI be ISO 90�1 2000 certified. 1.6 WARRANTY A. The Manuiacturer shall warrant tha eyuipment to be free frorn defects in material and workmanship far 2 years from date of acceptanee of the equipment containing the items speci�ed in this 5ection. Within such period of vvarranty, the Manufacturer shaIl promptly furnish all material and lahar necessary to rettu-n the equipmenC to new operating condition. Any wa�Tanty work requiring shippjng or transporting of the equipme�t shall be perfar�xed by k�� Contractor at no expense to the Owner. CITY OF FORT WOKTH 5outh VJestside V Elevaled 5torage Tank STAIYDARD CQ3�SSTRUCTIOA' SPECIPTCATION DOCUMEN'I"S City Project No. i03428 Revised 4ctnber 20, 202I 4006(}0-3 Communicativns InEerface Equipment Page 3 of 8 PART � - PIiODUCTS 2.1 INDUSTRiAL ETHERNET PROTOC�L CONVERTER (MODSU$ TCP TO HSQ) A. 5uhject to corr�pliance with the Contract Documents, the following Manufacturers ar� acceptable: 1. Digi One IAP 2. Appz'oved Equai B. The listing of specific manufacturers abo�e does not imply acceptanee of their products that do not meet the specified rating�, features and functions. Manufacturers listed ahove are not relie�ed from tneeting these specifications in their entirety. C. Environmental 1. Qperating temperature: 32 Deg F ko 140 Deg F 2. Operating humidity: 20 — 95%n Non-condensing 3. Storage Temperature: -4Q to 158 Deg P D. Physical 1. Pawer Supgly: 24VDC 2. Microprocessor based managed type. 3. DIN Rail mountable. 4. Class 1 Division 2 rated E. Funetional Performance I. Per Part status LED indication. 2. Wire 5peed switching. 3. 1fl/100BaseT ports with RJ-45 connectors iar Category 5e cablirig. �4. ST or SC type Fiber Optic Connectors for 10QBaseFX, 1p00BaseSX for Multimode Fiber and 1000BaseLX for Single Mode Fiber as shown on the drawings. 5. RS-485 Ports with terminals. 5electable Iink termination (100 �120 Ohms) F. Options and Accessories Required: 1. Provjde minimurri 3-year warranty. Z. The protocol inEerface shall impJ.etnent the following: a. All data shall be a�aila[�le and/or mirrored within the Modbus 4x or "Holding Register" memor� area. b. Regzster 4x00001 shall exist and 6e readable 1 writable to allow simple, predietable "communicaiion tests". 3. The media protacal convetter shall meet khe follpwing criteria: a. The converter s�►a11 support 10/SOQBase-T Ethernet. The serial port speed (baud rate) shall support 23Qkbps. The protocol shall support Modbus TCP, Ethernet IP, DF1, and Modbus RTUTASCII. Protocol shall he Web BrQwser evnfigurabl�. �.� REMOTE SITE LICENSED RADIO (NARROW BAND) A. 5ubject to compliance with the Contract Docum�nts, the following Manufacturers are acceptable: 1. GE MDS SD9 CITY OP FORT WORTH 5outh Westside V E[evaled 5toraga Tank S"FANDARD CONSTRidCTIQN SPECIFICATTOIV I]OCUMEI�T5 City f'coject No. i03428 l�evised Octo�er 20, 2021 aa�boa-a Communications Interface Equipmant Page 4 af 8 2. Approved Equal B. The Iisting of speci�c manufacturers above does not imply acceptanee of Eheir pz'oducts that do not meet the speci�ied ratings, features and functions. Manufacturers listed above are not reIieved frozn meeting tY�ese specificakions in their entirety. C. �nvironmental 1. Operating temperature: -40 Deg C to 70 Deg C 2. Operating humidity: 10 — 95%a Nan-condensing D. Physical 1. Pawet' Sup�aly: 10 to 30 VDC input 2. Microprocessor based unmanaged type. 3. DIN Rail mountable. 4. Class 1 Division 2 groups A, B, C and D ratet3 5. Interiac� connectians: TIA-232-E Serial interface irnplemanted in a DB-9 connection, Ethemet 1QI1flQ BaseT implemented zn a R345 and Antenna connection utilizing a TNC Female connector E. Functional Performance 1. RF data rate 9,600 to 19,200 bps @ 12.5 KHz ehannel size. 2, Licensed Frequency bands: 520-870 MHz, SSO-9l S MHz, 850-8601926-936 MHZ, and 928-960 MHz 3. Aluminum case. 4. Receiver type: double conversion super h�terodynes wlth selectir�ity �70 dB, Sensitivity -100dBm. 5. 'I'ransmitter with programmable carrier power from 0.1 to 5 Watts, Continuous d�ty cycle. 6. Operati.ng mode: Simplex, half-duQlex 7. Modulation: Digital, CPFSK F. Options and Accessories Required: 1, Provide minirnum 2-year warranty. �.3 ANTENNA TQWER (LADDER TYPE) A. Subject to eompliance with the contract documents, the fo.IIowing manufacturez's are acceptable: 1. Roh� 2. Sabre 3. Amerite 25 as manufactured by American Tower Cflmpany B. The listing of specific manufacturers abQ�e does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed a�ove are not relieved frorn meeting these specifisations iq their entirety. C. Provide radin towers as shown on the drawings. At a minimum, �he towers provided shall be as fojI�ws: 1. Each section shall be double balted constructad af ASTM 123 hot dipped gal�anized steel. C1TY OF" �OA"C WORTH South Westside V Ele�ated 5to�age Tank SPANDARD C4NSTKUCT'ION Sl'ECIFICATIDN DOCUMENiTS City Prajecc Na. 103428 Revisad Octaher 20, 2Q21 406500-5 Communications interface Equipmenl Page 5 of S 2. Free standing and self supporting. 3. Tovsrer sections shall have a minimum 12-z%z" face. 4. Tower shall be mada up of a base section, midseetion and top sections. 5. Heights of towers shall be a minimum of fifty feet tall irom ground level. D. The radio tower sha11 be a se�f supporting structure. 'I'i�e final tower and base design shaIl be furnished by the contractor. Each individual tower installation shall be certified and sealed by a Professianal Engineer licensed in the State of Texas to be compliant in all respects with TIA-222-H, Structural Standard for Antenna Supporting Structures and Antennas. The installation design, along w�th this certificatian, shall be submitred by the contractor. I�To general oz' manufacturers reference designs are acceptable for this purpase. The material submittec3 shall take into consideratio.n the specific site �ocation geotechnical snfarmatian. A separate drawing far each tower installation, including all ftirnished accessor�es, including 6ut not iimited to grounding system, safety system, etc., sha11 be submitted. E. Options and Acc�ssaries Required: 1. Provide Class A safety climb equipment for each tower over 25 feet. 2.4 YAGI DIRECTIONAL ANTENNA A. Subject ta compliance with t�e contract documents, the following manufaeturers are accegtable: � . WI�SDII �10CiI'OIIICS 2. Blue Wave 3. Ubiquiti �. Approved Equal B. The listing of sgecific rnanufacturers above does not imply acceptance of their products that do nat meet the speciiied ratings, features and functions. ManufacEurers listed above are not relieved from meeting these sgecifications in their entirety. C. Environmenta3 1. Operating temperature: -40 degrees F to 176 degrees F 2. Operating humidity: 95% non-condensing for indoor appl.ications D. PhysicaJ 1. Number of Elements as required balancing gain and output powar. 2. Impedance 50 ohms 3. Max Power 10 watts 4. Radiation Directionai 5. Palarizatian Vertical 6. ConnectorN-Female 7. Material Aluminum S. Mount Mounts on pipe with OS inch tp 1.S-inch diameter �.� RADIO SYSTEM SURGE PROTECTOR A. Subject to camplia.nce �ith the contract documents, the following manufacturers are acceptab3e: CFTY OF FORT WDAiH South Westside V Elevated S[orage Tank STAAfDARD CQNSTRUCTIQ]V SPECIF[CATION DOCUMENTS City Projccl No. 103423 Revised Occober 20, 202i 4066QD-6 Communieations InterFace Equiprnent Page 6 vf 8 1. P%aenix Cantact 2. PolyFhaser 3. Cooper Bussmar� 4. Approved Equal B. The listing af speci�c rnanufacturers above does not imply acceptance of their products that da not meet the speci�ed ratings, features and functions. Manufacturers listed ahove are not reIieved from meeting these specifications in their entireTy. C, En�ironmental 1. Operating ternperatu�re: -4� degrees F to 176 degrees F 2. Operat�ng huznidity: 95% non-condensing for indoor applications 3. Storage Terriperature: -�fl to 176 degrees F D. Fhysical 1. Barrel conf'iguratian for conCrol panel applications 2. TNC type connectors E. Functional Performance 1. Protection: handles 100 or mare lig�tning skrikes at surge levels of $/20uSec at 6kV13kA 2. Standard: CompIiant to IEC61000-4-5. 2.6 RADIO ANTENNA CABLES A. Sub�ect ta eompliance with the C.ontract Documents, the foIlowing Manufacturers are acceptabie: 1. Times Microwave LMR-600 runs undez '1S feet 2. CommScape AVA7-SO HELIAX runs 75 feet and greater 3. Appro�ed Equal B. The listing of specific manufacturers above does not imply acceptance oi their prQducts that do not meet the specified ratings, ieatures and functions. Manufact�rers 3isted above are not relieved from meeting these specifieatipns in their entirety_ C. General 1. Provide sufficient lengths of cables for installation for connection to a.il Radio Equipment with no splices. D. Cable Constructian 1. Inner Cc�nductor So1sd BCCAI 2. Dielect�'ic �oam PE 3. Outer Conduetor Alu�ninum Tape 4. Overall Braid Tinned Copper 5. Jacket Black PE. E. Function/Performance: �. Max Operating Frequency GHz 2.5 2. Minimum Operating Frequency 840 MHz 3. Velocity of Propagation % 87 C1TY OF FORT WORTH Snuth Westside V Elevated Storage Tan[c STAIYDARD CONSTRUCTION SPECTFICATIQN 170CUMENTS City Project i�o. 143428 Revised Dctober 20, 2021 aa6soo-� Cammunications fnterface Equipment Page 7 of 8 4, Dieiectric Constant NA 1.32 5. Time Delay nSlft (n5/m) 1.17 (3.$3) 6. Impedarjce ohms 50 7. Capacitance pFlft (p�'/tn) 15.6 (51.1) 8. Inductance uHlft (uHlm} O.d8$ (0.29) 9. Shielding Effectiveness dB >90 10. DC Resistance a. Inner Conductor ohms/l QOOft (/krn) 1.39 (4.56) b. Outer Condnctor ahms/1000Ft (Ikm} 1,2 (3,9) 1 i. Peak Power kW 44 F. Required OptionslAccessories 1. Provide Surg� Arrestors at the antenna connectian and the entrance to the eguipment per the NEC. PART 3 - EXECUTION 3.1 INSTALLATION A. All equip�nent specified herein shaU be factory installed in an overall assetnbly, field adjusted, t�sted and cleaned as an inkegral part of equipment specified elsewhere in these Specifications. END OF SECTI�N C1TY �P FOAT WORTH South Westside V E[evated Sto�rage Tank STANDARD CONSTEtUCTION SPECIPICPi7'ION DOCUMEN'fS Ciry Prajec[ Na. l03428 Revised October 26, 2021 4Q660D-F Communiea[ians Interface Lquipmenl Page 8 of 8 THIS PAGE INTENTIQNALLY LEFT BLANI� CITY OF FORT WORTI�i South Westside V Elevatad Storagc Tank 5TA1�'DABD CONSTiLUCTIQN SPECIFICATION DpCUMENTS City Praject No. 103428 Revised October 20, 2021 A0670Q- 1 Process Control Systems Control Panels Pagc ! of i 6 sECTroN �o �� oa PAOCESS CONTROL SYSTEMS CONTROL PANELS PART1- GENERAL 1.1 SCOPE OH' WORf� A. Furnish at�d install functional control panels to manually or automatically operate cantrol systems as specified iu the detaiied requirements of this Section, and logic and schematics as shown on the Electrical and Instrumentation Drawings. B. Control panels as specified in Process Equipment Division, ElectricaI Equipment Division or Mechanical Equipm�nt Divisions, excegt as speciiically stated herein, shall not 6e submitted under ihis Section. 1.2 RELATED WORK A. Wherever references are made to Related Work in other Specification Seckians of the Specif'�cations, the Contractor is ta provide such information ar v�ork as may be required in those references and include such infarmatian or wark as may he specifie�l. B. All Instrumentation work related to Prpcess and Mechanical Divisions equipment that is showr► on t}�e Instrumentation Drawings shall be provided under Di�ision 40 Process Control System Sections unless otherwise explicitly shown. C. AII Control Panels and work pro�ided under any Division of the Specificataons shall fully eomply with the requirements of Divisian 401'rocess Contrnl System Sectians. D. No references at'e made to any other section whieh may contain work relatad to any other section. Th� Contract Documents shall be taken as a whole with every section related to every other section as required to rneet the requirements specified. Ttie organizatian of the Contract Doeuments into specificatian divisians and sections is for orgaaization of the documents themselves and does nat relate to the divssion of snppliers vr labor which the Cantractor may choose to employ in the execu�ion af the Cantract. Where references are made to other Sections and other Di�isians of the Specifications, the Contraetar shall provide s�ch informativn or additional work as ffiay be required in those references and include such in%rmation or �ork as may be specified. E. Other Divisions I. The Contractor shall be responsible for examining all Sectians of the Specifications and Drawings and shall determine the power and wiring requirements and shall provide appurtenances, as required to pro�ide a fully functioning process canirol system. If tfie equipment requires added optians, due to different equipment being supplied, th� Contractor shall furnish the additional appurtenances anctior wiring, with z�o change in the Contract Price, and with no increase in Contract Time. i.s su�aMxTTaLs A. Submittal Process 1. 5ubmitials sktall be made in accvrdance with the requirements of Division 1, Section 40 6I 0�, and as specified herein. C1TY ()F FORT WQBTH 9outh Westside V Elevated 5lorage Tar�k STANDARD CO3VSTRUCTIQN SPECIFICATION DOCUMS3YT5 City Project Mo. 1U3428 Revised October 20, 2021 40fr700-2 Process Cuntrol Systems Control Panels Page 2 af 15 2. Submittals require information on related equipment io be furnished under this Specificatiorz and described in the related Sections listed in the Related Wark paragraph ak�ove. Incomplete submittals not containing the required information on the related equi�ment will be returned un-reviewed. 3. Equipment specified in Pracess, Mechanical, or Electricai Equipment Divisions, and supplied as an integral part of a process equipment manufacturer's package shall be subtnitted with the manufaeturer's sub�nittals, in those Divisions. B. Submittal Cont�nt The original equipment manufackurer shalI create ail equipment shap drawings, inciuding alI wiring diagrams, in the manufacturer's Engineering department. All equipment shop drawings shall bear the original equipment mia�aufacturer's logo, dtawzng file n�mbers, and shall be maintained on file in the ariginal equiprnent manufacturer's archive file system. Photocapies of the Engineer's ladder schematics are unacceptable as shop drawings. C. Required Suhmittals 1. Copies of prevzously Approved Related Wark submittals. 2. Docurr�entatian caniirrning that the Panel Assembly Facility is a UL-SQ8 certified panel shop. 3. Facsimile of the UL label that is to be applied to the compleied pane�s. 4. Shop Drawings a, Sh.pp Drawings shall include the foIlowing: 1} Drawings shall be to scale and shal! show the location of paael rrtounted deviees, including daors, louvers, and sub ganels. 2) Equipment outline drawings showing elevation, plan and interior views, front panel arrangement, dimensions, weight, shipping splits, conduit entrances and anchor bolt pattern. Indicate all options, special features, tatings and deviations fram this Section's requirements. 3) The first sheet of each Panel Drawing Packet shall contain a Bill oi Materials far that panel. The Bill vf Materials shall list alI devices rnounted within the panel, and shall include the iag nntx�bez', deseription, manufactarer, and mndei number of each item. 4) F'ollowing the Bill oi Matcrial shall be a listing., uniquely identifying each cornponent of the Panel, and a description of the item used, i.e. devices by their assigned tag �umbers, nameplate inscriptions, service legend, and annunciator inscriptions. 5) Power and control schert�.atics including external connections. 5how wire and termi�zal numbers and colar-coding_ b. Interconnecting Wiring Diagrams 1) Provide intereonnecting wiring diagrams showing electeical connections between equipment, consoles, panels, terminal junctian box�s, and field mounted components. 2) Diagrams shall shaw component and panel terminal board identiiication numbers, and external wira and cable numbers. 3) Circuit narnes corresponding to the Circuit and Raceway Schedule shall be shown. The d'tagram shaII include interrr►eciiate terrniaations between field elements and pauels (e.g., terminal junction boxes, pull boxes, etc.). 5. Factory Tests. CITX ()F FORT WORTH 5outh Westside V Ele�ated Storage Tank STANDARD COiV�TRUCTIOIV SPECZFfCATIOIV DOCUIVIENTS City Project Na, 103428 Revised Octoher 20, 2021 40670(}-3 Process Conlml Systems CanUol Panels Page 3 of 16 a. Submittals shall be made for factoty tests as specified herein. OwnerlEngineer approval of rec�uired factory tests is reguired prior to shipment of the equipment. b. Field Tests. a. Submittals sha116e made for fieId tests as specified herein. 7. Operation ar�d Maintenance Manuals. a. �peration and maintenance manuals shall includa the following information: 1) Manufacturer's eontact address and telephone number for parts and service. 2) Instruetion hooks and/or lea#lets 3} Recommended renewal parts list 4} Recnrd Dqcuments for the infnrmation required by the Submittais paragraph above. D. Operation and Maintenance Manuals. Operation and maintenance irzzanuals shall include the following information: a. Manufaciurer's coatact address and talephone number for parts arid service. b. Instruction books and/or leaflets c. Recommended renewal parts list d. Record Dacuments for the information required by the Submittals paragraph above. 1.4 REFERENCE CODES AND STANDARDS A. Instrumentation equipmenk, materials and installation shall comply with the National Electrical Code (NEC and with the latest edition af the following codes and standards: i. Nationai Electrical 5afety Code (1VESC) 2. Occupational Safety and Health Administration (OSHA) 3. NEMAICS 1-101 Diagrams, Designations and 5ymbols 4. ANSUISA-5.06A1-2007 - Functianal Requirements Documentation far Cantroi Software Applications 5. ISA-TR20.00A1-2001- Specification Fo�rns for Process Measurement and Contral InsEniments Part 1: General Cansicieratinns ilpdated with 27 New Specification �o�s �n aoa4-zoas. b. XSA-S.4-1991 Instrument Loop Diagrams. 7. ISA-S.5-1985 Graphic Symbols for Process Displays. 8. ISA-5.1-1984 (R1992) Instrumentation Symbols and Identification. 9. ISA-5.3-1983 Grap.hic Symbvls for Distributed ControllShared Display Instrumentation, Logic, and Computer Systems. l 0. ISA--20-19$1 Specification Forms for Pracess Measurement and Control Instruments, Primary Elements, and Control Val�es. 11. I5A-5.2-1976 (R1992) Binary Logic Diagrams for Process Operations. 12. NEMA ICS 6 Enclosure� for Indusirial Controls and Systerns 13. National Fire Protect�on Association {NFPA) 14. National Electrical Manufacturers Association (NEMA) 15. American National Standards Institute (ANSI) 16. Insulated Cabie Engineers Association (ICEA) 17. The Intemational5ociety. vf Autonr�ation (XSA) CITX OF FORT WORTH 5outh Westside V Elevated 5torage Tank STANDARD CONSTRUCi'ION SPECIFICA7`ION DOCUIVIBNT5 City Pmject Na. 103428 Revised Ociober 20, 2021 4Q6700-4 Process Control 5ystems Control Panels Page 4 of 16 18. Llnderwriters Laboratories (UL) 19. UL 508, the Standard of Safety for Industrial Control Eqnipment 20. UL 508A, the Sfiandard of Safety for Industrial Cantrol Panels 21. i1L 5a, the Standard of Safety for �nc�osures for Elec�rical Equipment. 22. NFPA 79, Electrieal Standard for Industrial Machinery 23. Factory Mutual (F1Vn 24. NFPA 70 National Electrieal C.ode (NEC) 2S. NFPA 7UE Staz�dard for Electrical Safety in the Workplace 26. ANSI C37.90.2 Standard Withstand Capability of Relay Systems to Radiated Electromagnetic Interference from Transceivers. 27. NEMA ICS 4 Terminal Blo.cks far Industrial Use. 2$. NEMA LS 1 Low Voltage Surge Proteetian Devices. 29. UL 1283 Standard for Safety-Electramagnetic InterFerenee Filters. 3D. LTL 1449 Third Editian Surge Protective De�ices 31. All equipment and installations shall conform to applicable Federal, State, and lacal codes. 1.� QUALITY ASSURANCE A. The manufacturer of this equipment shall have produced similar equipment for a minimurr� periad of five (5} years. When requested by the Owner/Engineer, an acceptable list of instaLlations with similar equiQment shall be grovided deman�trating compIiance with this requirement. B. The control ganels sha�l b.e assembled in a UL-certified }�anel shap, experienc�d in the assembled Qf control panels for wastewater and water treatrnent systems. A subrnittal of the documentation, that certifies the panel fabrication shop is a UL-certified shop, is required. C. Equipment components and devices shali be UL labeled wherever UL siandards axist for such equipment. The campleted cantrol panel shall be UL Labeled in accordance wzth UL SO$, S08A or iIL 698A whichever �s the applicable UI, standard for the inst�lled location of the panel where indicated an the drawings. The panel shail also be L7L labeled for the environment in which it is to be placed. A UL label shall be affixed to the inside of the extemal door by the panel fabrication assembly. Subzruit a facsimiile of the UL lab�l in the subzniCtal information. D. Equipment submitted shall fit within the space shown on the Drawings. Equipment which does not fit within the space is nat acceptable. 1.6 DELIVERY STORAGE AND HANDLING A. Equipment shaIl 6e handled and stored in accordance with manufacturer's instructions. Two (Z) copies of these instructions shall be included with the equipment at time af shipment and shall be tnade available to the Contraetor and OwnerlEngineer. B. 5hipping groups shall be designed to be shipped by truck, rail, or ship. Indoor groups shall be bolted to skids: Accessories shal� be packaged and shipped separately, CITY OF FORT WORTfi South Wescside V Elevated Storage Tank STANDARD CDIdS'I'RUCTiON SPBCIF[CATIDN DOCUMENTS City Project No, 103428 Re�ised Qeto6er 20, 2021 au67oU-s Process Control5ystems Control Paneis Page 5 of lG C, Within (5} five days after shipment of a11 equipment, Manufacturer shall ship all software, supplied under this Seetion of the Specifications, by Registered Mai! or Approved Courier, to the Owner's Representative, with a cogy of the Shipment Manifest. D. Visi�le shipping damage to any porti.on of a shipment shall be assumed to have also damaged the surrounding portian. The visibly damaged and the surrounc�ing panels shall be returned to the Manufacturer's UL 508 facility, for exami�ation and damaged equipment replaced, followed by a Witnessed Test of the returned portion, as specified in Paragraph 2.07, at no expanse to the Owner. E. Equipment shall be instailed in its permanent �nished lacation shown on the Drawings within seven (7) calendar days af arriving onsite. If the equigment cannot be installed within se�en {7) calendar days, the equipment shall not be delive:red to tne site, but stored ofisite, at the Contractor's e�cpeqse, until such time that the site is ready far permanent installation of the equipment. F. V4�here space heaters are provided in equipment, pro�ide temporary electrical power and operate space heaters during storage, and after equigment is installed in permanent location, untij eqnipment is plaeed in seraice. 1.'� WARRANTY A. The Manufacturer 5ha11 warrant the eyuiprnent to be free from defects in material and workmanship for [2] years from date of final acceptance of the equipment. Within such period of warranty, the Manufacturer shall promptly furnish all material and labar necessary to return the equipment ko new aperating conditian. Any warranty woric requiring shipping or transporting of the equipment shall be perfortned by the Manufacturer, ak no e�epense to the Owner. PART 2 - PRODUCTS �.i MATERIAL MANUFACTURERS A. Sub�ect to compliance with the Contract Documents, the foilowing eIeetrical material manufacturers are a�cceptable fo.r all materials not otherv�ise specifically spe.cified within the contract doeuments. 1. General Electric Co. 2. Eaton 1 Cutler-Hammer 3. Schneider Electi-ic / Square D Co. 4. Rockwell Automatian / Allen Bradley B. The iisting of specific manufacturers abo�e does not imply aceeptance of their products that do not meet the specified ratings, features and functions. Mat�rials listed abo�e are not relieved from meeting these Specifications in their entireey. C. Manufactures of all related device.s and components shall he as specified elsewhere in th� contract documents. 2.� RATINGS A. The complete control panel assembly shall be UL certifz�d and catry a UL S08A listing for "Industria� Control Paneis". Cl CY OF FOR'F WORTfI South Westside V Ele�ated 5torage Tank STANDARD CONS'i`itUCTIDN SPECIF[CATION ilOCL3MENTS City Projec€ No. ] 03428 Revised October 2D, 2421 406700-6 Process Control 5yslems Conlrol Panels Page 6 of L6 B. The control panel shall meet all applicable reyuirements of the National Electrical Code. C. Motar controllers, including associated devices, shall be designed far continuous operation at rated current �n a 40-degree C ambient temperaiure. D. For additional ratings and constructian notes, refer to the Drawings. E. The service vnitage shall be as specified at�d as shown on ihe Drawings. The overall shnrt circuit withstand, and interrupting rating of the equipment and devices shall b� equal to or greater than the overalI short cireuit withstand and interrupting ratin.g of the feeder device immediately upstream of the Contrql Panel, b�t not less than 10,00Qamperes at 12� volts szngle phase. �.3 CONSTRUCTION A. General 1. Refer ta the Drawings for: schematics, actual layaut and location of equipment and components; current raiings of deviees, bus bars, components; proteciive relays, voltage ratings oi devices, components and assemblies; and other required details. B. Enclosures General a. Each enclosure shall incorporate a rert�ovable back panel, and side panels, on whzch control components shall be mounted. Ba�k panel shall be secured to the enclosure with collar studs for wall mounted enclosures, and 316 5S hardware for free standing enclosures. b. All floor-mounted enclosures shall be provided with floaz' stands of the same materials of construction as the enclasure.. c. The enclasure door shall be interloeked with the main eircuit hreaker by a panel mounted cable driven operating mechanism. d_ Back panel shall be tapped to accept alI mounting screws. Self-tapping scre�+s shall not be used to mount any components. e. All enclosure doors shall have bonding studs. Tha enclosure interior shall have a bonding siud. f. Each enclasure shall be provided with a documentatian pocket on the inner door. g. Enclosures shall not have holes or knockouts. h. Frovide manufaeturer's window kits where shawn an the Drawings. i. All panels installed oukdoors shall have a. factory applied, suitable primer and iinal coat of weatherproof white paint. AlI stainIess-steel panels installed nutdoors shall be oi 304 or 316 grade materiais when painted white unless otherwise shown on the drawings. j. All enclosures shaSl include provisions for a padlock an doors. k. Overload tables shall be laminated and adhered to tha inside of the door. 1. Each enclosure shalI have one, iTPS powered, lSQ-watt receptacle labeled "COMPUTER ONLY". m. All enclosures shall be lockable, and keyed alike. n. Where indicated ar specified, provid� a minitnum 1$xl$-inc� foldable shelf rnaunted no more than 40 inches ahove finished fioor. The sheli to be consiructec� of the sams material and finish as the controI panel. Shelves as znanufactured by Saginaw GontroI and Engineering, Hoffman or ap.pro�ed eq�al are acceptable. CFd'Y OF FdRi' WOR7'FI South Westside V Elevated 5torage Tanlc STANDARD CONSTRUC7TON SPECIF[CATIDN DOCUM�N7'S Ciry Pmject No, 103428 Revised Qctober 2U, 2021 4067UD-7 Pmcess Cnntrol5ystems Contrczl Panels Page 7 of 15 2. NEMA 4X All panels not otherwise Deiined a. Where an enclosure is not otherwise defined or shown on the Drawing 1) I�IEMA 4X 3l6 Stainless Steel 2) Type 3I6 stainless steel, body and door 3) Stainless stee! continuous hinge 4) Foam in-pIace gasket 5) Single point quarter turn latches (2�"x24" and below}. All others 3-point latch b. Manufacturers 1} Rittal WM 5eries 2) EMF Company � 3) NEMA Ertclosures Company 4) Hammond Compar�y 5) Saginaw Control and Engineering 6) Approved Equai 3. NEMA 1 or NEMA 1 A boxes shall not be used. 4. Malleable iron boxes shall not be used. C. Erivzranr�aental Controls L . Enclosure Con�ensate Heaters a. A self-contained enclosure eondensation heater with thermostat and fan shall be mounted inside the control panel, if panel is maunted outdo.ors or in a non-air- conditioned space. L) Enclosure heaters shall be energized from 120-volt, single-phase power supply and sized to prevent condensation within the enclosure. 2) Locate enclosure heaters to avoid o�erheating eleetronic hardware or producing large tEmp�rature fluctuations on the hardware. 3) Enclosure heaters shall have an internal fan far heat distrihuraon aad shall be controlled r�+ith ad�ustable thernaostats. The•thermostat shall have an adjustment range of 40 degrees Fahrenheit ko 90 degrees Fahrenheit. Pravide a circuit breaker or fused disconnect switch wiihin the enclasure. 4} Enclosure heaters shall be Hoffman typ� DAH or equaI. b. S�rip heaters may b� provided if they are 240 volts rated, powered at 12d volts AC and da not have a surface temperature higher than 60°C. Strip heaters and thermostats shall be as manufacittred by Chromalox or equal. 1) Strip heaters shall be Chromalox, Type OT, 1.5-in wide, 240 Volts, single phase, 150 v�atts, energized at 12� Wolts, with rusi resisting �ron sheath, Catalog No. OT-715, Product Code No. 129314. Provide sufficient wattage in heaters to prevent condensatian should tha interior temperat�re nf the enclosure drop below the dew paint. 2) A control thermostat mounted inside the control Pane! shall be Chromalox, Type WR, single stage, Catalog No. WR-80, Froduct Code No.263177. 3) The strip heater terminals shall be guarded by a protective terminal cover. 4) High te�nperatuire conn,ecting lead wire shall be used between the therrr�ostat and the heater terminals. Wire shaIl be No. 12 AWG stranded nicl�el-plated copper with Teflon glass insulation an� shaIl be the product of Chromalox, Catalog No. 6-CFI-12, and Product Cade No. 263783. 2. Enclosure Air Conditioner Cil'Y OF FOR'F WORTI�I South Westside V Elevatad Starage Tank 5'I'ANDAI� CONSTRUCTION SPTCIFICATTON DQCLTMENTS City Pmject lYa. ! p3428 Revised �cto6er 2D, 2U21 ans�ao-s Procass C¢ntrql Systems Control PancJs Page 8 of 16 a. Enclosures containing electron�c de�ices or elcctzical equipment shall have air condix�aners that will maintain the interna3 temperature at or beIow the equiprnent rating withaut vialaring the NEMA rating of the enclosure. b. The panel builder shall provide panel internal heat rise calculations to show that the panel internal temperatures will be maintained below fihe maximum operating t�mperatures of the p.anel components. 1} Fqr enclosures mounted indoors in nan-air-condrtioned spaces, include an ambient air temperature of 4D-degree C and a hurnidity of 100% non- condensing. 2) For enclosures mounted in direct sunlight, add the apgropriate solar heat gain component to the calculation. ancl raise the ambient temperature to 60 degrees Celsius. 3) The calculation shalI show all the internal and external heat gain loads and the expected internal temperature rise, in degrees Celsius, above the specified ambient without tlie air conditioner. Provi�e a calculation shawing the expected temperature rise in degrees C above the specified ambient with the asr conditioner running. c. The air conditioner shall have khe following feakures: 1) Use CFC-free R134a refrigerant. 2) Have fully gasketed flanges on all four moanting edges for a waterr.ight seai Chat maintains NEMA rating af the panel. 3) Thermpstatic 1ow temperature control to provide energy efficient operation and prevents over-cooling. 4) EMIIRFI suppressor to minimize transient spikes dnring compressor onloff cycling. 5} Separated blower-dr�ven evaporator and condenser air systems for ciosed loop cooling- 5) t7L list�d. 7) 5tainless steel enclosure rated NEMA 4X. 8) Internal eorcosion resistant coating andlor galvanized steel components. 9) Low ambient lcit. 10) Short cycle protector, d. Manufactures 1) RittaZ 2) Cooper B-Line 3) ICE Cube 4) Appraved Equal Enclosure Fans a. Fans shall be furnished for soft start starters and E1FD's, as required by tk�e manufacturer, to provide air circulation and cooling. Fans shall be controlled by a temperature swit�h. The fan shal.l aperate anl�r when the drive is "ON" and for a coal-down period after t1t� dr�ve has stopped. Otherwise the fan shall not run when the drive is "OFF". Louvers, if provided, shall have externally removable filters. The filter shall be metallic and washabie. b. Fan motors shall be protected by an input circuit breaker. Metal squirrel cage ball bearing, three phase fan nnotors witb. 10-year design life shall be used in the dtive design. Plas[ic zx�uffip fans are not acceptable. Fan power shall be obtained from a tap an the main control power transformer. CiTY OF FOk�T WOR'fH 5nuth Westside V Elevated 5torage Tank STANDARD CONSTRUCT'ION SPECIPICATIOIY DOCUMENTS City Project No. 103428 Revised Octaher 20, 2021 406700-9 Process Control Systeins Control Panels Page 9 of 16 c. A"loss of cooling" fault shall be furnished. In the evant af clogged filters ar fan failure, tha drive shall produca an alarm and then, in a predetermined time, be shut down safely witnout electronic component failure by the Cemperature switch. d. Redundant fans shaIl be pro�ided in the dr:�ve desigp as backup in the e�ent of fan failure. 4. Corrosion Protection a. Provide corrosion protection in each control panel with a corrosion-Inhibiting vapar capsule as manufactured by Northem Instruments; Model Zerust VC, or Hoffman Eng�ineering, Model A-HCI. 2.4 PANEL EQUIPMENT A. Equipment Requirements 1. The requiremenCs for equigment, controls, meters., converters, etc., far each Cantrol Panel, shall be as shawn qn the Panel Schedule herein, the Drawings, pane! schematics, and the fnnctions specified in tbe Laop Descriptions. 2. Where a programmable logic eontroller is designed as a part of the control panel, ti�e PLC shaIl be as specified in Sectian 40 63 00 Programmable Logic Conttoller System. 3. Where communications equipment is designed as part of the controI panel, the equzpment shall be as specified in Section 40 66 QD Communications Interfaee Equipment. 4. All other equipment, controls, meters, converters that are ciesigned as a part af the control panel, shall be as specified in Sectian 4D 78 OQ Panel Mounted Cantrol Devi.ces, the Related Work Sections specified herein, as shovvn on the Drawings, pazxel schemafics, and the funetions specified in the Control Descriptions. 5. Furnish insta3led in the Control Panel, a dedicated Surge Protective Device (SPD) (Type 3), perrnanently connected, on the load side of the power entrance, a� specified in Section 26 43 13 Low Voltage AC Surge Proteckive De�ices (SPDs). 6. Provide a main circ�it protecrive device, DIN rail mounted, to proteet the panel equiprnent. 7. Provi�e an enclosure intrusion switch for ail. enclosures containing communicatiQns eguipment or Pragrarrunable Logic Controllets (PLC) and or related eyuipment. B. Panel Control Device Requiremeats 1. Controi De�ices and Indieators a. A.11 operating control devices, indicators., and instruments shall be securely mounted an the panel door. AlI controls and andicators shall be 30mm, corrosian resistant, NEMA 4X/13, anodized aluminusn or reinforced plastic. Booted cantro.l devices are not acceptable. Auxiliary eontacts sh�all be pr4vided for remat� run indication and indication of each status and alarm condition. Additional cantrals shall be provided as specified herein and as required by the detailed mechanical and electrical equipment requirements. b. Indicator lamps shall be LED type. For all control applicati�ns, indicator lamps shaIl incorporaCe a push-to-test feature. Lens colars shalI be as fnllpws: 1) Red for ON, Valv� OPEN, and Breaker CL05ED. 2) Cn'een for OFF, Valve CL�SED and Breaker OPEN. 3) Amber for FAIL. 4) Blue for READY CI7'Y OF FORT WflRTFT Sauth Westside V Elevated Storagc Tank STANDARD CONSTRUCTTON SPECLFICATION DOCUNI�N'L'S City Project Nn. IQ3428 Revised Qctober 2Q, 2021 ao6roo-io Frocess Cantrol Systems Control Panels Page iQ nf l6 5) White for POWER ON. c. Mode selector switches {HAND-OFF-AUTO, LOCAL-OFF-REMOTE, etc} shall be as shawn on the Drawings. Units shall have the number oi positions and contact arrangements, as required. Each switch shall have an extra dry contact %x xe�note nnonitori�g. d. Pnshbuttons shall be as foliows: l} Red for STOP, Valve OPEN, Brealcer CLOSE and mushroom Red for EMERGENCY STOF. Z) Green for START, Val�e CLOSE and Breaker OPEN. 3) �Iack for RESET. e. Furnish nameplates f�r each device. All nameplates shall be laminated pIastic, black lettering on a white hackground, attached with stainless steel screws. Device mounted nameplates are not acceptable. 2. A failure alarrrt wi�h horn and beacon light shall be provided when required or speci�'ied. Silence and reset buttons snall be furnished. Alarm horn and beacon shall 6e by Federal Signal; Crouse-Hinds, or eyual, NEMA �}X for all areas except for NEMA 7 areas, which shaIl be NBMA 7/4X cast aluminum. 3. Control and Instru�ent Power Transformers a. Control power transformers shall �Se prpvided where shown on the Drawings. Transformer shall be sized far the entire 1Qad, including space heaters, plus 25%Q spare capacity. , and shall be not less thaR 100VA. b. Control power transformers shall be 120 volts grounded seeondary. Primary side of the transformer shall be fused in bot� legs. One le.g of the transformer secondary shall be solidly grounded while the other leg shall be fused. 2.5 EQi1IPMENT INSTALLATION A. Equipment Mounting 1. The lacation of the installed equipment shall be as shown on the Panel Layouts on the Drawings. 2. Each piece of equipment shall he securely mounted to ti�te laackplate or side plate in accordance with the manufacturer's installation instructions. AII mounting hardware shall be from the front of the backplate or side plate with threaded screws. AFtaching hardware shall nat be installed from the rear of the backplate or side plate. Removal af any piece of eyuipment shail not require the removal or loosening of any other pieee of equipment. 3. Operatoz' interface equipment installad on the door shalI he arranged as shown on the Drawings in aecordance with the manufacturer's installatian instructions. No penetrations of t�e door shaIl be made except for equipment mounting. Provide adequate clearance between pieces of equipment and door latching nnechanisms. B. Nameplates 1. Narraeplates a_ External CiTY OF FORT WDR'PH 5ou1A Westside V Elevated Starage Tank STANDARD CONSTRUCTION SPECIFjCATIdN QOC[�MEN'L'S City Project No. 103428. Revised Qctober 20, 2D21 4p 67 0{7 - I 1 Prncess Cantral Systems Cantrol Panels Fage l l o.f lfi I) NamepIates shall be engraved, laminated impact acrylie, matte finish, not less Chan 1/l6-in thick by 314-in by 2-3/2-ia, Rawrraark 322402. Namepiales shall be 316 SS screw mounted ta all enciosures except Por NEMA 4 and 4X. Namepiates far NEMA 4 and 4X enclosures shall be attached with double facsd adhesive strips, TESA TUFF TAPE 4970, .009 X 1/z", or equal. Prior to installing the adhesive nameplates, the meta� surface shall be tharoughly clean�d with 7Q%n aleohol until all residue has been removed. �paxy adhesive or foam tape is not acceptahle. 2) There shaII be a master nameplate that indicates supply voltage equipment ratings, short circuit current ra�ing, manufacturer's name, shop order number and general infornaation. Cubicle nameplates shali be mounted on the fronk face, on the rear panel and inside the assembly, visible when the rear panel is removed. 3) Provide permanent warning signs as foilows: a) "Danger- High VaItage- Keep Out" on all doors. b) "Warning- Hazard of Electric 5hock - Disconnect Pawer Sefvre Ogening or Working On This Unit" on main pawer discqnnect or discanneces. b. Internal 1) Pi•ovide the panel with a UL 508A labeI. 2) Contra! components maunted within the assembly, such as fuse bincks, relays, pushbuttons, switck�es, etc., shall be suitably marked for identification, corresponding ta appropriate designakions on manufacturer's wiring diagrams. 3) Front of each PLC I/O module shall ha�e label identifying each individual point interfaced to fihe m.odule. c. Special 1) Identification nameplates shall be white with black letters, caution nameplates shall be yellow with black letters, and warning nameplates shall be red with white Ietters. C. Wiring Trough and Terminal Block InstalIation 1. Space between wiring txoughs and equip�nent shall be such that space for terminal 6locks is provided fnr termination o� each conductor or group of canductors 6efore conneclian ta the equipment. Removal of equipment for service shall not leave any exposed conductors hanging uncannected. 2. Install the wiring troughs such that one may be removed without interFerence firpm the other. Troughs shall be installed such that tz-ough covers zz�ay be rema�ved without cover �nterference. 3. Install terminal biocks on DIN rail with adequate space for access to the terminal with clear view of the wire identification Iabel. All incoming. or outgoing wiring shall enter or leave the panel on Cerminal blocics. Termina! blocks or wuing troughs shall not be instal�ed on the doors. Provide terminal blocks an side plates / backplates fvr all door mnunted equipment. �. In no case shall internal and external wiring share a wiring trough. S. Provide b00 volt rated terminal blocks for any conductor cairying any �oltage over 120 volts to ground. 6. Provjde 600 volt rated sCrag screw terminai blocks for any povner conductors earrying over 20 amps, at any voltage. Terminals shall he double sided and supplied with remavable covers to prevent accidental contact with live circuits. CPfY OF FORT WORSI�I South Westside V Eievated Storage'�'an& STAIVDARD CONSTRUCTI0IV SPECIFICATION DOCUIVIEN`I'S City Project Nn. 103428 Revised October 20, 2021 40670D-12 Process Cantrol Systems C.ontrol Panals Page 12 af l6 7. Power conductors carrying over 2Q arrips, at an�+ voItage shalf 6e terminated to strap-sci°ew type terminal blocks with crisnp type, pre-insulated, nizzg-tongue lugs. Lugs shall be of the appropriate size for the terminal block screws and for the number and size vf the wires termir�ated. Do not terminate more. than one conductor in any lug, and do not land rnore than twa eonductors under any strap- screw terminal point. 8. Terminals shall have permanent, Iegible identiFication, clearly visible with the praCective ca�er removed. Each terminal block shall have 20 percent spare Eerminals, but not less than two spare terminals. 9. Do not land more than two conductors per terminal point. Use the manufacturer's provided bridge connectors to intercannect t�rminai blocks terininating common or ground conductors. I0. Twisted shielded pair or triad cables shall have each individual conductor and shield drain wire landed on individual terminal blocics. Use the manufacturer's provided bridge eonnectars tQ interconn�ct terminal blocks terminating the shield drai_n wue conductors. 11. Provide an AC ground bar 6onded to the panel enclosure, if inetal, with 20 percent spare terminals. 12. Provided ground terminal blacks for each tvvisted-shielded pair cErain wire. D. Internal Panel Wiring 1. Power and control wiring shall be tinned stranded co.pper, mini�znunn size N�. 14 AWG, with 600-�olt, 9fl-degree C, f3ame retardant, Type MTW thermoplastic insulat'zon. Line side ppwer wiring shaIl be sized for tl�e ful! fauit current rating or frasne size of ti�e cannected device, and as shown on the Drawings. 2. Anaiog signal wires shall be 600 Valt Class, insulated straaded tinned copper, twisted shielded #16 AWG pair. 3. All interconnecting wires betwecn panel mounted equipmeni and exter�aal equipment shall be terminated at nurnbered terminal blocks. Field wiring shaTl not be terminated directly on any panel-mounted devic�. 4. All wiring shall be tagged and codad with an identification number as shown on the Drawings. Coding shall be typed on a heat shrinkable tube applied to each end showing originatic�n and destination of each wire. The marking sh.aIl be parrnanent, , non-smearing, solvent-resisiapt type siznilar tao Raychern TMS-SCE, or equal. 5. All wiring shall be enclased in PVC wire trough with slotted side openings and remavable cover. PIan wire routing such that no low twisted shielded pair cable conducting anaIog �-20 mA signaIs or low voItage analog signals are routed in the same wire trough as cond�ctors carrying discrete signals or power. 6. All control panel wiring shall use khe follpwing calor code. a. Black: AC power at line valtage b. Red; switched AC power c. Orange: May be energized while the main disconnect is in Che ofF position d. White: AC neutral e. Orange/whifie stripe or white/orange stripe: separate deri�ed neutral f. Redlwhite stripe or whitelred stripe: switched neutral g. Green or green w/ yellow tracer: ground/earth ground h. B.1¢e: U.ngrounded DC power i. Bluelwhite stripe or white/61ue stripe: DC grounded cammon j. Brown: 48dV AC 3 phase - phase A CiTY OF' FOA'T WORTH South Westside V Elevated Storage Tank STANDARQ CONSTRl1CT]ON Si'LCjF[CATION DaCLIMHN'CS City Project Na. 103428 Revised �ctaber 20, 2p21 40 fi7 0p - l�i Pracess Control Systcros Cantrol Panels Page 13 of lfi k. Orange: 48QV AC 3 phase - phase B I. Yellow: 480V AC 3 Phase - phase C m. Purple: comman for analag signal wiring n. Brown: positi�e leg of an analog signaI E. Field �ntrance Internal Wiring 1. Field entrance internal wiring shall be n�atly grouped by ci�'cuit and bound by plastic tie wraps. Circuit groups shall be supported so that cireuit terminatians are not stressed. In addition, low signal wiring (millivolt and milliamp) shall be bundle separately from the rest of the control wiring. 2. All field wiring sha11 be tagged and coded with an identification numher. Coding shall be typed on a heat shrinkable tube applied ta each end af th� wire. The marking sha11 l�e a permanent, non-smearing, solvent-resistant type similar ko Raychem TMS-SCE, or equal 3. All conduit entering or leaving equipment shall be coordinated, in advaRce with the panel installer, sa that the conduit antrances tn the enclosure are dir�ctly beiaw the ter►nination area for immediate termination. Canduits shall not enter the top or side of the panel unless approved in writing by the Owner/Engineer. F. PLC 1 RTLT Inputs and Outputs 1. All PLC and RTU Analog inputs and outputs shall be individually fused for each channel. All Discrete inputs and nutputs shall be huffered with relays ftom the field cannections. Discrete paints shall be fused for each circuit group with no less than one fuse per card. �.6 PCSI SHOP TESTiNG A. The entire cnntrol panel shall be campletely assembled, wired, and acijusted at the PCSI's shop and shall be given the manufacturer's routine shop kests and any ottzer additional operational test to insure the workability and reliable operati.on of the equip�nent. B. The operational test shall incl�zde the proper connection of supply and eontrol voltage and, as far as practical, a mpckup of simulated control signals and control devices shall be fed into the boards ta chec�C for proper operation. C. Factory test equipment and test methods shall conform to the latest applicable requirements of ANSI, IEEE, UL, and NEMA standards, and shall be subject to the Owner/Engineer's approval. PART 3 - EXECUTION 31 INSTALLER'S QUAL�FICATIONS A. Installer shall be specialized in installing this type of equipment with minirnum S years documented experience. Experience dacurnentation shall be suhmitted far approval prior to beginning work on this prvject. 3.2 EXAMINATION A. Examine instalIation area to assure there is enough clearance ta install the equipment. B. Housekeeping pads shall be included for the floor mounted panels as detailed on ihe Drawings. CPI'Y OF FO$T WOL�TH South Westside V Elevated Storage Tank S"FANDARD CQ]VSTRUCTIUIV SPECSFICATION DOCUMEIVTS City Project No. 1Q3428 Revised Octaher 2q, 2021 ao. 6� ao - i a Process Confm[ 5ystems Contral PaneEs Pagc 14 oF 16 C Check concrete pads and baseplates for uniformity and level surface. D. Verify that tha eq�ipment is ready to install. E. Verify field measurements are as instructed by rrtanufacturer. 3.3 INSTALLATION A. The Contractar shall install all equipment per the manu�aeturer's recommendations and Contract Drawings. B. Conduit hubs for use on raceway system pull and junction boxes shall be watertight, threaded aluminum, insulated throat, stainless steel grounding scre�rv, as manufactured hy T&B H15QGRA Series, or equal. C. Condaits entering a control Panel or box containing electrical equipment shall not enter the enciasure through the top. D. Install required safety labels. 3.A RACEWAY SEALZNG A. Where raceways enter junction boxes or cantrol panels containing electrical or instrumentation equipment, all entrances shall be sealed with 3M 1DODNS Watertight Sealant or approved equal. B. This requirernenk shall be strictly adhered to fqr aI1 raceways in the conduit system. 3.S FIELD QUALITY CONTROL A. Inspect installed equipment for anchoring, alignment, grounding and physical damage. B. Check tightness of all accessible electrical connectiona. Minimum acc�ptable values are specified in manufactu�'�r's instructions. C. Provide laminated copies of the ContraI schematics in each enclosure door pocket. 3.6 FIELD AD,I[TSTING A. Adjust ail circuit breakers, switches, access doars, ogerating handles for free mechanical and electrical operation as described in manufacturer's instructions. 3.i FIELD TESTING A. Perfarm a�l elect�ical field tests recocnmended by the manufactuY-er. Disconnect ail connectians to solid-state equipment prior to testing. B. Test each key interlock system for proper functioning. C. Test all cantrol logic before energizing the equipment. 3.8 CLEANING A. Remove �11 rubbish and debris from inside and around the panel. Remove dirt, dust, or c.oncrete spatter frorn the interior and exterior of the equipment using brushes, �acuum cleaner, or clean, lint free rags. Do not use compressed air. 39 EQUIPMENT PROTECTION AND RESTORATION A. Touch-up and ;restore damaged surfaces to factory fmish, as approved by the nnanufacturer. If the damaged surface c�nnot be xeturned to factory specification, the surface shall be replaced. C1TY OF EORT WORTH South Westsidc V Elevated Storage TanEe STANDARD CON5TRUCTION SP�CIFICATION pOCLIMENTS City Projeot No. �D3428 Re�ised Octohee 20, 2021 aas�oo-is Process Conuof 5ystems Contrnl Panels Page 15 of t6 END OF SECTION C1TY OF FDRT WORTH South Wescside V 8levated Storage Tank STANDABD Cd3�i57'1tUC'I'ION SPECIF[CATION pOCUMENTS City Project No. 1U3428 Revised Octaber 2D, 2Q21 4Q 67 04 - 16 Process Cantral Systema Contral Panels Page l6 of 16 THIS PAGE 1NTENTIONALLY LEFT BLAN� CFPY OF FORT WORTH South Westside V Eleva[ed Storage Tank STANaARD CONSTRUCTIOI�' SPECIFICATION DOCUM8I�TS City Project No. 103428 Revised Qctober 2U, 2021 4p 68 60 - l ApplicatfonServices Page l of 8 SECTION 40 68 GO AP�`1.�CATION SERVICES PRO'VIDER PARTI- GENERAL I.1 SCOPE OF WOR� A. The Cantractor shall iurnish the services of qualihed persQnnel to pert'orm the work as defined herein, in the Related Work Paragraph of this Section, and other Specification Sections as specified herein. The service personnel shaIi be referred to as the Application Services Programmer (ASP). B. Xt shall be the responsibility of the Contractor to obtain and provide any and all infqrmation required frorr� other Divisions, as listed in the related work below, to complete the work under this Section. C. The Contractors A5P shall perform all wark necessary to configure, customize, c�e6ug, install, connect, and place inta operation all HMI and PLC soflware specified within this Di�is�on and other related di�isions. D. The Contractprs AS1' shall caordinate with the PCSI all scheduling, installation, and staxtup services. 1.2 RELATED WORK A. No references are made to any other section w�ich may contain work related to any othez' section. The Cnntract Documents shall be taken as a whoIe with every sectian related to every other section as reguired to meet the requirements specified. The organization of the Coniract Documents into specification divisions and sections is for o.rganization of the documents themselves and does not relate to the di�ision of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Wher� refez'eqces are made to other Sections and akher Divisions of ihe Specificatians, khe Contractor shail provide such information or additional work as may be required in those references and include such information or work as rrtay be speciiied. 1.3 S[3BMITTALS A. Prior to any Pre-Submilta! Canferenees or Wark Subrniltals as deiined ip section 4Q 61 00 Process Car�tro� Systems General Provisions, the Cantractor shall submit the qualifications af the Application Service Provider. No Work Submittals will be accepted until the ASP has baen approved by the owner. Submittals received prior to that Approval will he returned un-raviewed. B. System Programming Workshnps 1. Prior to the Submi�tal�Process, the Applicatian 5ervices Provider (ASP) shall hold warkshops, in which the Engineer and Owner may obser�e the displays and contt�ol strategies privr to submitting database, trends, graphics, reports, and control strategies. No system display generation, programming, etc. shall begin until standards ha�e been apprnved. C. Submittal Process CITY OF FOAT WORTH Sou[h Westside V Elevated 5torage Tank ST/#IVDAAD COS�ISTRUC`CION SPECIFICATIdN DOCUMBNTS City Project No. 1U342$ Revised October 2D, 2Q21 andgbo-z Application Services Page 2 of S 1. SubrniCtals shall be made in accordance with the requirements af Division 1, Sectian �0 51 00, and as specified herein. 2. All electranic submittals shail be submitted in an ISO/IEC 26300:2006 ar Comma Separated Values (CSV) reada6le electronic file format on a CD-Rom and an$'/z- in�h by 11-ineh hard copy. PLC Programs shall be submitted in the native export formal of the PLC as suggested by the manufacture and as a fuliy annotated PD� file. D. Sui�miCtal Content 1. Submittals shall contain the following: a. Prograrnming Standards I) Programming standards to be used for both proces� graphics and PLC Iogic conventions shall be submit#ed after the standards vvorkshap. c. � Programmable Logic Controller Programming 1) UO LisC with register assignments. 2) Diagearns of rhe process cant�ral f�nctians by each strategy. 3) Listing of inputs to the contral function. 4) A short narrative of each control strategy. 5) Listing of alI Operator inputs and outputs to and from the control function. Any special. displays z'elated to the function shall be illustrated. A description af the operarian of any display shaIl be described as it relates to the control functian. 6) Cross references of all I/O, showing to which il0 modules or software modules, they are in. 7} �'ai7ure contingencies shall be described in detail. S} An annatatad prograzn, submitred in bath hard copy arid alectranic faz'mat. Operation Interfaee Terminal Programming 1) I/O List with register assignments. 2) Listing of all Operatar rlisplays with inputs and outputs to and from the contral Functzan. Displays shall be zllustrated to show data presenta�ion. 3) Crass references of aIl UO, showing to which UO madules or softwa.re modules, tney are in. A�} Failure cantingencies shall be descr�bed in detail. Human Machine Interface Frograauning 1) �/0 I.ist with register assignnnents. 2) Dzsplays for each process area including a11 aecessary pop ups. 3) Listing af data points on each display. 4) A short narrative af each control usage. 5) Listing of aIl Operator inpuls and outputs to and from the controI function. Any special displays related to the function shall be illustrated. A d�scriptian af the operatian of any display shall be described as ii relates. to the control functian. 6) Crass references of all UO, showing which software module at each point used. 7) Failure contingencies shall be described in detail. 8) A c�mplete listing af all histarical paints. 9} Listing of all required coni"iguration files for each SCADA client. 2. 5ubmit a proposed Schedule of Wark fallowing the PCSI pre-submittal conference. CITY OF FORT WORTH 5outh Westside V Eievated Storage Tank S'�ANDARD COAISTi{UCTTOI�I 3Y�CI�ICATI��I DOCUIvIENTS Ciry Pro�ect No. T0342$ Revised October 20, 2U21 406860-3 Application Services Page 3 oF $ 1.4 REFERENCE CODES AND STANDARDS A. Instrumentatian equipment and HMI programming shaIl comQly with the following codes and standards: 1. Oceupational Safety apd Health Administration (OSHA) 2. NEMA ICS 1-101 Diagrams, Designations and 5ymbols 3. ANSI/ISA-5.06.01-2007 - Functianal Requirements Documentation for Control Snftvk+are AppIicalions 4. ISA-TR20.00.01-2001 - Specification Forms for Process Measurement and Contral Instruments Part 1: General CnnsideraEions tlpdated witk� 27 New Specification Forms in 2004-2005. 5. ISA-5.4-1941 Instrument Loop Diagrams. 6. ISA-5.5-19$5 Graphic Symbols for Proc�ss Displays. 7. ISA-5.1-1984 (R1992) Instrumentatian Symbols and Identificarion. 8. ISA-5.3-19$3 Graphic Symhols far Distributed Control/Shared Display Instrumentation, Lagic, and Computer 5y�tems. 9. ISA-20-1981 5pecification Forms for Froeess Measurement and Control Instruments, Primary Elements, and Cantrol Valves. i0. �5A-5.2-1976 (R1992) �inary Lngic Diagrams for Process Operations. 11. American NationaI Standards Institute (ANSI) 12. The International Saciety of Aut4maiion {ISA) 13. Underwriters Laboratories (LTL) 14. NFPA 79, Electrical Standard foz' In.rlustrial Machinery 15. Faetory Mutual (FM) 16. NFPA 70 Nat�onal Electrica! Code (NEC) 17. All equipment and installations sha11 conform. to applicable Federal, 5tate, and local codes. B. All work associated with PLC and HMI progra�riming serv'tces shall camply with the requzreznents set forth within the contract documents anr� as agreed and appra�ed from the skandards submittal. C. Where reference is made to ane of the abave standards, the re�ision in effec.t at the time of bid opening shall apply. 1.� QUALITY ASSURANCE A. The Contractor shail provide verifia6ie documentation suppQrting the A5P's quali�cations and work history as defined in Section 40 61 00 Instnzmentation General Provisions. CTfY OF FORT WORTH South Westside V Elevated Skorage Taeilc STANDARD CONSTRUCTION SPEC�ICATIO[Y DOCUMENTS City Project No. 103428 Rer+ised October 2D, 2021 4068b0-4 AppYicaiaon Services Page 4 of 8 1.6 SYSTEM DESCRIPTION A. The Contractors ASP is responsible for providi�n� all applications programming. and configuration servi.ces to accompiish the control and monitoring functions as described in the contract specifications and drawings. The Contractors A5P shall provide aII grogrammin� functions including, but not limited to, control strategies anci communicatians fnr the Plant PCS PLCs attd HMI. The Equipment manufacturer supplied PLC systems programming is the respective suppliers' responsibility. The Contractors ASP will obtain from the OWNER copies of all existi.ng HMI and PLC configurations. The Contractors ASP sha11 also provide all applications progra�mning and configuraCion services necessary to pro.duce the HMI (graphic displays, rcports, trends, historical archive, etc.) as described in the contract specifieations and drawings. 1.7 WARRANTY A. Provide progra�uning logic warranry as defined in division 1. 1.8 SYSTEM FINAL DOCUMENTATION A. Pri�r ta final acceptance af the systenn and owner training, operating and maintenanea manuals covering inskruction an� maintenance on each type of equipment shall be furnished in accordance with the Division 1 and Section �0 6l 00. B. The instructions shali be bound in three-ring hinders with Drawings reduced or falded for i.nclusinn. As a nnini�tnu:nn„ tlxe following it�fozxt�atian shail be prqvided: 1. A comprehensive index_ 2. A complete "As Construeted" set of approved shop Drawings. 3. A complete list of the programming furnished. 4. Detailed service, maintenance and ogeration instrucCions for each item supplied. S. Operating instructians wlazch incnrpprate � functianal descrip�inn of the entire systern with references ko the systerns schematic Drawings and instructions. C. The �nal docamentation shall be new documentation written specifically f�r tl�is project but may include standard and mocfified standard documentatian. Modifications to existin� hatdware or software manuals shall b.e made Qn th� r�specti�e pages or inserted adjacent to the modi�ed pages. All standard dacumentation furnished shall have all portians that appl� clearly iqdicated. All portions that do not apply shall be lined out. D. The manaals shall contain all illustrati�ns, detailed displays, and instructions necessary for installing, operating, and maintaining the equipment. The illustrated parts shall he numbered for identification. All infar�atipn cnntained therein shall apply specifically to the equipment furnished and shall only include instructions that are applicable. All such illustrations shall �e incorporated within the printing of the page to forn� a durable and permanent reference book. E. If the Contractors ASF iransmits any documentaiion Qr other technical information whiet� h.e cansiders proprietary, such infartnation shall be designated. Documentatian or technical information vvhich is designated as being �roprietary wiIl ha used only far the design, construction, operatiQn, or maintenance of the 5ystem and, to the extent permitted by law, will not be published or otherwise disclosed. F. The requiremenCs for the final docum�ntatian are as fallows: CITY OF FOAT WORTH South Westside V Elevated 3Eorage Tank STAR'DARD CflNSTRUCT[ON SPECTFICATTON DOCUMENTS City Projeet No, ] 03428 Revised Oetoher 2Q 2421 406860-5 Application Services Page 5 of 8 1. As built documentation shall include all pr�vious submittals, as described in this 5pecifica�ion, updated ta r�flect the as-built system as well as any corrections or modif"ications to the Systern resulting from the Factory and/or Field Demonstration Tests. PART � - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.1 APPLICATION DEVELOPMENT WORKSHOP5 AND COORDINATION MEETINGS A. The ASP shall schedule and administer a rninimum of ane Warkshops and Conrdinakinn Meetings fnr the purpose of discussing progress of the work under this Section. The ASP shall Fully coordinate with the FCSI and be present for coordination meetings as defined in 5ectian 40 61 00. B. The ASP shall make arrangements for workshops; prepare agenda of discussion items. Notify participants at least ane (1) week before scheduled meetings. The meetings shall be held at a location chosen by the owner and shaIl include, as a minimum, attendance by Ehe Owner, Engineer, Generai Contractor's project engineer, ASF, and FCSI. 1. The first workshoQ shall be held in ad�ance af the ASP programming standards Shop Drawing submittal. The purpose af the workshop shail b� for the ASP to: a. Summarize their understanding of the project b. Discuss any proposed substitutions or alternatives c. Schedule testing and delivery milestone dates d. Provide a forum for the ASP and Owner ta coordinate hardware and software related issues e. Request any addikional information required from the Owner andlor Engineer. f. The ASP shall bring a draft version of proposed standards shop drawings ta the meeting to provide the basis for the OwnerlEngineer's inpuC into their develapment. g. All aspects af the programming ef%rt sha�l be discussed including but nat limited to: 1) PLC and HMI Variable naming co�ventions 2) PLC memory map con�entions 3) Any and alI customized or �ser defined function blocks (DFE) and subroutines. 4) Displays naming far each proces,s area inc�udin� all necessary pop ups. 5} Display cqlor conventions and overall owner expeetatzons 3.2 TESTS-GENERA.I. Refer to 5ection 40 61 21. 3.3 OPERATIONAL READINESS TEST (ORT) Refer to Section 40 6I 21, A. Each active Analog Subsystem element and each I/O module shall have a Comgonent Calibration Sheet. These sheets shall have spaces for data entry, space for sign off by the Contractars A5P and the PCSI, and khe following information: CITY OF FORT WOATH Soulh Westside V Elevated 5torage Tanlc STANDARD CONSTRUCTION SPECiF[CATION DOCUMENTS City Project Na. ED3428 Revised October 20, 2021 406860-6 Application 5ervices Page 6 �F 8 1. Project Name 2. Loop Number 3. Component Tag Number of IIO Module Number 4. Cornponent Cade Number Analog System 5. Manufacturer (For Anaiog system element) 6, Model NumberlSerial Number (far Analog system) 7. Summary of Functional Requiremenis: a. Indicators and Recorders: Scale and chart ranges b. TransmitterslConv�rters: Sc.a1e and chart ranges c. Camputing Elements: �'unctipn d. Controllers: Action (direct/reverse} control Modes (PID) e. Switching Elements: Unit range, differentia3 (FFXED/ADJUSTABLE), Preset (AUTOIMANUAL) f. UO Modules: Input ar putput 8. Calibrations: a. Analog Devices: Required and actual inpuis and outputs at 0, 10, 50, and 100 percent of span, rising and falling h.. Discrete Devices: Required and actual trip points and reset points c. Cantrollers: Mqde settings (PID) d. I/O Modules: Required and actual inputs or outputs for Q I0, Sfl, and 100 percent of span, rising and falling 9. Space for comments 10. Space for sign aff by the General Contractor 3.4 FUNCTIONAL DEMONSTAATTON TEST {FDT) Refer to S�ction 40 61 21. 3.5 l,Q-DAY �ITE ACCEPTANCE TEST (SAT} Refer to Section 4d 61 21. 3.6 TRAINING A. General 1. The cost af Owner training programs shall he included in the Cantract price. The training and instructian, insofar as practicable, shall be dire.cdy related to the System being supplied. The training pragram shaIl represent a comprehensive program covering aIl aspects of the operation and maintenance of th� sy�stem. 2. All instructors shall be intimately familiar with the aperation and control of the Own�r's. facilities. B. Operator Training Refer to Section 40 61 21. 1. Plant Operator field tra�ning sessions shall ha�e th� following characteristics: Cl"T`Y OP FORT WOATH 5oulh Westside V Elevated Stvrage Tank STANDAl2D C4NSTRUCTIDN SP�CIT�TCATION DOCl1MENTS City Project �[o. 103426 Revised Oc#oher 2D, 262 [ 40586D-7 Application 5ervices Page 7 of 8 a. Plant Operator field training shall be structured speciiically far operations type persannel. The Operators will want to knov�+ haw ko run rheir plant using the Control Systenn. How does one open or close a valve, turn on ar off a motor, adjust a set point, etc, using the Coptrol System. These are questions tha Contractors A5P and PCSI shall be prepared to answer. Training persannel shall be pregared to walk-through the logic used to cantrol th� eqwpment and how the Control System ex�cut�s that lagic. Training personnei shalj be prepared ta shaw the Operators how tp nperate the Plant frorn the Control System level in the eve�t of Control Roam equipment failure. Additionally, such topics as ehanging printer rihbon, changing printer or �ideo copier paper, printing reports on demand, copying graphic displays, signing onto the systern, creating graphic generated trends, etc. shall be discussed. b. The Cantractors ASP and PC.SI shall, at a minimum, have the following teaching aids available far distribution during Plant Operator field training sessions: 1) Co}�ies af all complete generated graphic displays and repo.rts 2. Operator Interface Functions a. Provide a minimum of twa separate 2-day training sessions as scheduled by the Owner for four (4} af the Owner's aperations personnel on tY�e detailed operation of the Operator Work Station Contrvls. This training should be conducted within two weeks of the completion of the Funetional Demonstration Test at a time suitab�e to the Or�uer. This training shall be pro�ided at the Owner's facility and as a minimum inciude the fallowing: 1) Speci�c training for the actual instrumentation coniiguration to provide a detaile.d undersianding of how the equipment and cvrzkpanents are arranged, connected, and set up far this C�ntract. b. Provide a rninimum of four (4) days �f instructor on-call tutoring services. After the completion of the training sessions described above, the instructor shall be at the site to pravide these services. END OF SECTION CIT'Y QF FQRT WQR'CH 5outh Westside V Elevated Storage Tank STANUARD CONSTRUCTIQIY SPEC�SCAT[ON DOCUMENTS City Project No, l Q3428 Revised Octo6er 20, Z02L 40 68 60 - 8 Ap.plication Services Page B of 8 THI3 PAGE INTENTIONALLY LEFT BLANK CITY DF FORT WORTfT 5outh WesYside V Elevated Storage Tank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projec[ Nn. 103428 ltevised Octaber 2U, 2021 ao�nsa-i Instrument Supporf Hardware Page l of S 5ECTIQN 40 7U SQ INSTRUMENT SiTPPORT HARDWARE � �7•.�.:Y.1[�l'� �]�L-�l:7;� 1.1 SCOPE OF WORK A. Furnish and install instrumentativn mounting and support hardware, as shown on the Drawin.gs and as specified herein. B. Hardware shali include anehor systerns, adhesive anchor systems, rnetal framing systems, anci other instrumentation installation mounting and support systerns as specif ed herein with additional requirements as shown on the Drawings or s}�ecified within related sections. 1.2 RELATED WORK A. No references ar�e made to any other section which may cantain work related to any other sect�on. The Contraet Documents shall b� taken as a whoIe with every section related to every other section as required tn meet the requirements specified. The organization of the Contract Documents into speciiicatian divisio�s and sections is for az'gani�ation nf the documents ih.ezt�selves and does not relate ta tk�e di�ision of suppliers or Iabor which khe Cnntractar may choose to employ in the execution of the Contract. Where referenees are made to other Sections and other Divisions of the Spec�cations, tha Contractor shall provide such information or additional w�rk as may be required in khose referenees and include such information or work as may b� specified. i.3 SUBMITTALS A. 5ubmit to the Owner/Engineer, in accordance with Di�ision 1, the manufacturers' names and product designation or catalog numbers for each of the types of materials specifiad and where shown on the Drawings. B. The submittal information, for anchor systems, shall contain manufacturer's specifications and technical data including; 1. Acceptable base material conditions (i.e. cracked, un-cracked concrete) 2. Acceptable drillir�g methods 3. Acceptable bore hole conditions {dry, water satuxat�d, water filled, under water) 4. Maniufacturer's insTallation instructians including bore hole cleansng procedures and adhesive i�ajection. S. Cure and gei time tables 5. Temperature ranges (storage., installation and in-service). 1.4 REFERENCE CODES AND STANDARDS A. All products and components shown on the Drawings and listed in this specification shall be designed and rnanufactured according to latest revision of the following standards (unless otherwise noted}: 1. NFFA 70 Natianal Electrical Cade (NEC) 2. NFPA 70E Standard for ElectrieaI Safety in the Warkplace GTTY OF FORT WORTH South Westside V Elevated Sro�age Tank 5TAfYDARD CONSTRUCTI03+I SPECIFICA7`IQN DpCI7MEiYTS City Project No. 103428 Revised October 2�, 2021 ao �a so z Instrument Support Hazdware Page 2 of S 3. ASTM E 488-96 (2003); Standard Test Method For Strength of Anchors in Concrete and Masonry �Iements, ASTM International. 4. ASTM E 1512-93, Siandard Test Methods foz' Testing �and Perfarmance af Adhesive-Bonded Anchars, ASTM International 5. AC308; Aeceptance Criteria for Fost-Installed Anchors in Concrete Elements, Latest revision. 6. SAE 316 Stainless Steel Grades B. All equipment components and completed assemblies specified in tl�is 5ection of the Specifications, having a UL standar�i, shall bear the appropriate label of Underwriters Laboratories. 1.5 QUALYTY ASSIIRAIVCE A. The rr�anufacturer of these materials shall have produced similar electrical materiais and equipment for a minimum period of �ve (5) years. When requested by t�e OwnerlEngineer, an acceptable Iist af installations with similar equipment shall be provided demonstrating compliance with this requirement. 1.6 JOBSITE DELIVERY, STORAG� AND HANDLING A, Prior to jobsite delivery, the Contractor shall have successfully completed all submittal requirements, and present to the Owner/Engineer upon deiivery of the equipment, an approvcd eopy of all sueh su6mittals. Delivery of incomplete cons�ructed equipment, onsite factory work, or failed factory tests. will not be permitted. H. Materials sha�l be handled and stored in accordance with manufacturer's instructians. C. Adhesive Anchor 5ystems. 1. Deli�er materials undamaged in Manufacturer's clearly labeled, unopened containers, identified with brand, tyge, and ICGES Evaluation Report numher. 2. Coordin.ate delivery of zn.aterials with schedaled in.stallation date, �ninimizing storage time at job-site. 3. Stare materials under eover and proteet from vveather and damage in compjiance wiih Manufacturer's requirements, including temperature restrictions. 4. CompIy with recommendec� procedures, precautions o.z' remedies deseribed in rr�aterial safety data sheets as applicable. 5. Do not use damaged or expired materials. 6. Storage restrictions (te�nperature range) and expiration date must 6e supplied with product D. M.etal �rarning Systems 1. Material shall be new and unused, with no signs of damage from handling. l.7 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and worlcmanship for 1 year from date of iinal acceptance of the equipment. Within such period of warranty the Manufacturer shall prozn.pt�y furnish all material and labar necessary to retwn the equipment to new operating condition. CITY OF FORT WORTH South Westside V Elevated Storage Tank STANDAR.D CONSTRUCTION SPECIPICATIOAI �OCUMEIIlTS City Projest No. 103428 Revised October 20, 2021 ao�a50-3 Instrument 5upporl Hardware Page 3 of 8 PART � » PRODUCTS �1 ANCHORING SYSTEMS A. Acceptable Maz�ufacturers 1. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: a. HILTI Kwik Bolt 3 b. Approved equal. 2. The listing of speci�"ic manufacturers ahove daes nok imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed abQve are not relieved frv�n meeting these speci�ications in their eniirety. B. Product Description 1. Tarque controlled expansion anchor consisting of anchor hody, expansion element (wedges), washer and nut. Anchor shall be used for anchor sizes less than 3/8 inch. 2. All parts and materials shall be manufactured of 316 stainless steel and conform to SA� 3l6 standards. 3. UL 203 RaCed. 2.2 ADHESIVE ANCHORING SYSTEMS A. Acceptable Manufacturers 1. Subject to compliance with the Cantraet Docurnents, the follawing Manufacturers are acceptable: a. HILTI HIT-RTZ with HIT-HY 200 MAX. b. Approved equal 2. The listing of specific manufacturers above does not imply acceptance of their products that do oot meet the specified ratings, features and functian.s. Manufacturers listed above are not reIieved from meetsng these specificatiflns in their entirety. B. Product Description 1. Anchor body with helical cone shaped thread on the embedd�d end and s�ndard threads on the exposed end, with washer and nut, inserte.c� into Injectivn adi�esive. Anchor shall be used for anchor sizes 318 inch and larger. 2. All parts and material shall be manufactured of 316 Stainless Steel and shaIl conform to SAE 316 standards. �.3 U-CHANNEL SUPPOItT SYSTEMS A. Acceptable Manufacturers 1. Subject to cqmpliance with the Contract Documenis, the following Manufacturers are aceeptable: a. Tyco Unistrut b. B-Line c. 5uper-Strut d. Approved equal C1TY OF FORT WORTH South Westside V Elevaled Storage Tank STANDARR CONSTRUCT'ION SPECIFICATION DQCI)MENTS City Project No. t 03428 Revised October 20, 2021 407050-4 Instrumen[ 3upport Hardware Page 4 af 8 2. The lisling of specific manufacturers above does nat imply aeceptance of their products that do not me�t the speczfi�d ratirags, features and funct�ons. Manufacturers listed above az'e not xelieved fro�n rneeting these specificatians in their entirety. B. Product Descriptian 1. Metal framing system for use in the mounting or support of electrical systems, panels and enclosures, and including lighting fixture supports, trapeze hangers and conduit supports. 2. Components shall consist of telescoping channe3s, slotted back-to-bacl� channels, end clamps allthreads and cQnduit clamps. 3. Minimum sizes shall be 13/15" through 3-1/4" 4. Components shall be assembled by means of flat plate fittings, 90-degree angle fittings, braces, clevis iittings, il-fittings, Z-�ttings, Wing-iittings, Post Bases, channel nuts, washers, etc. 5. Field welding of components wi�l nat be permitte�. b. Unless othervvise specified or shavvn nn the Drar,vings, all parts si�all he manufactured of 316 sta�inless steel and conform to SAE 31 b standards. 7. Framing systems for chlorine and ammonia rooms shall be manufactured of structural fiberglass. �.4 INSTRUMENT FLOOR STANDS A. Acceptable Manufacturers l. 5ubject to compliance with the Contraet Documents, the following Manufacturers are acceptable: a. O'Brien Saddl�pak b. Channe� Track c. Teehline Manufacturing d. Approved equal 2. The listing af specific manufacturers above does not imply acceptance of their groducts thaC do not meet chc spccificd ratings, features and function�. lUlanufacturers listed above are nak relieved froin ineeting thes� specifications in their entirety. B. Product Description 1. Floor mount pipe stand for use in the mounting ar support of Instrumentatian Transmitters. 2. Stand shall consist of a 10 by 10-inch base plate of 1/�- i�ch steel with a mininnum 40 inch long 2 inch st�eI tui�e center welded with a minimum of twa 8 inch long gussets fully welded for maximum strength. The base plate shall have slotted rnounting hales near all four corners. 3. The stand sha116e fully zinc metallized or hot dip galvanize coated. 4. Field welding of camponettts will not be permitted. �.� INSTRUMENT SUNSHIELD A. Acceptable Manufacturers 1. Subject to compliance with the Contract llocuments, the faIlawing Manufacturers are acceptable: CTI'Y QF FORT WOR'PH 5oulh Westside V Elevated 5torage Tank 5TANDARD CONSTRUCTION SPECIFiCATION DOCUMENTS City Project No. ] 03428 Revised Octaber 20, 2021 447p5D-5 InsWment Support Hardware Pagc 5 of $ a. Internationa� Metal Engineering Pte, Ltd b. O'BRIEN VIPAK c. Appro�ed equal 2. The listing of sgecific manufacturers above does nQt imp�y acceptance of their products that dQ not meet tlze speciiied ratings, features and functions. ManuFact�rers listed above are nqt rel�eved from meeting these specificakions in thejr entirety. S. Product Description 1, �ipe stand or structure mounted sunshield for use in the pratection of instrumentation from dir�ct sur�light. 2. Sunshield shall consist of a minimum 1Q-inch o�erhang with a clear view of the instrument disp3ay and working space for service of the instrumentatian without removal. The sunshield shail be made of 3 L6 Stainless Steei unless otherwise shown on the drawings. All mounting hardware sha!! be furnished from 316 Stainless steel rnaterials. Alternate materials if shawn shall be Aluminum or �berglass reinfarced plastic with W inhibitors. 3. All aluminum or stainless-steel Sunshields shaIl have all edges ground smooth without k�urs or sharp edges. 2.6 INSTRUMENT HEATTRACED ENCLOSURE A. Acceptable Manufackurers 1. Subject ta cotnplianee with the CQntract Documents, the folIowing Manufacturers are acceptable: a. O'BRIEN HEATPAK b. Apprpved equal 2. The listing of speciFic rnanufacturers above does not imply acceptance of tl�eir products that do not meet the specified ratings, features and functions. ManuEacturers listed above are not relieved from rneeting these specifications in their entirety. B. Producr Description l. Pipe sia�d or struct�re mounted heat traced enclosure for use in the protection c�f instrumentation from fteezing. 2. Freeze protection shall cansist of a nonmetallic insuIated enclosure specifically designed far instrumentation transmitters and related appurtenances. 3. �nclpsure will have easy apening luggage style latches made nf stainless steel for easy access to the instrument. The internal partion af the enclosure will have an integral heater �vith thermostat and hat traced sensing tubing tfl the process connection. �.i INSTRUMENT TUBING AND FITTINGS A. Acceptable Manufacturers Subjeci to compliance with the Contract Documents, the following Manufaeturers are aceeptable: a. Tubing 1) Swagelak 2) Parker 3} Approved equal CITY OP �'ORT WORTH 5outh Westside V Elevated Storage Tank STANDARD CONSTRUCTTON SPECIFICATIOI�I DOCUMEN�'S City Project No, 10342$ Revisad October 20, 2021 407050-6 Enstrument Support Harclware Page 6 of 8 b. FttlT1.�5 1) Swagelok 2} Parker 3} Approved equal c. Valves 1} Whitney 2) Parker 3) Appro�ed Equal 2. The listing oE specific manufacturers above daes not imply acceptance of tl�eir producCs that do not meeC the specified ratings, features aad functions. Manufacturers listed above are not relieved from meeting t.l�ese specifications in their entirety. B. Product Description 1. All instrument air header and branch connections sh�l be 316 stai.nless steel materials. 2. All instrument shut-off val�es and associated fitdngs shall be supplied in accordance with the piping specifications and all instrument installation deta�Is. Fittings shall be 3l6 stainless steel. Valves shall be 316 stainless steel. 3. All instrument tubing shaU be fuily anneaied ASTM A269 Seamless 31G grade free of O.D, scratches and having the following dime�sional characteristics as req�ired to �t the specific installation: a. 1/4-in io l/2-in O.D. x 0.035 wall thickness b. 5/8-in to 1-in O.D. x 0.049 waIl thickness c. 1-in O.D, x 0.065 wall thickness d. 1-114-in Q.D. x O.QGS vvall Ehickness e. 1-1/2-in O.D. x D.083 wall thickness f. 2-in O.D. x OA95 wall thiekness �. All process conneciians to instruments shall 6e aRnealed t/2-in D.D. stain�ess steel tubing, Type 316. 5. All mounring hardwa�'e shall be pi•ovided of 316 Stainless steel. 6. All tubing shall be supported by stainless steeI and installed as per manufacturer's installation instructions. 2.8 STAINLESS TIES A. Acceptable Manufacturers 1. Subject ta compliance with the Cflntract Documents, the following Manufacturers are acceptable: a. PANDLTIT b. PHONIX CONTACT c. Gardner Bender d. Appz'aved Equal 2. The Iisting of specific manufacturers a6o�e does not imply acceptance af their products that do not meet the specified ratings,. features and functions. Manufacturers listed above are not relieved from meeting these specifcativns in their entirety. B. Product Description 1. Cable Ties for securing and supporting of flexihle raceway and canductors. C1TY OF F�AT WORT'H 3outh Westside V Elevated Storage Tank STAI�DARD CONSTRLTCTION 5PECIF�ICATIOl�f DOClIM�1�IT5 City Project Na. 10342$ Revised pctober 2D, 2021 aa�nsa-� Instrument 5upport Hardware Page 7 of 8 2, SeIF-locking mechanism. 3. Material shall be 304 Stainless Steel unless otherwise dir�cted as shown on the drawings. C. Locations for Use l. Cable Ties of stainless steel to be used in wet environ�ents, where exposed ta pracess, qr when exposed to sunlight 2. Seif-1ocicing mechanisrn. PART 3 - EXECUTION 3.l GENERAL A. The Contractor shall install all equiprzzent strictly in accordance with the manufacturer's instructions and khe Contract Drawings. B. The location of all cie�ices is shown, in general, on the Drawings and may be varieci within reasonable limiis so as to avoid any piping or other obstruction withaut extra cost, sub�ect tq the approvai of the Owner. Coordinate the installatian of the devices for piping and aquipment clearance. C. No electrical equipment, Instrumentation or raceways shall be attached to or supported fro�, sheet �netal walls. D. Install reyuired safety labels. 3.2 + .I.D QUALITY CONTROL A. Inspect installed equipment for ancha�ing, aIignment, grounding and physical datnage. B. Check tightness of aII accessible electricaI connections. Minimum acceptable values are specified in manufacturer's instructions. 3.3 POST INSTALLED ANCHOR SYSTEMS A. Prior to installation of the anehor systems, the hote shall be clean and dry in accordance with the manufacturer's instructions. 3.4 CLEANING A. Remove all rubbish and debris from inside and around the instalIation. Remove dirt, dust, or concrete spatter from the interior and exterior of the equipment using brushes, vacuum eleanar, or clean, link &ee rags. Do nol use compressed air, END OF SECTIQN CT"1"Y OF 1�ORT WO1tTH South Westside V Elevated Storage Tank STAAIDARD CONSTRiJCTiON 5PECIFICATIDN DOCUMENTS City Pmject Na. 103a28 Ravised Octaber 20, 2021 4Q745Q-$ Instrumen[ Support Hardwarc Page 8 oF S TffiS PAGE INTENTIONALLY LEFT BLANK CI'I'Y OF P08'f WORTH South Westside V Elevated S�orage Tank STAN➢AR➢ CONS'I'RLICTION SPSCTFICATIOIV DOCLIh+lENT5 City Pfuject No. ] 03428 Revised Qctober 20, 2Q21 ao �z oo - � Level Mfeasurement Page 1 of & SECTION 4A 72 OQ LEVEL MEA5i1RMENT PART1- GENERAL 11 SC�PE OF WORI� A. �'urnish, install and test all level measurement, level controi devices and appurtenances, as shown on the Drawings, speeified in the Related Work Sections and Di�isions, and as specified herein. B. �.evel equipment, specifi�d in other Divissons, shall be manufactured in accordance with this Section, and submitted as a part of the equipment specified in other Divisions. 1.2 RELATED WORK A. No references are inade to any other section which �nay contain work related to any other secCion. The Contract Documants shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Docuznents into specificatian divisions and sections is for organization of the documents titemselves and does not relate to the division af suppliers or la6or which the Contractar may ehoos� to employ in the execution of the Contract. W�ere references are made to other Section.s and other Divisians of the Specifications, the Contractor shall pravide such information or a�dicional work as �ay be required in those references and include such information or work as may be specified. I.3 SUBMITTALS A. Su6mit catalog data for al! items supplied fram this speci�'icatian Section as applicab.le. SubmiEtal shall include cataiag data, funetions, ratings, inputs, outputs, displays, etc., sufficient to confirm that the meter or relay provides every specified requirement. Any aptions or exceptions shall be clearly indicated. B. Su6mittals for equipment specified her�in, for other Sackinns nr Divisians, shall be made as a part of equipment submittals furnished under nther Secrians nr bir+isions. C. �nstaIlatian experience documentation shall be suhmitte.d for approval with the Section Equipment Submittal D. Operation and Maintenance Manuals. 1. Operation and Maintenanee manuals s�all be constructed in aceordance witt� Division 1 and shall in.cluda the followittg infornnation: a. Manufacturer's cantact address and telephone number for parts and service. b. Instructifln books andlar leaflets c. Recommended renewal parts list d. Record Documents for the information required by tlae Subrinittais above. 1.4 REFERENCE CODES AND STANDARDS A. Tt�e equipment in Chis specification sha�l be designed and man�facturad according to latest revision of the following standards (unless otherwise noted): 1. National Electrical5afety Code (NESC) C17'Y OF FORT WORTH South Westsidc V�lc�ated Stocage Tank STAI�TDARD CONSTRi7CTION SYECIF'ICATION DgCi3MENTS CiEy Project No. i03428 Ravised October 20, 202.1 407200-2 Level Measurement Page 2 of 6 2. Occupational Safety and Health Administration (05HA) 3. National Fire Prote.ctionAssociation (NFPA) 4. National Electrical Manufacturers Association (NEMA) S. AmezYcan Nakiana� Standards Ipstitute (ANSI) 6. Insulated Cable Engineers Associativn (ICEA) 7. Instrumen#ation Society of Automation (ISA) $. Underwriters Laboratories {UL) 9. UL 50$, the Standard of Safety for Industrial Control Equip�n�nt 10. UL 508A, the Standard of Safety for Industrial Cantrol Panels 11. UL 50, the Standard of Safety for Enclos�res for Electrical Equipment. 12. NFPA 79, Etectrical 5tandard for Industrial Machinery 13. Factory Mutual (�M) 14. All equipment and installations shall satisfy applicable Pederal, State, and local cades. 1.� QUALITY A55[1RANCE A. The manufacturer of this eqnipment shall laave produced s.imilar instrumentation equipnnent for a minimum periad of f�ve (5) years. Wk�en requested by the Owner/Engineer, an acceptahle list of installations with similar equipment shall be provided demanstrating campIiance with this requirement. B. Equipment submitted shall fit within the space or location shown on the Drawings. Equzpment which does not fit within the spac� or lacation is no� accepkable. C: k'c�r tbe equipment specified herein, the matzufacturer shall be ISO 9Q0� 2000 certified. 1.6 WARRANTY A. The Manufacturer shall warran� tY�e equipment to be free from deFects in material and workxnanship for two (2) years from date of acceptance of the equipment containing the items specifi�d in this Section. Withirz such period of warz'anty, the Manufacturer shali protnptly furnish all material apo labar necessary to return the. equipment to new operating condit�on. Any warranty work req�iring shipping or transporting of the eyuipment shaIl be perfarmed by the Contractor at no expense to the Owner. PART � - PRODUCTS �.1 POINT LEVEL — PROBE CONTACT SWITCHES A. Subject to compIiance v�aith the Contract Documents, the follawing Man�facturers are acceptabie: 1. Ametele B/VJ Controls 1500 series with prabes as indicated 2. Approved EquaI B. The listing nf specif'ic man�facturers ahnve daes not imply acceptance of t�►eir produCts thaC d4 nat meet the specified ratings, features and functions. Manufacturers listed above are not relieved fram meeting these specifications in their entirety. C. General CITY OF FORT WORTH South Westside V Elevated S►a[age Tank 51'ANpARA CQNSTRUCTION SPECIFICATfON DpCUMENTS Ciiy Projact Nn. 103428 Revised Octo6er 20, 202[ 407�OD-3 Level Ivieasurement Page 3 of 6 1. Principle: Sensor shall be a contact fiype probe / r�lay cambinatian switch. Pro�es shall he installed in the area as shown in contract drawings and be of materials compatible with ti�e fluid tp be measured. The switch shall operate when any liquid is detected. The Relay shall be mo�nted in a NEMA 4X enclosure as shown. Provide number of induction relays as required for the Functionality i�dicated. D. Ratings: 1. i7L Listed. 2. NEMA 4X �nclosure, 3. Inp�t Power: 120V AG. 4. Frovide a form C Contaci rated for use with 120VAC 124 VDC 5. 5uitable for water, wastewater, or wastewater sludge application. 6. Suitable for -40°C ta +70°C 2.� PRESSURE SENSING LEVEL TRANSMITTERS A. Subject to campliance with the Con�raci Documents, tk�e folipwing Manufacturers are acceptable: 1. Foxboro 2. Rasemount 3. Endress + Houser 4. Siemens 5 Approved equal B. The li�ting flf specific manufacturers above dnes not imply acceptance of thei� products that do nat meet the specified ratings, features and functians. Manufacturers listed abave are not relie�ed from meeting these specifications in thait' ent�rety. C. General i. Provide surge protection for each instrument. D. Type 1. Micz'oprocessar based inteIligenE type, diaphragm actuatcd. 2. The instrument shall measure le�el in inches or feet of water column. E. Function/Performance 1. Accuracy: PIus or minus 0.1 percent of calibrated span. 2. Over Range Protection: Pmvide positive o�er range prokection to maximum process pressuze. 3. RFI Protection: 0.1 percent ertor between 27 and 500 MHZ at 20 v/m iield intensity. 4. Output: 4-20 mA 5. Stability: Cambinec3 temperature efFects shall be less than 0.2 percent oFinaximum span per SO degrees F temperature change. F. Physical 1. Electr�cal Classificatiort: Xntrinsically safe or explosion proof for Class I and Class II, Division 1 locations. 2. Er�closure; Rated NEMA 4X. CITY OF FORT WOR'�'H 5outh Westside V Elevated 5taraga Tank 5TA�I�AIiD CONSTRUCTI�IV SPEGIFICATION dOCUMENTB City Pmject Na, ] 0342$ Revised Octo6er 20, 202f 4Q72QO-4 I.evel Measurement Page 4 of 6 3. Diapluagm Sensor Matezial: 316 Stainl�ss Ste�l alloy or Hastella}r C. 4. Sensar Fill Fluid: Shall be suitable for process fluid being measured. When used for chemical metering service, the �11 fluzd shall be rated for the cnamical being measured. G. Pawer Requirements l. Loop powered two wire type H. Required OptianslAccessaries 1. If reyuired to �neet the range or suppression/elevarion requirements, the Contractor shall supply a differential pressure transmitter. 2. Provide a shutoff valve and mounting bracket for each Cz'ansmitter. 3. Provide an integral indicator scaled in engineering units. �F. Provide hand held programmer(s) where full setup is not a�ailable for the instrument directly. 2.3 MANIFOLDS A. Subject to compliance with the Contract Docnments, the following Manufacturers are acceptable: 1. DIA Manufacturing Model GPSTC 2. Parker H Series 3. SwageIole 4. Approved Ec�ual B. The listing of specific manufacturers above does nat imply acceptance of their products that do not meet the specified ratings, features ar�d functions. Manufacturers iisted above are not relieved from m�eking these specifications in their entirety. C. General 1. Provide fully maehined surfaces. D. Type 1. Type as shown on Drawings or speeified else ware. E. Functions/Performance �. Five or three valve, as shown or specified else ware. �. Physical 1. Manifold shall be of 316 skainless steel. 2. Flanged ar Transmount as shown on the Drawings. G. Power Reyuirements I. Nane H. Required OptionslAccessories 1. Provide one set of spare gaskets. CI1`Y OF FORT WOATH South Westside V Eievated SEnrage Tank S'i'AI+iDARD CONSTRUCTEON SPECIFICATIDN DOCiJNiENT5 City Project Na. 10342R Revised Qctaber 2q, 202 [ QO72OQ-5 I.evel Measurement Page 5 of 5 PART 3 - EXECUTION 3.1 INSTALLER'S QUALI�'ICATIONS A, Installer shall be specialized in installing this type of equipment with minimum 5 years documented experience 3.� EXAMINATION A. Examine installation area to assuxe there is enough clearance to install the equipment. B. Verify that the equipment is ready to install. C. Verify field measurements are as instructed by the rnanufacturer, 3.3 INSTALLATION A. The Contractor shall install a11 equip.ment per the manufacturer's recommendations and Contract Drawings. B. All process connections shall be 316 stainless steel tubing, 3/8" minimum, unless otherwise shown on the Drawings. Fittings shall be of tk►e compression type, 316 stainless steel, C. All conduit entries into the instruments shall use hubs of watertight, threaded aluminum, insulated Ehroat, stainless steel grounding screw, as manufactured by T&B H150GRA Series, or equal. D. Install stainless steel 'rnstrument labels with instrument ID, secured with safety wire. E_ All non-loop powered instrurnent transmitters shall have an approved disconnecNng means for power mounted within reach of the transmitter. 3.4 RACEWA� 5EALING A. Where raceways enter terminal boxes, junctian boxes, or instrumentation equipment, all entrances shalI be sealed with 3M 1000NS Watertight SeaIant or appra�ed equal. 3.5 FIELD QUALITY CUNTROL A. Inspect instailed equipment for anchoring, alignment, grounding and physicaI damage. B. Check tightness of all accessible eiectrical connections. Minimum acceptable �alues shall be specified '1n Che manufacturer's instructions. 3.6 �"IELD AD.IUSTING A. Adjust all equipmant for proper range and field conditians, as described in the manufacturer's instructions. B. Any field adjustments, required for proper system operation, shall be included in the Final �&M. 3.7 FXELD TESTING A. Perform all electrical field tests recommended by the manufacturer. B. Test each interlock system for proper functinning. G Test all control logic fox' proper aperation. CITY OF FORT WOR'I'�i South Westside V Elevated Storage Tantc S'i'A[�TDARD C�NSTRUCTION 5PSCCFICA7`fDN DOC[Il1�IENT5 City Projeet No. l D342$ Ravised Octoher 20, 2021 4072OU-6 Level Measuremenl Page b of 6 3.8 CLEANING A. Remove all rubbish and debris from inside and around the equipment. Rexnove dirt, dust, or concrete spatter from the interior atad exterior of the equipment usitzg bxushes, vacuum cleaner, or clean, lint free rags. Do not use cornpressed air. 3.9 EQiTIPMENT PROTECTION AND REBTORATION A. Touch-up artd restore damaged surfaces to faetory iinish, as approved by the manufacturet'. If the damaged surface cannnt be returned ko fact�ry specification, the suriace shall be replaced. END OF SECTION CiTY OF FORT WOR'FH South Westside V filevaled Storage Tank STAIVI]ARD COIYSTRLTCTIpN SPECIFICAT30N UOCUMENTS Ciry Praject No. 103428 Ctevised dciober 20, 2U21 A4 73 OD - 1 Pressure Measuremant Page 1 oF 6 SECTION 4q '�3 00 PR�SSURE IIVSTRLIMENTS PART1- GENERAL 11 SCOPE OF WORI� A. Furnish, install and test all pressure zneasurenaent, pressnre cnntral devices and appurtenances, as shown an the Drawings, specified in khe Related Work Sections and Divisians, and as specified herein. B. Pressure equipment, specified in other Di�isions, shal� be manufactured in accordance with this Section, and submitted as a part of the equipment specified in other Divisians. l.2 RELATED WORK A. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other sectioa as required Co meet the requirements specified. The organszatiop o£ the Conkxact Doeuments into specification divisions and sections is far organization of the doc�me�ts themselves and does not relate to the division of suppliers ar Iabor which the Contractor may choose to employ in the execntion of the Contract. Where references are made ko ather 5ections �nd other Divisions of the Specifications, the Contractor shall provide such information ar additional wark as nnay be reqnired in those references and include such information or work as may be speci�ed. 1,3 SUBMITTALS A. Submit catalog data for all items supplied from this speciiication Seckion as applicable. SubmiCtal shall include catalog data, functions, rakings, inpuis, outputs, displays, etc., sufficient tn confirm that the meter ar relay provides every specif"ied requirement, Any nptinus or exceptions shall be clearly indicated. B. Submittals for equipment specified herein, for other Sections or Divisions, shall be made as a part of equipment submittals furnished under other Sections or Divisions. C. Installation experience doc�rrzentation shall be submitCed for approval with the Section Equipment Submittal D. O�eration and Maintenance Manuals. Operation and Maintenance manuals shall be constructed in accordance with Divisian 1 and shall include the following infarnaa�i�n: a. Manufaciurer's contaet address and telephone number for parts and service. b. Instruction books and/ar leaflets c. Recommended renewal parts list d. Recard Doc�zments far the information required by the Submittals above. 1.4 REFERENCE CODES AND STANDARDS A. The equipment in this specification shall be designed and rnanufactured accnrding ko latest ravisian of the foIlawing standards (unless otherwise noted): 1. ANSI 540.1 Pressure Gauges CiTY DF FORT WORTH South Westside V Elevated Storage Tank STANDARD CONSTRUCTION SPECIFICATIOIV DOCUMENTS CiEy Pro}ect No. f 03428 Revised Dclober 2U, 2D21 aa�3oo-z Pressui�e MeaSuremcnt Page 2 of 6 2. ASME PTC 19.2 Pressur� Measurement 3, ANSI B88,1 �ressure Transducers Calibration 4. ISA 537.65train Gage Transducers Potentiometric 5. I5A S37.3 S Vacuum Gauges 6. Calibration AVS 6.2, 6.4, 6.5 Hazardous Ar�;as 7. IEC 79-10 Tntrinsicaily Safe Circuits 8. IEC 79-3 9. 913 Electrical Instruments in HazardQus Atmospheres 10. ISA RP12.1, 4, 6, i0, lI Weighing Scales 11. ASME PTC 19.5.1 �. AIl meters, relays and associated equipmant shall comply with the requirements of the NationaI Electric Code and Underwriters Laboratories (LTL) where applicable. C. Each specified device shall also conform to the standards ac►d codes listed in the individual device paragraphs. l.a QUALiTY ASSURANCE A. The manufacturer of this equipment shall have praduced si�tilar instrumentation equipment for a minimum period of five (5) years. When requested by the OwnerlEngineer, an acceptable list of installations with simiilar equipmeut sl�all be pro�ided demonstrating complianc� with this requirement. B. Equzpm.ent submitted shall fit within the space ar location shown on the Drawings. Equipment which does not fit within the space or location is not acceptable. C. For the eyuipment specified herein, the manufacturer shall be ISO 9001 2000 c�rtifi�d. 1.6 WARRANTY A. T`he Manufacturer s4�a11 warrant the eq�ipment to be free from defects in material and vvorkznanship for two years from date af acceptance of the equipment contai.ning the items specified in this Section. Within such period of warranty, the Manufaeturer shall promptly furnish all material and labor necessary ta return the equipment t� new operating conditian. Any warranty work rsquiring shipping ar transporripg af th.e equiprrient sha31 be perfarmed by the Contra�kor at no ex�a�nse to the Owner. 17 �311i►�-�:�Z�7-�7 il�f.: 21 PRESSiIRE TRANSMITTERS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. FQxboro 2. Rosemaunt 3. Endress +� Hauser 4. 5iemens 5 Approved equal. C1TY OF FORT WDRTH 5outh Westside V Elavated 5torage Tank STANDARD CONSTl2UCT10N SPBCIFICATION �OCUMENT5 City Project Aio. 1U3428 Revised �ctober 20, 2021 4d7300-3 Pressure Measurement Page 3 of 6 B. The Iisting of specific manufacturers above does nat impiy acceptance of their products t1�at do not meel Che speciiied ratings, featnres and functions. ManuFacturers listed abnve are not relieved fram meeting these specifications in their entirety. C. Ganeral 1. Provide surge protection for each instrument. D. Type I. Micrqprocessor based intelligent type, diaphragm actuated. 2. The instrument shall measure gage pressura. E. Function/Performance 1. Accuracy: Plus ar msnus 0.1 percent of calibrated span. 2. Over Range Protection: Provide positi�ve over range protection to maxirnurri process pressure. 3. RFI Protection: 0.1 percent error between 27 and 500 MHZ at 20 v/m field intensity. 4. Output: 4-20 mA 5. Stability; Combined temperature effects shall be less khan 0.2 percent of maximum span per SO degrees F temperatnre change. F. Physical 1. Electrical Classi%cation: Intrinsically safe or �xplosion proof for Class I and Class II, Division 1 locaiians. 2. Enclosure: Rated NEMA 4X. 3, Diaphragm 5ensor Material: 316 Stainless Steel alloy or Hastelloy C. 4. Sensor Fill Fluid: Shall be suitable for process fluid being measured. When used for chemical metering service, the fill fluid shall be rated fnr the chemical being measured. G. Power Require�nents 1. Loop powered two wire type H. Required Options/Accessories 1. If required io meet the range ar suppressiqn/elevation requirements, the Contractor shall supply a diffrerential pressure transmitter, 2. Provicie a shutnff va�ve and mounting bracket far each transmitter. 3. Provide an integral indicator scaled in engineering uruts. 4. Pro�ide hand held programmer(s) where full setup is not availahle for the instrument directly. �.� MA1�IIFOLDS A. Snbject to campliance with the Contract Documents, khe following Manufacturers are acceptable: l. D/A Manufacturing Model GP5TC 2. Parker H Series 3. Swagelok 4. Approved Equal CTI'Y pF FORT WORTH South Westside V Eleva[ed Stnrage Tank STANDARD Ca1�+STRUCT'ZON SPECIPI�ATIDIY DOC[]MENTS City Project No, 103428 Revised Octoher 2�, 20Zf 407300-4 Pressute Measurement Page 4 of 6 B. Tha listing of specific manufackurers above does not imply acceptance of their products that do na� meet the specif ed ratings, features and functions. Manufacturers Iisted above are nat relieved from meeting these sQecifications in their entirety. C. Genera! 1. Provide fully �nachined surfaces. D. Type 1. Type as shown on Drawings or specified else ware. E. Functions/Performance 1. �'ive or three �alva, as sbown or specified else wa�'e. F. Physical 1. Manifold shall be of 31b stainless steel. 2. Flanged or Trans-mount as slaown on th� Drawings. G. Power Requirements 1. None H. Required OptionslAecessories 1. Provide one set of spare gaskets. �.3 PRESSURE GAUGES A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable 1. Ashcroft Model 1279 2. AmeteklU.S. Gauge Division 3. Wika 4 Approved equal B. Tl�e listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and iunctions. Manufacturers listed above are riot relieved frozn meeting these specificatior�s in their entirety. C. General 1. Ratings shall be equal to or exceed the piping. D. Type: 1. Bourdon tube actuateci pressure gauge. E. Functian/Performanc�: 1. Accuracy: Plus, or minus 1.0 percent of span or better. �. Physical: 1. Case; Phenalic shock resistant Qr 316 stainless steel For surFace/stem mounting with a pressure relieving back. The case shall be �ented far temperaturelatrr�ospheric compensakion. Ga�ge s�all be capable of being liquid filled zn the field or ak the factory. 2. Window: Clear acrylic or shatter proof glass. 3. Bourdon Tube: 316 stainless steel. 4. Connection: %z-in NPT: CFTY OF' FdRT WOIZTH South Westside V Elevated S[oraga Tank STANDAR� CONSTRl7Ci'ION SPBCIFICATION DOCUMLIVT9 City Project No. 10342& Revised October 20, 2021 407300-5 Pressure Measurement Page 5 nf 6 5. Gaug.e size: Minimum �4.0 inehes viewable. 6 Pointer travel: Not Iess than 200 degrees nor more than 270-dagree atc. 7. Range: As indica�ed in the inst�t�afinent device sehedale. G. Power Requirements 1. [Vane H. Required OptionslAecessories 1. Shutoff valve: Each gauge shall have a process shutof� valve which can also be used as � adjustable pressure snubber. 2. Special scales: The Engineer reserves the right to require special scales and/ar calibration if the rnanufact�u�er's standard is nat suitable fQr the application. 3. Gauges listed as liquid filled in the instrument Device 5chedule shall be liquid f�iled at the Mar�ufacturer's Factory. PART 3 - EXECUTIQN 3.1 INSTALLER'S QIIALIFICATIONS A. Installer shall be specialized in insta[lin� this type af equipment with mininnum S years dacumented experience 3.2 EXAM�NATION A. Examine installation area to assure there is ano�gh cleazance to install the equipment. B. Verify �hat the equipment is ready to install. C. Verify field measurements are as instructed by th,e manufacturer. 3.3 INSTALLATION A. The Cantractor shall install all equipment per the manufacturer's reeommendations and Contract Drawings. B. All process connections shall be 316 stainless steel tubir�g, 3/8" minimum, unless otherwise shown on the Drawings. Fittings sha11 be of the carnpression type, 316 SCainless steel. C. All conduit entries into the instruments shall use hubs of watertight, threaded aluminum, i.nsulated throat, stainless steel grounding screvv, as manufactured hy T&B H150GRA Series, or equal. D. Install stainless steel inst��utnent labels with instrument ID, secured with safety wire. 3.4 RACEWAY SEALING A. Where raceways enter instrumentation equipment, all en�rances shall be sealed with 3M 100ONS Watertight Sealant or approved equa�. 3.� FIELD QUALITY CONTROL A. Inspect installed equipment �or anchoring, alignment, grounding and physical damage. B. Check tightness af all accessible electrical connections. Minimum accaptai�le values shall be specified in the manufacturer's instructions. CFI`Y OF FORT WQ�TH South Westside V EEevated Sta�age Tank STAiYQARD CONSTRUC'i'IQN SPECIFICATIOIY DpCUMENTS City Projec[ No, 103426 Revised �eto6er 20, 2�21 4073Qp-6 Pressure Measurement Page 6 nf 6 3.6 FIELD ADJiTSTING A. Adjust all equipment far proper range and iield conditions, as described it� the manuiacturar's instructians. B. Any field adjustments, required for proper system operation, sha11 be included in the �inal O&M. 3.9 FIELD TESTING A. Perform all electrical field tests recommended by the manufacturer. B. Test as speciFied in Instrumentation TesCing and System Commissioning specification sectian. 3.8 CLEANING A. Remove all rubbssh and debris from inside and arqund the equipment. Remove dirt, dust, or concrete spatter from the interior and exteriar of the equipment using brushes, vacuum cleaner, or clean, lint free rags. Do not use compressed air. 3.9 EQUIPMENT PROTECTION AND RE5TORATION A. To�ch-up and restore damaged surfaces to factory finish, as appravecE by the rnanufacturer. If the damaged surface eannot i�e returned to factory specification, the surface shall be replaced. END OF SECTION C1TY OF F4AT WORTH South Westside V EEevated Storage Tank STAi�[AAAD CONSTRUCTId3Y SP$CIFICATiON DOCUMENTS City Projecl No. 103428 C�evised Octaher 20, 2021 ao �s oo - i Process Liquid Analylical Measuremant Page 1 of 6 sEc�oN �a �s o0 PROCESS LIQUID ANALYTICAL MEASURMENT PARTI- GENERAL 1.1 5COPE OF WORK A. Furnish, install and test all analytical measurement, analytical control devices and appurtenances, as shown on the Drawings, specified in the Re�ated Work Sections and Divisions, and as specified herein. B. Analytical equipment, specified in other Divisions, shall be manufactureci in aceordanca with this Section, and submitted as a part of khe equipment specified in nther Divisions. 1.� RELATED WORK A. No references are mada to any other section whieh may contain work related to any other sectian. The Contract Dacuments sha116e taken as a whole with ��ery section related to every other section as required to meet the requirements specified. The organiaation of the Contract Docuz3nents into specification divisions and sections is for arganizatian af the documents themselves and does not relate to the dsvision of suppliers or labor which the CQntractor rriay choose tQ employ in the executian of t�e Contract. Where references are made to other Sections and other Divisions of the 5pecifications, the Cont�actor shall provide such infvrmaLion or additional work as may be required in those references and include such information or work �s may be speci£'ied. 1.3 SUEMITTALS A. Submit catalog data far aII items supplied from this specificatian Section as apglicable. SubmittaI shall include catalog data, functions, ratings, znputs, outputs, displays, etc., with sufficient infornnatian ta canfizm that the device provides e�ery specified reyuirenn�n.t. Any zncluded options or exceptions shall be clearly indicated. B. Submittals for equipment speciiied herein, for other Sections or Divisions, st�all be rr�ade as a part of equipment su6mittals furnished under other Sections or Divisions. C. InstaIlation experience da�cumentation si�ail be submitted for approval with the Section Equipment Submittal D. Operatian and Maintenance Manuals. 1. Operation a�d Maintenance manuals si�a11 be constcucted in accordance with Division 1 and shall include the following information: a. Manufacturer's contact address and telephonc nurirkbez' for parts atid service. b. Instr�ction books and/ox leaflets c. Recommended renewal parts list d. Record Documents for the information reyuired by the 5ubmiCtals abo�e. 1.4 REFERENCE CODES AND STANDARDS A. The equipment in this specification shall be designed and znanufactured according ka latest revisian of the follawing standards (unless atherwise noted): 1. Calibratian AVS 6.2, 6.4, b.5 HazardQus Areas CITY OF FORT WORTH Sauth Vl�estside V i�levated 5torage'T`anh STANDARD CON$TRUCTIOIY SPECIFiCATION DOCUMENTS City Project No. 14342$ tte�ised Qcta6er 20, 2021 ao�soo-z Process Liquid Analyucal Measurement Page 2 oF 6 2. IEC 7R-10 Intrinsically 5afe Circ�its 3. ANSI 913 Electrical Instruments in Hazardous AtmQspheres 4. NFPA 496 Standard for Purged and Pressurized Enclosures for Electrical Equipz�nent. 5. FM Class 3615 — Explasion Proof Electrieal Equipment General. 6. FM Ciass 3611 Class I Division 2 Hazardous Lacations. 7. �M Class 361Q Class I, II, ITI Division 2 Intr'snsscally 5afe Apparatus & Assoeiated Apparatus. 8. FM Class 381D Measuring and Process Controj Equipment. 9. ANSI/NEMA 25D — Enciosures for Electrical Equipment. 10. UL 1950 Safety of Infarmation Technology Equipment. B. All mekers, rejays and associated equiprnent shall camply with the requirements of the National Electric Code and i7nderwriters Laboratories (CTL) where applicable. C. Eaeh specified device shall also conform to the standards and codes listed in the individual device garagraphs. 1.� QUALITY ASSURANCE A. Th� man.ufacturer of this equipment shatZ have produced similar instrumentation equipment for a minimum period of five (5) years. When requested by the Owner/Engineer, an acceptable list of installations with s.imilar eyuipment shall be provided demonstrating campliance with this requixement. B. Equipment submitted shall iit within the space or location shown on the Drawings. Equiprraerzt which does not fit within the space ar location is not acceptable. C. Far the equipment speciiied herein, the manufacturer shall be ISO 9a01 2000 certified. 1.6 WARRANTY A. The Manufacturer shal� warrant the equipment to be f:ree frana defeets in materiai and workmanship fnz' ivc�o (2) years frorn date of aeeeptance of tne eq�ipment containing Ehe items specified in this Section, Within sueh period of vvarranty, the Manufacturer shall pramptly furnish all material and labor necessary to return the equipment to new operat�ng condition. Any warranty work requiring shipping or transportia�g af the equipment shall be performed by the CoRtractor at no expense to khe O�+ner. PART �. - PRODUCTS �.1 CHLORINE RESIDUAL ANALYZER (REAGENTLESS) A. 5ubject to compliance with the Contract Documents, the following Manufacturers are acceptable: I. Prominent Fluid Controls 2. Swan Analytical Instruments AMI 3. ATI Q4SH-b2-63 4. Approved Equal CITY OF FORT WORTI3 South Westside V Elevated Storage Tank STAIVDARD CONSTRUCTION SPECIFICATION DpCUMENTS Cily Project l�o. 1U3428 Revised October 2D, 2021 40750D-3 Process Liquid Analytical Measurement Page 3 of 6 B. The listing of specific manufacturers above does nat imply aeeeptanee of their products that da not meet tlte specified ratings, features and functions. Manufacturers lis%ed abo�e are not relieved from meeting these speciiications in their enCirety. C. General 1. The vendor shall supply all componeats necessary for a f�qetional system, including sensor(s); sensor holder wiYh flow meter, flaw control valve and mounting brackets; chlorine monitar and aIl required cables and spare parts. The sensar, holder and monitors shall all be made by the same manufactuxer ko assure compatibility and pro�ide sole source responsibility. 2. The manufacturer shall provide a one-year warranty on all system components with exception of sensor. All components shall be fully tested prior to shipment. 3. The pawer supply shalj be 12-4flVDC, Ioap powered. 4. All components shall be pre-mounted on a po�ypropyiene back panel for ease of installation. a. S�nsar. 1) The chlorine sensor shall be an amperometric-type, providing continuous measurement of residual chlorine concentration wit�out use of reagents in the sample stream. A membrane shall protect ti�e electrades from flow, pressure and conductivity-based interferences. 2) The residuat chlori�e measuring range shall be: Q-10.0 ppm. Measureme.nt aceuracy shall be better than +�/- 3%n of the sensor signal. Response titne ta 90% of ineasured vaIue shall be hetter than two minut�s. Drift sha13 be less b. c. than 2% per month. 3} The sensor s�all include antamatic temperature compensation. The signai to the monitoc shall be 4-2Q rnA via 2-wire technology. The sensor shall feature a terminal block with watertight cab�e gIand far f�eld �onnection of any length eable to the monitor. Sensor Holder. 1) The sensor holder shall be transparenr PVC material with integral flow control valve and ratameter for setting the sasnple flow rate at 8 GPH. Z) The flaw shall be directed at the sensar membrane to provid� continuous cieaning action. 3) Mounting brackets for wall mountin� sha�� be included. The sample Iine connections shall he 1/2" x 3/8" tube fittings. Monitor. 1) Th� monitor shall be microprocassor-based, with illuminated LCD display of tt�easured val�e, status and error annunciation. Unit shali feature non- ��latile memary to retain settings in the event of pawer faj'tlure; menn- driven calibration, limit settings; sensor zxtonitoring to alarm upon sensor failure or loss of scnsitivity; prngrammabie access code alIowing calibration but not unauthorized adjustment of limits and autputs. Z) Mounting shall be in a NEMA 4X plastic enclosure with removable wall mount bracket. 3} L1nit shall be capa6le of operating between 23- and l�l-degrees Fahrenhe�t. 4} Electronically isolated active analog 4-20 mA output, with 500 Ohm maximum laad, shall be proportional to the measured Chlorine and span a'ble within the measuring range. A 23mA output signal from the unit shall signal fault condition. C1TY OF F�RT WORTH South Westside V 8levated Storage Tank STANDARD CQNSTRUCTION SPBCIF[CATION DOCUIW[El+�T5 City Project 1�Ia. 103428 Revised Octaber 20, 2021 40 75 0() - 4 Proccss Liquid Analytica! 1Vleasurement Paga 4 of 6 5) Pro�ide a one-year supply of sensors, chemicals, and any nther materials necessary to aperate, maintain, and calibrate instrument. This suppIy shall be delivered to OWNER at the time of final acceptance�. PART 3 - EXECUTION 3.1 INSTALLER'S QUALIFICATIONS A. InstaIIer shall be specialized in installing this type of equipment with minimum 5 years documented experience 3.2 EXAMINATION A. Examine installation area to assure there is enough clearance ta instaIl [he equipment. B. V�rify that the equigment is ready to install C. Verify iield measureinents are as instructed by the manufacturer. 3.3 INSTALLATION A. The Contractor shall install all equipment p�r th� manufacturer's recammendations and Contract Drawings. B. All pracess connections shall be 3I6 stainless steel tubing, 3/8" minimum, unless otherwise shown on the Drawings. Fittings shall be of the campression type, 316 stainless steel. C. AIl conduit entries inta the instruments shall use hubs of waterkight, tku'eaded aluminuxn, insuIated t.tu'oat, stainless steel grounding screw, as manufactured by T&B H150GRA Series, or equal. D. Install stainless steel instrument labels with instrument ID, secured with safety wire. E. AI.1 non-loop powered instrument transmitters shall have an approved disconnect�ng means for power mounted within reach of the transmiCker. 3.� RACEWAY SEALING A. Where raceways enter terminal boxes, junctian 6oxes, or instrumentation equigment, all entrances shall be sealed with 3M IOOONS Watertight Sealant or approved eyual. 3.5 FIELD Qi1ALITY C�NTROL A. Inspect installed equipment for ancharing, aligrunent, grounding and physieal damage. B. Check tightness af all accessible electrical connections. Minimum acceptab�e values shall be specified in the manufacturer's instructions. 3.6 FIELD ADNSTING A. Adjust aII equipment For proper range and field conditioms, as described in the rnanufacturer's instructanns. B. Any field adjustments, required for proper systern aperation, shall be included in the F'inal O&M. 3.7 FIELD TESTING A. Perform aIl electrical field tests recomnraended by the manufacturer. CTFY OF FORT WdRTH 5outh Westside V Eleuated Stvrage Tauk STANI]ARD CONSTdt[ICTION SPECIEICATIOiV �OCl1MElV7'S City Project No. 103428 Revised Octo6er 20, 2D21 4Q7500-5 Process Liquid Analytica! Measvremenl Page 5 of 6 B. Test each interloek system for proper functioning, C. Test all control iogic far proper operation. 3.8 CLEANING A. Remo�e all rubbish and debris from in,side and around the equipment. Remove dirt, dust, or concrete spatter fram the interiar �nd exterior of the eq�ipment using brushes, vacuum cleaner, or clean, lint free rags. Do not use campressed air. 3.9 EQUIPMENT PROTECTION AND RESTORATION A. Toueh-up and restore damaged surfaces to factosy finish, as approv�d hy the manufacturer. If the damaged surface cannot be returned ko factory speeificatian, the surface shall be replaced. END DF SECTION CI1'I OF FORT WQRTH South Westside V Elevated Storap,e Tank S'PAI�'aARD CONSTRUC170N SPLCIFICATION DOCUME1�iT5 City Prajeci No. 103428 Revised Octaber 20, 2021 4U750D-6 Process Liquid Anafylical Measurement Page 6 qf 6 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH 5outh Westside V Elevated Storage Tank STANDARD CQNSTRUCTIDN SPHCIFICATION DOCUMENTS City Project Nfo. 1U3428 Rev'tsed Qcfaher 20, 2021 40 78 Otl - L Panel Mounted Control Devices Page 1 oE' 14 SECTION 40 i8 00 �'ANEL MOUNTED CONTROL DEVICES PART1- GENERAL 1.1 SCOPE OF WOI�� A. This Secrian vf the SpecificaCipns describes the requirements for panel mo.unted equzprnent to be furnished under other Sections af the Specifications as listed in the Related Work paragraph of this 5ection. B. All equipment described. herein shall he submitted and futnished as an integral part of equipment specified elsewhere i� these Specificatians. 1.Z RELATED WOR.K A. No references are made to any other section which may contain work related tv any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to riteet �ie requirernents specified. The arganizatian of the Cantract Documents into s�ecification divisions and sections is for organi�ation of the documents themselves and does not relate to the division af suppliers or labor which the Contractor may choose to employ in the execution of Ehe Cantract. Where references are made to oth�r Sections and other Divisions of the Specifica�ions, the Contractor shall pravide such infoxmation or additional work as may be requzred i� those references and include such information or work as may be specified. 1.3 SUBMITTALS A. Submittals for equipment sQecified herein shall be made as a paz't of equzpment furnished under other Sectinns. Xndividual subrnittais for equipment specified herein will not be accepted a�d will be returned un-re�iewed. $. Submit cata�og data for all items supplied from this specification section as applicable with the contral panel submittal as referenced in the relat�d wark paragraph, Submittal shall inciude catalog data, functions, ratings, inputs, outputs, displays, etc., sufficient ka confirm that the devices provide every specifi�d req�ixemept. Any options or exceptions shall be clearly indicated. 1.4 RE�'ERENCE CODES AND STANDARDS A. The equipment in this specifieatian shall be designed and rnanufactured according to latest revision of the following standards (unless otherwise noted): 1. NEMA/ISCI 109 Transient Over Voltage Withstand Test 2. IEE� Std. 4721ANSI C37.902 Withstar�d Capabiiity of Relay Systems to Radiated Electromagnetic Interference from Transceivers. 3. ]EC 255.4 5urge Withstand Capability Tasts 4. NEMA/ICS 1 General Standard far Industrial Control Systems. 5. NEIViA/ICS 4 Te�rninal Blpcks for Industrial Use. 6. NEMA/ICS 6 Enclosures for Industria! Controi Systems. 7. NEMA LS 1 Low Voltage Surge Protec�ive Devices. CITY OF FORT WORTH South Westside V Elevxted Slnrage Tank STANDAR� CONSTRUCTION SPECIF[CATION �QCUMENTS City Projec[ I�Io. 1�3428 Revised Qctnher 20, 2021 ao�aao-z Pana1 Maunted Conirol De�ices Page 2 of 14 8. UL 1449 Third Edition — Surge Protective De�ices B. All �quipment shall connply with the requirezzients of the National Electric Code and Underwz�ters T.aboratories (UL} where applicable. C. Each speci�ed device shall also conform ko the standards and codes listed in the individual device paragraphs. 1.� QUALITY ASSi1RANCE A. The mazzufacturer of this equipment shall have produced similar eleetrical equipment for a minimum period flf five (5) years. When requested by the OwnerlEngineer, an acceptable list of installations with similar equipment shalI be provided demonstrating cotnpliance with this requirement. B. Equipment submitted shall fit within the space ar lqcation shown on the Drawings. Equipment which does not fit within the space or location is not acceptable. C. For the equipment specified herein, the manufacturer shall be ISO 9001 200D certit'ied. 1.6 WARRANTY A. The Manufacturer shall warrant the specified �quipment to be fre� fr�m defects in material and workmanship for one (1) year from daLe of acceptance of the assembly containing the items specified in this Section. Within such period of warranty, the Manufacturer shall promptly furnish all material and Iabor necessary to return the equipment to new operating eondition. Any warranty work z'eyuiring sk�ipping or transporting of the equipment shail he perFormed hy the Contractor at no expense to the Qwner. PART 2 - PRQDUCTS 2.1 1VIODE SELECTOR SWITCHES, PIISHBUTTON5 AND INDICATING LAMPS A. Subject to compliance with the Cantrack Dqcuments, the fnllowing Manufacturers are aeceptable: 1. Allen BradIey 2. Cutler Hammer 3. GE 4. Square D 5. No Equa! B. The listing of specific manufacturers above does not imply acceptanee af their products that do not meet tha specified ratings, features and functions. Manuiacturers listed above are not relieved from meeting these specifications in iheir �ntirety. C. Construction l. 30mm Diaz�teter 2. Corrosion resistant 3. NEMA 414X/I3 without booted covers 4. "Finger safe" contact blocks, l0A rating 5. Functian indicatang colors per NFPA 79 unless otherwise shown on the Drawings. 6. �ngraved carrasion resistant nameplates CTi'Y pF FORT WORTH South W'estside V Elevated Storage'I`ank STAIVDARR CONSTRiJC'['ION SPECIFICATION DDCUMEN7'S City Project No. 103428 Re�ised dcta6er 20, 2D21 4d7S00-3 Pancl Maunted Cantrol Devices Page 3 of 14 7. LED lamps 8. Mode selector switches shall have 1 spaxe set auxiliary cankacts. 9. Indicator lights ta be Push-to-Te�t 10. Potentiometer ratings to match I/O devices connected 2.2 TERNIINAL BLQCKS A. Subject to compliance with the Contract DocumenCs, the following Manufacturers are acce�table: 1. Phoen.ix Contact 2. Entrelec 3. AIlen Bradley 4. Appro�ed equal B. The listing of s.pecific manufacturers at�ove does not imply acceptance of t�eir products that do not meet the speciiied ratings, features and funetions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. C. Terminal Blacks 1. Terminal blocks shall be DIN-rail-mounted one-piece �nalded plastic blocl�s with tubular clamp-screw type, with end barriers, dual side terminal block numbers and terminal group identifiers. Terminal blacks sha11 be rated for 600 volts except for control and instrumentation circuits, or 4-20 mA analog signal eonductors. 2. Provide 600 volt rated terniinal blocks far a�y conductar carrying any voltage over 120 volts tv grouud. 3. Provic�e 6�0 volt rated strap screw terminal blocks for any power conductors carrying over 20 amps, at any �oltage. Terminals shall be double sided and supplied wiih removable covers to prevent accidentaI cantact with live cixcuits. 4. Power conductors carrying over 20 amps, at any vvltage shall be terminated to strap-screw type terrruinal blacks witii crimp type, pre-insula[ed, ring-tongue Iugs. Lugs shall be of the appropriata size far t�e terminal block screws and for the num6er and size of the wires terminated. Do not termina�e more than one conductor in any lug, and do not land mare than two conductors unde�r any strap- screw terminal point. 5. Terminals shall have pez'zn.aaent, legible identificat�on, clearly �isible with ti�e protecti�e eov�r removed. Each terminal block shall have 20 percent spare terminals, but not less than two spars terminals. 6. Do not land more than twa conductors per terminal point. Use the manufacturer's provided bridge connectors to intercannect terminal blocks terminatzz�g coznman or ground conductors. 7. Twisted shielded pair pr triad cables shall have each indi�idual canductar and shield drain t�vire Iar�ded on individusl terminal blocks. Use t�e manufacturer's prnvided bridge connectors to interconnect terminal blocks terminating the shield drain wire conductors, 8. Control circuits, 120 valts and below, and 4-2Q mA analog signal conduetors shalj be terminated with manufacturer's recommended ferrules. Ferrules shall be provided with plastic sieeves. 9. Provide an AC ground bar bondeci ta the panel enclosure, if inetal, with 20 percent spare terminals, CTTY OF FDRT WOR'1'�i Sauth Westside V Elevated Storage Tank S'I'AI�UARD CONSTRUCTI�N SPECIFICATTON DOCUMENTS Cily Project lYo. 103428 Aevised Octohet 2D, 2421 ao�eao-a Panel Mounted Control Devices Fage 4 nf 14 10. Provided ground terminal blocks for each twisted-shielded pair drain wzre. �.3 WIRE TROUGHS A. Subjeck to compliance with the Contract Docnments, the following Manufacturers are acceptable: l. Panduit 2. Taylor 3. Approved equal S. The listing of speci�c manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufaeturers iisted above are not relieved from meeting these specifications in their entireCy. C. All wiring shall be enclvsed in PVC wire trougk� with slotted side openings and removabla cover. Plan wire routing such that no low voltage twisted shielded pair cahie eond�cting analog �-20 mA signals or comrtzunications low voltage analog signals are routed in the same wire trough as conductors carrying discreCe signals or pQwer �.4 DIN RAILS A. Sub�ect to campIiar�ce with the Contract �ocuments, the follawing Manufacturers are acceptable: 1. Phoenix Contack 2. Entrelec 3. Allen Bradley 4. Appraved equal B. The listing of specific manufacturers above does not irnply acceptance af their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. C. Standard 35 mm rails shall be made of steel zinc-plated and chromated. Rails shall be 7.5 mm tall mrnirnum and meet standard EN 60715: 2001. 2.S SIGNAL ISOLATORS, SOOSTERS, CONVERTERS A. 5ubject to compliance with the Contract Doc.uments, the following Manuf�cturers are acceptable: 1. Phoenix Contact 2. Aca'omag Inc. 3. Moore Industries 4. Approved equal B. The listing of speciiic manufacturers above does not imply acceptance of their prqducts that do not meet the specified ratings, features and functions. ManuFacYurers listed above are not relieved from meeting these specifications in their entirety. 1. Type: a. Externally powered solid-state elechonic type. Laop pawered devices are not acceptabte. 2. FunctionallP�rfor�nance: a. Accuracy - d.15 percent. b. Inputs - Current, voltage, frequency, temperature, or resistance as required. CITY QF FORT WQRTH South Westside V Elevated Storage Taak STANQ,ARD COdYSTRL�CTIQN 3PECIF[CAT[ON UOCiIMENTS Cicy P%{ect No. 103428 Revised Octoher 2Q, 2021 407$00-5 Panel Mounted Contrvl Devices Page 5 ot l4 3 C� c. Outputs - Current or �oitage as required. d. Isoiation - There shall be complete isolation between input circuitry, outpuC circuitry, and the pawer supply. e. Adjustzxients -�ro and span adjustrnent sk�all be pravided. £ Protection - Pravide RFI protection. g. 24 Volt DC power input. Physical: a. Mounting - S.uitable for DIN Rail mounting in an enclosur� or instrument rack, DpCiqrislAccessories Required: a. Mounting rack or general-purpose enclosure as required. 2.6 POTENTIOMETER / RTD TRANSMITTERS A. Subject to compliance with the Contract Documents, the followzng Manufacturers are acc�ptable: 1. Phoenix Contact 2. Moore Industries 3. Approved Equal B. The listing of specific manuiacturers above does not imply acceptance of their products that da r►ot meet the specified rakings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. C. Desigz� and fabrieat'ton: 1. Solid state electronics. 2,. Transmit anaIog signal directly proportional to measured impedance input. 3. Power source: 24 Vdc. 4. Input: 0-1000 ohms. , 5. Output signa.L• 4-20 mA DC. 6. Accuracy (maximum error): to.25 gercent. 7. Ambient temperature range: 0-140 Deg F. 2.7 ALTERNATING RELAY A. Subject to compliance with the Contract Documents, the €oilowing Manufacturers are acceptable: 1. MACROMATIC 2. Schneider �lectric (Syuare D) 3. Rackwel.l Automation (Allen-Bradley) 4. Approved Equa1 B. The listing of specific �anufacturers above does not imply acceptance of their products that do not meet the specified ratings, featur�s and functions. Manufacturers listed above are not relieved from meeting tb.ese specifications in their entirety. C. Design and fabrication: 1. Solid state electronics. 2. Power source: as shown and or speeiiied elsewhere in the contract doeuments. 3. Output Contacts rated at a minimum af 8 Amps inductive loads. 4. Annbi�nE temperature range: 0-140 Degrees R minimum CTTY OF FORT WORTI� South Westside V EEevated Storaga Tank S'TANDARIl CONSTRUC'1'ION SPECiFICATION DDCUMEI�TS. Ciry Project Na. 103428 Kevised October 20, 2021 407800-6 Panel Moun[ed ConYml devices Page 6 of 14 S. DIN Rail mountable socicet type. D. Functionality: 1. For duplex type, on energizing of the input signal the ux�it shall clase and maintain ttae first autput until the ir�put is deenerg'tzed. Upan th:e next energzzing of the �put the second output shall close and maintain uniil deenergizing of the input. The next energizing of the input shall begin a repeat of this cycle. 2�. �or Triplex type th� relay shall have two inputs, one the lead and one a lag input. When energized and maintained the lead inpuC shall cios� the �rst ontput. If the lag input is energized than the second outpnk s.hall be closed and maintain until the input is deenergized. The next energization of the iead input shal� cause the second output ta elase. If the !ag input is energized than the third output shall close. This alternating pattern shall continue in the same order and then r�peat. �.S PANEL DTSPLAYS A. Subject to compliance with the Contract Documents, Ehe following Manufacturers are acceptable: 1. Precision Digital 2. Red Lion 3. Moore Industries 4. Approved equal B. The listing of specific manufacturers above does nat imply acceptance of their produccs that do not me�t the specified ratings, features and fnnctions. Manufacturers listed abov� ar� not relieved frnm meeting these specificaiions in their antirety. C. Displays shall be as shown on the Drawings or where otherwise specified. D. Design and fabricatian: 1. 4-20 mA, ± IO V, TC & RTD Inputs 2. Rating: NEMA 4X, IP65 without the use of a separate cover. 3. Shallow Depth Case 3.6" Behind Panel 4. Power Supply: 85-265 VAC 5. Optional featiu-es to be supplied settable at independent values. two reIays prouiding form A contacts, saftware b. Output: analog 4-20 mA 7. Display: Rzinzmurn digit height of 2.5 i�ches; sunlight readable 2.9 FLASHER RELAY A. 5ubject to compiiance with the Contract Documents, the following Manufacturers aze acceptable: 1. Sqnare D 2. Eagle Szgnal 3. Approved equal B. The listing of specifc manufacturers above daes noi imply acceptanee of their products that do not meet the specified ratings, features and functions. Manufacturers listed abov� aze not relieved from meeting these specificatinns in their entirety. C. TIMER, ELEC REPEAT CYCLE; 120VAC C1TY OF FORT WCJR1'FI Soutl� Westside V Etevatcd Storage Tank STANDARD CONSTRUCTION SFECIF[CATION DOCUMENTS City ProjecC IVa. t03428 Rcvised Octot>er 20, 2021 407800-7 Panel Mounted Contml devices Page 7 of 14 �.�a u�LA�s ANn Tnv�xs A. Subject to compliance with the Contract Documents, the fo.11owing Manufacturers are accepta6le: ' 1. Square D 2. IDEC 3. Potter-Broomfield. 4. Allen-Brac�ley 5. Approved eyual $. The listing af specific manufacturers above does not imply acceptance of their products that do not meet the specifiad ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their ent�rety. C. Type: 1. Relays sh�ll be double pole, dauble thraw (fnrm C) excepr PLC/RTU I/O buifer relays which shall be single pole, (form C), spade plug in type with a transparent dust cover. 2, ilnits shaIl6e of the general-purpose plug-in type. D. Functional/Performance: 1. 2. 3. 4. S. � Coil voltage shall match supply va3tage. Contaet arrangemendfunetion sha11 be as required Eo meet the speci�ied control f�nction. Mechanical life expectancy shall be more than 10,OOD,000 cycIes. Duty cycle shall be rated for continuaus operaCion. Solid state time delays when specif'ied and/or required for intended functionality to be provided with polarity protection (DC units} and transient protection. Time delay units shail be adjustable and available in ranges from .1 second to 4.5 hours. 7. Plug-in g�neral-purpose relay. 8. Blade connector type. 9. Relay soc�Cets are DIN rail mounted. 10. Internal neon or LED indicator is lit when coil is energized. 11. Clear polycarhonate dust cover with clzp fastener. 12. Operatin� temperature: -20 ta +150 Deg F. 13. UL listed or recognized. �. Ratings: 1. For 120VAC service provide contacts rated 1Q amps at I2�VAC, for 24VDC service provide contacts rated 5 amps at 28VDC, fnr eleetronic (milliamp/ millivolt} switching applicator provide gold plated cantacts rated for electronic service. 2. �'ar PLC/RTU input buffer relays, provided a minimum of 5-amp contact rating. Far all PLCIRTLJ output bufFer reiays, pro�icted minimum $ amps inductive load rateci contacts. 3. Where PLCIRTU inputloutput l�ufFer relays are a space constraint Crydom Series One DR optically isolated solid-state relays can be proposed. CTfY OF FQRT WORTH South Westside V Elevated Storaga Tank 5TAI�DARD CONS'PitUCTIQN SPECIFICATION DQCUMEI�'T5 City Project dYo, 103426 Revised qctober 2d, 2021 4478D4-8 Pane! Mounted Captrol Devices Pagc 8 of l4 F. Physical 1. D�N Rail maunting base 2. Screw Terminals G. OptionslAccessaries Required: 1. Provide mounting sockets with pressure type terminal blocks rated 30Q volts and 10 amps minirzium. 2, Provide mounting rails/holders as required. 2.11 ANALOG SIGNAL SURGE PROTECT�RS (SPDS) A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. AGM Electronics 2. Acromag Inc. 3. Moore Induskries 4. Phoenix Contact 5. Emerson EDCO 6. Approveel equal B. The listing of specific manufacturers above does not imply acceptance af their products that do not rrieet the specified ratings, features and functions. Manufacturers listed a6ove are not relieved from r�;e�ting th�se speci£ication.s in their entirety. C. Type: 1. DIN Rail mounting for eantrol and termination paneZs. 2. For loop powered transmitters provided pipe nipple style mounting at the transmitter. D. Minimum Ratings: 1. Peak Surge Current 1 Q kA 2. Response Time <S Nanoseeonds 3. Voltage Clamp >26 Volts �.1� POWER SLIPPLIES A. Subject to compliance with the Cantx'act Docut�ents, rhe follawing Mannfacturers are aeceptable: 1. Pi1LS �ilverIine 2. Phoenix Contact 3. Sola �4, Cosel KH Series 5. Approved equal $. The listing of specific manufacturers above does not imply acceptance af their products that da not meet the specified ratings, features and functions. Manufacturers list�d abo�e are not relieved from rneeting these specifications in their entirety. C. Design and iabrication 1. Converts 120 VAC input to DC power at required voltage. CITY OF PdRT WORTH South Westside V Elevated Storage Tank STANDARD CQAISTRLICTION SPSCIFICATfON DOCUMB�'TS City Project No. ] 03428 Revised Octaber 2D, 2a21 4Q78OD-9 Panel Mauntcd Cantral Devices Page 4 af 14 2. Sized as required by the load. Minimum 2.4 Arrip output 3. AC input: I20 VAC �-10 percent -13 perceni; 47 to 63 HZ. 4. Provision for output faiiure alarm cantact. 5. D1N rail mounting. 6. All Power Supplies shaIl be redundant pairs. �.13 CONTROL POWER TRANSFORMERS A. Subject to complaance with the Contract Dacuments, the follawing Manufacturers are acceptable: 1. Allen Bradley 2. General Electric 3. Cutler Hammer 4. Square D 5. Apprnved equal B. The listing of specific manufacturers above does not imply acceptance oi their products that do not rneet the speci�ied ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. C. Conttol Power TransfQrmars 1. Control power transformers shaIl be provic�ed where shown on the Drawings. Transformer shall be sized for all t�e load, inclucfing spaca heaCers, plus 25% spare capacity, and shall be not less than 10(�VA. 2. Transforrne:r �pn.echanical ratings shall equal the short circuit rating of the circuit bre�er ar MCP. 3. ControI power transformers shall be 12a valts grounded secondary. Primary side of the transformer shall be fused in both legs. 01�e l�g of the traasforttaer secondary shall be solidly grounded while the other leg shail be fused. 4. All control pawe�c transformers shall have vacuum east primary and secondary coils using epoxy resin. 2.14 SINGLE PHASE i1PS A. 5ubject to compliance with the Contract Documents, the following Manufacturers are acceptable: l. APC 2. Powerware 3_ Tripp Lite �. CyberPower 5. Intellipawer 6. Approved Equai B. The listing of specific manufacturers above does not imply acceptanee of their products that do not meet the specified ratings, features and functions. Manufacturers listed abo�+e are not relie�ed from meeting these sp�ciFications in their entirety. C. Design and fabrication 1. AaUwg: 12QVAC, 50 hertz, 1Q00 VA minimum shall provide uninkerrupted canditioned powar fully loaded conditions for 30 minutes. CTCY OF FORT WQR'CH 5oulh Westside V Elevated 5tarage Tank 5'PAI�fDAIiD CONSTRl1C7'IQN SPEC�ICATION DOCUMEIYTS City Project No. ID342$ Re�+ised October 20, 202 L an �s oo - io Panel �Iounted Control ➢evices Page 1 � of l4 2. Deseription: On line dual track power conditioner and true (zero second transf�r time) uninterruptibte power supply providing isolation, line regulati.on and conditioning, using sealed maintenanee free batieries and switch mode power supply f4r uninterrupted power. 3. Lightning and Surge Protection: IEEE/ANSI C62.4.1. 4. Regulation: 1-3 percent load regulation with less than 2pF effective coupling capaciiance for line to load. S. Output Waveform.: Computer grade sine-wavc with 3%a maximum single harmonic and 5°10 maximum total harmonic distorkion. 6. Output Prequency: 50 hertz +/- Q.5 hertz. 7. Operating Temperature: lacated in indoor cQnditioned spaces 0 degrees to �-4� degrees Centigrade. Ail other locations -20 to 55 degrees Centig�rade S. Relative Hnmidity: S% -- 90% without candensatioz�. 9. Input Pratection: Independent battery charger fuse and DC fuses. I0. Output Protectian: Current limited. 11. AC Input: 120V, 60Hz, single phase, +15%, -2fl%. 12. Prvvide Simple Network Monitoring Protocol (SNMP) Ethernet inierface for all units. Where show�a on the drawings provide a dry contact interface of UPS status in place of �NMP interface. 13. Provide an external maintenanee bypass switch with an auxilsary contaet for each UPS supplied. The switch shall tz-ansfer power without interrupting the load utiliziug make befare brake contacts. The switch shall pro�ide auxiliaty contact to manitor switch positian. a. Maintenance switch as manufactured by Control Sw'rtches International N series, Electroswitch, or approved equal. b. Contaets rated for 12Q volts AC and 10 amperes minimum. 2.1 + TEMPERAT[YRE SWYTCH DYN RAIL MOUNTED A. S�bject to compliance with the Contract Docucnents, the fQilowi�g 1Vlanu.facturexs are acceptable: 1. Pentair 2. Ham�nond 3. 11�Iean WeII 4. Approved Equal B. The listing of specific manufacturers abo�e does not imply acceptance vf their products that do not meet tize specified ratings, features and functions. Manufacturers listed above are not relieved from meeting th�se specifications in theu entirety. C. Design and fabrication 1. Contact Rating: 120VAC, ] 0 Amp narmally closed for higb temperature detection use, normally open for heating/condensate eontrol use 2. Adjustable range minimum 32 — 100 degrees F 3. Terniinals for 14 AWG cvndactors. 4. DIN rail �x�.ounting C1TY OF F�RT WQRTH South Westside V Elc�ated Starage Tan& STANDARD CONSTRLICTION SPECIFICATIOIV DpCUMBNTS City Projcct Na. tQ3428 Revised October 2D, 2D21 4b78Q0-11 Panel Mounted Control Devices Page i l of l4 2.16 PANEL INTRUSIQN SWITCH A. Acceptabie Manufacturers 1. Subject to compliance with the Contract Documents, tt►e following Manufacturers are acceptable: a. Invent Hoffman ALFSWD b. Appraved equal 2. The listing of specific manufacturers above does not imply acceptance of their products Chat do not meet the specified ratings, features and functions. Manufacturers listed abave are not relieved from meeting thesa specifications in their entirety. B. Product Description 1. The contact rated a minimum of 1-ainp 24VDC 1 120 VAC. 2. Mounting hardware shall be stainlcss or galvanized steel for attachment to the inner lip of the panel doar frame. 3.. Contact opens when door is not fully closed. �.19 NAMEPLATES A. Furnish namepIates %r each de�ice as indicated in Drawings. Nameplates shall be engraved, la�x�inated 'unpact acrylic, z�nate� finish, black tetkering on a white background, not less khan 1116-in thick by 1/2-in by 1-112-in, Rowmark NoMark Plus or equal, Nameplates shaI� be attached Eo the backplate with double faced adhesive strips, TESA TUFF TAPE 4970, .Oa9 X I/z", no equal. Prior to installing the nameplates, the m�tal surface shali be thotoughly cleaned with 70% alcohol un�il aii residues has been xemo�ed. Epaxy adhesiv� ar faam tape is n.ot acceptabie. 2.18 PANEL INTERFACE CONNECTC?R (PIC) A. Subject ko compliance with the contract documents, the follawing manufacturers are aeceptahle: 1. Automation Direct a. Model: Zip Pore Series 2. Grace Engineered Products, Inc. a. Modei: GraeePort Series 3. Saginaw Control Engineering. a. Programming Ports B. The listing of specific ma�ufacturers above does not imply acceptance af their products that do not meet the specified ratings, features and functions. Manufacturers listed abo�e are not relieved from meeting these specifications in their entirety. C. For all PLC control pariels, provide a Panel Interface Connector (PIC) pass-through unit that wiil mount ta the outsid� af the control panel to give th� capabiiity to interface with the PLC without the need ko open the enclosure daar. D. Design and fabrication: 1. Interface shall include the following: a. UL Rec�gnized and RoH5 compliant b. Housing rating shall znatch or be of higher NEMArating than control panel c. Gaskek: therttan-pla�tic (TPE) d, One GFCI pawer outlet with rating af 120 VAC CITY OF FORT WORTH 5auth Westside V Elevated Storage Tank S'FANDARn COAl3TRUG"1'IOM SP�CT�'ICATION DOCUMEN'fS City Project PIo. 10342$ Kevised October 2d, 2021 aa�sao- �z Panel Mounted Canuol Devices Page l2 nf 14 e. One Ethernet RT-45 type 10/100 part connected to control panel switch. f. Cover shall be attached witki a continuaus hinge and lockable. Provide locks for all interfaces keyed alike �.19 PHASE FAILURE RELAY (PFR) A. Subject to campliance with tha Contract Documents, the following Manufacturers are acceptable: 1. Taylor Phase-Guard Model P 2. No equal 3. Approved equal B. The listing of s.p�cific manufacturers above does not imply aeceptance �f their products that do not meet the specified rarings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. C. Protection ►� 3. 1. Indicators - LED a. Norzz�al — Green. b. Phase loss or Low VolCage — Yellow. c. Reverse Phase — Red. Enclosure a. As required in accordatice wzth the .A:rea Classificatian and Enclosure Typ�s specified herein. Functions. a. Automatic Reset h. Fhase Loss. 1) 12% or rnare. 2} Delay 1-1/2 seconds. c. Low Voltage Protection 1) Drop at 70% of normal 2) Reset at 40% of normal d. Time Delays L) Adjustable e. Over Voltage Protectian 1) Greaterthan 1S°I'o 2) Reset at 5°lo greater than normal �.�0 HOURMETER {ETM) A. Subject to compliance with the Cnntract Dacuments, the fallnwing Manufacturers are acceptable: 1. Veeder-Root Model 779535-201 2. No equal 3. Approved equal B. The Iisting of specific tr�anufacturers ahove daes not imply acce.ptance of their praducts that do not meet the specified ratings, features and functions. Manufacturers listed above are not rejieved from meeting these specifications in their entirety. C. Indicator 1. 6 Digit Eleetromechanical CITY OF FdRT WORTH 5outh Westside V�levated 5torage Tank 5TA1�'DARD CONSTAUCTIOIY SPECIFiCATION DOCUMEI�T5 City Project No. ] 03428 Ravised October 20, Zp21 40 78 00 - I 3 Pauel Mounted Cant�ol Devices Page l3 of l4 D. Input 120 VAC (Range ±10%), 60Hz E. Resalution 1. One-tenth haur F. Accuracy I. 0.02% G. Capacity 1. Up to 9999,9 Hours, automatic reeycle at zero. H. Operating Temperature 1. -40� to �-185°F I. Rectangular a.9S" x 1.45", screw terminals 2.21 SPARE PARTS A. Provide the following spare parts far each control panel in the quantities specified: 1. One hox replacement fuse's, all types and sizes 2. Qne replacement ]amp, af each ca3ar, far pilot lights 3. One of each coIar rep�acement lens caps for pilot lights B. Spare parts shall be boxed or packaged for tong term storage. Identify each item with manufacturer's name, description and part number on the exterior of the gackage. PART 3 - EXECUTION 3.1 INSTALLATION A. AlI equipment specified �erei.n shall be installed, field adjusted, tested and cleaned as an integral part of equipment specified elsewhere in these Specifieations. END OF SECTION C1TY OF FORT WORTH Soukh Westside V Elevated SEorage Tank $TANDARD CONSTRUCTION SPBGiFlCATIOI�T DOCUMEIYTS City Pro}ect No, 103426 Revised October 20, 2Q21 40 78 00 - 14 Panei Mounted Control Devices Page E4 uf l4 THIS PAGE INTENTIONALLY LEFT BLANK CITY AF FORT WOItTH South Westside V Elevated 5ro�age Tank STANDAi2D CONSTRUCTION SPEC�'ICAT[O[Y DOCUMEiYT'S City Projeet No. 103428 Revised Octoher 20, 2021 ao so 00 - i Procesa Cantral Systems Testing Page 1 of 6 SECT�ON 40 80 DO PROCESS C�NTROL SYST`EMS TESTING PART 1- GENER.AL 1.1 SCOPE OF WORK A. Provide all testing and commissioning equipment, ma[erials, incidentals apo labor, necessary to perform and caorciinate the systern check-out and startup, commissioning, field testing and overall training far khe Instrumenkation and Cantrflls System. B. The Contractor's Process Control Systems Integrator (PCSI) sha1S supervise and/or per%rm the requirements af this 5ection. As part of these services, the PCSI shall includ�, for thase equipment iC�ms not manufactured by him, the services of an authorized manufacturer's representative to cheek the equipment installation and place tl�at portion of the equipment in operation. The manufacturer's representati�e shall be thoroughly knowledgeable about the installation, operation, and maintenance of the manufacturer's equipment. 1,� SYSTEM CHECKOUT AND START-UP A. The Contractor, FC51, and Instrument Suppliers, as applieable, shall perform the following: 1. Checic and confirm the proper installation of all instrumentaCion azad control compon�nts and all eable and wiring connections between tl�e variaus system components pripr to plaeing the variaus processes and eq�ipment into operation. 2. Conduct a complete system checkout and adjustment, including caIibration Qf aI] existing instruments, t�zning of controlloops, ehecicing operation functions, and testing of final control actions. AII problems encountered shail be peomptly coneeted to prevent any delays in startup of the varinus unit processes. B. Cantractor shall provide alI kest equipment necessary ta perform the test during System checkout and startup. C. Contractor andlor system supplier shall be responsible for initial operatian of the instrumentation and control system and shall make any required changes, adjustment or replacements for operatian, moni[o�ing, and cantral of the various pmcesses and equip�nent necessary ta per�'oz'�n the funetians intended. D. Contractor shall furnish to fhe Engineer certified calibration/recalibration (for existing Instruments} reports far field instruments and devices specified herein as soon as calibrafian is campleted. 1. Receipt of any �alibz'ataonlrecalibratiQn certificates sha.11 in no way imply acceptance of any work qr instrumene. 2. Each calibration/reealibratson certiftcates sha11 he signed and dateci by an authorized representative of Conkractor. Three copies af each comple�ed certificate shall be submitted to Engineer. 3. A typical form shall be as attached to this section. CI7'SC OE FQRT WORTii South Westside V Elevated Storage Tank STANRf�RD CONSTRUCTIpNf SPECIFICATIOR' dOCUMENTS City Project Na. 103428 �ev ised October 20, 2021 4080�0-2 Process Control 5ystems Testing Page Z oE 6 E. Cantractox shall furnish to Engineer two copies of an installation inspection report certifying that all equipment has been �z�stalled co�r�'ectly anEd are operaiing groperly. The repor� shall be signed by authorized repxesentatives of bath Contractar and the systesn supplier. 1.3 GENERAL REQIIIREMENTS A. The PCSI shall tesY all equipment as a sysCe� at the PSCT faeility prior to shipment. Unless otherwise specifiec{ in the individual speciiication sections, all equipment pravided by the PCSI shali be tested as a single fully integrated system. B. As. a minimum, the testing shali include the following: 1. Operational Readiness Tests (ORT} 2. Functional Demonstration Tests (FDT) 3. 30-Day 5ite Acceptance Tests {SAT) C. Each test shall be in the cause and effect f.ormat. The person conducting the test si�a!! inzt�ate an input (eause) and, upon the system's or subsystem's producing the correct result (effect), the specific test requirement shall be satisfied. D. All tests shall he canducted in accordance with prior Engineer-appraveci prpcedures, forms, and check Iists. Each specifie test shall be described and followed by a section for sign off i�y the appropriate pariy after its campletion. E. Capies of these sign off test procedures, forms, and check lists will constitute t�e required test docurnentation. F. Pror+ide all special testing materials and equipment. Where�+er possible, perFarm tests using actual process variables, equipment, and data. Where it is not praetical to test with real process variables, equipment, and data, provides suitable means of simulatior�. Define these simulation t�chniques in the test �.rocedures. G. The General Cnntractor shall require the I�teg�ratio� Subcontractor to coordinate all test�ng with the Engineer, all affected 5ubc�ontractors, and the Owner. H. The Engineer reserves the right to test or retest all specified functions whether or not expdicitly stated in the priar appro�ed Test Procedures. I. The �ngineer's decisivn shail he final regarding the aceepCability and completeness af all testing. J. No equipment shall be shipped to the Project Site until the Engineer has received all test results and approved the system as ready for shipment. K. The PC�I shall furtush the services of servicemen, al.l special calibration and test equipment and labor to pe�tfarm the iield tests. L, Correction of Deficiencies 1. All deficiencies in workmanship and/or items no� meeting specified testing requirements shall be corrected to meet specification requiraments al no additianal cost to the Owner. 2. Testing, as speci�ed herein, shall be repeated after earrection of deficiencies is mad� untiI Che specified requirernents are met. This. wark shall be per%rmed at no additional cost to the Owner. Cl'1'Y 4F FOAT WORTH South Westside V F.�eaated 5torage Tank STANDARD CpNSTRUCTION SPECIFICATIOAS DOCUMEIIlTS City Project No, 10342$ Revised Ootaher 20, 202 [ 4DSDD0-3 Pracess Control Systems Tesling Page 3 of 6 PART 2 - PRODUCTS (NOT USED) PART 3 - EXECIITION 3.1 OPERATIONAL READINESS TESTS (�RT) A. Priar to startup and the Functional Demonstration Test, the entire system shall be certified (inspecied, tested, and documented} that it is ready for operation. The ORT may be witnessed by the OwnerlEngineer, fully pr partially, at their discretion. B. LooplCamponent Inspections and Tests: The eniire system shail be checl�ed for proper installation, calibrated, and adjusted on a loap-by-Ioop and component-by-component basis to ensure that it is in conFormance with related submitCal's and thase Specifica�ions. 1. The LooplComponent Fnspections and Input 1 Outpuk Tests shall be implemenked using Engineer-apgroved forms and check lists. a. Each loop shall have a Loop Status Report Eo organize and track its inspection, adjustrncnt, and calibration. These reparts shall include the FolIowing information and check off items with space for sign oii by the PCSI. 1) ProjeetName 2) Loop Numher 3) Tag Number for each component 4) Check offs/sign offs for each component b. Taglidentificatian c. Installation d. Termination — wiring e. Termination — tubing f. Calibrationladjustment — Check offslsign offs for the loop g. Panel interface t�rminatinns h. IIO interface terminations i. IIO signal operation j. Inputsloutputs operational: receivedlsent, processed, and adjusted. k. Total loop operat�on —�rovide space for earr►ments 1. Each active Anaing Subsystem el�ment and each v0 module shall have a Cornponent Calibration Sheet. These sheets shall have the following informaiion, spaces for data entry, and a space for sign off by the PCSI: 1) Project Name 2) Loop Numher 3) Component Tag N�mber of I10 Module Number 4) Component Code Numher Analog System 5) Manufacturer (for Analog system element) 6) Model Num6er/Serial Number (for Analog system) 7) Summary of Functional Requirements: a) Indicators and Recarders: Scale and chart ranges b) Tra�smitters/Conve�ters: Scale and chart ranges c) Comp�ting Elements: F.unctian d) Cantrollers: Action {direcdreverse) control Modes (PID) e) Switching Elements: Unit range, differential f� (FIKED/AD]USTABLE}., Pr�s�t (AUTO/M�4NUAL} g) I/O Modules: Input or output CTi`Y OF FOR'F WORTH South Westside V Elevated Sto�age Tank STAZYDARD CONSTRUCTIOiY 5PECIFICA3'ION DOCUMENTS City Project No. ]p342& Ra�ised October 2Q, 2021 408U00-4 Process Control 5ystems Testing Page 4 of 6 2. CaIibrations: a. Analog Devices: Required and aceual inputs and autputs at 0, 2S, 50, 75, and 100 percent of span, rising and faIting b. Discrete Devic�s: Required and actual trip points and reset points c. Controllers: Mode settings (PID) d. I/� Modules: Required ap actual inputs or dutputs for 0, 25, 50, 75, and 100 percent of span, rising and falling.. 1) Provide space for comments 2j Space for sign off by the PCSI. 3. The General Contractar shall require the PCSI to maintain the Loop 5tatus Reports and Component Calibration Sheets at the job-site an.d mak� th�m available to the Engineer/Owner aC any time. 4. These tests do not require witnessing by the O�vner/Engineer; however, the Owner/Engineer reserve the righi io request the Loop Status Sheets and Component Calibration Sheets and spat-chack th�ir �ntri.es periodically when on site anci upon completian af the Operational Readiness Test, all documentation shall be submitted as required herein. 3.2 FUNCTIONAL DEMONSTRATION TEST (FDT} A. Prior to startup and the I O-Day Test, the entire ir�stalled instrument and control system shall be certified that it is ready for operation. All greliminary testing, inspection, and calibration sha11 be eomplete as defined in the Operational Readiness Tests. The FDT wiil bc a joint test by the FCSI and the Equiprnent suppliers. B. Once the facitity has been start�d up and is operating, a witnessed Functional Demonsiratifln Test shall be perfarmed on the complet� system ta demonsCrate that it is operating and in compliance with [hese Specificatinns. Each specified function shall be demonstrated on a paragraph-by-paragrap.h, loop-by-ioQp, and site-by-site basis, C. L.00p-specific and non-loop-speeific tests shall be the same as speeiiied under FunctionaI Demonstration Tests except that the entire installed system shall be tested, and all functionality demonstrated. D. Updated versians af the documentation specified to be provided fo:r during the tests shall be made available to the Engineer at the jobsite both before and during the tests. In addition, one copy of all O&M Manuals shall be made availahle ta the Engineer at the Zob-site both before and d�ring testing. E. The daily schedule specified to be followed durin,g tiae tests shall also he followed during the Functional Demonstration Test. F. The system shall operate for 100 eontinuous hours without failure hefore this test shall be considared successful. G. Demonstrate communication failure and reco�ery 3.3 i0-DAY SITE ACCEPTANCE TEST (SAT} A. After completion of the Operational Readiness and FunceianaI Demonstration Tests, the PCSI shall be responsible for operation of the entire system for a period of 1 D consecutive days, und�r conditions af ful] plant process operation, witnout a single non- field repairable malfunction. C1TY OF FORT WORTH South Westside V Elevated Storage Tank STANDAAp C4NSTRUCTIOIV SPECIFICA'i'ION L70CUMBNT5 City Project No. 1Q3428 Revised Octaher 20, 2021 4Q8000-5 Process Conirol Systems Testing Page 5 of 6 8. During this tesl, plant operating and PCSI personnel shall be present as required. For this test, tha 1'CSI is expected ko provide personnel who have an intimate icr�owledge of the system hardware and sofkware. C. While this test is praceeding, the Owner shall have full use of the system. Only plant operating persannel shall be allowed to operate equipment associated with live plant pracesses. D. Any malfu�ction during the tests shall be analyzed and carrected by the PCSI. The Engineer and/or Owner vvill determine whether any such malfunctions are sufficienCly serious to warrant a repeat of t�is test. E. During this 10 consecutive day test period, any maifunction which cannot be corrected within 24 hvurs af occurrence by PCSI personnel, or more than two similar faiiures of any duration, wi�l be considered a nan-iield-repairable malfunctiqn. F. Upon comple.tion of repairs by the PCSI, the test shall be repeated as specified herein. G. Tn the e�ent of rejection of any part ar function, the PCSI shail perform repairs or replacement within 30 d�ys. H. The total availability of the system shail be gxeat�r ihan 99.5 percent (99.5%) during this test period. Availability shaIl be defir�ed as: Availabilit� _(Total Testing - Time-0own Timej f Toial Testing Tim� I. Back-up pawer supplies pro�ided shall not contribute to tha availabi[ity test times abave. J. Upon succe�sful completion of the 30-day site acceptance test and subsequent review and apprdval of complete system final documentation, the system shall be considered substantially corr�glete, and the one-year warranty geriod shall commence. CITY OF FORT WOitTFi Sonth WesCside V Elevated Storage Tank STANDARD CONSTRUCTI�N SPECIi=ICATIqN DOC[1MEAI'1'S City Froject No. ] 03428 Revised QcEober20, 2U21 aoa000-6 Process Control Systems Testing Page 6 of 6 CALIBRAT'ION C�,��I�fCA�� Ta NumberlLoo Number: �oa Descri tion Instrument Location Manufacturer Model Number Ad'ustabfe Ran e Calibrated Ran e Remarks Instalfation �er �4Aanufacturer's Require.ments? Yes Na Installation �er Contract Dacuments? Yes �o If "No", ex lain Calibratian 7est: In ut Units Out ut Units Accurac ���0 25% 50% 75% 100% 5witch Test Swikch Switch Setting Point Point Deadband U scale Downscale Set aint 1 Sef oint 2 Set oint 3 I hereby certify that the abo�e information is correct and accurate, fa the best af my knowledge, and that the instrument indicated above has been supplied, installed, ealibrated, and tested in accordance with th� manufacturer's recommendations and the Contract Documents, unless otherwise noted. Receipt af #his Calibration Certificatian shall in no way imply acceptance of any work or instrument supplied as a art of this Contract. Contraetar's Si nature: Date: END OF SECTION C1TY O�' FORT WORTH South Westside V Elevated 5torage Tank STANDARD CON5TRUC'CiON 5PECTFICATION DOCUMENTS City Project No. 103426 Revised Octaber 24, 2021 AO 91 5U - 1 Elextric Valve Act�atots In[erface Requiremenls Paga 1 of 6 SECTION 40 915� ELECTRIC VALVE ACTUATORS INTERFACE REQUIERMENTS PART1- GENERAL i.1 SCOPE OF WOIZK A. `The Contractar shall furn'ssh aud install Electric Vai�e and Gata Actuators for valves and gates, togethcr with appurtenances, complete and operable as speci�ed herein, as shown on the Contract Drawings and described in the Process Equipment and Mechanical Equipment Division 5peciiicafians. This specification provides the electrical interface requirement only and all other actuator requirernents are specified elsewhere. B. AlI equipment described herein shall be submitteci and furnished as an integral part of equipment sgecified elsewhere �n the Process and Mechanical Equipment Divisions of these SpeciFications. C. The valve Manufacturer shail take total responsibility for the valve and actuator comhination as a single unit, providing any additional information, as may be required ta the acivator Manufacturer, for a complete working unit. 1.� RELATED WORK A. Wherever reFerences are mada to Related Work in qther Specification Sections af the 5pecifications, the Cantraetar is to provide such information or work as may be reyuired in those references and include such information or work as may be specified. 1.3 SUBMITTALS A. 3uhmittais for equigment specified herein shall be made as a part of equipment furnished under other Sections. Individual submittals For equipment speci�ed herein will not be accepted and will be returned un-reviewed. B. Submil to the Owner/Engineer, shop drawings and prod�ct data, for the folIowing: 1. A separate inciividual schematic for each valve or gate, bearing the valve identification number, shall be submitted For each operator on the project. Identify the inputs and outputs for each valve aperator. No typical sheets will be accepted. 2. As-built final drawings. 3. Furnish eompletc Bil1 of Materials indicating Manufacturer's narne and part numbers. 4. Manufacturer's cut sheets for every actuator, adequateiy marked to shaw th.e items heing included. The Manuiaeturer's name shall be clearly viszble on the each cut sheet submitted. S. Component r�Lings including: a. Voltage. b. Cantinu�us cunent. c. Intert-�pting ratings. 6. Cable terminal sizes. C1T'Y OF FORT WORTH 5outh Wes[side V Elevated 5torage'L'ank STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projest No. { 03428 Revised October 2D, 2U21 4a4iso-z Electric Valve Actuators InterFace Requirements Page 2 of 6 1.4 RETERENCE CODES AND STANDARDS A. All products and components shown on the Drawings and listed in this speciixcation shal! be designed and manufactured according to latest revision af the fo�lowing statzdards (upless otherwise �oted): 1. AWWA C542-09 Electric Motor Actuators for Valves and 51ide Gates 2. ANSUNEMA MGI — Motors and Generatars 3. NEMA Standard ICS 2— 20�0 Industrial Control and Systems 4 National Eleckrical Code. Article 500 5. ANSIINFPA 70 — National Electrical Code (NEC) 6. UL SO — UL Standard for �afety Enclosures far Electrical Equipment, Non- Envirnnmental Considerations. '7. N�1'A 70E — Standard fpr Electrical S.afety in the Workplace 8. NFPA 79 — Elecrricai Standarr! for Industrial M�chinery B. All equipment components ancE completed assemblies specified in this Section af the Specifications shall bear the appropriate la�el af Llnderwriters Laboratories. 1.� QUALITY ASSURANCE A. The Mat�ufacturer vf the tzxntarized actuatnrs shali have produced similar equipment for a minimurn period of �'ive years. When.requested by the Engine.er, an acceptable list af installations with similar equipment sha116e provided demons�rating compliance with this requirernent. B. All components and matez�al shall be new and af the latest field proven design and in current p:raductzon. Obsalete cQmpanents or components scheduled for immediate disco�stinuation shall not be used. C. For the equipment specified herain, the Manufaeturer shall 6e ISO 9001 2000 certified. 1.6 JOBSITE DELIVERY, 5TORAGE AND HANDLING A. Priar io jobsite delivery, the Contractnr �hall have successfully completed all submittal requiremerits, attd presenC to the Owner/Engirieer �pon delivery of the equipment, an approved copy of aIl such submittals. Deli�ery af ineomplete constructed equipment, onsite factory work, ar failed factory tests witl not be pernutted. B. Equipment shall be handled anci stored in accordance with Manufacturer's instructions. Two (2) cnpies of thes� instructiQns shall be included with the equipznent at tirne of shigrr�ent and shall be znade available to the Contractor and Owner 1 Engineer. C. Shipping groups shall be designed to be shipped by truck, rail, or ship. Accessories shail be packaged and shipped separately. D. Where space heaters are pm�ided in equipment, provide temporary electrical pow�r and operate space heaters during storage and after equipment is installed in permanent �ocation, until equipment is placed in se�vice. E. The recommended storage praeiice information shaI1 be placed on the outside of the actuator or shipping conCainer as delivered to the jabsite or to the Owner by khe Contractor. CTTY OF FORT WORTH South Westside V Elevated Smrage Tank STANDARD CONSTRC]CTION SPECIFICATIO[Y I]OCUMENTS City Project No, 103428 Revised October20, 2021 4p9150-3 Electric Valve Actuators InCerface Requirements Page 3 af 6 1.'� WARRANTY A. The Valve and Gate Manufacturez' shall warrant the equiprnent to be free from defects in znaterial and wnrkmanship for the same length of time as the associated valve or gate, but not less than 2 years from date of fina! aeceptance of the �alve and gate equipment. Within such period of warranty, the valve or gate Manufacturer shall promptly furnish all material and labar necessary to �eturn the equipment to new operating eonditinn. Any warranty work, requiring shipping or transporting of the equipment, shall be performed by the Manufacturer, at no axpense to the Owner. PART 2 - PRODUCTS 2.1 MANUFACTURER A. Subject ta compliance with this sectinn, the Actuatnr Manufacturers as Iisted else ware wit�in the contract doc�ments are acceptable: B. The listing of speci�c Manufacturers above does not imply acceptance of their products that do not meet the sgecified ratings, features and functions. Manuiacturers listed abo�e are not relieved from meeting these Specifieations in the�z' entireCy. 2.2 RATINGS A. Electric actuators furnished as a part of ti�is Section shall comp3y with AWWA C542- 04 and UL A-29. B. Actuators for Open/Close service shall be designed for an Op�rs/Close cycle of not less than 6 cycles per hour. C. Actuators for Modulating service shall be designed for AWWA Class 3-600 starts per hour, minirnum. �.3 ELECTRICAL GENERAL A. The actuators shalt be suitable for use on a nomina146a volts, 3 phase, 4 wire, 60 Hertz, pawer supply, unIess otherwise shawn on the Drawings. B. The averafl short circuit withstand, and interrupting rating of the actuatar shatl be equal to or greaEer than the overall short circuit withstand and interrupting rating af tl�e feeder device immediately ugstream of the actuator, but no.t less than 22,000 amp�:res RMS symmeCrical at 48d/277 Volts. C. Other ratings shall ba as specified in khe Mechanical Equipment Divisifln Valve and Gate Specifications. 2.4 ELEGTR,�CAL CONSTRUCTION A. Control Components 1. Reversing contactors, electri�ally interlocked. 2. Internal contral power supply. 3. The actuator shall inciude a device that shall cause the motor to run with the correct rotation, regardless of connection sequence af the power supply. B. Wiring 1. Internal wiring shalI be high temperature, insulated stranded cabte, siz�d for contral and pow�r. C1TY OF FORT WORTH South Westside V Elevated Storage Tank STANDAR� CONSTRUC3'IQiY SPECIFICATIpN DQCUMENTS City Project No. 1Q3h28 Revised October 20, 2021 ao9i sa-a Electric Valve Actuators Ftttcrface Requirements Page 4 oF 6 2. All external wiring shall terminate in terminal blocks or removal QIug and socket heads for power and coniroi. C. Controls 1. All actuators shall be furnished with integral actuators 1 motor controls. 2. Each actuator shall have the foilowing local controls constructed of corrosion resistant materials: a. A Lacal / Remoie selector swsteh. b. ,+�n OPEN pushbutton. c. A CLOSE pushbutton. d. A STOP pushbutton or switch positian. e. Azi OPEN {red} indicating light. f. A CLOSED (green) indicating light. 3. The local contrals shall be arranged sa that the direction of travel ean be reversed without the necessity of stopping the actuator. 4. Provisions for aIl local controls to be located in a sep�rate enclasure externa] to the actuator enclosure, and at an elevation ahov� existi�g grade when shown else ware to 6e furnished. 2.� EXTERNAL CONTROL LNTERFACE A. Mod�lating Service 1. Pra�isior� for the %llowing interface signals shall be as follows, and as shown an the Drawings: AlI remote Carnmand signals shall be nan-latching Modulating Signals To Value Position Command { ZC ) From Valve Position Indication ( ZI ) From Valve In Remote { YL } 4-20ma(%Open) 4-2flma(%aOpen) Dry Contact From Valve FuIi Open Statua ( ZSH ) Dry Contact Fram Val�e Full Closed �tatus ( ZSL ) Dry Contact From Valve Valve Failed { XA ) Dry Contact B. Open 1 Close anci/or Remote Positioning Service I. Provision for the follow�ng interface signals st�all be as fallows, and as shown on the Drawings: To Valve To Valve From Valve From Valve From Valve From V alve FrQm V alve Open / Close Signals O�en Command ( ZCH ) Close Command ( ZC�. ) Full Open Status ( ZSH ) Fuli Closed Status ( Z3L ) In ftemote ( Z'L } Valve Failed ( XA ) Position Indicatian ( ZT ) Watted Contact Wetted Contact Dry Cnntact Dry Contact Dry Contact Dry Cvntact 4 - 2Qma { % Opan ) C. Contact Rati.ngs CTfY OF FORT WORTT3 South VVestside V Eievated Storage Tank STANDARD C�NSTRUCTION SPECIEICATION DOCUMENTS City Project Na. 103426 Revised Octvber 20, 2D21 ao9iso-s Eleetric Valve Actaators Interface Reyuircments Page 5 of 6 Discrete eantact ratings shall be 5 A at 12(?VAC, 24VDC, or as shown on che Drawings. D. interface Ternninals I. Separate Interface Terminal Strips with point identificatians, shal! be pro�ided as shown on the Drawings PART 3 - EXECUTTON 31 INSTALLATION A. The Contractar shal! install all equipment per the Manufacturer's recommendations and Contract Drawings. B. Conduit hubs, f�r use on entrancas kv the actuatar, sha�l be watertight, threaded aluminum, insulated throat, stainless steel grounding screw, as manufactured by T&B H150GRA Series, or equal. C. Conduits entering an actuator when beloW grade ot' subject to flooding shall use seal fittings at each raceway connectinn. Seals may utilize sealing compound as specified for control panel raceway entrias. D. Install reyuired safety labels. 3.� ACTUAT�R SEALING A Where raceways enter the actuator, the connection shall be watertight, and the raceway shall be sealed with 3M 100QNS Watertight Sealant or approved equal. B. This requiretnent �hall be strictly adhered to for ali ackuator entrances. END OF SECTION CITY OF FORT WOR'�'fI South Westside V Elevated Siorage Tank 5TANDAEtD CONSTRlJCT10N 3PECIFICATION DOCUM8NT5 City Pmjeet 3+Io. 103428 Revi sed dcEober 20, 2021 4091 5D-6 Electric V alve Acfuatois lnterface Requirements Page 6 of 6 THIS PAGE INTENTIONALLY LEFT BLANK C1TY OF FORT WORTfI South Westside V Elevated Sror�e Tank STANDAI�D CONSTRUCTiON SFECIFICATIDN DOCilMBN�`S Cily Projact lVo. 103Q28 Revised Octnber 2U, 2,421 APPENDIX GC-4.01 Availability of Lands GC-4A2 SubsurFace and Physical Conditions GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-bA7 Wage Rates GR-01 60 00 Product Requirements GR-02 60 00 Oncor Transformer Pad Details a�ad Requirements ���4o0A A�ailabili�y of La�ds �xa��ir �► ��R�VAiVI�1VT 1Nd7�� �I{�� �A��fIA�R�i B�ing a tract af land in the HT&B RR CO Suruey, Abstract No. 648 in Parl�er County, Texas, being a part of those tracts of land described in Special Warranty Deed ta Walsh Ranches l.imited Partnership as reeord�d in Valume 1599, Page 1�65 in the Deed Records af Parker Caunty, Texas, and heirrg more particularEy described a5 �ollows: COMMENCING at a iound Axle for the sautF�west carner af said Waish Tract and beir�g cailed to be aR the north ri�ht-of-way lin� of the �'exas and Pacific Railway Gompany; TNENCE Norkh 00 degr�es 93 minutes 49 seconds VVest, with fhe commvn line �etween said Walsh tract ar�d that tract af land descrihec� in D�ed Without Warranty to Boswell Interests, Ltd. as recorded in Vn{ume 1976, Page 331 in the �fficial Public Records of �arker County, Texas (O.P.R.P.C.T.), a distance of 3,668.72 feet to a point for corner; THENCE North 90 degrees OD minutes 0� seconds East, depariing said cammon line, a dis#ance of 213.81 fe�t to a 112-inch set iron rod with yellow plastiC cap stampeti "HALFF" for the POINT OF BEGfNNING, l�eing on the east line of that 50 foot wide Easement 4 described as Nat�ral Gas Pipeline Easement to Atmos Energy Gorporatian as recorded in Documenf No. 2013�5140 O.P.R.P_GT. also in Document No. D213174809 in the Official Records of Tarrant Caunty, Texas; THENCE Narth 9p degrees 00 minUtes 00 seconds �ast, depa�iing said east line, a distance of 35.00 feet to a point for corner; THENCE Sauth 00 degrees 06 minutes 09 seconds East, a distanc� of 668.90 feet to a point for eorner; THENCE South 06 degrees 2� minutes 41 secor�ds East, a distance of 1Q2.63 feet ta a paint for comer; THENCE Sauth 23 degrees 15 minutes Q1 secor�d East, a distance af 61.40 feet to a point far corner; iHENC� Sauth 41 degrees 44 minutes 24 seconds East, a distance af 48.33 feet to a pant for corner; THENCE South �'E degrees 28 minutes 19 seconds East, a distance of 291.77 feet to a point for eorner; THENCE South 56 degreas 14 minutas 13 seconds East, a distance af 861.86 feet to a paint for eorner; THENCE Sauth 64 degrees 28 mir�utes 0� seconds �ast, a dFs#ance af 69.84 feet ta a point far corner; THENC� South 56 degrees 14 minutes 13 secands East, a clistance of 60.23 feet to a paint for corner; 1of6 THENCE South 48 degrees 1fi minutes 42 seconds East, a distance o# 82.54 feet ta a poi�t for corner; TH�NCE South 56 degrees 14 minUtes 13 s�conds East, a distance of �06.23 fee# to a point for corn�r; iH�NCE South 67 degre�s 27 minutes �1 secands East, a distance of 157.57 feet to a point for corner; TH�NCE North 65 degrees 4p minutes 08 seconds East, a distance of 148_32 feet to a paint for corner; TH�NC� South 24 degrees �9 minutes 52 seaonds East, a distance of 35.00 feet to a point for corner a� the nor�h line of a 30 foot Permanent Ingressl�gress Easement in Recording Memorandum of �asement Agreement ta T'exas Express Pipeline LLC as recorded in Document No. 2Q1300618 O.P.R.P.C.i.; THENCE South 65 degrees 40 minutes Q� seconds W�st, along said narth line, a distance of 446.22 feet ta a point �or corner; THENCE 5auth 61 degrees QO minutes 49 secnnds IlVest, continuing aiong said nor#h line, a distance of �5.56 feet io a point for corner; THENCE North 72 degrees 43 minutes 06 seconds West, deparCing said no�th line and aEong the northeasterfy line of a 3Q foot wid� �asement described in Memorandum of naiurai Gas Pipeline EaSement ta Southwestern Gas Pipeline, Inc. as r�corded in Valume 2069, Page 1577 O.P.R.P.C.T., a distance of 58.31 feet to a pvint far �orner; THENCE No�tF� 56 degrees 14 minutes 93 seconds Wes#, continuing afon� said northeasterly line, a distance of 2,332.50 feet to a point for corner; TH�NC� North 04 d�grees 06 minutes 09 seconds West, departing said northeasterly lin�, passit�g an eli corner on the east line of said 50 foc�t wide Easemenf 4 described as Natural Gas F'ipeline L�asement to Atmos �nergy Corporati�n at a distance of 58.95 feet and continuing along said east line a total distance of 858.07 feet to the POINT O� BEGINNING AND CONTRINING 129,690 square feet or 2.9773 acres of land, rnore or I�ss. A piat accompanies this legal descriptian. Basis o# bea�ing is NAD 83 t1993) Texas Coardinate 5ystem, Texas North Gentral Zon� (4202}, based upon Lsiea SmartNet Networl� system. Distances shown are surFace valuas using a scale factor of 1,00012. 2 of & Ii u � �� I I fl � I II � , ,� � �� 4 II � E I I � I II iu I i n `1 � I � I� i � ��o���w i �i ___ I _6 � � y ��+� � � �� I I II ��,� , , �� � + u I I q I I II i i q i i u i i u I l 1� I I q I i 4 s�,� � i � r i� i �� i va � 1 I� i� I I 1fR POINT 0�� �EGIIVNINC� � 11 II � k f tl I 4 � l I EShAT 2 .� I� I I � I 1 � � II 1 I � I I � � 11 11 � I I � � i ESM7 � i II I I j i 1 � �� � � , � � � ESA�T 4 T—�I'" I'�'�';"'� � ;! ii i i i i � ES.N�T 5 � E5M7' 6 � 1 � � � i ��, i vr., i i i+�l�l � �� � aMF i O Z II DFEO WITHOIJT WAfiRANTY i j 805W£L L!N TERES TS, L T0. � I YOL. l976, PG, 331 I I O.P.R.P.t.T. I I tilETES AND 80LlNDS � � 7AKfN FROAd � � SPECfAL WARfiAA17Y OFEO I � PAFRlClA DEAM 805WELL � � FpRCEt 6, l007-32$/i000 RCRFS � 1 VOL. l44f, PG 400 � I D.R.P.C. T. I I� � 0 � � � � � � � � i� � i i � ii i i i i �, i r Q, �, , � � o � � i i i i i i i i � i i i i� II � I I O �� , � � II � I I p il < < I � � � ll � I l ,r , � a ii , a i � i i i I • 1 I I �,� /, � �I l � � ,�. �, u u u li �, �� FI q il II 11 �i 31 n ir � n� ' _��� i , � i ry � �� r � II I�� �{ � � I j ��.PF�L�, I In r i r—'�- � E � •---- �(G � ���'1 _ � ����.���,p.� 7ANK SITf� , �• �� � -S�PARASE � �� �,�(��G INSTR�MEN7� I �, ��r7 � A?PRQX. ABSTRACT E�tJE ������o a�������� ��� TEMPORARY CONSjRUCTIQN — — — J EASEMEIV�f BY SEPARATE INSTRUME�T IP�RMAIVEN7 ACCE55 EAS�MENT 8Y �SEPARATE IN$TRUMENT �TEMP4RARY � CONSTRUCTION � EAS�MENT BY � SEPARATE � INSTRUMENT � 0 io � 0 3 � O � �PF"C �(V O ' v 4- �`� Z' +'� �� � � ��w �� �� a - �s�r a —�-i ,- .•-/. h '� � E5MT I I i� 5/8' FIR w/ � 5/8' FIR W� GAPOC�LP�����iA�SPDCAIVC�y�` p�,Rp�{l P ♦ FNp �' � �• s�s• sc�ne, ��PA�,p� FIR � � �" POINT OF ACCOMPAN�S THISpEXHHIT COMNi�NCING PERMANENT WATER LINE EASEMENT 2.977 ACRE TFiACT S�TunTEO iN TyE HT&B RR CO SURVEY, ABS�RACT No. 648 W PARKER COUN`CY 7EXAS �O�ATIOi� fi11AP �.T.S. NT&B RR ��Np E48Y assrRacr SP�"CIAL W,4RRANTY p�ED H�ALSN RANCH�S LIMITED PARTNERSNIP VOL. 1699, PG. 1765 �.R.P. C. T. MErFs nnr� aau�vos TAIC£N FROM ���� FLEMIAlG DIL COMf',4NY A REMA1NpER QF A CALLEO 38�4.9 ACRES VOL. 304, PG. 232 D.R.P.G. T. BEARINGIDISTANC� TA�LE N�o• oo� ao��� a 2��.�,� �iV71.1• U\.i� oOpG 35.aor �sas• z�� ����� 102e63' NOTE: 5EE SNEET 6 dF 6 FOR PA�tENT TRACT AND LIST OF EXISTING EASEMENTS. Bssis of Bea�ing is jNRO 63j �19a3j Texas Coordinale System, Texas Nar1A Central Zane (42Q2}, trased upon Leica SmarlNel Nahvark sy�lam. [Iistancas shuwn era curtar.s valugs, us[ng a srale fectorof 1.0�12. PERMANENT WATER LIN� EAS�MENT 129,590 5F 2.977 ACRES �WP.TER LINE & nccEss easeMeNT ---��— PRpPOSEp PROPEATY LINE — - - — E%�STING PROPERTY LINE a � � � p95TRAtT LINE -- � — Pfi0PO5Efl EASEI�ENT — — — — -- EXISTiNG EASEMENT {CMI GONTRPI. MONUMEN7 FIR � FOUNO IftON R90 IUNQI 1Jz. gia � vz• sET �aor� Roo wir� ve��aw PLASTIC CAP S�QNPFD 'FiALFF' PFC 0 PDIfV7 F'OR A CORNER O.R.D.C.T. CO[1NTY� TEXAS�S OF 0£NTON Q�P•�•P C• � PAHISER Ol1N7v 7E%AS S tlF ����� I DGN:EXH002-WL-FSMT-�1-43439.dgn AVO: 43439.001 FOSSlt�LREEKBLW. �ORTWdRTH.7�xp57813T (817)&17-1422 � DATE: OCTOBER 21, 2021 � PAGE NO,: 3 0� $ _ _ �--, .--�. . . .� , I , , � f� � � , � �d �.. _ TpA(� Y — � � � I f1H4. f / � ' •�' .00ATION f - I , /\ r � ' o$ Y i u � 20 � ALEDO ! rl �I�---__ � ,� �� 1 � �\ N . � i�E90 p+lA UPqR � , ,� � '�' , � � L � °i� �I 0 10D 200 300 ���� SGALE: 4 "=200' l,flpqOs A.tdtlauRRGp�a�i•GC p�D�aYi�o++WLcb Surva or, hfr�yy tarlt�lytl rnyr �nli 4ercESson �nat�'Y WD�rvtsl�yaW �rrao�IM�Aa 0"ov�0 �� � O� � �c v �� , �v�� ��r � p� _, oFEo wrruour waR�ranrrr eos�rEzc 1NTERESTS, LTD. VOL. 19T6, PG. J31 O.P.H.f:GT ME TES ANO 80[INDS TAKEN FROM �,c <v�v, `���, \� � I '�� PFI I �� I �.` I SPFG'!A� WARRANTY DEfD � � F'A TRIClA DftIN 905WFL 1. 1 �•� PARC£L b, l IODI -325/1000 ACRES I I \� � V01. 1441. PG. 4�0 � � �.�r.P.c. r. ' i i i�' ' i� � ' i i� � y � i ii � y i i i� i ; � i � f j � f 1 � i � � l I 1 I � I F � I I �`. � 1� ESM7 6 '� + ��' VEY I�;;� � � � � Ag� RAC � N0. 648 i� � �� i i � � � j �; I I I I I I' I II � � � � ii � ii � y i �sMv 4—l-�-Td1 i i �� i II ' ' k' � I i i i� i i� i ii � iii y � � � j �� j �� I I � i � ��--�—�--- E5MT 5 i� � �i� + { � i� j ��f I� I 1 � I I � ! �� 1' ; � � � 'L, � . i � i � l i �� `. i i i � t-� .� +� Ir � � � ,`� `� ,� � + � � `� `+ �` � � . � � i i i i i ��� � '� � � � � � i l i `. �� �',', '� Il �� �\ �SM7 3 4 l4 � i *` 4 il t � I � `� 4ti �j� 1 � i � .\ �` s r, � I � � � � y4 �1l 1 A LEGAL �ESC81P710N `� �� 5 n � ACCOMPANkES 7H15 EXHIBIT � �, �, ti1 � EX�IlBIT B P€RM�INENT WATER LIN� �ASEMENT 2.977 ACRE TRACT 5lTUA7'ED IN TF{E Hi8�� RR CO SURV�Y, ABSTRAC7 Nv. 648 IN PARKER COUNTY TEXAS ��A�IiVGIDISTANC� TA�LE �523` 15' O1"E 4 61.4Q' S41' 44' 24"E �❑ 48.33' P�RMANENT WAT�R LINE EAS�MENT 129,690 SF 2e977 ACRES C� SCMI FIR • 1/2' SIR � PFL O Basls af Bearing is (NAD B3� (1999j Texas Coo�dinale System, Teuaa Norlh Gen6a12one (4202�, 0, R.i�. C, T. 6ssed upon Leice SmaMlat Nehva[k syslem. Oielancea ehmrn are surtace valuas, using a scele faGtqf pf 1.00012. O. P, R. P. C. T � ����� DGN: E?fF10�2-�fL-ESMT-02�3439.dgn ��� ' FO5SiLCREEKBIVD,FORYWOR7H_TE7CAS76137;8f7�847-1422 pqTE: OCiOB�R�1,2021 SPFGIAL WARRANi'Y 1?EED �NAl.SN RANCNES L IMI TEd pAR TNERSHIP VOL. !&99, PG. 1765 �.R.P.C. T. METES ,4 ND BOUNDS TAKEN FROM f?EED FLEMING OIL COMPANY A R�MAIN�ER OF A CAI.I. �D 3804. 9 ,4 CRF5 VOL. .�09, PG. 232 D, R. P, C. T, � �� � TEMPORARY '� C�� CONSTRUCTION �Q � EA5EMEPlT BY SEPARAT� INSTRLIMENT ��� � NOTE: SEE SHEET 5 OF 6 F'pFt f'AREN� TRACT ANb LIS'I' OF EXI5TING ERSEMENTS. WATER LIIYE & ACCESS EASEMENT PROP05E0 PRtlPERTY LINE EXlSTtNG PR�PERTY LINE A�5THACi LI� PROPOSEU Ep5E4ENF EX1571NG �A5EAlEN7 CONTRpL MONUMEkT F011Nn IRON R06 IutJtlS 1/Z' SET iRON R40 riITM YELIOW PLASTIC CAR STAMPED 'NALFF' POINT FOH A tORNER OFFICiAL #ECOROS OF �ENTpN COl1NTY TE%AS OFFlLIRL PIIBLIC RECOR�S Oi PAAKER C4l1NTY TEXAS AVO: 43439.041 PAGE NQ.: 4 pF 6 � 5�12'�28'�i1"E TEMPORARY CbNSTRIJCTIQN EASEMENT 8Y � 5�F'ARATE .8S ` INSTRUMENT �� �Q � \ �� \ V` \\ �� ESMT 2� �� \ � `1 ��C �� O� +` `\, ``\ v � � �. l. Q 100 200 30b SCA�E: 1 "=20Q' LReuyea A.Coa�uw�Xap�sta�uA WO*apiw�tlLonC Swvoyor, o horo��yt�rcRrllm}yy�Hq1 ihi� pprql.na �nd?�m7 ��Ai'v�Han�a�E d��eol�y�,n� 9raviW �EARIfVG1�IS CA�CE TABLE ,��v �� 7 v p. ��'` FFC � � L._� PF �q �v (� . ` `PFC � . y7�� ,```� � TEMP4RARY-� CONSTRI�CTlpN EASEMEiVT BY SEPARATE INSTRUhAENT �~ / 'PFC fEMPQRARY � � CONSTRl1CT40N .� � EASEMENT BY � SEPARATE �` � INSTRIlMENT .,��., '`. �i %�S. a 56469 BAQB � �S56' 1q' 13"E 6Q.2�' 549' 16' 42"E 0 82.54' \ tfl ��204 45'1"E S65' 40' 08"W 13 146.�2` N65' 90' 08"E S61' QO` 49�kN � � 157.57' �4 55.56' S24' S9' �2"E Z2 35.00' AVO: 43439.001 \` NT&8 R�' CO SUR��Y A85Tf�ACT N0.6�8 SPEClAL WARRANT Y DEED WALShI RANCHES L IMI TED PAfi r1VEfi'SMlP VOL 1699 PG 1765 `\ �'� �, � Esnnr 2 ` , .� . �`. �� �N72' 43` OFi"W l5 58.31' PERMANENT WATER LINE EASEM�NT � ��q6so sF 2.977 ACRES \ PFC • CJ.R,P.C. T. TEIbtPORARY —� rr�� �PFC �� CON5TRk1CTlDN j5 �F� -'' MET�S AIVR BOUIVDS TAKEN FROM EASEMENT BY /�,; ��q SEPRRATE ,�/ / .' � � IN57RU�fENT �� / ,�' `� ��- DE�ED ' / .' T�MPORARY — �'LEMING D!L COMPANY ,�/ �' . CON5TRi1CT�o� A 1?EMAINL7ER OF A CALLED 38�4.9 aCRES f/ .'� �" EASEMENT BY VOL. 304, PG. 232 �� � SEPaRATE £S�AT i �`f' ,����'� Ii�STRUMENT D.fi.f'.C. T. � /��'��'� esa�r 7 �'� -' . ` �%!�'/- / � ,'/ (� /� � �, f S _ 4�F�y� �� / .''�' �j��ao Q�c"`' .' , s�-�� , � �,�.�p '/���,�� �tR�4 .' .' ,/-'i f `�/ �� �� �'� NOTE: Q 100 200 3QD A LEGAL DESCRIPT[ON ACCOMPANIES THIS E7fHIBIT EXHI�IT � PERMANENT WATI�R LtfV€ €ASEMENT 2.977 ACRE TRACT SIIUAT�� IN THE HT&B RR CO SURVEY, ABSTRACT No, 548 IN PARKER COUNTYi�XAS SEE SHEET 6 OF 6 FOR PARENT 7RAC7 AlVa LIST OF EXISTING EAS�M�NiS. WATER LINE & - - - - - ACCESS EASEF�ENT — -- - � PROPOSEQ PROPERT�' LiNE — �- - ----- EXI$TiNG PROPER7Y LfNE - � � � a95TRACT LINE � �• ---�- PR�POSE€] EASEMENT — — — — — EMISTING EASEMEWf (�M) CaN7RUL MONLIMfNT FIR � FQUND IRON Rpp I11N01 1/2' SIR � ��z�SE7 iRUW ROD IYiTH YEL�OW PLA5TIC CbP STAAIPEO 'HnLFF' PFC O POINT FOR 0. CORtVEfi O.R.p.L.T. OFFICIAL RECDRUS OF pEN70ta dasie a� 9earing is (NA� &3) �1983` Texas Caordlnate System, Taxas Noiih Cenflrel Zone (9202J, CQUNTY TExnS 6ased upon Lalaa SmadNe[ Netwnrk system. Olslances shown are sudace values, using a sesle OFFICfAL iR1SLIC RECOR�S OF fatfarof1.06�12. d.�.R.P��.T ppRKER C013NTY TEXAS ��� ����� ��N:EXH902-WL�ESMT63�3439.dgn 49{l6FOS51LCREEKBI.U�, FORiWORTH_TEXAS76737 [B17jBd%1A22 pA7E: OCTOBER21� 2�2� PAGE iVd.: 5 OF 6 nr+w� T. All_A/�/�1 z� �� �I U a � �� mlx �� al a � � �� �a �� � �� v� �� �� z~ �� �� pFe� =r �" .i � � � .� i 6mrao0. a,C4�wiJM1R�ptc�aree Prof.salenW�mq �urvnyqr,ae h¢rahy e¢rf11Y enof thla poraNwas o/�P4�'Otl Wdll a Guf`�ay IA9�9 � the qrqntl ��ppr piy y�p��v13� � ���ilon. ESMT l � ESMT 2 � ESMT 3 MEMORANDUM OF NATIIRA[ GAS, CAS L1FT, AND PRODUCFO H'ATER P1PE!!NE EASEMENT BARNETT CATNERING, LP 50'P1PEtlNE EASEMEN7 EXMIHIT 0 DOC. N0. D2120S86!! O.P.R. T_C. L ANp VOL. 2902, PC. i589 �.R.P.C.T ESMT 4 MEMORANOUM 4F NATURAL GAS, GAS L1FT, ANfJ PR001ICFp WA]'fR P1P£LINE FASEMENT BARNETT GATHERINC. ! P 50' PIPELlNE �ASk'MEM7' fNlilBI7 1 fJQE. NQ. tlF1208B6N O.P.R.T.C.T. ANQ VOL. 29d2, PC. f5B9 D.R.A.C.T a LEGAG pESGRiPT�DIV ACC6MPANIES THIS EXHIBIT MEMDRANl111M QF NA7EIRAL GAS PlPFLINE EASEMENT SOUT1fW£STERN GAS PlAELINF, INC. 30' E/+SFMEfvT vOL. 2p&9, PG. 757�' O.Y.R.P.C. T. ESMT S RECOROlIYG M�MORANl�iklf OF EASEM�IVT ACRFEME'NT TEXAS £xPRESS FIPELlNE L1C Sd'PFRMANENi fASEMEN7 UOC. N0. 20130061B QP.R.P.C.T. AlEMORANa!!M OF h1ATURRL GAS LlOi1105 PlPEL1NE EASEMfNT GRDSSTfX NGL P�PELlNE L.R 50' PlPELlNE fASEMENT ExN181T U VOL. 1b69. PG. 1735 O.R.P.C. T. ESMT S NQTURAZ 6A5 PlPELINE EASEMFNT ATMOS fNERGY CRRPOReETlON 50' IVlDE EASE'MENT 4 OOC. NO. 201315I4A a P.R.P.C.7: ANO �OC. NO. p213174804 O.R.T.C.T, ESA�7 7 � RECpNfJlNG lNEMORANOUM OF �AS�MENT ACRfFMENT Y�-�' TEXAS E%fARESS PdPELlNE tLC 30' Pfl2MANENT lNGRE55/EGRf55 EASFMEIVT , � ��; � ~ OOC.O.P.R.P.C.00618 . � `\\ . 1 �A `�` I " \ I `, `\ � ` ' `` \ ----- �� I I �. � / I^ i � � �\��� I ; � ; `��`rT` t------ L.._.� ��r� � .F. E . � � ��Cy� ; I ` ��` 1 SPECIkL WARRANTY p££D W.4L5li RkNCN£5 �,lAflTEO Pk.RTNERSH�P I \�0�� I VOL. �639. P� l765 � `��� � I D.R.P,C.T. \�, � � !LlET�S ANl3 80UN115 TAKEfV FROM y I >- ~ _ � � � ~ - - �_ J i �I� `�__---_�----- 1 OE�a � I � i i Ft£MrNC ort Co�Pa+vr a l o � A REMAlNa£R OF' A v U I CALLFO .i804.9 ACRES � I VOL. 3D4, PG. 232 � F- � D.R.P.C.T. � � Q i I � � I � �'ERMANEI�T I� , ' WA�ER LiNE I ' � EASEMEN� � I �!— �'_.,t��—^— � � � _� � � � � I .�" � � PARE[�i iRAGT' N,7eSe P�RMAN�NT WATER LINE EASEMENT 2.977 ACR� TRACT SITUATED IN THE HT&B RR CO SURVEY, ABSTRACT No. 648 TEXAS W0.7ER LINE 6 — nCCESS ERSEMENT --�-----� pRUPOSEa PROPERTY LINE --�--- E%ISTING PR�PfRlY LINE � �� a �- ABSTRACT LMIE — — .— PRas�aseo ensetueN'r -- --� — — — EXISTSNG EaSFJdENT {�M) C6N7R�L MQNI1MfiVT FIR � �auwo iRaN eoo wNo� 1/2" SIR � p ASTIC �CAP SFAMPEO NALF6w PFC O P81NT FOR A COANER �.RD.C.T. �FFECiAL RECOR�S OF OHNTpN Baeis of Bearing �(NAO 83} (t993} Te�as Caardina[e SysEem, 7exas A'arth Cen4'al Znne (d262�, COGM7Y TExAS Lesed upon Lelca SmerlNet NaNvoik syslem. �islences shrrnm are surlace values, uBing e scale OFFICIqL Pl16LfC RECOA05 0� fadoraf1.�6012. O.P.R.P.G.T. ppgKHR COIINTY TE%AS ��� �����-- bGN:fXHOU2-WL•ESMT-04�43439,dgn 46QDFOSSILGR�KBLW.FOR7WURiFl,TE%FtS7B137�817j9R7-7422 DATE_ OCTOBER21�2�2� AVO; h3439.Obi PAGE NO,: 6 OF 6 6ppu�pa 1,CY��p�*,ROut�Yared-Prel6ulapWlqM 5y�vnYo+.� 1K'QaY e�rNty �lwt 1�U ovC�vOs unEtou�W frv� o wrvGY �� ai iM0 9rPwd �iy gvperrfx�M pnu pree�len. �X�11�IT Qe P�RhN�►R��Ni ACC�SS ��S�{9N�WT Being a tract of land in the HT&B RR CO Svrvey, Abstract Plo. 648, in Pari�er Gounty, Texas, being a part of those trac#s of land d�seribed in S�ecial Warranty I7eed ta Walsh Ranche� Limited Par�nership as recorded in Votume 1699, Page "iifi5 in the Deed Records of Parker County, Texas, and being more particular�y described as fol�ows: GOMMENCING at a faund Axle for the sotathwest corner o� said W�lsh Tract and being call�d to be or� the north right-of-way line of the Texas and Pacific Railway Company; THENCE Nor�h 00 d�grees 13 minutes 49 seconds West, with #he common line �etween said Walsh tract ar�d that tract of land described in Deed Without Warranty to Boswell Interes#s, Ltd. As recorded in Volume 1976, Page 331 in the afficial Public Records of �'arker County, Tex�s (O.P.R.P.C.T.}, a distanc� of 3,668.�Z feet to a point fo� corner; THENCE North 90 degrees 00 minutes OA seconds East, departing said comman line, a distance of 248.81 feet to t�e PO1NT OF BEGINNING; THE�ICE North 9Q degrees 00 minu�es 00 seconds East, a distance af 91.00 feet tn a po�nt for corn�r; THENCE South 00 degrees Q6 minutes 09 sec�nds �ast, a distance af 62.50 feet to a point for comer; THEIVCE North Sa �egrees 00 minutes 00 seconds West, a distance ofi 9'4.00 f�et to a paint for corner; THE�ICE Narfih 40 degrees 06 minutes 09 seconds West, a distaz�ce of 62.�� feet to the POINT QF �EGINNING AIVD CONTAINING 5,6�8 square feet or 0.1306 acres of land, more or less. A plat acc�mpanies t�is legal d�scrip#ion. Basis af bear'rng is NAD 83 (1993) Texas Coordinaie System, Texas iVort� Centra! Zone (4�Q2}, based upan Leica Smar�Ne# Net►rvork system. [7istances sf�own are sur�ace values using a scale factor of 1.00012. 1of3 ���� ;�;� I 1 II 11 � I � i n ii i i I� ri ii � i I�� ��'� PC�1NT OF � ; � ��GI�li�INC � I1 � I i 1 i i . � ������iL�� e �� --- i � � ! � � i� i i� i i� ,� i�i � i ii � i � �� �� ��i i �i i i i ESM7 2 � �i+- � � i I I 1 � ESMT 3 { 3 �'' �' � � ; �' �' � � Fi �� ,� �sMr a i i ,i �, a i I I �I � I` ��� ESM7 5 --�' �-' 1�—f'�-7 � li ii iii � ESM7 6 1 � I+ I � � � I� �� ��I � � j ii i i � � �- i � �i ii i v�i i �i �i i i ��� i �� �i � i i ii i r � O�i i i� ii i i fl F �I � I � I z � ii ii�� � ,, , � � ��,, ,,�� i� ii �i�i Of�D WITNOUT W,4RRANTY I �i � 1 � �OSWfLL INTEFESTS, CTQ. �� i� � � �� V4L. l976, PG. 33f � f� i� �� O.P.R.Iy.C.% � � E� � � I I A,!£TES ANO 80LlNDS I ��� j� I TkKEN FROM � I I i j�i� l���J SFEClAf. WARRANT Y DEfiD ����� `� j+ � Pa r�rC�a oFnnr Bosw�c c PARCEL 6, I � �� {� l 700}-375/lQOQ ACRES � � �� I ` VQt. 1�41. PG. 400 � � i* � a.R.P.c. r. i i i�+�, � ���� � � � ��� ESNIT A 5l8' FIR W/ I Run�bwnY � ASSOC LA � caa ---� FNO A1fl,E iC�n1 , 5/$' � FIR � �.. A LEGAL OESCRiATIqN ACCOMPANIES THI5 EAHIBIT � r�� a�� �_^^� ��� ���,��� �� �t o �I .� �. � ' TANK SIT� I � ��G� �-S�PAFtAT�E � � ��.�S��P � INSTRLIMENT� a � �� � 2 � hNPRpX. ABSTRAC7 LINE n � ���o e����� PFc pFc�—��`�'TEMPORARY C01�5TRUCT10�4 ^ 3 I EASEM�1�7 BY J SEPARATE INSTRLIM�NT ��- �-.�- , `� � .� � � I � _ `�` � ` � , j � �,_.�_ �o �. �I �r�r � .�` TRAC7 � OCATfON r �a� � S^ 4 � a � J Y �� ` � `� 2a F � ijl--���� � ���~ � J �\, . ` 0.~`'F w ��� I I qc PERMANEN7 �-� ��e�TCON INiAP I I � ACCESS EASEM�N�f �,OCA 5p688 SF NoT.S. I � ` 0,1306 ACRES I � . ,� , �' I I ` I �w� , ,, �,, �a 11 I I � � TEMPORARY CONSTfillCTIQN { I EASEMENT BY 1 + N$TRlJ3�ENT � �I( ��}�MANEEJT WATER LINE � �ASEMENT BY SEPARAiE INSTRUI�EN� � SPEClA1. WAF7RAN7Y DEED WAL SH RANCH�"S LIMlTFI? PARTNERSHlP VOL. l699,. PG. 1 ib5 D.R.P_C. T. METE5 AND BDUNDS TAKEN FROM f�EED FLEMfNG QIL COMPANY A R�MA�NfJEFi OF A CALLED 3804.9 ACRES va�. .�a�, Pc. z,�2 a.R.P.C. T. �4 R� CO SURV�Y , NAB�TRAC7 NO- 648 \ � ' , �' �..�., -' ,-` , i ��� r i � .` �' £SMT 1 ���5/8' F'�R W!' ou�awnr �� �`� ; . ASSOC INC ��' / CAP t] QP pS� ' . ` �'� 4t��6M� � �'Cf4�A4Lp� PoiNT oF COfVIM�f�CING EXHIBI� � PERMANANi ACCESS EA5EM�NT 0.9306 ACRE i'RACT SITUA7�E7 IN TIiE �-r&g �� ca suRVEv, ABSTRAc7 No. s48 rN �EARIN(�I�ISTRiVCE TABLE N90° 00' 00"E 0 zaa.a�� ❑N�a• ao� oo°� � �i.ao� S00' 06' 09" E 0 62.50' �N90' OQ' 00°1N 9i.00' Naoa o�� og°w 0 �z.�o� NOT E:_ SEE SNEET 3 OF 3 FOR PRRElVT TRACT AND LIST OF fX�STING EAS�MENTS. ��� PERNANEN7 eCCE55 EASE�ENT --- - - — PROPOSE� PROPERTY LINE � - - — E%iS71NG PROPfRTY LIHE � �- - — ABSiRACT LINE — �-- --� PRpPOSE� EASfMENT -- — --- — E%ISTING E0.5EMENT (�MJ CQNTRp4 AlONl1AlENT FiR � FOtiND 1AON R00 1VN01 1/2' SIR � p ASTEC �CRP S�AMPEO ALF �ARKER COUNTY 7�XAS PFC O FOiNT FOA A CORNER Basls�of Beacing Is (NAD 83? (1993j ieads Coordinats Syslam, Texas NoMh Cenlraf 2one (4202}, (� ��P C T bee9 RSCOR05 OF PARKER based upan Lalca� SmadNe[ Nelwork syslem. dlstanpesshawn are aU�ace values, usfng a scale COUNTY 7EXA5 facLorof 1.06012. O.P.R P,C, r. PaRx��C011NiY TEX 5 S OF ��� ����� � DGN: EXN0�1-AC4€5M'i-0��43-039.dgn FOSSI6CREEKBLVD, FOATWORTH,FEXA576137 (817j947-1A22 pATE: OCT08ER2i, 2021 AVO: 43439.00'! PAGE �10.: 2 qF 3 1 � �� 1�� 0 900 200 30p scA�.�: � °=�aa� 6oauqeaa A.Cwaw4Redsr��q4 rrotasalpnGlym Su'raYe�,qe ntrepy elr�ify inot tnis paraafwos or�paretl Tram a lu'rey �ade o� ene qrawW w�der my suoeryllUe� ona afrectlan, ESMT f I ESMT 2 I E�MT 3 M£hfORANDflM OF N�I TURA1. GAS, GAS LIFI. AND FROpUCEp WA 1"ER AlPFLINE EASfMfNT SiARNf iT GATNERING, LA 50' PIPEL7NE EAS�MEIYi' EX1i1B1T 0 DOC. AIO D7120S861! D.P,R,T.E.T. AAlO VOL, 240� YC. 1589 D.R,P:C.T ESMT 4 MEMORANUUA! OF �kATURA4 GAS, GAS LlFT. ANO PRODUCED WATER PlPfLlNE Fi15FM£NT BARNE T T CA 7NERlNG, 1 P 50' PIPEtlNE fAS�MENT fXNfB1T 1 pOC, N0, 02l2p6861! �.P,R.T.C.T. .4N0 VOL.7902, PG. l589 1J.H.P.C.T PERMANE�4T ACCESS �AS�MEf�7 A LEGAL pESCRIPilON ACC4MPAIVIES THIS E%HIB1T MFMpRANOUM OF NA7URAL GAS PfPfLlNE Et�SEMENi SpilTNWES?"ERN GAS PlPfLlNF, lNC. 30' fA5E�41�Ni VOL, 2pb9, YC. l577 O.A,R.P.C.T. ESMT 5 RECORpING M�MpRRNOUM OF FASEA4ENT AGREFMENT TfXAS FXPRESS PlPfLlNf LLG 50'PERMANENi EA5E'MENT OOC. N0. 20i3006l8 O.P.R.P.C. T. MfMORkNpUM OF NATURAL GA5 LIOUlAS PlPEL INE fA5£MEN i C'f705STEX NGL PlPEZlNF �.P. yQ' P1PFClNE fASEMEN�', EXNIBfT D VOL. 2669, PG. 1735 O.R.A.C. T. fSAAT 6 NATUAAL CAS P7PELfAlE EAS�ME'NT ATAdpS �N£RGY CORPORATI�N 50' WfDE fASEA�lFNT 4 DOC. N0. 20f31514p p.P.R.P.C. L ANfI OOC. N4. Q2+3174803 Q.R. F.C. T. _.— - �J- _r---�-� . , , , \� \, � � �� , � � \ --� E �` `� b------!--- 1 , I� k j �` I I � �l��yr� � , 'I , `; ��'ST.`I � L----� \4r�,�� ---_-- I . y� . � � ��� � � � f-` � SPEClAL lY.4RAANT Y 17FE0 � `��`� WAESH l7ANCH£S L!AlITEO PARTNfRSHIP ti � i VpL, 1699, PC. ! l65 `---�' -� j I U.R.P.�'.T. `�, � I METES AND BOUNDS TAKEN FR�,N r � } � � r � - - � _ - �. � �- z �---�--�__—__. � q�Fn z I -- i I FLE�11MfG 07L EQMPANY � 1� I j A REdTA1NDER Of A � � l CACLEO 3904.9 ACRES I � VOL. 3Q4, FG. 232 � h� � D.R.P.C. T. Y a � ( al� ! �. a i "" � i I � � � � � I �__��-- --- ~—_�� I �/ I � �l�RENi TR�CY NeTaS, EXHI�IT B PERMANANi ACCESS EASEMENT a. � 3os ACRE TRACT ssrunrEn i� rH� HT&6 RR G4 SURVEY ABS7RACT No. 648 IN PARKER COUNTY TEX� ��� PERMaMENT aCGE55 EaSEMENT — — � --- pROP05E� PROPERTY UNE ---- — -- El{ISTING PROPERTY LINE � � � � ABSTRACT LtME � ---- ^ PROPOSEO E85EMENT — — — — --- E%kS71NC fASEMENT ICM1 FIR � I/2' SIR . PFC O CONTRflL MONIIMEN7 FpUNp IRON Rtl� Il1NU1 �/2' SET iApN R4p WITH YELLOW pLA57iC CnP STa�uPEl] 'NALFF' POINT FpR A CORNER Basis uf Bearing is (NAd 83] (1993) Teuas Conrtlinale Syscem, Texas Narth Cer�tral Znne {4202), D.R.P. G'. F. OEEO RECOROS 9F PARKf li hased upon Leica 5marlNst Asfwedcsyslam. Dielences ahown are surface values, usii�g 8 6ce19 COIINTY TE7lA5 feclp�Oft.00012. �.P.R.P.�.T. ppqj��ER COIINTY �TEEXAS S OF ��� �j}���� � DGN: E%H001-ACC•ESMT•02-03439.dgn AV(�; 43439.001 �� 4pp9fq&SRCRfiEK9LVD.,PORTYIOFiTH_78Xh&f613Y (Bi7�8Ai•1472 I DATE: OCTCiC3EFi 21, 2021 � PAGE NO.: 3 OF 3 �XFfl�l� R 30 �BBi T'�iW���RRY �eCC�SS E��Ef��N7 Being a fract of fand in the HTB�B RR C� Survey, Abstract No. 64�, the I&GN RR CO 5urvey, Abstract No. 2002, the I&GN FtR CO Survey, Abstract No. 2224, the Wifiiam Robinson Survey, Absk�act No, 1'lQ7, and th� William Robinson Survey, Abstract No. 1274 in Par�er County and Tarrant Caur�ty, T�xas, being a part of those tracks af land described in Special Warranty Deed to Walsh Ftanches Limited Partnership as recarded in Voiume 'i699, Page 1765 in the Deed Records of Parker County, Texas (D.R.P.C.T.), heing a part of that called 20.32 acr� tract of land described in Deed to Mary D. Fleming Walsh as recarded in Volume �426, Pag� 576 D.R.P.C.T., and being all of the 30 foot Permanent tngressl�gress Easerne�t in Recording Memorandum af Easement Agreement ta Texas �xpress Pipeline LLC as recorded in [3ocum�nt No. 2q130061 � in the Official Public Records of Parlcer Caunty, T�xas (�.P,R.P.C.T.), and being mor� parEicular{y described as follows: COMMENCING at a found Axie for the southwest corner of said Wals� Tract and being called to be on the north right of-way fine of the Texas a�d Pacific Railway Company, from which a 51�-irtch found iron rod with cap stamped "BROO�CS BAFC�R SURVEYORS" on th� west line of said Walsh Ranches iract and �eing the nartheast corner of tF�at tract of {and described in ���d WithouE War�anty to 6oswell Int�rests, Ltd. as record�d in Volume 1976, Page 331 O.P.R.P,C.T. bears Norkh 04 degre�s 13 minutes 49 s�eonds West, a distance of 8,0�3.42 feet; THENCE North 54 degrees 39 minutes 0'[ second Eas# a dist�nce of �,1 �6.53 feei to the POINT OF BEGINNING; THENGE North 34 degrees 40 minutes 01 second West, a distance of 30.02 feet tn a point for corner; THENCE North 57 degr�es 12 rninutes 11 seconds East, a c4istance of 9,128.56 f��t to a point for corner; THENCE North 57 degre�s 26 minutes � 7 seconds East, a distance af 157.99 feet ta a point for corner; THENCE North 61 degrees 00 minutes 49 seconds East, a distance of 279 .51 feet to a point for carner; TH�NCE North 65 degrees 40 minutes D8 seconds East, a distance af 164.�9 �eet to a�oint for aorner; THENCE North 7� degrees 58 minutes 16 seconds East, a distance of 241.78 feet to a point for carr�er; THENCE Nar�h 7fi degrees 40 minutes 5i seconds Eas#, a distance ofi 173.3� feet ta a point for corner; THENCE Nor�h 81 degrees 5i minutes 00 seconds East, a distartce of 241.43 feet to a point for corn�r; TH�NC� Nor�h �4 degrees 13 minutes 16 seconds East, a distance of 614.19 feet ta a paint for corn�r; �. crf �.1 THENCE North 83 degrees 02 minutes 29 seconds East, a dEstance of 1,2fi7.63 feet to a point for corner; THENCE North 73 d�grees 39 minutes 07 seconds East, a distance of 56.56 fieet to a�oint for cnmer; THENCE North 50 degrees 35 minutes 'f9 seconds East, a distance of 55.71 feet to a point for ca�n�r; �HENCE Alorth 1'i degre�s 42 mirtutes �9 second5 �ast, a dis#ance of 83.50 feet ta a point for corner; THENCE No�fih Q1 degree 2A� minutes 19 secands West, a distance of 99.62 feet to a point for corner; THENGE Narth 10 dsgrees 24 minutes 00 seconds East, a dtstance af 120.D9 feet to a point for comer; THENC� Narth 29 degrees 26 minutes 54 secvnds East, a distanc� of 87.55 fee# ta a point for corner; THENC� North 64 degr�es 04 minutes �9 seconds �ast, a distance of 76.30 feet to a point for carner; TH�,NCE Nar�h 88 degrees 15 rninukes 52 seconds �ast, a distance of 77.70 feet to a point far corner; THENCE Sauth 81 degrees 01 minute 56 seconds �ast, a distance of 74.40 feet to a paint for corner; THENC€ South 60,d�grees 13 minutes 35 s�can�s East, a disfance of 228.91 feet io a poini far corner; TF;ENCE 5auth 65 degrees 16 minutes Q6 seconds East, a distar�ce af 82.1fi feet to a point for corner; THENCE South 76 degrees 22 minutes :2 seconds East, a distance of 570.QD feet to a point for corner; THEIWCE South 83 degre�s 4B minutes 11 seconds East, a dis#ance af 72.69 feet to a point for corner; THENCE North 86 degrees 45 minutes 50 seconds East, a distance of 12'f.96 feet ta a point far corner; TH�NCE North 83 degrees 24 minutes 49 seconds East, a distance of 340.7i f�et to a paint for corn�r; THENCE North 61 degrees 22 minutes 46 seconds East, a distance of 185.13 feet to a point fior corner; 2of11 THENCE Nor#h 80 degre�s 25 minut�s 43 s�conds East, a distance oi 6�.12 feet to a point for corner, TH�NC� 5outh 85 degrees 39 minutes 1 S seconds East, a distance of 74.29 feet to a point far carner; THENC€ 5outh 64 d�grees 26 minutes Q9 s�conds East, a distar�ce of 220.74 fest ta a point for Corner; THEf�CE South 75 degrees 19 m9nutes Q4 seconds East, a distance af 70.33 feet �o a point for corner; THENCE South 89 degrees 16 minutes 47 seconcis East, a distance of 62.84 #eet #o a point for corner; 7H�NCE North 83 d�grees 59 rn�nut�s 13 seconds �ast, a distance of 891.43 feet to a point for corRer; THENC� Narth 84 d�grees 27 minutes 37 seconds East, a distance of 49fi.�3 feet to a point far corner, THENCE Narkh 87 rJegrees 29 minutes 08 seconds East, a distance of 234.39 feet to a point for cor�er; TH�NCE South 87 degrees 2� minutes 20 seconds East, a disiance o# 305.87 feet to a point for corner; THENCE South �3 degrees 35 minutes 27 secands East, a distance af 23�.46 feet to a paint far corn�r; THENCE Soutf� i9 degrees 29 minutes 2fi secands East, a distar�ce of 2fi6.05 feet to a point for corn�r; THENCE South 87 degrees 30 minutes 46 seconds �ast, a distance of 110.05 feet to a point far carner; iHENCE North 59 degrees 45 minufes 39 seconds East, a dis#ance of � 13.12 f�et fo a point for comer; YH�NCE North 71 degrees 33 minutes 50 seconds East, a distance of 92.38 feet to a point for corner; THENCE South 15 degrees 53 minutes 00 second� East, a distance of 113.39 fe�t to a poinf for corner; �HENCE South 06 degress 05 minutes 32 secands East, a distance of 56.94 fset to a point for camer on the sauth line of said Walsh Ranches tract and the northerly right-of-way of Aledo Raad {variab[e width right-of-way); 3of11 THENCE South 71 degrees 04 minutes 51 seconds West, along said na�herly right-of-way, a distance o# 30.90 fe�t to a point for cnrner; THENCE North 05 degrees 05 minutes 32 seconds West, depar�ing s�id nortF�eriy ri�ht-of-way, a distance of 61.53 feet to a point for corner; THENCE North 15 degrees 53 minutes QO secands West, a djstance af 79.11 feet to a point for corner; TH�NCE South 71 degrees 33 minutes 50 seconds West, a c�istance of 57.92 feet to a point for corner; THENC� South 59 degrees 45 minutes 39 seconds West, a distance of 118.82 feet to a point for co�ner; THENCE North 87 degrees 3Q minutes 46 seconds VUest, a distanee of 1�0,97 feet to a point for corner; Tk�ENC� North 79 degrees 29 minut�s 26 secands West, a distance af 267.07 feet to a}aoint for cnrner; THENCE North 83 d�gr�es 3� minutes 27 seconds Vllest, a distance of 235.98 feet to a point for comer; THENCE No�th 8i d�grees 25 minutes 20 seconds West, � distar�ce of �Q3.�3 feet to a point for corner; THENCE SoutFt 87 degrees 29 minutes OS seconds West, a�istance of 232.27 feei to a point for corner; THENCE South 84 degrees 27 minutes 37 seconds West, a distance af 495.91 feet to a pa�nt far corner; THENCE South �3 degrees 59 minutes 13 seconds West, a distanee of �93.Q7 feet to a point far carner; TH�NCE North 89 degrees 16 mEnutes �37 seconds'V11est, a distance of 6828 feet to a point for corner, THENC� North 76 degrees S9 minutes 04 seconds West, a disfiance of 76.�7 fest to a point for �orner; THENCE Nor�h 64 degrees 26 minutes 09 seconds West, a distance of 217.98 feet to a paint for corner; iH�NCE No�h �5 degre�s 39 minutes 1� seconds West, a distance of 65.01 feet to a paint for corner; THENCE South 8� cfegrees 25 minut�s 43 seconds West, a distance of 56.42 feet to a point for corner; 4 of 1i THENCE South 61 degrees 22 minuies 4fi seconds West, a distance of 185.93 f�et to a poin# for corner; 1'HENCE South 83 degrees 24 minutes 49 seconds West, a distar�ce of 307.49 feet to a point for corner; TH�NCE South 86 degrees 45 rninutes 54 seconds West, a distance of 125.32 feet to a pa+nt far carner; THENCE North B3 degrees 4� minutes 11 seconds 1111est, a distance of ��.11 feet to a point for corner; TH�iVCE North 76 d�grees 22, minutes 52 seconds West, a tiistance �f 574.86 feet ta a point for carner, THENC� No�th 6� degrees 16 minutes 06 secands West, a distance of �6.40 fes# to a po�nt for corner; TH�NC� North 6Q degrees 13 minu#es 35 seconds West, a t�istance af 224.73 feet to a point for carner; THENCE North �1 degrees 01 minute �6 seconds Wes#, a distance of 66.08 feet to a point for corner; THENCE South �8 degrees 15 minutes 52 s�conds West, a distance af 68.46 feet to a point f�r corner; TbENCE South 64 degrees 04 minutes 39 seconds West, a distance of 6Q.62 feet to a paint for corner; Tf�ENCE Sauth 29 degree5 26 minutes 54 seconds West, a distance of 73.17 feet to a point for corner; THENCE SautE� 10 degrees 24 rrtinutes 00 seconds West, a distartce of 'E 11.95 feet to a point for corner; THENCE South a1 degree 24 minutes 99 seconds East, a distance of 99.96 feet to a point for corner; THEMCE 5outh 1'{ degrees 42 minutes 49 seconds Wesi, a distance of 7�.�4 feet to a point for corner; THENCE South 5d degrees 35 minutes 19 seconds West, a distance of 72.41 #eet to a point far corr�er; T'HENCE Sauth 73 degrees 39 minutes 07 seconds VlJest, a distance of 65.14 feet to a point for corn�r; THENe� South 83 degrees 02 minutes 29 seconds West, a distance of 1,270.41 fieet to a point far corner; 5of11 THENC� Sauth 84 degr��s 13 minutes16 seconds West, a distance of 613.91 feet to a point for corner; TH�NCE Souk#� 81 degrees �7 minut�s 00 seconds West, a distanc� of 239.45 feet to a point for corner; THENCE South 76 degr�es 40 minutes 57 seconds West, a distance of 17D.76 feet to a point for corner; TH�NCE South 71 degrees 58 minut�s 16 seconds W�st, a distance of 198.88 feet to a point fvr corner, TH�NCE South 65 cl�:grees 40 minutes 08 s�conds W�st, a distance of 'l82.Q1 feet to a point �or comer; THENC� So�th 61 degrees 00 minu#es 49 s�cands W�st, a distan�e of 269.35 fieet to a point for corner; THENCE South 57 degrees 26 min�tes 17 secor�ds West, a dist�nce of 156.99 feet #o a poir�t for corner; THENCE South 5i tlegrees 1� minutes '� 1 seconds West, a distanc� of 1,127.52 feet to the POlNT OF BEGINNING AND CQNTAINING 296,14� square feet or fi.799 acres ofi land, more orless. A plat accompanies thi5 legal description. �asis af bearing [s NAD 83 ('i 993) Texas Coordinate System, Texas North Centra! Zone (�42a2), based upon Leica SmariNei Network system. Distances shown are surFace values usirtg a scale factor of 1,OOD12. 6of11 _ MATCH LINE (S�E SNEET �-r&s i�Fz �o s�+uT�NaY 6q$ ALJS 1 f�Q[• f TEMPORARY CONSTREJCTION EASE�IENT BY S�PARATE INSTRLiMENT ; � //, �/ , r � � � �� � /�/ � �� � ' � � PERMANEI�T WATER LINE EA5£MENT BY SEPARATE INSTRUMENT /�/ `�''"� SPEClAL WARRANTY DEED / , WALSH RANGN�'S //,' LIMITED PAi?TNERSHIP ,' VOL. 1699, PG. 1765 // ' �.R.P.C. T. , , , 8 60 F>>> �& GN RR CO SUR �/E Y ABSTRACT NQ. �Q02 � TEMPORARY ������r CDhiSTRiiCTiON EAS�MENT BY �� SEF'ARATE INSTRUMENT � 557' 26' 17"W . 156.99' `�, TEMPORARY accEss ����� �ASEMENT '�� 295,1�8 SF ``� 6q799 ACRES \` ���`F�. '�',S• '� � ! . ; �� r� +��l�' '��l,j� � � . E �� ��`\� ESMr � . � �`. --�.- � � ` �� , TRACT LOCATI4N � ' � _ ALED4 + L:-e�: \ d P ; ` � P�IN� OF � N�1200�149"E B��11VNIh1G � � METES AND BOUNDS ESMT 5 •' s ' l �� TAK�'N FROM ESMT 5 �,��¢��$ ;�; //j� -�--ESM7 2 ��� i¢ i."' � DFED ' � J��� � f, ��' �-�.FMrNc Qi� can�rP�nrr - �����,�'� ���� � ��., . . . - �.�' � � A REMAINDEl� OF ,q ,'`�`,f,' ,�' . :�� `�, `� ° 9 CALLEa 38Q4.9 ACRES .'`,�`,;:'�,�, .f; , `\ �ia°�`'�. VOL. 30�1, PG. 2:f2 ,� fr` ,:' •'4 � �• � � C�` �'�l a,R.P..c. r. ��-',. ,..%',.�'���' ,•;i'� '�, , � � ��' �i:��'s'#o � '' ' ,� �s . � ���"'�" `-�`���'� *''q �': �� �` �''�5� ; ! ,--` �•' �`�,a�j ,•'•' �� �� �'_ � ; i �.,� ��� �: . ;-' � � �, � �,� .. . .��-----"�.o�a���� r�, �r��4`�� i�i '' �SMT I ��,�\, --�-�_.._�-�_..���_,J_---� 4 i i ._��..........�.-.-,�--,-" g ��......._----�_�...._..... -------------- � -------�......»___-----------�`--- f � ESMT A ________wm_____________ _-----__--_------------��.--y'—�—_---------�.—�--.-r� ------------ � A I.EGAL OESCRiPTloh7 ACCOMF'ANIES THIS E7iHIB1T pEED WfTNOUT WARRAN7Y 805WfLL lNTERE5T5, LTD. VOL. 1976, PG. 33! O.P.R.P.C.7. MEr�s ana souxos raxeu FRo�a SPFCrkI. WARRANTY QEED PATRlC1A DEAN 8a5WEZL PARCEL 6, !00l-32511bD4 ACRES VOL. 144f, PG. 4D0 o.Rp c. r. sia� FSR wi Ol1NAWAY ASSaC LP CAP �o��T o� � COMNiFN�IIVG NOTE: SEE SHEET �1 QF 11 FOR PAR�NT TRAGT--- AI�D LIST QF �XISTING �ASEMEN75. TEMPORARY ACC�SS EASEMENT 6_799 ACRE TRACT SITl1ATED IN TH� 1i78�8 RR CO SURVEY, ABSTRAC7 No. 648 I&GiV RR CO SURVEY, AB5TRACT NQ. 2042 I�GN RR CQ SURVEY, A65TRACT Nfl. 222�F WILLIAM ROBINSON SURVEY, ABBTRACT NO. 1107 WILLIAM ROBIN50N SURVEY, ABSTRACT Np. 1274 9asls of Baaring Is (t�FAO 83) (1993) Texas Cuorrlinate 'aystem, Texas Nodh Genlral Zone {42p2), Based upon Leica SmarlNat Na[wodt syslem. �isiances shown are suKace ualues, using a swia Factor of 1.6�012, �TEAIPOliARY ACCf55 eass�Hr ----� PROPOSEO PROPERTY LINE �--- EXISTING PROPERTY LINE b�-� AB5TRACT LME — ---- --- PRaPOSFD EASEMENT — — — — — �xisriNs ensE��nrr 1C�A1 CONTR6L MONIfAfENT FIR � FPllNd ifiON R40 ikHJfl1 V2' SIR � F!2`SET iR�N RQD WITH YELLOW ALASTfC CAP STAMPEO 'HALFF' PFC O PEIIiQT fOft A CORNER U.R.P.C,T. COLINTYE7EXA5 RF PpRKER D.P.R.P.C.T. pARKEfi OLINTY �?EXAS 5 QF ��� ����� � DGN:EXHOO�ING•EGR-01�13439.dgn FQ451LCREEK9LVD. FORTWORTH�TENA&76137 (B77jfl47-9AZ2 o�r�: ocTos�Rz�� 2021 AVQ: 43439,001 PAGE NO.: 7 aF i 1 0 � 64 LOCATION i'�AP N.T.5. ��ARIiVGIblSTAiVCE TA��� � �3 30 02 �tlW , � �l57' 26' 17"� 157.99' ��� r -� ' - 30 - .� � r ^+ pu � zo �j�---- _ 1 a`�\ , � G � �4ARN / . _� / N65' 40' 08"E 164.89' N71" 58' 16"E 201.76' 571' 58' lfi°W 198.88' �� Sb5° 40' 08"W 162.01' S�1 ° 00' 49"W �� 269.35' FNp AXLE � cc+�i 5/B' FIR � 0 200 4DD 601 SCALE: 1"=400' V. Oouyfaa a, [apiwn, ReqreYarea Proiass[orwl Lantl snrvayer, Co hweDy er.�*flfy that thls yoreawaa preporetl from a swvo mvda a� iha vrwirsa uneer my s�drySaWn �+a tliraeMan. MATCH LIN� (S�E SHEET 9 OF 11) — 15 54 55 i;' -- - WICLABSTRA�lT NQ. 11��VE - 14 �3 � �JV �$ 4 59 APPRO%,ABSTRALT LiNE ���o���„�,� _��.���� - 5� � �����.�n �EA�IiVG1��Si�NC� 1� � _ 60 - iA�LE '' 6ti N73' 39' 07°E N60' t3' 35"W � ,� � �� 63 62 � 56.5�, 54 224.73' q� ��� c 10 S �y� � N5055 71119 E 5� N8166 �08 �Nw `9�'T � S� 7 6 � Np ��F� ;; N11' 42" 49"E S88° 15' S2"W ��� ; i� � 53.50' 56 68.46' j�': NO1' 24' 19"W 564' 04` 39"W o�APPROx.A95TRAGT LI�E ��.,"o - �—f0•�•�� � 99.r02' �'J7 C7O.�Z� �` O �? �'�N N1o° 24� oo°E s29° 26� 54„w ��v�Y ��^; � �,� 1� 120.09' S8 73.17' �� 5��. p 2 � 0 4� N29' 26` 5�{"E 510' 24' 00"W GN R pC� ��� U,n� i���j ��, 11 g7.55, 59 111.95' � p� s�� ` m�� ', s r; C N64' 04' 39"E SO1° 2q' 1g"E � � � �z-� 12 76.30' 60 99.96' SP�CIAI. �NARRANTY dE�� 7 I �� `�,. i�� i� 13 N$B' 15' 52"E 6� 511' 42' 49"W �ALSN RANCHES ESM , � �_ ❑ 77.7Q 77.54 L 1MlTEQ PAR rNERSHIP � 1�� Y VOL. ]699, PG ]765 i+ + S81' O1' S6"� S50' 35` 19"W D. R. p. C. T. �, l4 7 A. 4 0' 62 7 2. 4 1' � M E T E S A N D � O U N D S ,. '� �, S 6 0" 1 3' 3 5" E 5 7 3° 3 9' 0 7" W TAKEN FR�M a�o � p° 15 228,91' 63 65.14' � p I � � DEEQ i,1 ,_„� �, FLEMlNG OIL COMPANY W 1 i� A REMAINDER (�F' A '� �, '� ;- m T E M P 0 R A R Y cQ�.�.�0 3so�.9 ac��s 1 y� ACCESS VOL. 304, PG. 232 m+` a.R.P.C.T. � �� EASEMENT �us�• 57� oo°E i� ss�� 57� oa°w 2g6 148 SF 241.43' } Z��.45' SQ7�9 ACR�.S iV76° 4Q' S7"E ; 1, S76' 4C►' S7"W 173.38' ; ` i 70.7b' A LEGAL DESCRIPTION ACCOMPANIES TNIS EXHIBIT N71' S8' 16"E �4 571' S8' 16"W 201.76' - � 19$.88' MATCH LINE (SEE SHEET 7 OF 11) NOiE: SEE 5HEE7 11 OF 11 FOR PARENT TRACT AND L[5T OF �X1571NG EASEMENTS. T�MPORARY ACGESS FcASF�.MENT 6,799 ACRE TRAC7 SITUAT�q IN THE HT&S RR CD SURV�Y, ABSTRACT No. 648 I&GN FiR CO SURVEY, ABSTRACT N0. 20D2 I&GN RR CO SURVEY, A8S`ffxACT NO. 2224 WILLIAM ROBINSON SEIRVEY, AaSTRACT Np. 11p7 WILLIAM ROBINSON SURVEY, R85TF2ACT IVO, 9274 IN of Beadng is (NA�� 93} (4993) Texas Cenrdinate 3yslem, Texae Norlh CenUal 2one {4202j, upon Leice Smarti4af Net4veric eysEem. Distances shown are surtao� values, using a scala of 1,00012. ��� �����sn FOSSIL GREEK 9LVD. FORT 1NOR7H, TEXAB 76437 TEMPORARY ACCE55 -- ease�ue�,r --------•••�, PR4POSE� PROPERTY LINE -� � — �- E%1571NG PROP�p7X LlNE � o � oo ABSTRpCT LINE — — --�-- Paapos�Q Eas�M�r -- — — ^ SXISTINC EASEMENi iCMI LqNTROL MpNi1MENT F1R � FOUN� IRON R�0 iUNPI 1/2' SIR � �/�'SET tRON R00 WYfN YELLOW pLAST[C LpP STA�IPEO 'HALFF' PFC Q PQINT FOR A C08NFR �•�•P•� r• COUN7Y�TEXAS 4F PARKER Q,P,HP.C.T. pARKEFiLCfl N4TY TEXAgDS DF bGN: E7fHOQ9-ING-EG�2-�2�3439,dgn AVO: 43439.401 �ei-r�ea�-tasz � pAT�: QCT08ER 25, 2p21 � PAGE NO.: e OF 11 � 0 200 400 609 SCALE: 1 "=4�00' iQ ,�',� � �ST�.e IS Doup:pa A.CW[auM1Reqlsterea Prafassia�iland SWYCYa� tlo Aira6y cePfitr +hat fhlA parUel►¢e prapar9a fram e wrvsy matle un fhe proWW �mtler my wpervlslon on0 tl�•ec��x. ATCH����-�-t �r oN 5lJR��Y ���- Ag57RA�'rs��� 127Q SPECIAL WARRANT Y q�ED WALSN RANCHES L IMI TED PAR TNERSNIP VOL . 1694, PG. T 765 D,R.P.C.1: METES AND BOUNDS TAK�N FROM DFED FLEM�NG OIL COMPANY A REMAJNpER OF A CLlt LED 38D4.9 ACRES VDL. 3(�4, PG. 232 l].R.P,C. T. E S�EET 10 OF � , � � � � 1 , , C7d �"� 4� Oa �'; .4 � W �� � S r�1 � i4 � W � . � ° �4 � r 45 i S 46 � 1 47 n u - TARRAI�T CQUNTY apaRax. assT��r u PA�tKER COUNTY ����g � � � I L� � I �� � I16 I ?.�' �C �C nr p � �I' � S65' 16' 06"E I 82.16'� � S6Q' 13' 35"E I 228.91'--� _� MATCH LINE � A LEGAI UE5CRIPTION ACCOMPaNlES THIS EXH4BI7 B�ARING]D4STANCE YABL� ❑16 583' 46' 1i"� a� N89�8 2'8 ��w 72.69` ' �N86' 45' 50"E N75' 19' 04"W 17 12i.95' 45 76.87' N83' 24' 49" E N64' 26' 09"W S 8 300.77' �� 217.98' 19 N61' 22' 46`E 185a13' �lSO' 25' 43"E 20 �,5.12' S85' 39` 18"E 2� 74.29' 2� 564' 26' 09"E 220.74' 4-� N85' 39' 1 S"W 65.01' S80' 25' 43uW 48 56.42' 561 ` 22' 46"W 49 � 85.93' 50 Sa�' 24' 49"W 307.49` S8f' 45' 50`W 51 125.32' N83' 46' 11 "W � 52 77.11' 49 23 5� 70 3,3 4,I� , � � S89' 1fi' 47"E � �� � 24 62.84' � r1 TEMPORARY ACC�SS ;� 51 �ASEMENT � , 296,148 SF .� '� 5� 6.799 ACRES j L,��-ESM7 1 � �� � � i � 4 �ri � �I t � N � �� � �� � N� � � ��� � l � p4 � � 1 � ���� � , ` �� � 53 `� ; ��✓ � --54%i� -�EET 8 0� 11) NOTE: 53 N65' �6' 05"W 8 b.40' N60° 13' 35"1N 5� 224.73` ��Y R���NSNo� �T � W��-�-A�STRA�T SEE SH�ET 11 4� It FOR PARENT TRACT AN� LIST OF EXISTING EASEMENTS. T�MPORARY ACCESS EASEMEIUT 6.799 ACRE TRACT SITUATED IN THE HT&B RR C� SURVEY, ABSTRACT No. 646 I&GN RR CO 5l�l�VEY, ABSTRAC7 NO. 20D2 I&GN RR CO SURVEY, ABSTRACT NO. 2224 WI�LIAM FlOBIN501V 51JRVEY, AgSTRACT Nd. 11d7 WILLIAM ROBiNSUN SURVEY, A85TRACT NO. 127�4 Hasis aF 9eadng Is (NA4 B3y (i983) Texas CoaM�nate 5ystem, Te�tas Nvr1h Central Zane (4202}, based upan Lelce SmahNei Neiwark system. �Is4ances shown a�e sudace vslues, using a scale tector o( LOOP12. TEMFPRdRY ACCE55 EASEMENT ----- PROPOSE6 PR�PEfiTY IJME ------- E7fI5TING PROPEf[TY L3NE —�-- A9STRAC7 LWE — — � PRaPO5E4 EASEFAENT � — — — -- £%FSiiNG Ep5ENF1lT �Cp61 CONTROL M�NUMEN7 FIR � FOl1N0 IR4N F06 NM81 I/2' 51R � �/��SET IADN R06 WITH YELLOW PLASiIC CdP STpMPEO 'HAlPF` PFC O P61NT FOR A[ORHFA O,R.P.C. T. COl�1NTYETEMAS OF PARKFR D.P.R.P.G T pAEiKER COU�TY iE%pSDS OF ��� �����SN DGN:EXIi008-Ih1G•EGR-03�3439.dgn �[�1� q000F�981lCREEKBLV�, FORTWOHTH_TEXA978737 (877)&17-1442 OATE: OCTDBER 25, 202'E AVO: 43439.001 PAGE NO.: 8 OF 79 ��-- - --- 0 200 �oa s0� SCALE: 1 "��40Q' 3 °r une' r � � 1 � r � � � � i�� r� r� i� r � �� � SPFCIAL WARRAIVTY DEED WALSN RANCHES L!Nl1TF� PAf?TNFRSHIP VOL. 1&99, PG. �765 Q. Rn P. C. T. MFTES AND 80Uf+lpS TAK�1V FR�M DEEO FLEMING �lt COMP,4NY A REMAINDER �F A CALLED 3804.9 A CRES VQL. 309, PG. 232 D.R.P. G. T. �� �� O� � x �� O� � �O .� � �� �� �j' �� m � m � � : �. I� ' � � � � II � �x � � � �� � A� .P� �x �N I. �N ov� � 1 -S `0 � _ �� � W I � v,y �z� '� i � � "�n S�R��Y �E��lAM �p��TS��' �27� Ag�T MA T CH 4�INE E5EE SHEET 9 0� �}) NarE: A LECAL OESCRIPTYON SEE SHEET 11 flF 11 FOR PARENT TRAC7 ACCOMPANIES THIS EXHIBI7 A�lL} LIST �F EX15T{I�G EASEM�NTS. TEMPORARY ACCESS EASFcM�NT 6.799 AGR€ TRAC7 s�Yunr�o �� Tr�E HT&B I�R CO SIiRVEY, ABSTRACT No. 648 E$GN RR CO Sl1RVEY, ABSTRACT NO. 2002 f&GN RR CO Sl1i�VEY, ABSTRACT NO. 2224 WILLIAM F2tiBl{VSON SURV�Y, A6STRACT Np. 1147 WILLIAfVI ROB�NSON SUF�VEY, A6STRACT NO. 1274 IN 9esis ef 9earing is �NAO 83j (1S93j Texas Enordinafe Syr�lem, Te�as No�lh CenUa! Zone (4P02�, dased upon Leica Smar[Net Nehvark sysEem. OisSances sh[yxn are surface velues, using a scale taclor oI 1.Ooot2. E�ERRINGI�I��ANC� TAB�� 25 N87' 29' 08"E �q 57130 91051 W z3a.��, , sa�• 2�� 2a�E No5• a�� 32°w �� 305.87• �� 61.53' 2� S83" 35' 27"E 3� N1��79 11QQ w ❑ 238.06' ' ❑zs s�9• 24� 2snE 37 s7� s7�92 �uw 266.05' , S87° 30' 46"E S59" 45' 39"W 29 110.Q�` 38 118.82' � f�59' 45' 39"E N87' 30' 45"4Y 3Q 1t3.12' 39 12�.97' 31 �71' 33' S0"E 40 N� �67907 ��w 92.38' ' 32 S15' 53' 00"E 41 N8 235�387aW 11�.3i' ' 5Q5' 05' �2'E N87' 25' �0°W 33 56,94' 42 303.53' 587' 29` 08"W 43 232.27' TEMP�RARY ACCESS EA5EMENT 296p148 SF 6,799 ACRES TEMPQRAHY ACCESS EASEi�IfNT -- — --- PROPOSEU PROPERTY LINE ------ EXISTING PRtlPERTY LINE' —�o� 0.65TRACi LINE — — -- rRoaosEe ens�r�ewr — — — — — EX1571NG EASEh1ENT iCMI CtlNTpOS. MpNL]MENT �IR � FOUid3 IR4N HOD IUN�I t/2'SIR � p ASTIC ICAP STAFiAEB HALF� PFC O P61MT FOR A COANER LJ.R.P.C.T. CQ�NTY�TEXAS OF PAFKFF O.P,R.P.C. F. ppRKER COIJNTY TE%ns°5 nF �:"� ����� DGN:E:(H008•iNG•EGR-04�43439.dgn ��� �i�;� FOS81[.CREEKBLVO FORTWF]RFH_TEXh576437 (977j&t7-7422 pATE: OGTO�ER25, ��2'� AVO: 43439.001 PAGE NO.: 1� OF 11 �. s, u' Z o zoo aoo soo SCAL�: 1 "=400' MEMDRANDUM DF NA ]'URAL CeiS, GAS LIFT, AND PF70DlJCFD WATER PIFELlNF EASFMENi BARNEiT CA1"H�R�NC, LP 50' P1P£LlNE EASFMFNT EXN1SlT 0 OOC. N0. D2120b96N O.P.R.7:C.T. AND VOL 2902, PG. l589 O.R.P.C.T E5MT 4 MEMORANAUM QF fVA7URAL CAS GAS ��f, ANO Pft0f1(1CF0 WATER PlPELINE EASEMfN1' BARNE7T CA7MfR1NG, ZP 50'PlPfLINE EASEMENT EXkIefT ! OOC. N0. a212068611 O.A.R.LC.T. AND YOL 2902, PG. J589 D.R.P.C� i MEMOftANDUM OF NATURAL CAS PIPELIN£ £ASEMENT SOUTHWESTERN GAS A�PELINE, lNC. 30' EASfME1VT VOL. 20fi9, PG. 7577 O.P.R.P.C.7: RfCORDlNG MEMORANDUM OF EASEbfFNT AGNEEMEN7 TfXAS EXPRESS P1PfLlNE LLC 50' PERAIANENT EASEMENT OOC. Nd. 2413Dd6f9 O.P.R.P.C.T. MEMORAN�uM OF NAiURkL G�5 CIqUlO5 PIPELINF EASEMENT CROSSrEX hlCL PfPEL7NE �.P. 50'PlPEL1NE �ASfM6Nr EXNl81T 4 VOL. ?669, PG. 1735 p.R.P.C. T. ESMi 5 NAiUHAL GAS PIPE�INE EASEMfNT ATMOS �NEHGY CORPORATlON SO` W1DE EASEMENT 4 (IQC. N0. 201315T40 O.A.R.A.C.T. AND DQC. N0. D2i3�i4809 O.R.1'.C.T. REGo170lNC M£MONANDUM DF FASEd.lENT AGREFMENT MEMOkANOUM OF NA7G17AL GAS PIPECINF EASEMENT TEXAS fXPRFSS PIP£LrlJE LZC ENERGY 7RANSFfR FfJEt LP 30' F�RMkN�'Ni lNGH�SS/EGRESS EASEMENT 30' WIDE �AS�'MEN7 aOC. N0. 201300618 VOL. 2326, AG. !79 p.P.R.A.C.T. O.P.R.P.C.T, _�--� ESM7 9 � � `'�\ �Y E.4SEMENT ANd RIGFlT-OF-WAY TfXAS fL£CTRfC S£RVlCE CdMPANY � � VOL. 327, PG. 477 � \ D.R.P.C.T. ♦ � I � ~\ 1 � I � � I � I l ` ,� ----^J k I I �' I^ I � � � ����� � � I � '`��`rT��l �------ � L__� \�'��� � i `` I y`�''�\ ; � � �r\� � SAECIAL WARRAN7Y AEEd ��d� WA1.SN R�3NCN£S L�M�iF,O PdRTNERSN!A I �` ��`�, � � VOL. 1699, PG. l7S5 � I O.R.P.C.T. � � � ldE7E5 AND 60UND5 ?'AXFN FROM } � >- , �` ~ ^ � � �'� --- -.� � I � � \__�-_��---- I FLEMlNG O1L� OMPANY a I o � 1 A AEMAlNDER OF A U U 9 CRfS A LEGAL DESCRIPTION ACCOMPANIES THIS �XHI617 CALLED 36.09. A VOL. 304, PC. 232 � I- I D.R.P.C.7. t,J � I � ��� , oa., � a , TEMPORARY � � ' ACCESS I � I �ASEMENT ( � � � � I _� --_ -- 4�� i I � , PA��IVT TRAGT ;/ n�.�r.s. �XH 161T � TEMPORAFtY AGCESS �AS�MENT 6J99 ACR� TRACT 51TUATED IN TNE HT&B RR CO SURVEY, ABSTRACT No. 648 18GN RR CO SUF2V�Y, ABSTRRCT NO. 2�Q2 l&O[J RR CO SURVEY, ABSTRACT NQ. 2224 WlLLINM ROBiNSQN SURVEY, ABSTRACT NO. 1107 WlLLIAM ROBIN501V SURVEY, ABSTF2ACT NO. 'f274 IN �7EMP�RpRY ACGESS EASEMENT ----� PROPOSED PRaPERTY LINE — — — — E%ISnNC aearERTY uNE —��� A95TRACT €JNE � — �- FAOPOSE� EpSEMENT -- --- ---� —» — �XISTING EASEAfEN7 tcn�► FIR � 1/2' SIR � ��C O ¢owrao� nwNUMKNr FOU3VD IRON ROD 0.1N9] 1/2' 5ET IRON ROa IVITH YELLQW PL65TIC CAP STAlUPEO 'HALFF' paiNT FaR n cosn� 9asis oF Beartng is (NAO�83] (iS93} 7exes Caordinate Syetem, Texas Nor1h CenVal Zone�{A202J, (�_R.P.C. r QEEq HECORdS OF PARNER 4aged Upon Lelca SmartNel Nehvottcsystem. Oialancss shawn ara surface vaSues, using a srale COFINTY TEXAS faclOrol1.00012. O.P.R.P.C.T, pAAKER C4LfNTY �xp�s�s aF =�� ���� � � DGN: E%H006-ING-EGR-05�343B.dgn AVO: 43439.OD9 �e��l�+�-+<� � DATE: QCTOBER 25, 2�21 PAGE NO.: 11 OF 11 �. o0 s'r vna �XHl�IT � i��P���Y C�fVSTR�JCii�i� �4SI�C��f�i '9 Being a tract of land in th� HT&B RR CO Survey, Abstraet No. 648, in Parker County, Texas, being a part of those tracts of land described in Specia! Warranty Dea�f #o Walsh Ranc�es Limited Partnership as recorded in U'olume 1699, f�age 1�6� in the Deed R�cords of Parker County, Texas, and being more particularfy d�scribed as follows: C�MMENCING at a found AxI� for the sout�wes� eorner of said Walsh Trac# an�i beirtg called to be on the north right-of-way line of the Texas and Pacific Ftailway Compa�y; THENCE North 00 degrees 13 minutes 49 seconds Wesfi, with th� common line between said Wals� tract and that tract a� land described in the Deed Wrthout Warranty to Boswell intet'esks, Ltd. As recorcied in Vo�ume 1976, f�age 331 in the Officia! Public Records af Par�er Cour�ty, Texas (O.P.R.P.C.T.), a distance of 3,668.72 feet ta a point fior camer; THENCE North 9Q degrees UO minutes p0 seconds East, cleparting said cammon fne, a distance of 24�.81 feet to a point far corner; TH�NCE South 00 degrees 06 minutes 09 seconds East, a distance of 62,50 feet to tf�e POINT OF BEGINNING; TH�NCE Narth 9D degrees 00 minutes OQ seconds East, a distance o# 25.4D feet #o a paint for corner; THENCE South 00 degrees 06 minutes 09 seconds East, a distance of 60�.98 fe�t to s pant for cornar; THENCE 5outh 06 degrees 25 rninutes 41 seconds East, a distance of 97.55 feei to a poi�t for corner; TH�NCE 5outh 23 degrees '[ 5 minutes 0'{ second East, a dista�ce of 53.63 fieet to a poinE for corner; THENC� Sa�th 41 degrees 44 minutes 24 seconds East, a distance af 42.13 feet to a point for corner; THENCE Sauth �1 degrees 28 minutes 11 seconds East, a distance ofi 2��.61 feet to a point for comer; THENCE South 56 degrees 14 minutes 13 seconds East, a distance of �59.02 feet to a point for cnrner; TH�NC� South 64 degrees 28 minutes Q8 secortds East, a distance of 69.g4 feet ta a point for carner; TH�NGE South 56 degrees 14 minut�s 13 seconds East, a distance of 63.55 feet to a point for corner; ThENCE South 49 degrees 18 minutes 42 seconds �ast, a distance of �2.�4 feet #o a point for corner; 1 of 6 THENCE Sauth 56 degrees 14 minutes 13 s�cands East, a distance af 801.25 fe�t to a point for corner; THENCE 5outh 67 degrees 27 m�nutes 51 seconds �ast, a distance af 225.41 feet to a point for corner; THENGE 5auih 65 degrees 40 minutes 08 5econds W�st, a distance af 34.26 feet to a��int far corner; TH�NCE North 67 degrees 27 minut�s �1 seconds INes#, a distance of 204.45 feet to a point for corner; THENCE Norih 56 degrees 14 minutes 13 seconds West, a distanc� af 8D5.23 feet to a point far corner; THENCE North 49 degrees 16 minut�s 42 seconds West, a disiance of 82.a4 feet to a paint for cnrner; TMENCE Narth 56 degrees 14 minutes 13 seconds West, a c�istance Qf 6�.23 #eet to a point for carner; THENCE North 64 degrees 28 minutes a8 seconds West, a distance of 69.84 feet to a paint for corn�r; THENCE North 56 degrees 14 minutes 93 seconds West, a distance of 864.86 fe�t to a point for corner; THENCE Norih 51 degrees 28 minutes '� 1 seconds 1Nest, a distance of 211.77 feet ta a point fnr corner; 7HENCE North 41 degrees 44 minutes 24 secands West, a distance of 4�.33 feet ta a point for corn�r; THENCE North 23 degrees 15 minute� 01 second West, a distance of 61.4a feet to a�oint for carn�r; iHENCE North 06 degrees 25 minutes �#'f seconds West, a distance of '402.63 feet �o a point for corner; iHENCE North 00 degrees 06 minutes 09 seconds West, a distance af 606.40 feet to the POINT O� BEGINNING AND CONTAINING 77,790 squar� feet or 1.785� acres of land, more or fess. A plat accompanies this legal description. Basis af bearing is NAD �3 (1993) Texas Caordinate System, Texas Narih Central Zone (4202), based upon Leica SmartNei Networ� systerrz. ❑istances shown are starface values using a scafe factor of 1.Ob012. 2 of b i I !j � � 1 � ,, ,, � I �` '' � r ii � i i � ii i i � � �, „ � i ri i � i I k� � � I I I� � � 1 i i �i i i y i i ij 1 i ��� i i i� � i� i i i� i � i � � �� �� 1 �� { pQ1NT O�+ B�CINf�f�� €sMT z ---� iia i; ' ; �, i,�, �sr�T � --�--�i i �� ESMT 4 � I��-�����,� I jk j � 1 i � � i ESMT 5 r !�!-r � � ESMT 6 ; � � N Q� fl�1 � ow �.,.� 0 z OEfD WiTHOUT WARRANTY BaSWELL 7N7"fRESTS, �Tp. va�. r9�s, Pc. 33r O.P.R.P.C.7. ��r�s anro eounros raxEN FRone SP£ClAL lNAARANTY 0£�tJ Pa rrtra,� o�aN aaswFcc PARCFL 6, I001-325tlOOtl AL'RES vor.. raar. PG. 40D p.R.P.C. T. �i ' i ; ��;___i ; _.� �� �i i �, �, '� ' � � 'i ' � � '� ' � i �F � I � �, � , �k � � I '� ' � ; '� ' � � '� '+ i �� � � I '� ' � � '� � � � I� I � �I 1 i I I �i .' i � , � � � � 1 � ' ��^— �� 5���� _A � � � � � +�1 � �(���. T M13K 5 � i � TRACT SY � �•�\1+�QG� WSTRUMENT� I � ; ��5�� � nPPR4X. A85TRnC�LiNE 0 3 �_ �.�o __.� - � _ Yv��TEMPORARY p�e CON$TRUCTION ` EASEMENT BY PFC pr•t -- J SEPARA TE I� IlVSTRUMEN� I`I` 1'iFr \ ' i I� `� 1 I� I � t I� ii;i � �iy � 0 � � � 0 lfl 0 `-PERMANEfVT TEMPORARY ACCESS EASEMEN7 6Y �ONSTRUC�ION 5EPARATE EASEM�NT f IN5T�2UMENY 77,790 SF 1 e786 ACRES PERMANENT w waT�R uN� u, EASEI�ENT BY o� SEPARATE a? IN57REJMENT �� co sv�v�Y o`° N��g RAC T NQ- 64� IJi PFC 5 -P�c � �`A��� Q�4�P���'� �S `�� / / ESMT q ��� ir�'�� � �� . 'f . ` ESMi k ��5/8' FIR�YJ/` 5/8' FIR W/ f UUNAWAY� OUNAYYAY r . nssoe i�e � �,e��; assoc �P r ' cna ���a Q�P� CdP ---� �� � A� GO AX�E � ���,����§,�t IC�I) � lP F�' POINT DF A LEGAL OESCRIPTEON ���M�iVCIN� RCCOMPANI�S 7HI5 E%H161T T�MPORARY CONSTRUCTION EASEMENT 1 1.786 ACRE TRACT siTuarEo iN THe HT&a �� co suav�Y, A�STRACT No. 648 IN PARKER COUNTY TEXAS ---, �r � �--'�,- �'` ' ,� � � 7f2AC��'_.. �� , • �OCATION I I ' ~ ^ f � � � i� � + � 'J � 20 �ALED4 1 �I�z � � � d �` N � � r 6�Eao � ` w' e � r� r _ k� �' � LOCAT'I�N {i1�A� NoT.S. SPECIAL WARRANTY OEED �ALSH RANCNES LIMIiED F'ARTNERSHIP VOL. 1b99, PG. 1765 �. R.P. C. T, METFS AIUD B4UI�D5 TAK�N FROM �Eeo FLEMING 0!L COMP.4hlY A R�MAINQER OF' A CALLED 38Q4.9 AC'RES VOL. 304, PG. 2.32 / D.R.P.C. T. �� �EARifVG1�lSTANCE YA�iLE ❑� N9�° 0�` DO'E � S23° 15' 01"E 248.8i' S3.63' SQO` 05' 09"E � fi2.50' �f9�' 00' 00`E 0 25.00' so6� 25f qt°� � 9i.55' NQTE: SEE 5HEET 6 OF 6 FOR PAREN7 TRACT AND LIST OF EXISTING EASEMENTS. B�ats of 8earing is {NAp B3) {1993) TeHea Coordinate SyeLsm, T@Mes Norih Ceniral2one (42U2), 6a5ed Upan LeIW SmartNet Nahv6rtc System. 6i6lanceS shown are surfacs valuee, using a scele �ctor ef 1.400�12. �iEMPORARY GUNS7pI1tTIQN E0.5EMENT TRACT ----�- pRDPU5E0 PRaPER7Y LINE �---- EI[ISSING PROPEFITY L4NE m � � � qBSTRACT LINE --- --�-- — PROPOSE4 EASEMENT — — — — --- E%ISTN4G EASEMENT LChfl CONTRaL MONLIMENT FSR � F011N� IRON ROD I11N01 1/2' SIR p I/2'SE7 IRON R00 WiTH YELLOW PLASTIC CAP STAMPE� 'HALFF' PFC O P�INT FOR A CORNER D.R.P,C,T, [OUNT�rETExe4p�PARKER �.P,R.P.C.T. OFPICIpL PII9LIC RECOROS OF PkRKER COl1NTY TE%p5 ����� �. DGN:EXH004-TCE-3•1�3439.dgn b. FORTWORiH,T67W576737 (B77184i�7q22 DATE: QCTOBER 21, 2021 AVQ: 43439.001 PAGE NO_: 8 O� 6 �N23° 15` O1'W � 12 �1.40` �N06' 25' 41`W 13 102.�3' o �oo zao soo scA�.�: � ��-2ao� �S°�° ��',` n ��ARI�GIDI�iAiVCE iA�L� � S41' 44' 24"E 42.13' oFFo wrrwour WARfiAN7Y 965WfLL lN7EREST5, tTD. VOL. 1976, PG. 33! Q,P:R.P.C.T. METES AND HOUNa5 TAKEN FROM SP�ClAC iYARRANiY DEED PAiR1ClA UEAN 805WfLL PARCEZ 6, lO�FJ25/1000 ACRES VQL. 144l. PG. 4�0 O.R.P.C. ?'. .r,� � � �; �, � ,, � � �, , � � �� � �; � �; li i�i i 3 �i 1 ���� � � �G�� � � 4�' ���� e PFC SSI� 2a� ���E �F.� �p4� P�c 205.61' � � 11 ��� 5�•'za� >>��w'� P�� 2��.�7� '�,\P�c � �� � ` `` � , �.�. � PERMANENT —' i i i i, , i WATER LINE �r ��i� r ' EASEMENT BY � i i i i i i i SEPARA7E Ii � i i � F i fNSTRUMENT f; i ;; i ! i I i � � i ` � ESM7 6 � � i ,� � r � � i ! � i i � i 1 � I � 1! Y I I� ! � � I II I � 1 � � 1 I� 1 i i i� I d i ESMT 4---T-� ��� I II i I � � � I II I � I � � I II 1 i ii i i�i J i ti r iii i� i f � I i �+4—.��-- ESMT 5 li r i, i d i li � iiF �i i k� I� � l I I � i � � I d �` I � i � � I i� . i � f � _ � � `�� `� � � � i i. �� `. � � I� 1 �� � � I� I � ] �` �` � I I � � +a `�\ i; ' � ' � � i � � `. � y `� i, i i i � b � , �� � i, � � � � , l� � E� `� 1 i ��� �` rESM7 3 �� �i4 � � � � � Y 14 � � �� \ 5 11 � I� �� \ 1 µ t � \ � 5 LS � I I � \ � Y 4l � 11 � � �` � p � A LEGAL DESCRIPTIQN �� � 5 i4 ACCOMPqNIES THIS E7CHIBIT �_ �� ti lti, TEMPORARY CONSTRUCTION �A�EMENT 1 77.790 S� 1.786 ACRES hl41' 44' 24"W 11 q8.33' NT&B RR CQ 5��4SY ABSTRACT N�° ' s �, ss. .� ,, �,� �q, 6 • ��}m .�` �9 F ., \ �3b� 8s9 .� .� 86, Q�. .� �s �� ��� . ESMT 2 � `� .` .` ��. SPECIAL WARRANTY pEED WAL5H RANCHES LIMITFD PARTNERSHIP VOL. 1699, PG, 1765 D.h'.P.C. T. ME7'�'S AND BQUNDS TAKEN FROM DEED FLEMING OJL COMPANY a ��MArn�Q�R oF a c,n�� En .�aa�. s � cR�s l/OL. 304, PG. 23� D.R.P. C. T, 7EMPORARY — CO�ISTRUCTION EASEMENT BY SEPARATE in�sTRu�ter�r HOTE: 5EE SHEET 6 OF 6 FOR PAREN7 7RACT AND LIST OF EXISTING EAS��AENTS. EXHIBIT � TEMPORARY C(3NSTRlJC�'fQN EASEMENT 1 1.786 ACRE Tf�ACT SITiIATE� [N T1iE HT&B RR CO SURVEY, ABSTRACT No. 64� IN PARKER COUNTY �TEMPORARY LONS7Rl1C710N EASEMENT TRACT ---- PRpPOSEE7 PRaP£RTY 11#E ------ ERtSTkNG PROPERTY 41NE � �. — --- aesTaacT u�ve ^ — — PR�aP65E� EASEMEN7 — — — — — Ex157lNG EASfMENT fCMS CONTROL MONLIMEN7 Flfl � FOUN� IRON fl00 EUNQI I /�' SlR � P�c O 1/2' SET IRON [i01J YlITH YELLOW PLASTIC CAP STAAIFfn 'HALfF' POiNT FOR q C�RNER Basls oFBeedng is {MAQ 83) (1993)Texas Caordlnale 5yslem, Taxes North Cenlral Znne (4202}, Q,fZ,P, �, ]'. �EEO itECORqS 6F PARxER 4ased upon Leira SmariNeiNelwodc sys[em. �islsrsces shown are surface �atues, usirtg a ecale COUN7Y iE%AS factaraf1.0p412. �.p.R.P.C.T. ppRl(ER O�NTr iEXAS�$ pF � I dG�f: EKH004-TGE•12�43439.dgn qVO: 43g39.D01 � ����� -- BLW. FORTWORFH,T6XA376ffi7 (B77j&17-1422 � DATE: OCT06ER 21, 2021 PAQE� Nd.; 4 OF 8 d• /z�o`� � � �� �r �^�� � vJ �� �� � �. �' 0 10� 200 300 SCALE: 1 "-20d' �� \� O� 44 �� Q v� � � Q���/Q`��F� � "J ` �\ � 9` . ��� � 4 � S64' 28' 08"E �-- 6�.84' ` S56' 14' 13°E S�RV�Y ��.��� �r&� �R co ��a '�� 549' 16' 42"E ABS�R�CT NQ �Fc 82.54' P�� TEMPORARY 4'P�� CONSTRUCTION �`t , EASEMENT 1 '�. ,�5�. 77,790 5F �'� � �9 t o786 ACRES 7EkiPORARY ` ��� �. !�„ CONSTRUCtION ���` �9, � EASEMENT BY p�RMANENT . SEPARATE WATER L]NE �` �" $Oj IN5TRUMENT EASEAAENT BY ���� ���, SEPARATE `� ` ` n_ IN5TRU�lENT � '`�� SPECIAL I'YARf?AIV T Y DEEL] � WA L SN RANCNES � �� `� LIM�TE� PARTNERSHIP � \ �0�. 1699, PG. 1765 esMT z�, '�, \ D.R.P.C. T. `. `QFc �`. \ METE'5 ANO BDUNDS TA1(EN FF70M 7EMPORARY ���. CON57R CTIOiV ` DEE� FL�MING O!L GOMPANY U EASEMENT B�� ��� SEPARAT� � IN5TRUM�NT ` 567° 27' 51°E r 225.41 ` ' � � — � I � �� ?f J I � � «� �I m 4 Q � al 4 � � I � l i I ( I : �� �o° t�^� "' 1 • � �� �v �� �� �� �Q � � � �_� r ! NIY � I 'V � � � I ( A REMAINDER DF A C,4LLED 3809.9 ACRES /" ;�'s,,.� vOC. 3�4. PG. 232 N67' 27' Si"4� .r � 7 p/�r �7 G /, D.R r•L.. ! • L�Q�QJ� ���r�, , \ , 1/ � '' B�ARIiV�I�I aTAfV�� /-�/,��� �.�con"�is°RucT�o TA�L� �'j�,'� � SEPARA�E B ❑565� 40� d�"lrlr ESMr i /��'�,' � ��� I�[5�RlJMENT 7 34.26' / ,- �� '` / ! N49' t6' 42"W �' '' �� � �s�s� v��.'/ ,/ $2.54' : /,-';, , �N�J�i� �4� ��°�i �/`�'�'''�``pG��`N�� 6a.23' /f / .- ; /��� ����Q°' . � ,�w�.�y�P �v�4• 2�f os��w ��1,.',ff �.�a 10 69.84' /'.f,-'/. A LEGAL �ESLRIFTION ACCOMPANIES TFilS EXHIBIT EXHIBIT B T�MPORARY C�NSTRUCTfON �AS�MENT� 1.786 ACRE TRACT 51TUATEO lN THE HT&B RR CO SURVEY, ABSTRACT Na,fi48 IN PARK�R COIJNTY T�XAS� IVOTE: SE� SHEET 6 flF 6 FOR PAR�IdT 7RACT AN� L15T OF EX[S�fING EASEME�ITS, �y TEMPOR4AY COKSTRl1CTI0N i� EASEAIEN7 71tAC7 �� — — — PROPOSEp PROAERTY LINE --- — — — EXISTINC PAOPERTY LINE � � � � ASSTRALT LINE --- — — PFIOPOSEO EASfMENT — — --� -- — E%1571NG EASEMENT cC►n� CONFRDL MONUMENT FIR � FpL1Na iRON E0� fI1N01 I/2' SIR' ��c O V2' SET IRON R06 W�TN YELLOW PLASiIC GAP STAAIPED 'HALFF' Pp]NT FOR A LORN£R Bssls of Beadng Is (NAt7 83) {1893) Taxes Caordlnala System, TeKas iVorth Cenlrel Zane (4T�2), I p. f�.� C, � oEED RECORuS aF pARKf7# based upon Lelca Sma�Net Nehvoric syslem. i7lsiances shawn sra surCew values, using a scela CO�NSY TE%AS factorofl.OpQ12 Q.P.R.P.GT. OFFlCIAL PUBUC REC�R65 �F PARHER LOLLNTY Tf%AS ����� �� DGN:ERH004-TCE-1-3�13#3B.dgn A�/D: 49439.001 �o goarwarrr�e,Texns7e�a� ta+��aar-+azz DATE: OCTQBEFt 21, 2D21 PAGE NQ.: 5 OF 6 o �ao zoo 3aa Qf'+AI C� tn_7Af1� I OeYyea A�Cavqw4ReqUlarotl FMa:9aalpDylqna �aWYOY�� ��WYrCOr�I/Y IhUf TfA! pE+E61V06 pnE��aY wP�zru�Eelw�Y� tl�ecttonne qreuM E5MT I � ES�T 2 � @S�T 7 ILlEMOftAI'�Q[iAf OF NAT(lRAL Cr15, GAS LlFT ANR PF70D110ED WAIER P1PELflJ� EAS�MENT 9ARNET7 GA1'NFRINC, CP 50' PlPEL1NE EASEMENr EXk181Y 0 OOC. N0. 02fZ06Ab11 O.P.R. T C. r. ANU VOL. 2902, PG. 1589 D.R.P.C. T ESMA7 4 M�MDRANpUM QF MAT�Jl7AL GAS, GAS LlFi. ANf3 PRODUCED �1'ATER PlPELINf EASfMFNr @ARNFTT CA7HEHING. LP 50'A!F'fLlN£ FASEMENT EXNIBIT 1 ODC. N0. 0212068611 O.P.R.7.C, T. ANO VDL. ?9D2, PG. l589 Q.R,P.C.7' M�MORANQUM OF NA7uHAL GAS PIPELlNE FASfMfNT SOl1THH'ESTERIV CAS P1PELlNE, rNC. 3d' ERSFtifENT V4L. 2063, PG. l5T7 D.P.R.P.C. T. ESMT 5 RECORDING MfMQRANR[IM OF EASEMElv7 AGREEMFNT TEXAS EXPRE55 AIPELINE LLG 50'PERMANENT EASEM£NT OOC. N0. 2D1300618 O.P.R.P.0 T. MfMORANUU� OF NATURAL GAS Lf0UI05 AlAELlNE fA5£MENT tRO55TE"X WGL FlFf�1NE L.A. 50'AIPELINE EASEh4ENi,EXFNBIT D VOL. 7669, PG. 1T35 O.R,A.C, f. ESMT 5 NATURAL CAS P1PE�lN� EASEMENT ATMOS ENERGY CORPQRATlON 50' W7DF EASElL�FIJT 4 ODC. N0. 20l315l40 O.P.R.P.C. r. AIJD OOf. N0, D2f3174809 O.R.T.C_T. ESMT 7 Y J RFCORDlNC MEMORANDUM OF €AS£AdENT AGAFEMEfJT �� ^ TEXAS £XPRFSS PlPFLfNf LLC 3D' PERMAIVENT lNCRf55f�GRE55 EASE'�fENF �Y����~! DOCO�R.P.�OQ619 A LECAL �E5CRIPTIpN ACCDhIPANIES THIS EXHIBIT ♦ � • � \\ \` � � .\ I � 1 � — —� � � 1 ' ` r_�� � � ! �� �` i . � � ; ��.�T� , � ' ' I � ` sr`� �--- � L.._.� ��T�:\, _ I I . ,y . i I !�H\ i l , ��`` SPECI.aL WARRAlJ7Y pEEp �2 � I wALSh fiANCN�S U�HlT$0 PAR7NERSNfP I O � , voc. r�ss. PG. li65 `--�`-' � I Il.R.P.C.T. `� � � I ME7E5 ANO BOUNOS ?'AKfN FROAA �.. I r `� ` ` - � � - �~ - - ��_ J F � \ �^__Y���------ I DEED z I� I I FLEMlNG D1L COMPANY 0� 1 A REMAlNOFR OF A v U � CAL LED .iB04.9 ACR£S I I VtlL. 3ad, PG. �32 � � I p,RF,C.T_ W Z 1 I �I� t I a � { � TEMPORARY �~ , ' CONSTftUCTiO�{ � ' � EASEMENT 1 I � , � , ��-- "- -.�"_'---�� , ��- I � .�� � � PARENT TRACT N.TeS, TEMPORARY CaNSTRUCTION �ASEMENT 1 1.7$6 ACRE TRACT SITUATE� IN TIiE HT&B RR CO SLJRVEY, ABSTRACi I�a. fi48 R COUNTY TEXAS �TEMPOR4AY CONSTRl1CTI0N EAS�MENT iqACT ---- PROPOSE6 ?ROPERTY LME --� — — — E1fIST1NG PROPERTY UNE o � �+ � q9S7RACT LIME --- �— — PRaP65E0 EASEMEN7 — — — — — ExISiING EASEMENT {CM1 CONTROL MUNl1MENT Flft � FO�NO iRRN R04 WN8) I/2' SIR � PFC O vr s�r ixaN aao wirH rE��ow PLASTIC CAP STAMPEp 'HALFF' Po,Nr cne n caeuEa Basis oEHeer3ng Is (N{IQ 83) (7993} 7�xae Coordinate System, Taxas Norih Cent�al 2ane (A202j, �.R.P C'. r 9EEfl RECOR�S OF FARKER based upon Leica SmartNet Nehvork system. �Islances ehawn are sudace values, uaing a scele C�tlNTY TE%AS factorof9.09012. D.�.�.P.C. T. pppKER CQ NiY TE%R5p5 OF -�� �����5N pGN:E)(H004-TCE-1�4�43439.dgn AVO; 43439.001_ �s+�� ce��1 �+T•�<� j DATE: OCTO��R 21, 2021 � PAG� NO.: 6 OF fi �Hl�li A T�R�F O�RY C�{��iR�C�ION �AS�il��R�T � Be�ng a tract of land fn th� HT&� RR C� Survey, Absfract No. 648, the M. B. Higbee and V. O. Hitdreth Survey, Abstracf No. 2721, in Parker County, Texas, beireg a part of those tracts af land described in S�ecial Warranty �eed to Walsh Ranches Lirrmited Partnership as recorded in Valume 1899, Page 17fi5 in the Deed Records of F'arke� County, Texas, and being mare particular�y describsd as follows: COMMENCiNG at a found Axle for the southwest carner of said Vlrlalsh Tract and being called #o be on the narth righ#-of�way Iine of the iexas and Pacific Railway Company; THENCFc Nor�h 00 d�grees 13 minut�s 49 secands West, with the cammvn line between said Walsh tract and that tract of land described in Deed Without Warranty ta Basweff Interests, Ltd. As recorded in Volume 1976, Page 331 in ih� Official Public Records of Par�er County, Texas (O.P.R.P.C.T.), a distance of 3,66�.72 feefi to a point for corner; THENC� No�th 9�0 degrees QO minutes 00 seconds Ea�t, departin� said common line, a distance of 339.82 feet to the PDINT �F �EGINNI�lG; THENCE North 90 degrees OD minut�s 00 seco�rds East, a distance of 84.00 feet to a 112-inch set iron rod with yellow plastic cap stamped "NAL��'" (hereinafter referred to as "with cap") for corner, THENCE North a[} degrees 06 minutes 09 seconds West, a dis#ance af 210.00 #eet a 112-inch set iron rod with cap for corner; THENCE Alorti� 9D degrees 00 minutes 00 seconds Wesf, a distance af 210.00 fieet to a 112-inch set iron rod with cap for corner on th� east line of that �Q faot wide Easernen# 4 described as Natural Gas Pipeline Easement tQ Atmos Energy Corporation as recorded in Document Na. 201315'�40 O_P.R.P.C.T. and also in Docum�ni No. D213174809 in #he Official Records af Tarrant County, Texas; THEiVCE IVorth 00 degrees fl6 minutes 09 seconds West, a�ong said east line, a distance of 45.D0 feet to a poir►t for corner; THENCFc North 9Q degrees 00 minut�s QQ seconds €ast, departirtg saicf east line, a distanc� of 30fl.00 feet to a pnint for cflrner; THENCE South 00 degrees 06 minutes Q9 seconds East, a distance of 3dQ.Q0 feet to a poi�t for corner; THENCE North 90 degre€s 0� minutes Oa sECQn�s West, a dista�c� of'i74.00 f�et to a point for corner; 1 of 4 THEIVCE No�th QO degr�es 06 minutes 09 seconds West, a distance of 4�.Q0 feet to the POiIVT �F B�GI�lNIi�G AND CONTAINIIVG 4Q,2�U sq�are feei or 0.9236 acres of land, mare or less. A plat accompanies this fegal description. Basis of bearing is [VAD 83 (9993) Texas Coordinate System, Texas North Cer�traf Zone (420�), 4�ased upon Leica SmartNet Neiwo�� system. Distar�ces shnwn are sur�ace �alues using a scale factor of 1.00012_ Zaf4 TANiC SITE �� �� TRACT 8Y �i � � SEPAF2ATE � i i i � INSTRL��EEIVT � � i ii i i i ��� �o��vT o�; � �_�_ B��IfVNIIVG�■ I jl I I� � --- � i �i ; i ! i f � I jl I � I � i� i� i� i r i � �� I � � � I �I �I � I ESM7 2--� I� I t� { � ' �� �' � ; E5M"f 3 �--3-L'e��-4� � � � ��� � �, �� �i ESM7 4—� � �� ' j F�`l ��;� ;,<< ESMT 5 --� �--T�� ' � j=� i i� i � , � i i+ i � , i ESMT G i i ii i � � � I �1 tf � I � � �� � � 1 � , I I �I �� i I d1N � �� !� � I Q i � i� ,� i r--, , ,� ,, ; � ��� ; ;, ;; ; ; � ; �� iii; O�� i ji ji � � z Ii �i ii � i � ii i � � � I �I � E I I � E� �! � i Dff1J WlTNOlIi WARRANTY � ��� �� � I 805WfLL lNTERFSTS, L T0. [� �� I� � I VOL. l376, PG. 331 � I� i� �� o.r�.�r.p c. r. i i i� i� � i � � ,� M�rEs aNp BouNas � � �� )' , � TAKfN FROM 1 j �j�� j�J � J ' SP�ClA [ WARRAhT Y DEED ����` �y �� PA7'R!E!A DEAN BDSiYELL � t ,• PARCEL 6. � �L (I �t y 100l-32511000 ACRES E �rtl I `}, VOL� lqql, PG. 400 1*,� ` Q.R.P.C.T. I I 1� j ���k �� , � , �. ��, ESMT 4 5f8' FIR W/ I DUNAWAY � A550C LP CAP 1� FNll ax�E 5/8' �CM�. FiR -y�I A LEGAL� RIPTION ACCOMAA[dIES THIS EXHIBIT � i� �� i i� I I`� I ` `�`�,E `,. 5« PFL � �o �I� , �� .�,��g�,�,��p.2 �� �,����� � a��� • P;PPRaX. ABSTRAGT �INE �.=r�000�_��_ ��pFC "�pFC � g 7�MPORARY CONS7RUC71QN � i PERMAlVENT �ASEM�NT Z � � A���55 qo,z�o s� I I SEPARAN� BY Oa9��� ACRES IINSTRUMENT �� 1 TEMPORARY CONSTRUCTI01� 1 ! EASE�AENT BY 1 5EPARATE INSTRUMENT �{-- PERMANENi' lI EASEMENT BY I` SEPARATE � INSTRUMENT � su�v�Y � �..�, ,� �. �� ��� � � , � � -, `^L__ � RACT ��-rion� 1 �.,� j� --.! � c ?,�o � � � �a.A \ 1 � a �r� r� T ao ,� RR , . � LQ�AiION MAP N.TeSo SPECIAL W,4fdRANTY OEED GNALSH RANCNES Llh!lT�D P,4RTN�'f75Hlf' VOL. �699. PG. 1765 D.R.P.C. T. METES ,4ND BOUI+fDS TAKElV FRdM DEFD �'L�MING 0!L COMPANY A REMAINDER OF .4 C.4LLEIJ 38Q4.9 ACRES VOL. 304, PG. 232 (J.R.P.C. T. ` , N ag� T�ACT� ND. �4g �EARII�CIDISTAiVCE I � _ TA���_ 1�90' QO' 00°E N90' 00' 00"E `a 33�.8�- 0 300.00- \ � n \ `` � N90° 00 00 E ��_ 2 84.00' ���-. �, . .- � ,�' ,. � r .' �' ESMT Y ��5/$' �IR Yf/' J��Gh{'CkCAIMC {i�p,C�C�y� �' � l�J���W��'"G�tl��P ��P oN00' Q6' 09"W z,a.��� �n��o° oa� oo��w 4 21 fl.00' ❑IVOV• 4V! L7uYY � 45A0' � 0 � NOTE: �OINT OF 5EE SHEET 3 OF 3 FOR PARENT TRACT COMMEiVCING AND LIST OF EXIST[NG EASEMENTS. TEMP�RARY CONSTRIJCTi�N FAS�MFNT 2 0.9236 ACRE TRACT SITl1ATE0 IN THE HT&B RR CO SURVEY, ABSTRAC7 Na. 648 M.B. H�GBE� and V.O. HILDRETH SURVEY, Agsr�cT No. 2�2� !N 8asis af Beering Is (NAP B3} (1993) Texas Coardlnale Syslem, Texas Narth Cenhal Zune (4262}, based uport Leka SmarlNei Nelwork syslern, Oiatances showrt are surfSce values, usu�g a scais facMrof 1.4flf112. 7EMPp[iARY fiONSTRl1CTi6N -- EASEMHHT TI70.CT — - - — PRO?65E0 PRaFERTv LINE — - - — E%ISTING PROPERTY LINE � — - —� k95TRACT LME — — — PR�PQSEb EASEM�N7 — — — — — E%ISiMIG EASEMENT ICHI1 C6N7ROL MOkl1MENT FIR � FOl1ND f[i0N ftOD lIlN01 I/2' S1A � pLASTI[ ICAP 5 pNPEO HALFF� PFC O POINT FOR A CORMER D.R.P.C.T. �auNTYET�%U�5 OF PARNER O.P,R.P,C. T, pARRER COUN�Y TE%AS 5 tlF ����� �GN: E%Ii603-TCE-2-1-43489.dgn '6. FORT WOR7N, TE%p3 767aT (917j fl47-7422 DATE; �CTOSER.21, 202'I AVO: 43439.001 PAGE iVO.: 3 OF 4 �'� 5QQ' 06' 09"E � �ao.00� N90' 00' 00"W 17A.D0` NOO� d6� V�nlf`1 4 5.00' 0 100 200 3Q0 SCALE: 1 "=200' ESMT 1 � E5MT 2 � ESMF 3 MEMORANd11M OF NATURe3� GAS. GA5 LlFT. ANO PROOUCED WA iFR PlPEt71VF EASEMFNT &Al7NETT GATHERING. LP 50' P!P£LlNE EASEMENT EXNl81 f 0 DOC. N0. 07720���7f O:P.R_T.C.1', VOL. 2902, PG. 1589 D.R.P.C.T �SMT 4 MEMpRANp1,Jh! OF NATifRAi G�4S, Ge35 LlFT, ANU PRDDi10EA WATER PIPELINE EASfM�NT BARN�T T GA TNERfNC, L P 50'P1PfLlN£ E1iSfMENT EXHiB7T 1 OOC. NCJ. fl2l20S861f O.P.R.T,C.T. ,GNO VOL. 2902, ?G. l589 O.R.P.C. l A LEGAL Q�SCAIPTtO�I ACCOhAPANIES THIS EXHIBI7 hf£MORANDUM DF 1VATfJRA1 GAS PIPE1�lNE EASFM£NT 5DUTNWEST£AN GAS PlPELINF, 1NC. 30'fASEMENT VDL. 2069, PG. 7577 �.P.R.P.C. f. ESMT 5 RECORDlNG M£MQRANOl1M OF fASEMfNT ACREFMENT iEXAS EXPRfSS PlAfLIAIE LLC 50'PfRMAN£NT EAS£,SdEIVi OOC. N0. 2d13Dl1618 O,P.R, P.C. T_ MEMpRANOUM OF NaIURA� GAS � r0Ur�5 P�Pf� IN�' �A SEMEx7 CROSS7EX NGL PIPE�LlNE t.P. 5�' PIPELINE EASF7��NT fXNlBlT D Y01, 2669, PC. 1735 O.R.P,C.1: E5MT 6 N,4T11RAL GA5 PIPELINf EASEMFNl' ATMOS FNFA�iY CORPORdT1�N SO' W1DE FASfMElYT ? OOC. Nf1. 2013f5J40 Q.P.R.P.C.T. AND OOC. N0.02131748Q9 O.R.LC.T. f�� �� _ f�; � _ _ � \� \` I � I � `\ � I � � � � I � � � `r -------. � � � ti. . , � , ��,�T� , i . �` . � I i , 'F,� . ' L--� ���TF` . ------- . yyy� , i f\C��` i � �• �4}, . SP£CIAL ri'ARRANTY DEEO ��?0\ WritSM AkNCN�S LlMfTEO PA177NERSHIP I � � VOL.l699,PG.lT55 `\ `��—�� � i D.R.P.C.T. � ME7fS ANfI 80UN05 TaXEN FROM � f F \ ~ � ' �` -� — _ �� � I fJEE17 Z�Z `` ~__�----�----- I FLEMING OIG CDRlAANY 0 Q j A REMAfNDER OF A V U I EALL£0 3804.9 ACRES ( I VOt. .30q AC_ 232 � � � � D.H.P:C.T. � I a I d 4 I I TEMPORARY I~ , I EASEMEfVTT ON I ' � � �� � � �_ _ r--�-- _ -�~�-`-- ��l I � .-� � '� PAREIVT TRACT N.T.S. EXHIBIT B TEMF'ORARY CONSTRIJCTION EAS�MENT 2 Q.92�6 ACRE TRACT 51TUATED IN THE HT&B RR CO SURVEY, ABSTRACT No. 648 M,B. HIGB�E and V.O. HILDRETH SURV�Y, ABSTRACT No, 272'� IN PARKER COUNTY 7�XAS FEMPORARY CONSTRUCT[pN EASEMENT Tp8C7 -------- PROP65E� PROPERTY LINE --� — — EXISLING PROPFJSTY UkE � � � � A$5TRACT LINE — — — PROPOSEO EASEMENT _.. ._ ..... ..... _. �xisTinc easEMENr (CMl CONiROL MONl1MENi FIR � FOIINQ IRON ROO fIfN01 1/2' SIR � ���' SET IRON ROD WITH YI PLASTIC CAP ST4MPE� 'H pFC Q POiNT FaN A CORNER Basls oF Bearing is (NAO 83� {1993) Texas Coordlnale Syslam, Taxas Nrrtth Central Zone {4z02}, �� f��P� C� r� �EEO RECaRO$� pF PARKER besed upon Le€ca Smarll4ei IVelwodt sysiem. Pistancce shawrt are sur[sce values, using a scale CallNri TERAS factaroft.oau1z. O.P.R.P.C.T pARR RLLOL iIY TE%0.5D5 ����� I ❑6N:EXH003•TGE•2-2d3439.dgn f qVd: 43439.001 Ftl3SILCREEK9LV�, FOR7WaRTH,TEXA576137 (917j947-7482 � C]AT�: OCTO$ER 21, 2U21 ��ACE n�a,: a o� a t Doudox ti.Ca�vv4peq�a+eraE Prefesflwqllona }�vaY�.� �ar�ty tarfify that thfs po�ce���y �tlB�m'jl 5�+0 rWsbnVanqmaiaeetlorth6 Ya�a �X�I�IT A i��l��F�►I�Y ��N�Yf�U�iIOR! ��e��14�I�fV� 3 Being a tract of lat�d in th� HT&B RR CO Survey, Abstract No. �4� in �arl�er Coun#y, Texas, bei�g a part af thase tracts of land described in Speciai Wacranty Deed to Walsh Ranches i.imited Partnership as recarded in �/olum� 1699, Page 176� in the Deed Recor�s afi Parker County, Texas, and being rnare par�icularly described as follows; G�MMENCING at a found Axle for �he southwest coPner of said Walsh �ract and being cafled to be on the north right�of-way line of the Texas and Pacific Railway Gompany, from which a 5J8-inch found iron rod with cap stamped "BROO�S BAKER SURV�YORS" nn the west line of said Walsh Ranches firact and being the northeast corn�r of that tract af land described ir� Deed Witl�out Warranty to Boswell Interests, �td. as recorded in Volume 1976, Page 331 in the Official Pub[ic Recards of Parker Gounty, Texas (U.P.R.P.C.T.} bears Nar�h d0 degrees 13 minutes 49 seconds West, a disfance af 8,043.42 feet; THEIVC� fVor�h 56 degrees 19 m�nutes 21 seconds East a distanee of 2,fi36.05 feet to the POINT OF �EGINNiNG, being an the south line of a 30 faot Permanent IngresslEgress Easement in Recording Memor�ndum of Easemer�t Agreemer�t to Texas Express Pipeline LLC as recorcled in �ocumen# No. 24130061� O.P.R.P.C.T.; THEAICE North 28 degrees 59 minutes 11 seconds West, a distance af 30.D4 feet to a point for corner; THENCE iVorkh 56 degree5 14 minutes 13 secands West, a distance af 47.39 feet ta a point �'or corner on the �ortheasterEy line of a 3Q foot wide Easem�nt described in Memorandum of natural Gas Pipeline Easement to Southwestern Gas Pipe4ine, Inc. as recordec! in Vo[ume 2dfi9, Page 15�7 O.P.R.P.C.T.; THEiVCE South 72 degrees 43 mFnutes 06 secands East, a distance of �8.3� feet to a point for corner; THENCE North 61 degrees 00 minut€s 49 seconds �ast, a di5tance of ��.56 fe�t to a poin# for corner; TbENCE North E5 degrees 40 minutes 0� seconds East, a distance o� '{46.2� feet �o a point far co�ner; THENCE South 24 degrees 19 minutes 52 seconds East, a�istance of 30.00 f�et �o a point far corner on tf�e south line of said 30 faot Permanent EngresslEgress Easement; THENCE South 6� degrees 40 minufi�s 08 seconds West, along said south line, a distance of 145.00 feet to a point far corner; 1 of 4 THENCE Sou#h 61 degrees 4Q minutes 49 secands West, continuing along said south �ine, a distance af 72.95 feet ta the POIi�T O� BEGINh1INlG AND CONTAi�lIfVC 6,967 square feet or 0.1599 acres o� land, more or I�ss. A plat aecampanies this legal descriptian. Basis of bearing is NAD $3 (1993) Texas Coordina#e System, Texas North Central Zone {4202), basect Upon Leica SmartWet Networl� system. Distances shown are s�rface Walues using a scale factor of 1.QQ012. 2 af 4 ��ARIf��1�ISTAI�C� TA�L� PERMAntENT N2$� 59' 11"W �l�S� 40' fl8°E WA�r�R LIt�E � 30.00' 0 146,22' EASEMENT BY SEPARATE ` 1NSTRiJMEN7 � fV56' 14' 13°W � S� �0 00 �pE � � 47.35 ' �`�� S72' 43' q�"E S65' 90' D8°W ��� ��� a 58.3,� o �4�.ao� .�``�� � N�l' 00' 43"E 56I' 00' 49"W �'�. \ \��� �5.56' 0 72.95' �`. � � TEMPORRRY ��`.� �\� caNSTRucriaN �,, � EASEMENT BY `. SEPARATE \�� CONS�ftUCT14N INSTR�l�AEN7 ``���,` � � ` �p�EMENT BY `�``` � � N5TRUMfNT SPECIAL FY,4RRANT Y 17E'ED �`���� � ` � lNAL SH RANCNES � �� � �I LIMlTE� P,QRTNERSHlP - %� � � \ � VQL. 16R P C.7'.1765 Es�+T z J ��.��� � p i=! fJ. . . ` ` � METES aND BOUNDS TAKEN FR�M `��'�� 3� �--� � y DEED FL EMlNG 0!t COMPANY A REMAl11,+1?ER OF A C!lLLED 38D4.9 ACRES vo�. 3a4, Pc. �3z p,R.P.C. T. oF�o w�rxour waRRarvrr ; aosWFcc �urFREsrs. c ro_ � VOG. l976, PC. 331 �� i o.P R.p.c. r. �r � � �eFrFs AND BOLINDS T4KfN FROM i 5/8' FIR W/ I DUNAWAY � tl Q i ASSOC lNC /� � SPEC7AL WARRANTY 1�EE0 d � PATRlCIA pfAN 8051YELL N � CAP �� � PARCfL 6, w � �r � �' � roaaC 2rani°°a°c. aao S� �,���.5�'�.-�/� n.R.p c. r. � ,� • , . `' 5/B" FIR W! � �� D[1NAWAY � � � �1F�y; ASSOC LP � �` �y �' Q�'Ad'�, iEMPORARY —% � p�c CONSTRUGTiO�f ' Prc EAS�MENT BY z � IN5TRIJNIENT ir j /%f ���� s:. , �°� p� �j / �� ra,5�d• - ` • i�..L /� ✓� .f -� j'fPOINT OF <`:-' �EGIfVNIN� � �` TEMPORARY CONSTRUCTiON EASEMENT 3 6,967 SF 0.1�99 ACRES ��&B �� ��NpUG48Y Aasr�acr CAP � ' �Q p,�OG� nx�E �ti����4 iCM1 � �R 5/B' � F'i� P41NT U� AGC MPANIESETH15� EliH81T COhI1MEi��f NG EXb I f B iEMPORARY CONSYRUCTION EASEMENi 3 0.1599 ACRE TRRCT 51TUATEd IN TH� HT&B RR CO SURV�Y, ABSTRACT Na. 648 1N PAFiKER COUNTY �'EXAS NOT�: SEE SHEET � OF 3 FOR PAR�NT TRACT AlVf] LIST aF ExISTING EASE�+lENTS. �TfNPOitpRy CONSTRi[CTION EASEAIENT TR4CT — — — PR�POSE� PRpPER7Y LINE --- f%ISTIFFG PROPERTY LINE �— — � aesTRacr �in� �-- — PPO{'OSEQ EASEMENT — — — — exEsnNe enseµ�rrr iCMI CONTRUL M(3N11l�ENT F1R � F1111N� IRON R�0 [11N01 ��Z, S�R � 1/2• SET IRON qpp Wrt6 YELLQW PLM1STSC CAP STAMP.Ek} 'HALFF` PFC. O POINT FOR 4 L4RNEli - oT Beadng Is (NAQ 93j (1993) Texeb Gonrdlna[e Systam, Tezas Nnrth Gentrel Pone;a2o2�, I Q,R� f7. C. T. oEFo AECOR6S pF PAFKER d upon Leica SmarWet Natwafe syslem, Distan�s slmwn era surface values, using a scale � GaUNfY TEXaS raf1.00012. `Q.�.�•�•C T• PdFKER C6UN7Y TEXA9 5 OF � � ���j ���# DGN:�XH6D5�TCE-3-1�343S.dgn AVD: 43439.Q01 ��� .l �� � F0331L LREEK8LV�, F6RT WOiiTF[, TEXA87619Y (B17f 847-7422 pqTE: OCT�BEFi 2i, 2021 PAGE N30.: 3 OF 4 T6PLSFIRhAN0.1Q649B95 _ - � �� � � _---�.- .� . �o � � � f ±�\ `�'-so� - L� � � TRACT / LOCATION ! �,� ��� �4 t- r �� � zo ` � � ���~ , � 4LED0 � � ' i a�� . _ � ei.�oo �n�� �a • � �� i �� � ua! I � LQCATInN iVIAP �I,T.So 5,��2�az � ��P�o �o. ��'� ��� G � f � `� � � _ = � � � I' esrn� 3 � PFC' ` r u ��� .. — . ' 7' ( � _ � �� �� �1 �� � a XI ol � a a d� I l� 1 ll n �oo �oo soa SCALE: 1 "=20D' i 4wCAQ a�tpereuryRapt61ered hoioaa�w�WLaW fyrrayer,� herebY ��11ey �ho� In1y odru9�aa a'aoarad fraF a uV ev �na4� en rna ywn0 unQar �Y �Pr.rvlefen�end tltreo4lore, ESMT 1 � ESMT 2 I ESMT 3 MfM017ANDUM OF NATI9RAL GAS GAS �lFT, AN� PRODUCfD WATER P1PE11NF EASEMENT BARNETi GATNERlNG, LP 50'FIPELINE EAS�MENT fXiflBlT d DOC. N0. �2120686l1 O.P.R.T G.7. AND VOL. 2902, PG. l599 D.R.P.C. T ESMT 4 MEti40RAND1IAA OF NATGRAL GAS, GAS �1FT, AN� PR00110E0 N'ATER F!P£1lNE EASE�WFNT eARNf7T GkTNffl7NG. LP 50' P(PEZINE f.ASEMENT fXli18l7' 1 paC. lVQ. D2l2069S1! O,P.R. f C. T. AND VOL. 2902, PG_ t589 D.R.P.C.T A LEGAL OESCRIPTION ACCOMPpNIES TH[$ EKHIBIT MfMORANDUM nF NAT�RAL CAS PlPEL1Nf EAS£MfNT SaUTNWf5TERN GQS P1PELINF, lNC, 30'EdSEM�NT VOL. 2059, PC. l577 O.P.R.P.C,T. RfCOROlNG MEMORANAUM QF fASEhdEN7 ACRFftiMfNT T£XAS EXPRE55 PIPEL�NE LLC 30'PfAMANENT fNGRf55/ECRESS EASEMENT poC, IJo. ztl13006r8 O.P.R.P. C. T. � �_ �- - JW . , .\,\ , , � , ,� � � � � � � � - --, ' ` � ----.__ �---- I � � i I � � ( � `��.,��,� � � i � i � �'QS�. I i �^_� � y��` l__ — -- — I , y� � � � �� � � , �y. I SPfClAt wAARAMTY OEFD �2p� ( � WALSN RANCNES LfM7TEp PARYN�R$HIP I � � � � VOL l639 PG. l7S5 � '-'-''� � i lJ.R.A.C.T. F � � y'� - _� � I MET�S kN0 80UNDS TAKEN FRQM Z � � � � ` y ~ � � �� � - QO \ 1----�---- l FL EMING 0lLf COAlPANY � I� 1 f I A RFMAINDER OF A �iZ � AVOLo30� PC. 2J2�S � 1 � � i D.R.Rt.T. a � � I �F � � ��MPORARY � � �` CON5TRUC�ION f ' EASEMENT � I � , I��.�__ "�r —,�`.�—_�J i ,�J I .'/ ' �� PAR�i�i TRACT I�,T.S. EXHIBIT B """'" 7E�IPORdAY CONSTRUCTION TEMPO�n A' � EASENENT TRACi i'[Y1�Y CQIYSTRUCT�ON .��_�....�. pROPOSE� PROPERTY LINE EASEMENT 3 ---- ExSrEac P�oPeRTY uNe � � o � A85TFACT LINE p.1599 ACRE TRACT — — PaoPosen �ns�M�Nr ------- ERiSfING EASEMENT StTlJA7E� fN ±FtE ��M� CONTROL NONUAfE[dT HT&B RR CO SIJRVEY, ABSTRACT fVo. 648 FIR � FOLIND IRON R00 tIJK01 IN 1/2' Sl�i � PLASTIC IC.4NP 5�TAMPEa YNAL PARK�R GOUNTY �EXAS p�� � p�ENT FOR A CORNER Bas{s of 8earing is (NAD 8.3) (1493j Taxas Cootdlnafe Syslem, Texes No�th Cantral Zone (420xJ, Q,R.P. �'. r DEEO RECaRo5 tlF PaRKER based upon Leica SmartNet Nefwo�k syslem. Qlslances shown are surFece values, using a scale C�LINFY TF,%a5 laeloraf 1,OOQ12 i�.P.R.P,G. T, DFFICipL P1181.IC R�LDR05 tlF PARKER COUNTY TEXAS ����� I DGN:EXMU05�TCE•9-2d3d39.dgn �AVO: 43439.001 40UO FOSSIL CREEK BLVO. FORT Y1(1FiTH, 7EXR5 T8337 (617) 947•1�422 j DAT�: OCl"pBER 21 � 242� � PAGE NO,: 4 OF A ��bl�l� � T��iP�RR�►►RY CO�l�Ti��1CilOfV ��S�I�I�Rli 4 Being a tract o# lar�d in the HT&B RR CO Sur�ey, Abstract IVo. 648 i� Parker County, Texas, being a part of those tracts of land described in Special Warranty Deed ta Walsh Ranches Limited Partnership as recorded in Vnlume 1699, Page '1765 in t#�e De�d Records ofi Parker County, Texas, and being rnare particularly described as follows: COMMENCING at a found Axie for �he sauthwest corner ofi said Walsh Tract and bein� called to be on the north right-of-way fi�e of the i�xas and Pacific Railway Company, fram wh�ch a 518-inch found iran rod with cap s#amped "BR�OKS �AK�R SURV�,YORS° on the west line of said VlFalsh Ranches tract and being the northeast corner of that tcact of land desc�ibed in Deed Withaut Warranty to �oswsll {nteresis, Ltd. as recorded in Volume 1976, Page 33'I in the Official Public Recards of Par�ter County, T�xas (�.P.R.P.C.T.) bears Nor�h 00 degrees '!3 minutes 49 secnnds West, a distance of �,043.42 feet; TH�NCE North 53 degrees 28 minuies 27 s�conds �ast, a distance of 2,59'i.9fi feet to the POfNT OF BEGINNING; THENCE North 56 degrees 14 minutes 13 seconds West, a distance af 44.21 fie�t to a poir�E for corner; THER�CE Nflrth 33 degr�es 45 minutes 47 seconds East, a distance of �AO feet to a point for corn�r on the northeasterly line of a 3� foot wide Easement desc�ib�d in Memorandum af natural Gas Pipeline Easement to Southwestem Gas Pipeline, Inc. as recorded in Volume �069, Page 157Y O.F'.R.P.C.T.; THENCE South �6 degrees 14 minutes 'f 3 seconds East, along said na�heasterly line, a distance nf 44.21 feet to a point for corner; THENCE South 33 degrees 4� minu#es 47 seconds West, departing said nortf�easterly line, a distance of �.�0 feei to the POfNT O� B€GINNI�G AMD CaIVTAINII�G 354 square feet ar A.0081 acres of Iand, moce or less. A plat accompanies this legal descri�tion. �asis of bearing is NAD �3 {1993) Texas Coardinate System, Texas Alorth Central Zone {4�0�), based upon Leica SmartNet Networ� system. Distances shown are sur€ace values using a scale factor of 1.00012. 1 of 3 ��A����r�is�ANc� PERMANENT TA�L� WATER LiN� EASEM�NT g� N56' 14' 13"W SEPARATE � qq��j' \ INSTRUMENT �- N33� q5� 47�E. �� ��� �rs�B rRacr��° &�$y 0 a.00� `�.�'�\ � � Aa ❑ s5s• r4f �3��E Y�. \ � � q�4.21' . ,` \ ��.,\``\ \\ � S33 $4oQ47"4� � TEMPORARY �`.� � \\ coN�r�ucr�aN �,, � EASE�IEiVT SY `.� 5�RARAT� ` \`� CONS�RElC7iO3V INSTRUMENT ����� � � � EASEMENT 8Y SP�ClA�. lNARRANTY DEED �`�,� � SEPARATE W.GLSN RANCH�S ` �~` INSTRUMENT r.�Mir�u ��Rrn�ERsw�p ��' \ � ►/OL. lbg9, PG. lT65 `�` f1.R.P.C. T. � � � �sM�r z� �`. � \ \ � TEMPORARY CONSTRUC710N EASEMENT q 354 S�' 000as� a�cREs ` a 1 �` ^� � MFTF5 AN� BOCINI7S �`� `� a� f�'y TAlCEN FRQN1 ���N`�' �� ��` �= ` /� � - �l�' '�SM7 � DEED �EGI�lfVIN� : �r � " .�. �__ , FL EMING O1L COMPANY A R�MAlIVDE�4 OF A C.4CtFO 3809.9 ACRES vo� . .�04. Pc. z3z D.R.P.C. T. OfEO WlTHOUT iYditRAN1"Y � j 905WELL 1NTERESTS, �TO. I VOL. J976, PC. 33i ry I O.P.R.P.C. i. ry i � AdETES ANO BOUNIY5 � 7AKEN FROM i 518' ��R wi � Q I QUNAWAY fi� I RSSOC IHC . /� SAEClAL FY.4RRdNfY �fED � r � �aP � PATRlCIA �f4N 805WEf.L � � �� PARCFL 6, w � �� �� �0o�-32straao ac�tEs + ��- voc. r�a�, PG. 400 , , ,� D.R.P.C.T. �� ;�r� �• ��� ��� � � SEE DETAIt 'A'� •�.��� � -•� TEMPORARY �--� � CONSTRUCTIpN / � •'�� �ASEM�NT BY �� / /�r �� �SEPARATE ' � ` f INSTRUMEN7 � ` � �}` � 'a o�� /�/ .-� � � ,� `���• /,- / - .... _ . �.� , /,. �c� `L� r -'� /' / .' �'� - '. �f / � ' / � � �� � V ! .\ �/ � ` BFC 3 �%. '� 1 tl -'� �� PFC sia FiR wi ounrnwnr i � •� � ��i��� ASSOC LP ��� ! �� Q� A4�; C11P ! � r � A�OGptZQ CM1E ',� R^1��41P�F 5l8' r � F�� POfiVi �F A �ECAL pESCRIPTION COMM�N�INC ACCO�APANIES THIS EX��617 EXHIBIT � TEMPORARY C�NSTRIJCTlON EASEMENT 4 0.0081 ACRE TRACT 51TUATED IN 7HE HF&S RR CO SURVEY, ABS7RACT No. 648 lN PARKER COUN7Y TEXAS 'r� /`r �__-�.- r,��.. . �o 1,� —�o �- � TRACT r � LQCATIOi�_ f a� ,� ,��, �,�+� �` EQO\ ,� A % �r ���. �.00AY10�! MAP N.T.S. ?� ��Rry`��p2 a� �� {'9 A4Q' 4 �,, ol 1�G ���P� �'` � � � " � •� PFC •\ . j �� PFG `�`��, _� P.O.�., 4 , : ,.. � ET'Al L "R" SCALE: 1'=50' NOTE: p 5EE SHEET 3 O.F 3 FOR PARENT TRACT C AN[? LIST �F EXISTING EASEMENTS. j`� TEMPORARY C�NSTRUCTION 1 -�. EA5E�IENS TRACT --- - - — PROPOSEO P3i0PER7Y LINE �--- - - — EXISTING PROPERTY LINE � � o o� A65TRACT LINE �- --- �-- PIi0P65E� EASEMENT — — — — — E%ISTING EASE�ENT fCM1 C6NTROL MONLIMENS FIR � F�11N0 iR9N Ap� d1N01 1/2' SIR � PFC O vz• ser isoK Rao w�rH P4p5TIC CAP STAMPEO POINT FOR A C4[iNER Beaie af Beadng is {IVp� 83j f19B3) Texas Coordinete Syslem, Texgs Norit� Centraf Zane {4202}, 17 � P C� T� OEED RECORDS 4F PhRxER trased upon Lefca SmarlNet �3ehvork sysLem. Oistances shown are surtace values, using a sraSe CUUN7Y YE%nS factoro�l,ODoi2. O.P.R.P.C.T. pAftKfR COUNTY TEXA5 � OF ��C �����° � pGN: EXHDQB•TCE�-1�43439,dgn AVO: 43439.001 �G.�■ �.� FU391LCRfEIC6LVIY. FORTWORTH,7FXA676137 (877�847-14?2 DAi�: OCTOBER 21, 2a�� PAGE 1V0.: 2 flF 3 � '�. �, �ao zoo soo SCAL�: 1 "=20p' ES�T I � ES�T 2 � ESMT 3 MEMORANOUM OF NATCIRAL CAS, GAS LlF7, AND PROOUCED WATER PIPELINE EASFMENi BkRN£T7 CATN£RlNG, �Y 50'Y1P£LlfVf EASFMFNT EXkfBlT 0 OOC. N0. D212p&9611 D.P.R. i.C. Y. AND VQL.2902, PG. f589 O.R.P.C.T ESMT 4 MEMORANpUM OF NATl1RAL CAS, GAS LlFT, AND PRbDUCFO WATER PiPEClNE FASEMENT BARN�TT GATh!£77fNC, �P 50' PIPEL7N� ERSEMENT EXN187T 1 DOC. NO. 02�20686�1 O.P.R.LC.T. ANd V4L. 240�; PC. f589 O.R,P.C,T R LEGAL �ESCRIPTI4N ACCOMPpNIES 7Hi5 EXHI6fT MEMORANpUM OF NkT�RAL GA5 PJP£L1NF EASEdlFNT SQUTNWfSTERN GAS P!P£L1NE, lNC. ,iO' E,4SEMENT vOL. ZOb9, PG IS77 D P.R.P.C.T. RECOROING hfftilORANO11M1f DF EASEMEMT ACRfEMENT TEXAS EXPRE55 P1PELINE CLC 30'P£RMAN£NT lIdGRESS/ECR�55 E'ASEMENT QOC. NO. Z0130O&78 a.P.R.P.C.T. f�- _�\��! ��' � � �\ �\ � I ` ``� I � { 1 --� � � 1 � ' `� \ �_-_- � � I � 1�'� � 'I 1 �� � � � �� �`S'T`� `-- I�--� �qT ` �� � , ` ��C�� ; i I � � 9J.` � SPfCIAL I�ARRANTY pEE'q \2�� I WALSH RANCN65 L1MlT£D PARTN£RSN�P � � � I VDL. l649. PG. 1765 ` '—� � � tr FJ.R.P_C.7 F � � M1 � ! Y METES kNp BOUNpS TAKEN FRUM o I Q ,�\ y!�_`�� =-� l I � \ c� 1 FLfMlNG O1L COMAANY � j A RFMAINDFR OF A w z I CALLfD 3904.9 ACRES �� a VO�. 304, PG. 232 � � � O.R.P,C.T, a � I I � � I � I TEMPORARY I I 1 � CO�ISTRLiCTION ' �AS�MENT 4 I � � , I_,---�_.. "_ —�'_.��--�� � ,.� � I ,,� , � PAf��iV� iRAG� N„T,Sn EXHIBIT � T�MPORARY CC?NSTRUCTION EASEMENT 4 0.0081 ACR� TRACT SITllATE❑ IN THE HT&B RR CO SURVEY, AgSTRACT No. 648 PARK�R COUNTY TEXAS �TEMPORAAY CONSTALICTI4N EASEMENT TRhCT -------- PROPOSED PftOPERTY UNE �--- EXiS7iNG PROPERTY LME � � � � p95TRACT LIME — — — Pporas�o �asEnsEwT — -- — — — E%ISTING E45EMENT ICM7 FIR � I /2' SIR � P�c O ��NTROL MONl1MENT FOlJNO IRON R0� R1MOl V2'SET iRON A00 WI7H vELLOW f'LA571C CAP STAAIPE� 'NRLFF' POWT FOR A CORNER 9as�s olBearing.ls {NA� 83j (1893J Texas Caordlnste Sya4em, Texas MoRh Cenirel Zone (42D2], ������ C'� 'r OEEQ REtOR65 OF PAFNER based upan Leiw SmarlNet Nehsrnrk system. �isEances shown are surface ualues. using a srale COUNTr TExA5 fadorafl.�ODf2. �.�R.�.G. r pARKER�COLINTY �EXA505 OF ■�� ����� � DGN: FaIHA06-TCE-0-2-43h89.dgn AVO; 43439.001 ■;.�� 6aooFtlS91LCRE6KBlVF3. FnRiWOR7ii,iElfn57aiS7 {B17j847-74s2 pATE: OCT06ER 21, 2021 PAGE AkO.: 3 OF 3 ��Hl�li A T�NV���1FiY ��P��TFtI�C7°IOiV �AS�4��idT' � Being a tract of land in the HT&B f�R CO Sur�ey, Abstract No. 64� in P�rker County, Texas, being a part of those tracts nfi land described in Special V1larranty Deed ta Walsh Rancfi►es Limit�d Partne�ship as reco�ded in Volume 1fi99, Page 17E5 in the ❑�ed Records of �arker Caunty, Texas, and being more particularly described as follows; COMMENCIi�G at a faund Axle for tF�e southwest comer of said Wals� Tract and being called to be on t�e north right-of-way line of the Texas and Pacific Raifway Company, from which a 518-inch found iron rod with cap s#amped "BROOKS BAKER SURVEYORS' on tne west line of said Walsh Rar�ches tract and b�ing the northeast corner of tha# tract of land described in Deed Without �Varranty to Boswel! knterests, Ltd. as r�corde� in Voiume 1976, Page 331 in the Official Public Records of Parker Caunty, T�xas (O.P.R.P.C.T.) bears North OA degrees 13 mi�utes 49 secands West, a distance af �,043_4� feet; THENCE iVorth 33 rJegrees 44 minutes 22 seconds Eas# a distance of 2,441 A8 feet to the POINT OF BEGINN[NG; THEIVCE i�orth 56 degrees 14 minutes 13 seconds West, a distance of 252.14 feet to a point for corner; TH�NCE Narth 33 degrees �5 minutes 47 seconds East, a distance of 7.QQ fest ta a point for corner an the north�asteriy line of a 30 foot wide Eas�ment described in M�m�randum o'F natural Gas Pi�eline Easement to Sou#hwes�ern Gas Pipelin€, Inc. as recarded in Volume 2069, Page 1577 O.P.R.P.C.T.; THENCE South 56 degrees 14 minutes 13 secands East, along said northeasterly line, a distance of 252.14 fee# to a pain# far carner; THENCE So�t#� 33 degrees 45 minutes 47 seconds West, departi�g said nartheaster�y line, a distanc� of 7.00 �eet to #he P�INT OF BEGINNING AND CONTAIf�INC� 1,765 square feet or 0.0405 acres of land, more ar less. A plat accompanies this legal descripiion. Ba�is of bearing is NAD �3 (1993) Texas Coordinate System, Texas R�arth Central Zone (420�), based upon Leica SmartNet Neiwork system. Distances shown are surface values using a scale factor of 1,D0012. 1 of 3 ��►�R) i�! G/C� I �iAfV C� _._.� `',, �� co s+��v�r —`-- � � � �_ NT&B A�r N0.64B T��E��,� ? - A85TR , - ,� - ~ N33' 45' 47"E ��� � 3f ' � � 7.00' \\\ WA7�F2�L NE TRACT � �-� - \�� EASEMENT BY S33' 4�' ,47"W LflCATlON i�-�-, �,�, `�``. � 5EPARATE � 7.QQ � `—� + �8 20 � �`\`� �� IHSTREIMENT J � �I�--"-- �� ALEQO � ��� � N �`•� \ ` ,` � a�`��. 1, _/ . `� � 1 iLE6U W,` , tl pff • �\ \� \ \ _ `/ 1k i j � `� � I � ` ��`�.� �\\ LOCATIOfV MAP ., �; .� � ;��-...` n,,�ros. SPEClAL FVARFtANTY QFED `,�`�,;� �'••� WAL SN RANCMES ..'>> ��-,\ L!MlTED PARTNERSNlP .,'�, �••..� VOL. ]699. F'C. 1765 �'�•-.�`. �--,� D.R.P.C.T. ��� �':� 5EE DETAIt 'A°� ��'••�'� METES ANp BOUNl75 --. .,\���� 'fEMPORARY T,410EN FFt�M F'�IIfVY �� - �••...:`�, � � co�vsT�uer�ory L3��17 ���I��I��] `�`.� � � SEPARAT� gY FL�MJNC OIL COMPANY ` � � \ INSTRUMENT .Q f7E'M,4Wf�CR OF A p<v ```. � � \ CALLED 3804.9 /�CRES �y`�� � � � k/0L. 304� PG. 232 `• O `�. O.R.P.C. T. P�a �` ��� ^] 0' �`� \ �M �'f,• � `•,� �`�� � :, �, \ � , • �, ��c `� � ` DEED WITNQUT WQRRANTY � I '�,P:� �Skii 2�`��. � BOSWEI t!NT€RESrS. L Fb. � � �S' � ` VOL. l97b. PG. 331 E � �`.` � SS'! ~`�` � �. O.P.R.P.C.T, �I � . �r�r�s aN� 8aurvos � TAKEN FRQM y SAfCfAL W4RRAN7Y DfEO � PAfftlCIA OEAN 805WELL ! PARCEL 6. f �OOi-325/�000 ACRES � voc. raar, �U. 4oQ � O,R.P.G% � 5ra• FiR wi pl1NAIHAY ASS.00 �P CAP 1 fr�o � A%LE ICMr � 5/8' FIR y/ � A LEGAL OESCR4PTION ACCOMPANIES THIS EXHI8IT �I ' -�`� .�" I ' M � /f �� 1 �I � ��� �i ���/� � � j '�i� S,l��' �� � Q�(,\��,1� � � /. \� A�GO�,Q �� ��� r �j . � �' � � � �'��Q��� ` �� �5/B' FIR W/ RUNAWAY !�� ASSOC iNC CAP �QINT OF C4flI�MENCIfVG �XHfBIT B T�MPORARY CONSTRUCYION �AS�M�NT' S 0.0�405 ACRE 7RACT SITUATE� IN 7H� HTS�B RR CO SURV�Y, ABSTRACT No. B48 IN PARK�R COIJNTY TEXAS ., �^6, q. . !� ' � �`, f9- �' . ` �'3'%?� �Sa _ TEMPORARY coNSTRucr�oN �A$�MENT 5 1,765 SF Oo04Q5 ACRE5 NOTE: �``?S`?�rI'qJ PFC . �, � �PFc `, . �.O.B. ; ., DETI�I�L ,rA�� �: SCALE:1'=100' � S�E SHEET 3 QF 3 FOFt PARENT TRACT AND 1.15T OF EXI571NG EASER�EiVTS. � tCM1 FIR � 1/2' StR � pFC O TEMPORpRY CON$7Ri1CTfON EoSEMEN7 7RAGT PROPOSEQ PRaPERTY LINE E%lST�NG PROPEFZY LINE A&S7RAG7 LINE i'ROPOSEi? EASEMENT E%ISTING £A5EM�NT CONTRUL MONIIASENf F9llN� lRtlN RO�D SI3N04� �iz• ser ipoa� Aon wiTH v PLAST]C C4P STAMAEO 't POINT FOR q CORNER Basis of Beadng is (NA� 83) (1893y Texas Coardinate Syslem, Texas I�lodh Cantrel Zone (42a2), �.R.P.�. T �EE� RECOFiOS 4F PARI[ER 6esaG upon Lelra SmarlNat Nefwark syslem. �fstanees ahawn �e suAaca values, using a seafe COl1NTY TE%AS faclnraf 1.Q0�12. ��f7 � f7��� r� OFFICfAL P�BUC RECOROS OF PdRKEH COl1NTY TEXdS ����� �GN:E7(H067•7CE3-1-03439.dgn �, FORTWORTH,TEXAS76�37 (B47)@47•14� pA7E: OCTOBER 21� 202� AVO: 43433.Op1 pa,�� Na.: z oF s � . . � 0 10D 200 3C SCALE: 1 "=2D0' I,Oouaios A.Ca�+awyReQla+erea PraicsslomlLonG Swreyor, do hareny csrtify �nat tn�a oorcal.as oreuoe ray eupervraienyatY�aiieeriort}.he praun6 E5MT 1 MEMORANaL1M OF NATIJRAL GA5. GAS lffr ANQ PRODUCfO WATER P1PEClNE FASEMENi BARNfTl GATN�RlNG, LP 5a' PlPEL1NE' EASEM£NT EXk181T 0 QOC. NA. 0212R68Sjf O.P_R, r c. r. AlVD VOL. 2902, PC. r589 [I.R.P.C,T E5h�T 2 1,dEhIORAND�IM OF NATl1RA! PlPELINE EkSF�LlENT SOUTNWFSTERN 6A5 PIPEL�N 30' £ASE+NENi VOL. 2054, PG. l577 O.P.R.P..C. T. fS�IT 3 GAS �4lFMORANOilM OF NA7IIRAL GA5. GAS L1FT, E, fNC. ANU PROOtfCE'fl WkTFR PIPELIhE EASEMENT BARNETT GATNERfNG. LP 5D' AlA�f.1NE fASfMfN?' EXNI8IT 1 OdC. N0. D2f20b86f1 O.P.R.T.C. i. ANp VOL. 29b2, PG. 15&J O.ft.P.C.T N�_ ���J�� —J � � � * \\ \` f � � � `\ ��� I ` _� t� i ` � \ �\ �-------- � 1 � -.i�,tir� � ; ' ' `��4r� �------ I L--� � � � `� I y�y�� ; � ` �1'`, SPE'ClAC WkRRAIYTY D6ED WAL SH NAuCNfS 1, r1r1 r�'a PdR rN�RSH�F+ I \?Q� � i Vp1,. lb99. AG. !i'6i �� `�; -�-�\ i i O.R.P.C. r. ?- F, � I Adf i�'S ANA 80U1JD5 �AKfN FR4df � I � � ` - � _-� _ _ `� - pl0 \ �-���__.—� I FLEhIlN� O�C � OMPANY U l� I A REMAlNDER tlF A � Z l [.aL!£D 3804.9 ACHES � I.� I VOt. 304, PG. 232 � D.R.A.0 L a` � I I �!� � � � � � I � � � ��_ � � � � � TEMPORARY F I CONSTRUCTION 1 , /� � EASEMENT 5 � � ,T A LECAL QESCRIPTiON ACCOMPANIES THIS EXHI6IT �EMPORARY CONS�RUC I ION �ASEMENT � a.a4o5 ACR� rw4cT SITUATEO IN 7HE HT&B RR CO SURVEY, ABSTRACT No. 648 F�ARK�R COUNTY TEXAS PAREi�i iRAC N.T,So TEq�POR0.RY CONSTRIiCTION �ASEMENT Tq�AL7 — - - �-- PROPOSEII PRpPERTY LINE — - - --- EX35TING PRBpERTv Li3�E � � � � A85TLiACT LINE — -�� — PROAOSEQ EASEM£NT — — — --- �-- Ex�sr[Nc ensE�Ewr SCM1 FIR � 1/2' $IR � pFc O COMTROL MONf1MEN7 �au�ao ieoN ean �uNm vz• ser ��on noo wirK rE�4ow PLASTIC CAP STqMPE� 'HALFF' Poiar KOR a coa�R 8asls oF Bearing Es (NA� 83) (iB93] Texas CoardirtatB System, Texss North 4entrsl Zane (42�2}, D�R.P.�'R T OfE� RECOPOS OF PARRER pased upon Lelca SmartNet 3�leiwork syslem. Olataneas shpwn are sudaoe valuw, osing-ascale C9tlNTY TEXRS TacloroFi.00012- O.P.R.P,GT. aFFIC1AL PUBLfC RECORDS OF PARICER COL1kiY TfXAS �� � ������ DG�l:EXHOOF-TGE�•2d3439.dgn AVO: �3439.001 �� i� Fossi� crs��k e�w., FORr womr, z�xns �s�3z 1a+7i e�r-sasz � DATE: OC�'OgER 21, 2024 PAGE iVQ.: 3 OF 3 '4�°; unQp �XHl�li Aa i1�iV�S �li� T�CT Being a tract ofi land in the HT&B RR CO Survey, Abstract No. 648, the M. B. Higbee and V. O. bildreth Survey, Abstract No. 2721, in Park�r Coun#y, Texas, �eing a park of those tracts of land described in Special Warranty Deed to Walsh Ranches Limi#ed Partnership as recc�rd�d in Volume 1899, Page 1765 ir� ihe ❑eed Records of �'arker County, Texas, and being mare particulariy descri�ed as follpws: COMMENCING at a fiound Axle fc�r the southwest carner of said Walsh Tract and being called to be on the north right-af way line of the Texas and Pacific Railway Company; THENGE Alarth 0� degree513 min�tes 49 secands Wesf, with the cammon {ine b�tween said Wals#� tract and that tract of I�nd described in Deed Without Warranty to Bosweli Interes#s, Ltd_ As recorded in Wolume 1976, Page 331 i� the Officiaf Public R�cords of Parker County, Texas (O.P.R.P.C.T.), a distance of 3,6B8.72 feet to a point far corner; TFlEIVCE No�th 90 degrees 00 minutes 00 seconds East, departing said common line, a distance af 2'13_81 feek to a"�12-inc� set iron rod wiih yellow plastic cap stamped "HALFF" (hereinafter referred to as "with cap") for the POINT OF BEGINNiNG, being on the east line of that 50 foat wide Easement 4 described as fWaturaf Gas Pipeline Easement to Atmns Energy Corporatian as recorded in Document No. 201315'140 O.P.R.P.C.T. and alsa i� Document No. D2131l4�09 in the Official Records of Tarrant County, Texas; THENCE Nort� QO degrees �6 minutes 09 seconds Vllest, along said east line, a distance of 290.00 feet to a 112-inch set iron rod with cap for carner; THEf�CE North 9a d�grees 00 minutes �0 seconds East, departing said east fine, a distance of 21 a.Qd feet ta a 1/2-inch set iron rod wi#h cap for corner; THENCE South 00 degre�s D6 minutes 09 �econds East, a distance o� 210.�Q feet tv a 1/2-inch set iron rod with cap for corn€r; THENCE Norti� SO degrees 00 minutes 00 seconds West, a distance o# �10A0 f�et ta the POINT OF ��GINNENG AND �ONTAINING 44,'[00 square feet or 'f.0124 acres af fand, mor� or less. A plat accvmpar�ies #his legaf descrip#ion. Basis of bearing is f�AD 83 (1993) Texas Goordinate System, Texas Nor�h Centrai Zone (4202), based uport Leica SmartNet Network system. Distances shown are surface values using a sc�le factor of 1.00412. � af 3 TANK SITE TRACT 44,100 SF 1.012 ACRES P�INi C�� " �� � ' B�CIIVhlING ��' ;� � � �; � i i _��_.���b � i ii i � r ��c�1.�: � � � ' �' �' i � IVz- � j �� � � 1 i fS1fi � E� I � I I � �� � � 1 I ES�,� Z�,��. � � � � I {f � i I � �� �� I 1 ESMr � '—i ;i —*� i i i ii ;� i � I �SMT 4 i I �I �� I + � ESh�T 5 --�—i���i I i ir i� i i ESMT 6 -� �—�—� I- � � �� �� I I � �k �� � � I l � �� �� I 1 i �' s i � i -.� �Ni � [� 1� { I �ti�; �; �,�� ��I i�� i� i i I �� ; i� ii � � �r�i� � i+ ii ; ; l Z i;i �; i � I � �� j � 1 l I I jl �{ � � OfEd IYlTHOUT WARRANTYI � il i r � k BOSWfLL lNTE12EST5, LT�. I� 1� I� � r VOt. 1976, PC. 33! �� Ik i � �� aP.R.P.C.T. f� i� �� i r �� i' ��ii M�rFs aao aounros j i �� 1; r i rax�u FRo�r �` ��i� I�}.% r SPEClAL WARRANTY DEED � � ��� � � ��� PATRlC1A 0£AN BOSiYFL� � +� � ` ��� �� � PkRCEL 6, ` � �� (s*` i� �oar-�z�ir000 ac�Es I I I�h �� � I VOL. f 44l, PC. 400 � � � 1 d � � I a R.P.C. r, i a i i� �' `r i i � � � ��`� I i ���1 1; ; J�. �._ E5h4T 4 S/B' FIR lH/ jl OIJNAWAY ASSOC LP CAP FND AXLE ICM1 � 5/8' � FIR .r � � � ��\ _ ii� s�R ,�,��,��,��,'L 4 1 �,�,�Q���'� I � ` A��� ap�Hox. neslRacr ��r�� ���� � � 7�MPORARY �� - CONSTRUCTION ��Z' EA5�MENT BY siR J SEPARATf r INSTRUMENT 1 � � PER�IANENT ACCESS I EASEI�EI�T BY SEPARATE � INSSRIJiviEI�T I I �TEMPflRARY coNsr�ucrioti EASEMEIVT BY SEAARATE I INSTRlJM�NT IPEFiMAN£NT � WASER LI�l� � �ASEMENT BY SEPARATE INSTRLlMENT I �� - .�'''• `. � �� ,r- ' ��s���'� .00ATION �� �� rt '1 ALEDO � . i � ' ` � � 1��-��� , . �p `� � � " ia � ¢��---- W � ' i w\�i FLE�Q K�T18 lMqq � , �� , / LOCAiIO�V MA� 1VnTnS. SPECIAL WARR.4NTY DEED WAL SN RaNCHES L 1M1 T'ED PAR TNFRSHIP 1/QLe 1699, PG. l7E5 o.R.p.c. r. METES AND BOUNDS TAKEN FROM DEFD FLFMING OIL COMPANY A REMAINDER OF A GALLED .�$04.9 aCRES VOL. 309. PG. 232 D.R,P.C. T. B�AR1NGIpISTANCE �R�L� � � NT&B RR �� S� 648Y ` ABS�RA�� ��' � -�; �-� ,- ,,_ I �� �� ' � ' ' E5MI t � ais� F�R wi � E)uMnwpr' � ��..�APOC INC ��p�L�F�.�� � ` \� �ap ��,?�" ,- �� 4��'+� �A�S . �� � ��POINi (7F ACC Mf'ANES�THIS E HBIF COMMI�IVCIiVG �XHIBIT B BDUNDARY SURVEY 1.012 ACR� TANK S1TE TRACT 51TUATEp IN i'HE HTB�B RR CO SURVEY, ABSTRAC7 No. 648 M.B. HIGBEE and V.D. NILDRETH SURVEY, A�STRACT Na. 2721 IN PARKER COUiVTY TEXAS � N90' DO` 0�"E Z�3.$�� � N� 210600`9"� � 0 1�90' 00' 00" � 2�a.00� Safl� �6� �9� E 0 210A0' n��o' oo� oo��w a �, o.00- NOTE: 5EE SHEET 3 OF' 3 FOR PARENT TRACT AiVp LISS OF E7CISTING EASEMENTS.. LECEND � SftACT 60i1NURttY — � _ ----- EXI5TI13G PROPERTY LINE o � � � A65TRACT 41NE — — �- PRpPQSEQ EASEMENT — — — — — EXi57iNC EASE�UENT (CM1 COiJTR�OL MONIIMEtJT FIR � FOf1M0 IRON R4� {IJNLE55 NOTEO OiHERkl15E1 1/2' SIR � II2' SET IRON ROD WITH YELLOW PLASTlC CAP STAMPEn 'HALFF' p�'� Q POWT FOR A CORNER is (NAD 83j {7993) Texas Caordinafa 6ysiem, Texes NoAh Central Zvne {4202), �.R.P. C. T. pEED HEC�i�S 9F PARKER � SmarWei Network systam, Oisiances ahown are suAate values, using a scale cDUNTY TexAS ' O.A.R.P.C.i. aeAKFR�couNT�v 7E1LA505 aF �/0 ��� ocr�:vtot-asa�aas,a�n I'� i?, FORTW�RiN,TE%A87fi137 (B17)847-4Ax2 pATE: OCTOBER 27, 2021 AVO: 43439.4Q 1 PAGE NO,: 2 OF 3 o �oa Zoo 300 SCALE: 1 "=2fJ0' �i �r�'��� � `_��'��R� �r''�,4 �Rfi� ti� @ � � U�GLA� A, �CAL�lOUN �..�........, 56 i 9,... �l. ..�., �A � �0�,� & S �p��' o ���'�� �$ URy, � �� ce- n.t �BfO�A�OraO Rrotea�7onWlAN �a•.ap ne�cbY corfiry rna+ �nl� voreel.aa �stl froai o wrrvymp� � q(l Ine qrou�+6 MY N�PKv�S10M1 Ma OSf00110P. ESM7 I M£MOAANOIIAd OF NAT�IRAL CAS. GAS LfFr AND YRO()UCEO WATfR PlPELlNE EASElAENT BaRN£TT GATNERrNG, lA 5�'PlPEC�NE fASEMEIVT �XN1BI?' 0 OOC. N0. a272J6861! D:P.R.T.C.7 'IOL, 2902, PG��4 D.R.F.C.I ES�AT 4 A,fEMORANDUM DF NATURQl. GAS, GkS [!FT', AND PRODUCFD WATER PlPfL1Nf FASEti4ENT BARNETT GATNERING, �P 5Q' P�PEt1NE EASEMEN7 EXkf81T 1 tlOC. N0. D2l2D68b1f O.P.R. T.C. G AND VOL. ?902. PG. l599 fl.R.P.C.T E5MT 2 ME'MtlRAND!!M OF NA iURAL Ga5 F1PfLfNE �AS€A4EN7 SOUTNWESTERN GAS PIPFLINE, INC. 30'EASfMFNr t�OL. 2069, PG. f577 O.P.R.P.C.7. ESMT 5 RECORDlNG MEMORANOUM OF E'.45EMENT AGREEMfNT 7EXA5 ENPRESS P1PEC,lNE' LLC 50'PERMAIJE'IVT E.ESEMENT �OC. NQ. 2019006f9 O.P.R.F.C. L �siur s LIEM�RANUfJM QF NATURAL GA5 f.IQU1D5 PfPfLINF EASEMENT GHOSSTEX AlGL PlP�LfM� f,.P. 5p' PiPELfNE £AS£MENT, EXHIBIT FJ VOC. 2669. Af. 1735 O.R.P.t, T. ESM7 6 NATURAt GAS PIP�LINE EASEMEN7' ATMOS £NfRCY CORPORATION 50' FYIf1E Er�SfMEIVT 4 OOC. N0. 2013f514Q O.P.R.P.C.T. AND OOC. N0. D2l3174809 O.R.T_C.7. � �� _r�—�� � y �\ `\ � � 1 � �` � � \ I � � � L I � � ,` _—'_—__ �—_— ` � � ` � ! 1 ; �1 �ti�R I '1 � , sr•� l_---.._.�. � � �'9T�.\ � �--� .. �.;, f � I ��� , 1 � �r` � � SPFC1kL lYARRANTY DEED WAL5N RANCNfS LlAfIlEO FARTNfRSN1F I �O`� � VOL. 1&99 PG. 1765 �--r � II D.R.P,C.T. `� `�� I ` ME �E5 AND BOUNOS TaXEN FROM y. I r `� ~ � � � -- � _� � I F z �" �"`"���—�--- I FL£MlNG O�1L COMPANY � I a i A REMAINdJER OF A V U I CALLEtl 3804.4 ACRES I I VOL. 304. PG. 2�2 � � i a.+t P c. r. Y a i TANK SITE l al¢ I TRACT , I� i 1 I I I � II � 1 � � — ' � — ��41_ ` _ �1 i �� -� � .-�� f � PA��iVT TRACi A LEGAL OESCRIPTIQN �I,T.Se ACCpMPA�NES iHfS EXi1161T EXHI�IT � L�G�No BOUNDARY SURVEY 7pAC7 BpUN�ARY �I.D�2 ACRE --- E%ESTINC PROPERTY I.INE TANK SITE 7RACT --�' Aa57FA[T LiNE 5iTUATER IN TNE -- PRarosEo ensen��NT — — --- — — E%iSTiNG EaSEMENT HT&B RR CO SLIRVEY, ABSTFiACT Np. 648 ���� CONTHOL M6N11�1£N7 M.B. HIGBEE and V.O. NII�DRETH SURVEY, FiR � F�NLESSRNUTE�QOTHERWISEI A85TRACT �lo. 2721 �N ��z� S�R � PtnSTI�C �CpP STAMAEO A4L F� PAR�ER COUNYY T�XAS __ — PFC O P91NT FDR a LORNER 8asie nf 6earing is (NAq 83) (1983) Tsxas CvordinalaSyalem, 7e�s North Central 2ane (4262j, 6asad upon Leica SmaRNet Nalwark syslem. DI5lences shown are surfaca values, using a scale lactarof 1.�0012, ��� � � � bG(�: V102•BS�43439.dgn Q.R P,C. T. COte3NTYE Tf%A5 0F PAAKEfl i�.�.i1�.P.�. T nwo�rcnL �UB TIY [ieY0FD5 QF AVO; 43439.001 4�pF�SSILCREEK9LW., FORTWORiH_TEXA378437 (&77jB47-1442 � DATE: �CTOBER25� ��2� � PAG� f��.: 3 OF3 �C-�4a�� Subsurface and �h�sical �ondition� G�07�CF6PEICAL �IVCfR��E�lIVG S�UDY ��,�V�ai�ra s�o�.�� i��+w 50UiH F�i1�S�51�� V (�b�S� 2) '�l�LSb R�fVCFi ���iT IldilORiH, i�X�S Presented To: balff �ssociaies, Inc. October 2021 P��.�ECT Pl�. 'f'f �d21 �304� (Revised) �. � � _:�.^,i�=,r �Y•;-+�� October � 4, 2021 Repart No. 1'�7-21-3Q4 (Revised) Halff Assaciates, 1nc. 4000 Fossi! Creek Boulevard Fort Worth, Texas 769 37-272Q Attn: Mr. Pr�ston Diliard, P.E. ��Oi�CHNICAL EPl�IN��RING SYU�Y �LI�VAi�D STORAG� T'ANK SOU�b W�STSl�� V {PHA�� 2) IIVALSb �AIVCH FART V9fORTH, T�XAS Dear Mr. Dipard� Submitted here are the results of a geotechnical enginee�-ing study for th� referenced proj�ct. 7he geotechnical services were conducted in general accordance with CMJ Propasal 21-8131 dafed May 28, 2021. The geotechnical services were authorizad via Stanc[ard Sui�contract with Halff Associates, Inc. dated July 2a, 2021 and executed by Mr. Preston Dillard, P.E. Engineering analyses and recammendafions are cantained in tF�e text section of the re�aort. Results of our field and laboratory services are inclucied in the appendix of th� repart. We would appreciate the opportunity to be considered for providing the maierials engineering and geotechnical observation services during tF�e construction phase oF this praject. We appreciate the opporfunity to be of service to the Hafff Associates, Inc. Please contact us if you have any questions ar if we may be of further serv[ce at this time. ReSpectfuHy submitted, CM.� �NGiNEERiNG, INC. TEXAS FIRM REGISTRATION F-��77 (l 1� r�� Jame P. Sappington fV, P.E. Presi ent Texas No. 97�402 ��..� � �:�E O� TF-�e�b � c�'t. • e � .�'••:9�, i �• ; • � � �*� ,� ;�'+1 w �*i i* � f •�������a������f��4fi���� � JA�I�S P. SAPPINCTO�l, N o...: ....... ve ................ ,f �' 97402 %,� . ` ���'��'C!C�NSE� �r���� 4 � � � p ���� ,� ��,,,� copies su�mitfed: (2) Mr. Preston pillard, P.E.; Halff Associates, Enc. (email & mail) GMJ Engineering 7636 F�ebble Drive p: 817.784.4440 Fn�t Worth, TX 76118 f: 817.589.9993 www.cmjengr.cam �A�L� OF COF�T�NTS Paae 1.0 INTRODUCTION ------------------------------------------------------------------------------------------------------ 1 2.0 FI�LD EXPLORATION AND LABORATORY TESTkNG-_________________..__________________________________ z 3.0 SUBSURFACE CO�kDITlON5 -----------------------------------------___---------------------------------------- 3 4.0 FOU�I[]ATION RECQMMENQATIONS----------------�-------------------------------------......_---------------- 5 5.0 SITE DRAINAGE--�-------------------__...---------------------.._..----------------_______--..-------____------------ 8 6.0 S�ISMIC CONSIDERATIONS -----------------------------------------....---------------------__...._----------____-- 8 7.0 GENERAL EARTHWORK------------------------------------------------------------------------------------------- 8 8.0 PAVEM�NTS-----------------------------------------__......__-----------------------___-_----------------------------12 9.0 CONSTRUCTION OBSERVATlONS------_____W_---------..---------------------------------------------------16 �a.a REPORT CLOSUR� ----------------------------------..-------------_---------------------------___------------------17 APPEPl�IX A Plate Planof Borings-----------------------------------------------------------------------------------.._.._-------------�---------- A.1 iJnified Soil Caassification-----------------------.._----------_______----------------------._w__------------_..__-----------A.2 Key io Classificatian and Symbols -------------�---------------------------------------------_---------------------------A,3 Logsof Borings -----------------------------------------------------------------____--_------------__..------------A.4 — A.11 FreeSwell Test Results-----------------------------------------------------------__--------------....__--------------- A.12 Consolidation Test Results------------------------__-----------------------------_----------------_-------------------- A.13 � .o i���o�uc��o� 1.1 �roject Description This report presents the results of a geatechnical in�estigation far khe praposed elevated storage tank to be located approximately 1 mile due north of the intersection of FM 1187 at Aledo lona Road in Fort Worth, Texas. The project, as currently planned, will consisk of a 1-million gallon ele�ated water tar�k. The site vicinity and boring locations are iliustrated on Plate A.1, Plan of Borings. 1.2 Purpose and Sco�e The purpose ofi this geokechnical engineering study has been ko determine the general subsurFace conditions, evaluate the engineering characteristics af the subsurface mate�ials encounterecf, and develop recommendatians far the type or types of foundations suitable for the project. Ta accomplish its intended purposes, khe siudy has bee� conducted in th� following phases: (1} drilling sample borings to determine the general subsurface conditions and to obtain samples for test3ng; (2) performing laboratory tests on appropriate samples to determine perfin�nt engineering properties of the subsurface mat�rials; and {3) performing engi�eering analyses, using the fieid and laboratory data ta de�elop geotechnical recommendations for the proposed construction. 1.3 Report Form�f The iexf of the report is cantained in Sections 1 through 10. All plates and farge tables are contained in Appendix A. The alpha-numeric plate and table nurnbers identify the appendix in which they appear. Smalf tables of less than ane page in length may appear in the body o� the text and are numb�red according to fhe section in which they occur. Units used in the report are based on the English system and may i�clude fons per square foot (tsf), kips (1 kip = 1,Oq0 pounds), kips per square foot (�sfj, pounds per square foot (psf}, pounds per cubic foot (pcf}, and pounds per square inch (psi). Report No. 117-21-304 (Revised) C1VIf ENGINE�IiING, INc. 2.0 �I�L� �X��OFt/�iIOR� ARlD LA�OF�A��RY T�STIPlC a.1 �ield �xplorafiion Subsurface maferials at the project site were explored by eigh# (8) vertical soil borings. Four (�) borings were drilled ta a deptl� of 50 feet below existing grades in the proposed tank area while the remaining borings were drilled to a depth of 1Q feet for area piping and pa�ing. The borings +nrere drilled using confinuous flight augers at th� approximate locakions shawn on the Plan of Borings, Plate A.1. The f�oring logs are included on Plates A.� th�-ough A.11 and keys to classifications and �ymbols used on the logs are provided an Plates A.2 and A.3. Undisturbed samples of cohesive soils were obtained with nominal 3-inch diameter thin-wafled (Shelby) tube samplers at the iocations shown on the logs of borings. Tha Shel�y tube sampler consists of a thin-walled steel tube with a sharp cutking edge connected to a head equipped with a ball �al�e thr�aded for rad connection. The tube is push�d into the soil by the hydrau�ic pulldown of the drilling rig. The soil specimens were e3ctruded frorrm the tube in the field, logged, tested for consisteney wiih a hand p�netrometer, sealed, and pac�Caged to limit loss of rnoiskure. The consistency of cohesive soil samples was e�aluated in the field using a calibrated hand penetrometer. In this tesi a 0.25-inch diameier piston is pushed inta the relatively undisturbed sample at a constant rate ta a cfepth of 0.25 inch. The results of these tests, in tsf, are tabulated ai respective sample depths on the logs. When the capacity of tF�� penetrometer is exceeded, the �alue is tabulated as 4.5+. QEsturbed sampl�s of the noncohesive gran�lar or sfiff to hard cohesi�e materials were obtained ufilizing a nominal 2-inch O.D. splif-barrel (split-spoon) sampler in conjunction with ihe Standard Penetration Test (ASTM D 1586). This test employs a 140-pound hammer that drops a free falE �eriical distance of 30 inches, driving the split-spoon sampler into the makerial. The number of blaws required for 18 inches of penetration is recorded and the vafue far fhe last 12 inches, or the penetration obtained from 50 blows, is reported as the Standard Penetration Value {N) at the apprapriate depth on the logs of borings. To eva�uate t�e relakive density and consistency af the harder formations, a modified versian of the Tex�s Cone Penetration test was �aerformed at selected locations. Texas Department of Transpartation (TXDOT) Test Method Tex-132-E specifies dri�ing a 3-inch diame#er cane with a 170-pound hammer freely failing 24 inches. This results in 340 foot-pounds of energy for each Report No. 117-21-3Q4 (Revised) CMJ ENGII�I&ERING, ixc. 2 blow. This method was modified by utilizing a 140-pound hammer fr'eely falling 30 inches. This results in 35Q foot-pounds af energy far each hammer blow. In relatively soft materials, the penetrometer cone is dri�en 1 foot and fhe number of blows required for each �-inch pen�tratian is tabulated at respecti�e test depths, as blows �er 6 inches o� the log. In hard materials (rock or rock-like), the penetrometer cone is dri�en with the resulting penetrations, in inches, recorded for the first and second 50 blows, a total of 100 blows. The penetration far the total 100 blows is recorded at the respective iesting depths on the boring logs. 2.� Laboratory Testing Laboratory soil tests were perfarmed on selected representati�e samples r�co�ered #rom the borings, Ir� addition to the dassification tests (liquid iimits, plastic limits, and percent passing the No. 200 sie�e), r�-ioisture content, unit weight, and unconfined compressi�e streng#h tests were performed. Results of the laboratory classificatEon tests, moisture content, unit weight, and unconfineci compressi�e strength tests canducted for this project are inc{uded on the boring logs. F'ree swell testing was performed on selected sarr�ples o� the cohesi�e sails. 7he sw�ll tests were used in determining the expansive soil response of fihe clay soils. The results af the swell tests are pro�ided an Plate A.'�2. Consolidation testing was perFormed on a selected sample of the cohesi�e soils. The consolidation test was used in determining the settlement response of the clay soils upon loading. The results of th� consalidation test are pro�ided on Plat� A.13. The above laboratory tests were performed irt general accordance with applicab[e ASTM pracedures, or generally accepted practice. 3A SU�SIJR��oC� �OIV�ITIO[�.15 3.1 Soil Conditians Specific types and depths of subsurface stra#a encountered at the baring locations are shown on the boring lags in Appendix A. The generalized subsurface stratigraphies encountered in the borings ate discussed below. Note that depths on the borings r�fer ta the depth fram the exist{ng grade or ground surface present at tf�e time of the investigatian, and the baundaries between the various soit types are approximate. Report No. 117-21-3D4 (Rsvised� CMJ �xcrnr�EarNc, Inrc. 3 Surficial saiis encountered consist of 1 to 5 fast of dark brown, brown, and light brown silty clays and clays cor�taining various Eimestone fragments, calcareous deposits, and calcareaus nadules. Fractured limestone seams and layers are present wikhin the silty clays be{ow 2 feek in Boring B-4. Tan weathered limestone is next �resent in the borings, typically cantaining elay seams and layers. The weathered limestone occur fractured, and is considered soft {sedimentary rock basis), with Standard Penetration (N) values of 11 to 36 blows p�r foot to 8 inches of penetration for 68 hammer �lows. Light brown and gray shaly clays and silty clays with thicknesses of 1'1z io 4 feet are present below th� tan weathered limestone at depths of 5 to 8 feet in Borings B�1, B-4, and B-6. These clays cor�tain iron stains, ironstone nadules, calcar�ous deposits, calcareous nodules, and iimestone fragments. Boring B-6 was terminated wifhin this strakum at a depih of 10 feet. The various ciays had tested Liquid Limits (LL) af 25 to 61 with Plasticity lndices (PI) af '[ 1 ta 37 and ar� classified as CL and CH by the USCS. The �arious clayey soils were generally stiff to hard (soil basis) in eonsistency with pocket penetrameter readings of 2.0 to o�er �1.5 tsf. Tested unit weight values in the clays were 91 to 124 pcf and tested unconfined campressi�e strengihs were 4,570 to 14,610 psf. Tan limestorte is next encountered in the rernaining borings at depkhs of 6 ta 9'h feet. The tan limestone is generally maderately hard to very hard (rocic basis}, with Texas Cone Penetration (TH�) test r�alues of 3/ to 2'/z inches per 100 blows and Standard Penetration (SPT) test �alues of 0 to 2 inches af penetration for 50 hammer blaws. Borings B-5, B-7, anci B-8 were terminated within the tan limesto�e at a depth of 10 feet. Gray limestone is ne�tt present at dept}�s of 17 to 'f 8 feei below existing grade in Barings B-1 through B-4. The gray limestone contains shale seams and layers up to 2 feet in thickness, and is hard to very hard {rock basis), with Texas Cone Per�etration (THD} test �aiues of 3/ tn 9'/2 inches per 100 blows. Gray shale is then encountered in these borings below depths of 38 ta 41 feet and continues khrough boring termination at a depth of 50 feet. The gray shaie occasionally contains limestone searns and is hard �o �ery hard (rock basis}, with Texas Cone Penetration (THD) test �alues o# 3/4 ta '['/� inches per 100 blows. Report No. 117-21-3Q4 (Revised) C1VI� ENGTNEERING, INC. 4 The Atterberg Limits tests indicate the surficial clays encountered at this site are moderately active to highly active with respect to mois�ure induced �olume changes. Acti�e clays can experience �olume changes (expansion or contractian) with fluctuations in their moisture cont�nk. 3.2 Ground��Vater Observations The borings were drilled using continuous flight augers in order to observe ground-water seepage during drilling. Ground-water seepage was not encountered during drilling. All borings wer� dry at completinn of driliing. While it is not possible to accurate�y predict the magnitude af subsurface water fluctuation thai might accur based upon these short-term observatians, it shauld be recognized that ground-water conditions will �ary. Wate�- tra�eling through the soil (subsurfiace water) is un�redictable. 1"his could be due to seasonal changes in the ground-water and due to the unpredictai�le nat�re of graund-waier paths. Fluctuations ofi the ground-waker le�el can occur due to seasonal �ariations in the amount of rainfalf; site topography and runofF; hydraulic conducfivity of sail strata; and other #actors not evident at the time the borings were perFarmed. Perched water may occur atop or within the tan limestone during periods of heavy or exkended rainf�ll, Fluctuations af the ground-water le�el can occur due to seasonal variations in the amount of rainfall; site topagraphy and runoff; hydraulic conductivity of sail strata; and ather factors not evident at the time the borings were perforrned. The possibility of ground-water level fluctuations should be consicEered when developing the design and construction plans for the project. �.0 �OUPlD�T'IOiV R�COflfliW�P�9�►il�{�S 4.1 General �'oundation Consicieratians Two independent design criteria must be satisfied in the selectian of the type of foundatian to support the proposed structure. First, the ultimate bearing capacity, reduced by a suf#icienk factor of saf�ty, mus# not be exceeded by the bearing pressure transferred to the foundatian soils. 5ecor�d, due to consalidation ar expansion of ihe underlying soils during the operating life of the skructure, totai and difFerential vertical mo�err�ents must be within tolerable fimits. Report No. 1'{7-21-304 (Revised) CMJ ENci[v�.�R�Nc, INc. 5 4.2 �xpansi�e Soil 14llarrements The expansive soils encountered at this site can shrink and swell as the sail moisture content fluctuates during seasonal wet and dry cycles. Additionally, the site en�ironrr�ent is impacked by grading and drainage, landscap�ng, graund-water condi�ions, pa�ing and many other factors which affect the structure during and after construction. Therefore, the amount of soi{ movement is difficult to determine due �a the many unpredictable variables involved. The folfowin� estimates are based an conditions, as if all recommer�dations are followed. Estirr�ates of soil mo�em�nts for t�is site ha�e been performed using c�ata from the Texas Department of Transportation (TxDOT) procedure TEX-124-E for estimating Potential Vertical Rise (PVR), swell testing, and engineering jucigment and experience. Vertical soil movements ranging from appraximately 1 to 2'/4 inches harre been estimated far the clay soils in a dry conditian. The expansi�e soil movement is anticipated in the top 1 to 5 feet of soils. Befaw the 1- to 5-foot depth, rock with only accasional clay seams will occur. Any pigeline that enters the tank area at or k�elow a depth of 5 feet, �or example, will have limited expansive soil mav�ment below the pipe to act as a differential between the pipe and th� footing. Estimates of ex�ansive soil movements between a p�pe at or in excess of a 5-foat depth and footing is anticipated to be on �he order of'/x inch or less. The estimated soil movements are bas�d on the subsurface conditions revealed by th� borings and on seasonal moisiure fluctuations. Soil movements, significant{y larger than estimated, could occur due to in adequate site gradi�g, poor c�rainag�, panding of rainfall, andlor leaking pipelines. �b.3 Shallow Foundations -- �le�ated Stnrage �an� 4.3.1 Desi n Criteria Reinforced concrete mat foundations may be used to support structural loads for the tank. The foundation may be fiounded using the following design criteria: Report No. 117-21-30a (Revised) CMJ ENGINEERING, INC. C� T'able 4.3.'i�1 SPR�ApIIV�AT �AURlDATI�{V DESI�W CRITFRI�1 �ep1:h �efow Allnwahle �ounding �s'#imated Lowest Existing �earing Ground �t. �������� �ressure ks ����lemer�t (inches) 5 Tan INeathered Limestane or � � 1 inch at Elevation 991* Hard 5ilty Clay 1 Shaly Clay 10 7an Limestone 20.Q 1 inch at Ele�atian 986* *Based on Preliminary Site and Dimensionai Cantrol Plan prepared by Hafff Associates, lnc. dated August 2021. This bearing pressure assumes a factor of safety abo�e 3. Allowable pressures for transient loads may be increased by 33 percent. DifFerential settlement of the foundation is anticipat�c� to be negligible. 4.3.2 5 read/Maf Faundaiion Construction Spread or mat fou�da#ion construckion should be monitored by a representaiive of the geoiechnical engineer to observe, among other things, t�e foliowing items: � Identification af bearing material e Adequate penetration of the foundation excavation inta the bearing layer � The base and sides of the excavatian are clean of loose cuttings � if seepage is encounter�d, whether it is of suffici�nt amaunt ta require th� use af excavation dewatering methads Precautians should be taken during the p�acement of reinforcing steel and concrete to pre�ent loase, excavated soil frorn falling into the exca�ation. Concreke should be pkaced as soon as practical after completion of the excavating, cleaning, reinfareing steeE placement and observatian. Exca�ation for a spread foundation should be fi�led with concrete before the end oi the workday, or sooner if required, to pre�ent deterioration of the bearing �naterial. Pralonged exposure or inundation of the bearing surfaee with water will resuit in changes in strength and compressibility characteristics. If delays occur, the exca�ation should be deepened as necessary and cleaned, in arder fio provide a fresh bearing surface. If more than 24 hours of ex�aosure of the bearing surface is anticipated in the excavatio�s, a mud slab should be used to pra�ect #he bearing surfaces. If a mud slaf� is used, the foundation excaVations should initially be o�er-excavated by approximately 2 �nches and a lean concrete muci siab of approximately 2 inches in tF�ickness should be placed in Report �30. 111-21-3Q4 (Ftevised� CM] ENGINEERI1IFG, I�vc. 7 the bottom of the exca�ations immediately fnllowing expasure of the bearing surface by excava#ion. The mud slab will protect th� bearing surface, maintain rrEore �niform moisture in the subgrade, faciiitate dewakering of excavations if req�ired, and pro�ide a working surface for placement af formwork and reinfarcing sieel. The cancrete should f�e placed in a manner that will prevent the cancrete from striking the reinfarcir�g steel or the sic�es of the sxcavation in a manner that wauld cause segregation af the concrete. �.0 SI�� �RAeII�1�C� An important feature of the projec� is to provide positive drainage away from the structures, pipe supports, pump pads, slabs or foundations. Positive surface drainage should be pro�ided ar�und the perimeter of the tank. Water m�st not be allowed to pond near the tank during or after constructiQn. If water is permitted to staneE next to or belaw the strucfures, pipe trenches, and similar facilities, excessive soil mo�ements can occur. This could resuli in excessi�e ver�ical movem�nts and damage or distartian of khe structures or other facifities. F'onding water can result in soil mo�ements exceedjng those previously giver�. A slo�e of 1.5 to 3 percent should be pro�ided, such that the soil slopes away frorn the proposed structure, foundations, and excavations. 6.0 S�I�fl+�IC COi�SI��RRA►il�fdS Based an the conditions encauntered in the borings for the above referenced project the IBC-2015 site classification is TYPE B for seismic �valuation. 7.0 C�P���L �Al�T�iFfRl��K 7,1 5ite Preparation 7he subgracke should be firrn and able to suppor� the consiruction equipment withaut displacement. Soft or yieEding subgrade should be correctec� and made stable before canstruction proceeds. The subgrade should be praof ralled to deteci soft spots, which if exist, should be excavateci to pro�ide a firm and otherwise suitable subgrade. Proof rolling should be perFormed using a heavy Repart No. 117-21-304 (Revis�:d) CMr �NGIiYEER[NG, Iivc. 8 pneumatic tired roller, foaded dump truc�C, or similar piece ofi equipment. The proof rolling operaiions should be abserved by the projeck geotechnical engineer ar hislh�r representative. �.� Placement and CompacQion Fill ma�erial should be placed in loose liffs not exceeding 8 inches in uncompacied thickness. The uncompacied lift thickness should be reduced to 4 inches for structure backfill zones requiring hand-aperated pov�er compactors or small self-propelled compactors. The filf material should be uniform with respect to mat�ria! type a�d moisture content. Clods and chur�ks of material should be broken down and the fill material mixed by disking, blading, or piowing, as necessary, so that a material of uniform maisture and density is obtained for each lift. Vllater required #or sprinkling to bring the fil! maferial to the proper moisture content should b� applied evenly through each layer. The on-site soils are suitable for use in general site grading. lmported fill makerial should be clean soi[ with a Liquicf Limi� {ess than 6D and no rack greater than 4 inches in maximum dimension. The fill maferials should be free of vegetation and de�ris. Excavated on-site limestone may be used for fiil pravided the material is crushed such that 50 percent �asses the No. 4 sieve and na particles are larger than 4 inches is ma�eimum dimension. As the in-situ limest�ne are generally moderateky hard to �ery hard, significant processing ofi the limestone should be anticipated in order to utilize as �ill. AA fill materials should be free of �egetation and debris. Th� fill rrtaterial should be compacted to a density ranging from 95 ta 1Q0 percant of maximum dry density as determined by ASTM D 698, 5tanda�d Proctor. In canjuncti�n with the campacting operation, the fili material should !ae bro�aght to the praper maisture cantent. Tne moisture content for general earth fill should range from 2{�ercentage points below aptimum ko 5 percentage paints above optimum (-2 to +�5}. These ra�ges of moisture contents are given as maximum recommended rang�s. �'or some soifs and under some conditions, the contractor may have to maintain a mare narrow range of moisture cantent {within the recommended range) in order to consistently achie�e the recommer�der� density. Field density tests should be taken as each lift of fill material is placed. As a guide, one field density test per lift for each 5,00� square feet of compacted a�ea is recommended. For srnall areas or critica! areas the frequency of testing may need to be increased to one test per 2,50D square fieet. A minimum af 2 tests per lift should be required. The earthwork operations should be Report No. 1'k7-21-304 (Revissd) CMf ENGIA[EERiNG,T�vc. 9 �bserved and tested on a continuing basis by an experienced geotecl�nician working in conjunction with the �rojeck geotechnical engineer. Each lift should be compacted, tested, and approved before another iift is added. The purpose of the field density tests is to pro�ide sorne �ndication that uniform and adequate compaction is being obtained. The actual c{uality of the fili, as compacted, shouid be th� responsibifity o# the contractor and satisfaetory results from the tests should not be considered as a guarantee of the quaiity of the contractor's filling operations. 7.3 Tranch �ackfill Trench f�ackfiN far pipeGnes o�- ot�er utilities should be properly placed and cam#�acted. O�erly dense or dry backfill can swell and create a rnound aloflg the completed trer�ch line. Loose or wet baekfNl can settle and form a depression along the completed trench line. Distress to overlying structures, pa�ements, etc. is likely if heaving or settlement oceurs. On-site soil fill materia! is recommend�d for trench backfill. Care shauld be taken not to use free draining granular material, to prerrent t�e backfilled trench from becoming a french drain and piping surface or subsurfaee water beneath structures, pipelines, or pa�ements. If a higher class bedding material is required for the pipelines, a lean concrete bedding wNl limit water intrusion into the trench and wil! not require compaction after placement. The soil backfi{I should be piaced in approximately 4- ta 6- inch loose lifits. The density and moisture content should be as r�cornmended for fili in Seetion 7.2, Placement and Compacfion, of this repork. A minimum of one field densit� kest should be taken per lift fior each � 50 linear feet of trench, with a minimum af 2 tests per lift. 7.4 f�xcavatio� Based on the exploration borings, major excavations will encounter limestone in major intact units. This limes#one is generally moderately hard to �ery hard and will require heavy duty specialized equipment for exca�ation. In addition, o�erexcavation shauld be anticipated within the lirnestones. O�erexcavation rnay result �rom large bfocks or chunks breaking along either weathered or clay seams beyond the planned exca�ation. The side slopes of exca�ations thraugh the av�rburden soifs shauld be made irt such a manner to pro�ide for their stal�ility during construction. Existing structures, pipe{ines or other facilities, which are canstructed prior to or during the currently proposed construction and which require excava#ion, should be protected from loss af end bearing or lateral support. Repart No. 117-21-304 (Revised) CMJ EiYGINEERING, INC. 10 Seasonal water seeps can occur wher� the tan limeston�s are approached or exposed by cuts. Subsoil drains may be required +n some areas to intercept this seepage. This can be evaluated after grading has been performed. Temporary construction slopes andlor permanent embankment slop�s should be protected from surface runoff water. Site grading should �ae designed to allow drainage at planned areas where erosion protectipn is pro�ided, instead of allowing sur�ace water to flow down unprotected slopes. Trench safety recommendations are beyond the scope of this report. The contractor must carrmply with all applicable safety regulations concerning trench safety and excavations in�luding, but not limited to, OSHA regulations, �.� Accep4ance ofi Impar��d �ill Ar�y soil imported firom off-site sources should be tested for campliance with the recommendations for the particular application and appro�ed by the project geatechnical sngineer prior to the materials foeing used. The owner shoufci also require the contractor to obtain a w�itten, notarized certification from the landowner of each proposed off-site soil borrow source stating that to the best of khe landown�r's knowlecige and belief there has never been contam�nation of the borrow source sit� with hazardous or toxic materials. The certification should be furnisF�ed to the owner prior to praceeding to furnish soils to the site. 5oif materials derived from the exeaWation of und�rground petroleum storage tanks should not be used as fill on this projact. i.6 Soil Gorrosion Potentiaf Specific testing for soil corrosion potential was nat included in the scope of this study. Hawever, based upon past experience on other projects in the vicinity, the saifs at this site may be corrasive. Standard construction pracfices for protecting metal pipe and similar facilities in contact with these sails should be used. 7.7 �rvsion and Sedirneni Control All disturbed areas should be protected from erosion and sedimentation during canstruction, and al{ permanent slopes and other areas subject ta erosion or sedimentatian should be provided with Re�art No. 117-21-304 (Revisedj CMJ EIVGINEERING, I�vc 11 permanent erosion and sed�ment control facilities. All applicable orckinances and codes regarding erosion and sediment control should �e followed. �.� lJtilities Care shoufd be taken thaf utility cuts are not feft open for e�ended perincfs, and that the cufs are properly backfilled. Backfilling should be accam}�lished with properly compacted on-site soifs, rather than granular materials. A positi�e cut-off at the buildi�glfooting line is recornmencied to help pre�enk water f�om migrating in the utility trench backfill. Trench excavations should be sloped or braced in khe interest of safety. Attentian is drawn to OSHA Safety and Health Standards (29 CFR 192�11910), Subpart P, regarding trench excavations greater than � feet in depth. �.0 PRV�I��[��5 �.'f Pa�ement Sul�grade �'reparation 8.1.1 General Discussion 7he a�erage subgrade soils encountered in the bor�ngs consis# of highly plastic clays. Where cuts are planneci, limestone will likely be exposed. Stabilization of fimestone is not necessary. The clay soils, howe�er, are subject tfl loss in support �alue with the moisture increases which occur beneath pavement sections. The� react with hydrated lime, which s�rves to impra�e and maintain their suppart �alue. Treatment of these soils with hydrated lime will improve their subgrade characteristics tp support area paving. Ir� lieu af a lime stabilized subgrade, a flexible base meeting TxDOT Iterr� 247, Typ� A, Grades 'i ar 2 may be utilized on an equal basis and placed atop a properly compactecf subgrade. The optiot� of using a flexible base in lieu of lime stabilizing the subgrade presents a relatively quick, straight forward solution to preparing the materials prior to pavement placement. $.1.2 Subqrade Preparation The pavement subgrade, stabilized or unstabilized, should be scarified to a minimum depth of 6 inches and unifarmly compacted to a minimum of 95 percent of Standard Proctor density (ASTM D 698), betweer� minus 2 to pius 4 percentage points ofi the optimurn moisture content determined by Repork No. 117-21-304 (Revisedj CMJ Etvcnv��tvvc, INc. 92 that test. It should then be protected and maintained in a maist condition until the pavement is placed. The presence of calcareous nodules and limestone fragments in the surFicial soils will complicate mixing af the soil and lime, 1t is rec�mm�nded a mi�rimum of 8 percer�t hydrated lime be used ta stabilize the clay subgrade soils. The estimated amount o# hydrated lime required to stabilize the subgrade shoukd be on the order of 36 pounds per square �ard based on a soil dry unit weight af 100 pcf for a 8-inch depth. The hydrated lime should be thoraughly mixed and blended with the upper 6 inches of the clay subgrade (TxDOT Item 260). The hydrated lime shauld meet the requirements of Item 260 (Type A) in the Texas Department of Transportation (TxDOT) Standard Specificafions for Cansfruction of Highways, Streets anc! Bridges, 2014 Editian. We recommend that subgrade stabiiization extend to at leas# one foot beyond pavement edges to aid in reducing pavement mo�ements and cracking along the curb line due io seasonal moisture varia#ions aft�r eonstruction. Each canstructior� area should be shapeci io allow drainage of surface water during earthwork operaiions, and surface water shauld be pump�d imrnediately from each constructian area after each rain and a firm subgrade candition maintained. Water should not be allowed to p�nd in order ta pre�ent percalation and subgrade softening, and lime should be acided to �he subgrade after rerna�al of afl surface vegetation and debris. Sand should be specificaliy prohibited beneafh pavement areas, since these mare porous soils ca� allaw water inflow, resulting in F�ea�e and strength loss of subgrade s�ils (lime stalailized soil will be allowed for fine grading). After fine grading each area in preparatinn for paving, fhe subgrade surfiace should be lightly moistened, as needed, and recompacted to obtain a tight non-yieiding subgrade. Limestone fragments in the surficial clays can complicate mExing of ihe soil and lime. Pukverization and compactian equipment often break down the limestone ta a materia{ that also benefits fram stabilization, although large roc[c fragments hamper con�entinnal mixing procedures. Depending on ti�e required grades, it rnay be aci�isable fo undercut such areas and place a material suitable fior stabilization or to place a lime stabiliz�d clay or flexil�le base. This can best be e�aluated by an on-site inspection after gradin� is compleied. Surfac� drainage is criiical to the performance of this pavemertt. Water shauld be allowed to exit the pa�ement surface quickly. All pa�ement construction shoulc� be performed in accordance with the following procedures: Report No. 117-21-304 (Revised) CNl� ENGINEBRING, I�c. 43 �.� Pavement Secti�ns The projeck may include the construction of an access dri�e, fire lanes, and limited parking. At the time of this in�estigation, site paving plans or vehicle traffEc studies were not a�ailable. Th�refore, se�eral rigid pa�ement sections are presented for a 20-year design li#e based on our experience with similar facilities far Light-Duty Areas and Medium-Duty Areas and Drives, in general, these areas are defined as follaws: Li ht-Dut Areas and Drives are thos� areas and dri�es subjected almost exclusively to passenger vehicles, with an occasional iig�t- to medium-duty truck (2 to 3 per week) Medium-Duty Areas and �ri�es (Fire Lanes ar� those area subjected to a �ariety ofi {ight-duty �ehicles ko medium-ciuty �ehicles and an occasional hea�y-duty truck ar 85-kip fire apparatus (1 ta 2 per week, includes main drive areas and fire lanes}. We recommend that rigid pa�ements be utilized at this project, since they tend io pravide better Iong-term performance when subjected to signifcant slow mo�ing and turning traffic and where dumpsters loadlunfoad. 1f Portland cement cancrete pavement is uset�, a minimum thicicness of 5 inches of concrete is recommended for light duty areas and 6 incF�es for medium-duty areas. A Califiornia Bearing Ratia ar other strength tests were not performed because they wer� not within the scope of our services on this project. A subgrade modulus of 100 psi was cansidered appropriate for the near-surtace sails. If nea�ier �ehicles are planned, the above cross sections can be confirmed by performing strength tests on the subgrade materials ortce the trafifc characieristics are established. Periodic maintenance of pa�ement structures normally imprp�es khe durability of the overall pa�ernent and enhances its expected life. �.3 Pavement f�l�ateria! Requirements Reinforced Portland Cemenk Concrete: Reinforced Portlartd c�ment concrete pavernent should consist of Porkland cement concrete having a 28-day compressi�e strength of af least 3,500 psi. The mix should be designed in accardance with the ACI Code 318 using 3 to 6 percent air enirainment. The }�avemenk should be adequately reinforced with temper�ture sieel and all construction joints or �xpansianlcontraction joints shauld be provided wi�h load transfer dowels_ The spac�ng of the joinfs will depend primariiy on the type of steel used in the pavement. Vlle recommend using No. 3 steel rebar spaced at 18 inches on cenker in both the longitudinal and Report No. 117-21-304 (Revised) CMJ �NGTNTi�1�NG,1Nc, i �4 transverse direction. Control jaints forrrmed by sawing are recommended every 12 to 15 feet in both the longitudinal and transverse direction. The cutting af the j�ints should be performed as soon as the concrete has "set-up" enough to allow for sawing operations. Lime Stabiliz�d Sub rade: Lirne treatment for base course (rnad mix) - Item 260, Texas C7epartment af Transportation Siandard 5pecifications for Constructian and Main#enance of Highways, 5treets, and Bridges, 2014 Edition. Flexible Base: Crushed Stone Flexible Base — ltem 247, Type A, Grades � or 2, Texas De�artment of Transportation Standard 5pecificatior�s for Construction of Maint�nance of Highways, Streets, and Bridges, 20'i4 Edition. 8.4 ►�Il Vldeather Surface Far an all-weather surface, a light-duty (as defined abovs) pavement section consisting of 10 inches of flexible base surface underlain by a 6�inch thick lime-treated subgrade is recommended. The flexible base shauld meet the crit�ria in TxDOT Item 247, Type A, Grade 1 or 2 materials; compacted to at least 95 percent of Standard Proctor density and at a�nois#ure content between minus 2 to plus 5 percentage points of the optimum moisture vaEue. Tensar geogrid TX16a or equi�alent couid be used for additional structural support in con}unction with a flexible base section. The flexible base thickness could be reduced ta 8 inch�s where Tensar TX1�Q is used atop the lime treated subgrade. This pavernent section should not be considered to be equivakent to the full-depth concrete flr asphalt sections �reviously presented. This alternati�e wi{I result in higher maintenance costs. Particular aftention should be gi�en to proper drainage coming off any adjacent cancrete section onto the flexible base section. The underlying clay subg�ade is subject to significant strengkh foss w9th increases in moisture content. It is very di�ficult to provide a praper watertight seal beiween two difFere�t pa�emenf types. Water infiltrates at this joint between #he two pavement types with pa�ement distress typically occurring at this joint. �.5 Ceneral F'avemeni �onside�atians The abo�� pavement sections should be cansid�red minimum pavement thicknesses and higher traffc volumes and hea�ry trucks may require thicker pavemeRt sections. Addi#ianal recommendations can be pro�ided after traffic �olumes and laads are known. Periodic maintenance should be Fieport No. 117-21-304 (Revised) CMJ ENcuv�E�tt�vc, INc. 15 ant�cipated for minimum pavement thickness. This maintenance sho�id consist of sealing cracks and timely repair of isolatec# distressed areas, 7he design af the pa�ement drainage and grading should consider the potential for differential graund rno�ement due to future soil swelling of up to 2'/4 inches. Mo�ements in excess o# these estimates �an occur if poor drainage, excessiue wate� collection, leaking pipelines, etc. occur. Any such excessi�e water cond9tians should be rectified as soon as possil�le. In order ta minimize rainwater infiltration thraugh the pa�ement surface, and thereby minimizi�g future upavard movement af the pa�ement slabs, all cracks and joints in the pa�err►ent sF�auld be sealed on a routine basis after construction. Reduction in potential differential ground mo�ement can be recEuced via measures de�eloped in this area. Should rnavement reduction measures be desired, contact #his office for adciitional recommendations. Proper surface drainage in the shoulders is also critical to long term performance of the pa�ement. Waier allowe� to pond adjacent ko the pa�ement w�ll res�lt in koss of edge and subgrade suppark and an increase in post cons#rucfian hea�e of the pavement. 9.0 COhl��RUCTIOP� O�S�R�AiIORlS In any geotechnical in�estigation, the design recommendations are based on a limited amounf of information about the subsurface conditions. In the analysis, the geotechnical engineer must assume the subsurface conditions are similar to the conditions encountered in the borings. Howe�er, quite often during construction anomalies in khe subsurface conditions are rev�aVed. Therefore, it is recommended that CMJ Engineering, Inc. be retained to obser�e earthwork and foundation installation and perform materials evaluation during the construction phase of thE project. This ertables the geotechnical engineer to stay abreast of the pro�ect and to be readily a�ailable to evaluate unanticipated canditians, to conduct additional tests if required and, when necessary, to recommend alternative solutions to unanticipaied canditions. Untjl these construction phase services are performed by the project geotechnical engineer, the recommendations contained in this report on such items as final foundation bearing elevatians, proper soil moisture condi#ian, and ofher such subsurface related recommendations shauld be considered as preliminary. Report No. 117-21-304 (Re�ised} CIVIJ ENGII�EERCNG, INc. '� 6 kt �s proposed that construction phase abservation and materials fi�sting commence by the praject geotecl�nical engineer at the outset of the project. Experience has shown that fhe mast suitable method far proc�ari�g these services is for the owner or the owner's design engineers to contract directly with the prajec# geotechnical engineer. This results in a clear, direet line of communicatian between the awner and the owner's design enginEers and the geotechnical engineer. 10.0 R�PORT CLOS�IR� The boring logs shawn in this report coniain informafion r�lated to the types of sail encountered at specific lacakions and times and show lines delineating the inte�Face between these materials. The logs also cor�tain our field representati�e's interpreiatian of conditions that are believed ta exist in those depth intervals between the actual samples taken. Therefore, these boring fogs cantain both factual and interpreti�e information. Laboratory soil classification tests were also performed on sampies firom selected depths in the borings. The results o# these tests, along with visual-manual procedures were �sed to generally classify each stratum. TF�erefare, it should be understood that the c�assification data on the logs of barings rspresent �isual estimates of classifications for thase portions of each stratum on wh+ch the full rang� of laboratory soil classifica�ion tests were not performed. It is nak implied khat these logs are representative of subsurf'ace conditions af ather locations and fimes. With regard ta ground-water conditians, khis report presents data on ground-water ievels as they were observed during the course af the fiield warlc. In particular, water IeWel readings have been made in the borings at the times and under canditions statecf in the text of the report and on the boring k�gs. It should be noted tha# fluctuations in the level of khe ground-water table can accur with passage of �ime due to �ariations in rainfali, temperature and ather factors. Also, this report daes not include quantitative information on rates of flow of ground water into excavations, on pumping capacities necessary to dewater the excavations, or an methods of dewatering exca�ations. Unanticipated soi{ candiiions at a construction site are commanly encountered and cannot be fully pred�cted by rnere soil samples, iest borings or test pits. Such unexpected conditions frequer�tly require that additional expenditures be made by the owner to attain a properly designed and constructed praject. Therefore, pravision for some contingency fund is recommended ta accommodate such potential extra cost. Report No. 117-29-304 (Fievised) C1VIJ EN.GINEERING, Ixc. 17 Th� analyses, conclusions and recommendations contained in this repor� are based on site canditions as they �xisfed ak the time of our field investigation and fur�her an the assumption that the exploratory borings are representative of fi1�e subsurface conciitians throughout tl�e site; that �s, the subsurface cnnditions everywhere are nat significantly different from those disclosed by kh� borings at the time they were completed. If, during construction, different subsurfac� conditiq�s from those encountered in our borings are obser�ed, or appear ko be present in excavations, we must be adr�ised promptly sa tl�at we can review these conditions anci reconsider our recommendatians where necessary. If there is a substantial lapse af time between subrnission of this repor� and the star� af the work at #he site, if conditions have changed due either to natural causes or to construction aperations at or adjacent to the site, ar if structure locations, structural loads or finish grades are changed, we urge that we be promptly informed and retained to re�iew our report to determine the applicabilify of the conclusions and recammenda#ians, considering the changed conditians andlor time lapse. Further, it is urged that CMJ Engine�ring, Inc. be rekained to review thase portions of the plans and specifications for this particufar projec# that pertain to earkhwork and foundations as a means to determine whether the plans and sp�cifications are cansistent with ti�e recommendations cantained in this repori. In add�tifln, we are a�ailable to observe construction, particularly the compaction of structura{ fill, or backfill and th� construction of faundations as recornmended in the report, and such other field observatians as might be necessary. The scope of our services did not include any environmentaf assessment or in�estigation far the presence or absence of wetlands or hazardous ar toxic ma#eriais in the soil, surface water, ground water or air, on or below or araund the site. This repor� has been prepared far us� in de�eloping an orrerall design concept. Paragraphs, statements, test results, f�oring Iogs, diagrams, etc. should not be taken ouf af contex�, nor utilized without a knowledge and awareness af their intent within the o�erall cancept of this report. 7he reproduction of this report, or any pa�t thereof, supp{ied to persor►s other than the awner, should indicate that this study was made for ckesign purposes only and that �erification of ihe subsurface condifions for purposes of determining difficulty of excavation, #rafficability, etc. are responsibilities of the contractor. Repor# No. 117-21-304 (Revised) CMJ ENGINEEI�CNG, INc. 18 This report has been prepared for #he exclusive use of Haiff Associates, fnc. #or specific applica#ion ta clesign of ihis project. The only warranty made by us in connecfion with the services provided is tF�at we ha�e used that degree of care and skill ordinarily exercised under simifar conditions by reputable members of our pra�essian practicing in the same or similar locality. No other warranty, expressed or imp[ied, is made or intended. * * ,� * Repart No. 117-21-304 (Revised) CMJ ENGINEERING, YI�C. 19 PLAN OF BORINGS ����EI�TCINEERING, [Nc. $, W�STSIDE V ELEVATED STORAG� TANI( PLATE FDRT WORTN, TEXAS 'Q' � CMJ PRo,r�er No. !l7-21-304 Major Divisians � � N � � � y @ O b � C c o � N � � n�i � v U � .N � � � � a'�� �`�� . � � ,� N �� o � � N ���E� � z° �� � m ami 3 � � tn � w �' •c��y "- �p� � � � ° `�� a `�a � �, � C7 Q C � � N �'� � �� � o � � U � .w_ � o w d '�,N � lC y � � � � � � � � �� � � � � � � V d 0 0 � � � � �� � � w � 0 � v w � ru O a � 0 Z c t�s m � 'o °� �� � � m �, c � •W _ � •c w G � ii 0 � L C LC t N `o � m � � -� c c � �o c G �- �p fl m � U� � 4 C c �� .-. 3°1c N � �_ � �U us a o. Q 0 � m m r� �� U y C � N � � �, �� .3 rr J 0 � c m T `j ro L U � cu c � tn a% N � � — � .� � J �.. a= � � � � =O � Grp'I TypicaE Names � Laboratory Ciassifiea#ion Cr+teria Well-grad�c� gravels, gra�el- � p (p }z �W sand mixtures, li#le or no �° c= 60 greater than 4: CC= �°--- between 1 and 3 m fines 'o �10 �i0"�fi° .� a � � f'oorly graded gravels, gra��l � �� E GP sand mixtures, iitfle or no q� cn � N Not meeting all gradation requirements for GW fines V `� g ��� Silty gravels, gravel-sand-silt N C�7 t? � �iquid and Plastic limits �iquid and ptastic limits GM mixtures �'y : v below "A" line or P.I. �lotting in hatcheri zons � � : � reater than 4 �� �, 9 between 4 and i are m `� � w tsorderline cases N o ;� l.iquici and Plastic limits CEayey gra�els, gravel-sand- �� � „„. requiring use of duai : m above A I�ne with P.I. s rribols G� cla rrtixtures .`— o =� y y �° z ;� greater fhan 7 �c � � � : � 0 V . � SW Well-graded sands, gra�elly �� �°4 oso ����a �u C=----- greater lhan 6: C�= --------- faetween i and 3 sands, little ar n0 fnes �� � D,6 0,o x o� rna Poorly graded sands; � � ` � � SF' gravelly sands, liitle ar no c� n�i c� `: Not meeting all gradation requiremenis for SW � filll�$ � w � 0....� p � �.i, � � � `"' � �, ro �� cu Liquid and Plastic limits SiEty sar�ds, sand-silt � �„,� �� below "A" line or �.I. less SM mixh,�res � y N r Liquid and plastic limits `� o u, o o than 4 plottirtg between 4 and 7 a � .� —' � ►n are barderfine cases c=' � Liquid and Plastic limits requiring use of dual SC Clayey sands, sand-clay � �� abo�e "A" line witF� P.f. sY��d�s mixtures � � � greater than 7 ❑ Q f�. _ Enarganic silts and very fine ML Sands, �ock flour, sifty ar clayey fine sands, or clayey silts with slight plasticity Inorganic clays af Ipw to �� meciium plastici#y, graveHy clays, sandy ciays, silty clays, �nd iean clays �� �Organic silts and organic clays of low plasticity Inorganic s�lts, micaceous or MFI diatomaceous fine sandy or silty soi�s, elastic silts G� � knorganic clays of high plasficity, fat clay5 �� I Orga�ic clays af inedium to � high plasticity, organic silks Pt I Peat and ofher highEy I soils � n c �30 � � a �a z CL 1 7�\ �i.4���� Ml. a d OL Cli DH arjd MH 0 1� 2d 30 40 50 60 70 80 90 1 l.iquid Limit PlasticEty Chart UNI�I�� �QIl� ��►��IFiG/�1YION �YSi�l�fl ' �LAT� /�.� SOIL �R f�OCF� 7YP�S �m mm GRAVEL LEAN CLAY LIME570NE o� o� 5AND ���� SAf�[dY — SHALE . � �� � . SILT SiLTY � _. SANDSTONE CLAYEY HiGI-ILY CONGLOMERATE 5helby Auger Split Rock Cona No PLASTIC CLAY �ube Spoon Core Pen Reco�ery Y�Ri�lIS D�SC�IBIR�G C�idSISiENCY, COiVDIYI�R�, AfV� STRUCTI�R� OF 501L �Ille Gt'aln[:'(i SQi�S (More than 50% Passing No. 200 Sie�ey pescriptive ltem Penetrometer Reading, (ts#) 5oft OA fo 1.0 Firm 1.D to 1.5 Stiff 1.5 to 3.0 Very Stiff 3.0 to 4.5 Hard 4.5* Coarse Grained 5ails {nnor� tt,an �o% Retained on Nv. 260 Sieve) Penetration Resistance Descriptive Item Relati�e Der�sity (blowslfoot) � to �l Very Loase 0 ta 20% 4 to 1 Q . Laose 20 to 40% 1D to 30 Medium Dense 40 to 7Q% 3a ta SO Qense 70 to 90% Over 50 Very Dense 90 to 100% Sail 5tructure Calcareous Contains appreciable deposits of calcium carbonate; generally nodular 5lickensided Having inclined planes of weakness that are slick and glossy in appearance Larr�inated Composed ofi khin layers af varying color or texture F'issured Containing cracics, sometimes filled with fine sand or silt Interbedded Composed of alternate laysrs of differen# soil types, usually in approximateiy equal prapnrfions il�FtiNS D�SC�I�IR�G PHY51CQeL pf�OPERTI�S O� ROCK Hardness and Deg�ee of Cementatio� Very Soft or Plasiic Can be remalded in hand; carresponds in consistency up to �ery sfifF in soils Soft Can be scratched with fingernail Moderately Hard Can be scratched easily with knife; cannat be scratched with fingernail Hard Difficult to scratch wikh knife Very Hard Cannok be scratched with knife Paarly Cemented ar Friable Easily crumbled Cement�d Bound together ay chemically precipitateci material; Quartz, calcife, dolomite, siderite, and iron nxide are common cementing materials. Degr�e af Weathering Unweathered Rocic in its natura� state 6efore being exposed to atmospheric agents Slightly Weathered IVoted predominantly by color change with no disintegrated zones WeatF�ered Complete color change wilh zones of slighlly decomposed rock Extremely Weathered Compleke color change with consistency, texture, and general appearar�ce approaching soil F��Y TO C�4SSI�IC�iIOAI dPl9 SYM�OLS f��i4�� A.3 Project No. Boring No. Project South Westside V Eler►ated Staeage TanFz CMJ ��cr�t�x�t�Nc �Nc. 117-21-304 ��7 Fo�x War�h, Texas Location Wafer 4fiisenrations See Plate A.1 Dry during drilling; dry at completion Eompletion Campletion Depth �D,Q. Qate s-9-2� Surface Elevation Type CIVI�-7�, wl C�A � � o . .n � p� N � � � T p C O a � 'O � U o�� St�°a�um �esc�i�tion o o�� m° o � o� �_�� � m� �n a� y v� —._ x m OU o n� V O 3= �� ��'_ N"= �+ m y c � y U� � W Ci Qm� �m o'� crs� m-o ao c� coo � � mn.l— �in JJ a� a5 �U » �Un. CLpY, dark brown, w! calcareous nodules and 4.5� 57 23 34 i6 limestone fragmenls, hard LIMESTONE, tan, weathered, fractured, w! clay 30 6 seams and layers, soft 5 16 14 3HALY CLAY, light brown and gray, wl iron stains, calcareous deposits, and limesfone fragments, 4,5+ 51 16 35 17 116 hard 50l2" 10 LIM�STQN�, tan, hard to very hard -moderately hard above B.5' 10011" 9 10 0010,75' 10 1 LIMESTONE, gray, hard lo very herd 0010.75' S 2 -w1 shale seams and kayers below 22' 0010.75' 26 - bOlfl.75' 3 -2-foot thick shale layer at 32' DOId.75' 35 100I1.5" � __ SFiAl.E, gray, w! occasional limestone seams, hard o —_ � — � — 10011.5�� � 4 — U 'a -- s� — — a �i — N — — 10011.5" r5 -- ---------------- � -- z — � O � � o LOG OF 80RING NO. ��'� ���� �•�' J ?roject No. Boring No. Project South Nlestside V�levated Storage iank CMJ �NGIIVS8RINC INC. 1'i7-a1-304 �o� For� Worth, Texas Location 1Nater Observations 5ee Plste A.1 Dry during drilling; dry at completion Completion Completion oepth �O.a� Date g�9�21 SurFace Elevation Type CI4AE-i5., wl CFA 0 �i. o d � � � a Q a� a �, � �� z° o�w v Ntn � � � ��r�atum �e��rip�i�n � � � �� o � � � � � _ � � � � � �� _ �_�' Uf( ��a� Cp�.� U Q }� C Yl^ �N 7 •3'_ Vi = N 01 .N C � y U� 7 w C! o�U? mm �E caE �� ao c,A coo cC 0. maF- a.u) �� a.� n.5 �U » �Ua CLAY, dark hrown, w! calcareous nodules, very sti(f 3.5 20 100 502Q SILTY CLAY, hrown, w! limestone fragments and calcareous deposits, hard 4.5+ 4B 21 25 1U 110 5 4.5+ 6 119 13600 LIMESTONE, tan, weathered, fraetured, wl clay 22 10 layers, soft LIMESTONE, tan, moderateiy hard to hard 14012.5" 5 1 100f1" 5 1 LIMESTONE, gray, wlshale layers, hard to very hard 100/1" 8 2 10U11" 2 10011" 3 10D11" 3 -- SHALE, gray, wl limestone seams, hard #a very — hard 10011" 4 N _ - a =- o =- � — � — 10DI1" � 4 = U � - - Q - _ f7 - $ -� m - - N = 00lD.75' � 5 — ------------------------- � — z - � 0 m w o LOG OF BORING N0. ��� ���� ��g J Project No. Boring No. Project 5outh Westside V Ele�ated 5torage Tan�C C� ��GrNEER�N� rNc. 117-�1-3Q4 �o� �art Worth, �'exas Lncatlon Water Observations See 4�late A.1 C]ry during driliing; dry at campletion Completlon Camplation Depth �� d. Date �_g�Z� Surtace Elevation Type CFiiiE-'�5, wl CFA Ll. p p7 O c LL a R ay N �- T � O� Z o 7� LL y h rs ❑ � N ��r�atur� �es��ipti�n a LL N �O o a Y � C �'7 �� N ' in d' LL � y o _ � _ ti x.� W❑ V �p Qa (� ❑ }j C y i 7�= Vl �= N d C. �j U� 7 w C! o mc� � d a�E m E m�o o p c,n � o a � � ma� c�rn JJ a� a � �U �� �c�a CLAY, dark brown, wl calcareous nodules and 4.5* 56 26 32 18 94 4680 lirnestone fragments, hard LiM�ST0IVE, tan, weathered, fractured, w! clay 27 5 layers, soft 5 11 12 LINEESTONE, tan, hard ko very hard 10011" 6 1 100/1" 5 1 LIMESTON�, gray, w! shale seams and layers, hard to very hard 10011" 7 2 1 d019 " 2 100I1" 34 10011" � -wl 1- to 2-faot thick shale layers below 35' 1 UO11.5" 4 � _ SHALE, gray, wl occasional limestone seams, �ard o — � — � '� onl1.5" � -- U y - a — c� — � _— �? -- �v = 1001i.5" � g -- -------------- � — z - a O m W o LOG OF BORING NO. �o� ���� �•s � Project No, Boring No. Project 5auth V4lestside V Ele�vated Storage 7anL� C�J �NGiNHESING IIVC. 117-21-3U4 �-4 �ori Wo�th, iexas �acation Water Obsesvafions See ��ate A.'{ l7ry during drilling; dry at completion Complefion Completion pepth r�0 0, Date 9-10-21 Surface Elevation Type CNi�-�S, wl CFA � � � �� Q . Q N t � � E E a� a o '��c'r p � � ��i���u� ����s������i� o o � °� c � � o � � � C � � c � a �l�� .N � � . - _ - x m ❑� c� E � (] O �s � yt 7.7 - rq `� N N.y C. y W C� amv? �.m a�E �E c�v oo c,a coo � � ma� drn JJ a� a � �U �� �Ua CLAY, dark brown, w� calcaceous deposils, hard 4.5+ 57 25 32 i9 107 14610 51LTY GLAY, hrawn, wl calcarsous deposits, 4.5+ 8 limestone fragments, and fractured limestone seams and layers, hard 2.0 25 14 11 7 113 5 -grades kight brown, stiff below 4' �� �� LIMESTONE, fan, weafhered, fractured, wI clay seams and layers, sofk z� $ SILTY CLAY, light brown ar�d gray, w! iron stains, 30 72 4U 16 24 9 ironstone nodules, calcareous nodules, and 1 limestone fregments, hard LIME3TONE, tan, hard to very hard iQ0I1" 5 � LIME5TONE, gray, wl shale seams and leyers, hard to �ery hard 10011" 8 2 10D11.5" 2 10�I1" 3 10011" 3 14011.5" � __ SHAL�, gray, hard ta very hard � -- � -- � — 1Qq11�� � 45 -- � -- a' -- � -- a o - `7 — N dOIO.75 � — -------------------------- � __ z - � a ro w o I.OG OF BORING NO. ��� ���� �•� J Praject No. Boring No. Projeet 5outh Westside V Ele�ated Storage Tank C� ENGINL�GRFriG ]t�IC. 117-21-304 ��� Fort lNorth, iexas Locatlon Wafer Ohseroations See Plate A.1 Dry ciuring drilling; dry at comple#ion Completion Gomplelion qepfh 10.0� oate g-9 21 Surtace Eleva#ion Type Ci1HEd75, wl C�A � o . LL p y N C� � p_ OI � T � �� Z n �j L.L � N O' o � � Stra�um ��sc�ipti�n o � � m �o o ,� � a � �,; � � � � ° w� u_ � ai �-«�.: � x .� �� C) o o-� (� ❑ 3 C y 7 '� � w•- in u� !� c. �j c� E� 11.1 C� � N u! 10 tll 6� N� fi'O O b C� C S7 O � � Old� dUi JJ d..-I � c �U �J �ClO. SELiY CLAY, dark brown, wl limestone fragments 2.0 47 20 27 1 h and calcareous deposits, stlff SILTY CLAY, light brown, w! iimestone fragments q,5+ 5 102 4570 and calcareous dsposits, hard 2� 5 L.IMESTONE, tan, weathered, fractured, w! clay 5 seams and layers, soft .�� LIME5TONE, tan, very hard 4Q10.75' 6 � -----------_.��._.-------- � 0 H n c� � U 'a c� a M n � c� z � 0 aa u. o LOG OF BORI�3G N0. ��� ���T� �,� J Project No. eoring No. Pro}ect South Westside V�levateci Storage 7anit Clr�� k�GiN�ERING IF�IC. 197-21.-304 ��� �ort Worth, 7exas Lacation Waler Obsenrations See Plate A.1 Dry during deilling; dry at campletion Comgletion Campletion �apth .�0.4� Date �_10-21 Surface Elevation Type CI�I�-i5, wI CFA � o 0 � � � � � C lL � T E o� o o �� ��y c'r � � S�ra�ur� �es�eipti�n o a �: � � ° � ' � � � �'� � ❑ � N a o � � C �'7 � � N Ul � � q7 '8 ' ' x. G7 Q � 0 �- _ U ❑ 3� �� 's •`-' m" u� m.N c. y v E� 111 C'J Q mU? ro� a'E m E m-a o a c,o c o 0 �Y � andl- ar� �:7 a� a� �U »�Va CLAY, dark brown, wl limestone fragments, stiff to 2.5 24 hard 6818" 6 LIMESTONE, tan, weathered, fractured, wl clay layers, soft 4.5+ 35 1 B 17 9 105 4700 36 9 5 SHALY CLAY, light brawn, wl iron stains, calcareous deposits, and limestone fragments, very 25 16 sEiff to hard 1 ----------------_.^.__--- 4.5+ 41 15 26 11 124 12150 � a � .. 0 � � U a c? 0 °7 N � C7- Z � d m k o LOG OF BORIEVG NO. ��� ���� �•� J Projecl EVa. Boring No. I'roject South Westside 1� Ele�ated Star�age Tan� CM� �NGIN$EREIVG INC. 117 21-304 ��7 Fo� 1�lor�h, �exas Location Water Observafians 5ee Piate A.i �ry during drilling; dry at completion Complelion Complelion Depth �� p� Date g.10-a1 Surface Elevation Type CiW�-75, W! CFA � o o� o ' N c LL a ?, � � tl Z o } LL � N t1' o � N 5�r��um ��scr�ip�ion o o � � �� � � � �� � G � 3 c ° � w�� m-o . _ x � C]C) o a� U � 3� y� '9'= ih= ff1N .Nc . N oE� w C3 0�cri � m c� c� E mv o p e,o � o 0 � � mc�.� a.cn JJ �� a � �U �� aUa CLAY, dark brqwn, w! calcareous nodules, hard 4.5+ 80 61 24 37 24 98 LIMESTONE, tan, weathered, fraclured, w! light 25 5 brawn silty clay layers, sok 25 fi 5 4.5+ 32 14 18 5 122 9590 17 9 LIMESTON�, tan, very hard 5010" 12 1 ---------------------�--�-- � a � a [n. � v a � � N Y- ' � � 0 m ti o LOG OF BORING NO. ��% ���� �•� o J F�R�E S!�l��l� iEST ���ULTS Project: Project No South Westside V Elevated Storage Tank Fort Worth, Texas 117-21-304 �Qf�ll{� �@j��� 53�1'1��2 t�1�. ��terwal Descript�or� ���� B-2 2— 4 Silty Clay B-4 4— 5 Silty Clay L�t�uad Plastic I P��stic�ky �.I{illt ��il}I� �li[j8]4 LL PL P1 4fi ry 21 � 25 Mois#ure �r017t�f5� �a Initial Firl�l 9.9 22.7 percent �1flf � �1 (°!o� 5.1 25 � 1A� � 41 � 6.5 � 17.4 � 4.2 Free sw�{I tests perFormed at approximate overburden pressure CMJ ENGIIV��RING, INC. P��i� A.1� [�c�N�[]����TI��N T��� ���0�� a,o �.4 O.B �.z 1.6 z.o 2.4 2.8 3.2 3.6 �4.0 � o.o� a.� � � � ,� � a� U � N CL IVatural pry Dens. Sat, Maist. (p�f} 16.6 % 115.6 Applied [�ressure - cs� LL p� 5p. Overburden P� Gr, (tsf) {tst� 51 ib 2.65 0.375 3.2 MATERIAL D�SCRI�T30N Prajeci �fo, 1i7-21-3Q� CI€�nt: Haif�'Assaciates, Inc. Project: South Westsi�ie V EST and Transmission Main��'W, TX : 6-7 Sampie Number. B-I _ CMJ �NGI �art RIAlC, 11VC. Swell Press. Swell e C� C� �t�� o�a o �,03 0.431 LJ5C5 AASHT� P�Ai� �4.13 � G�-6a06o1D l�'Yinopity a�d �o�en ��ned �usiness �n�erppi�e CoYnpliance �o��r �o�T�, � �ity �f �or� IiVor�h �usine�s �quity Didi�ior� ��e�ificafion� ���CI�� Ii�Si�U��I�R�� FOR DFF����S A��LI�AiIQf� �F �O�1CY If the tatal dollar �alue of the City fur�ded contract is $1U0,00� or more, then a Business Equity conkracting goal is applicabie. A is4 =- s Equiiy �Trm� re�ers E6 :N. tn�w�a M�n�rtt� :�c�dr6r wnre,.:�-. .-�� :�:- 6ur,r.a� : Entar�r:�-: ���,ICY S�Ai�I►l��P�i It is the pokicy of the City of Fort Worfh to ensure the full and equitable participation of Business Equify Firms when applicable, in the procur�m�nt of all goods and services. RII rec{uirements and regulations stated in the City's current Business Equify Orcfinance I�c ��� �+-1 �.-����t� apply to this bid. �LISIiV�SS ��t'�ll�'1( C90AL, � �ne cEty�s �rn�� ,� c�,�� �rn��. � ;i _ �[� % of the b�s� ! y = ; �:.� �� �� f �:-:ti; -�Ily f '� "�j T1;w ., � . :al . . ��� � �fi tt . . . A Susiness Equity Prirne Contractor can count it's self-performance services fowards meeting the Bus�ness tq�ity voa� tar the assigned NAECS commodiky codes on their MBE or WB� certification. If the Business Equity PrEme Cantractor cannot self-perform all of #he work, it will be accounkable for subcontracting with certified Bus�ness Equity firms to meet the overall goal. COI��LfAI�C� T� BI� ���GI�ICAiI�RlS On City funded contracts $100,000 or more where a B�siness Equity Goal is applied, afferors are required #a comply with the inteni of #he City's Business Equify Ordinance by meeting or exceeding the above stated goal thrpugh one of the following methads: 1. Busin�ss �quity su3�confiracting participation, or; 2. Cammercial useful function seroices performed by ti�e Bus9ness Equity Prime ta caunt towards the goal, or; 3. Combination of Business Equity Pr1me services and Business Equity subcontracting participation, ar; �4• Business Eguity Joint Venture participation, or; 5. Good �'ai�� Effort documentation, ar; B. Prime Wa��er documentation. SI��fVlYI��AL Ol� ��QL�IR�� �OCU�FP�iAiI�N The Utilizativn Plan shall be due at the time specified in the svlicitation. The applicable documents must be recei�ed by the Purchasing Division, within the time allocated, in order fiar the entire bid to be cansidered responsive tp the specificakions. The offerer shal! deli►+er the Business Equity documentatian in person (or email if designaked within prajec# specifcations) to the appropriate employee of the Purcfi�asing Division arrd obtain a dateltime receipt. Such receipt shall be svidence that the City received the documen#ation jn the time aflocated. Documents are to be recei�ed no later than a:00 p.m., on the second City business day after the bid vperting date, exclusive of the bid opening date. Faxed copies will nnt be accepted. �xception: C�A, ICA, and CDBG projects, documents will be submitted to the City Project Manager if publicly �id or to the Developer if privately bicl. � The Offervr must submit one of the following documentation: � 1. Uti6zaiion Farm, if the goal is met or exceeded, and signed Letter{s) af Ir�eent from both the Offeror and 5uh-eontractor(s), 2. Goad Faith Effort �or��� .and Lltilisatiu� Forin, including s�pporting documentation, if participation is less than stated goal, or no Business Equity participation is accomplished,and signed �-e„4r{sf ai Intent for any participation achieved, 3. Pr�me Cvntractor Walver form, including supporting dflcumentation,if the Offeror will perfarm aH subcontractinglsupplier opportunities, 4. �%��..2 VP�turR F�; �, if goal is me# or exceeded with a Joint Venkura. These forms can be found onaline at: https:llapps.farkworthtexas.govl�rojectResources! FAILURE YO COMPLY WITH THE CITY'S �USINE5S EQUITY ORDINAPlCE, WlLL R�SULT IN TbE �IA BEING CONSIDEREp NON-RESPONSIVE TO SPECIFICA710NS. FAILURE TO SUBNi1T THE R�Ql11RER BUS#I�ESS EQU[iY DOCUINEf�TATION WILL R�5ULT IR1 TH� BID BEING CDNSIDER€D NON-R�SPONSIVE. A SECQND �AILUF2E WILL R�SUL7 IR! THE O�FEROR ��ING DISQUALI�IED FOR A PERIOD OF ONE YEAR. API OF�F�RER'S THRE� FAfL,UR�S TO CDMPLY, WliHll� A�IVE YEAR P�RIO�, i0 Th1E CITY'S BU51NES5 EQUITY ORDINANCE WILL R�SlJLT 11� TWE DFFER�R BEING CONSIDERED NON- RESPUIVSIV� APfD i�UTAY DIS4�UALlFY TF�� OFFERER lIP T� 5 YEARS FROIW BI�DIIVG ON CITY �IDS. Any questions, please cantact the Business Equity Division at (817} 392-2674. I]epartment of Diversity and Inclusian Business Equity Division �mail: DVIN_BEOffice@fortworthtexas.gov Phone: (817) 392-2674 Effective 01/01/2021 Q d' Z � LLd � U a 1-- Q � � � � � s � t� � � � � � � b � � � � � � � O .,p LL "� � O Li. � � •� � � � � � '� � �n � � � � � � � 'z � � � � � � � $ � � � � �g � � a � U � � � a O C m G � � m � � M ❑ � O � � .� � � 1/! ❑ ❑ 001 � O � � ❑O � � � � � m � i o ❑ � G � � � ;�' 01 � � � W N � y � m o � y U � � � � ❑ � � � � � � � � V liJ `� � a w m O ❑ m m � � � � � � 'c � a�,� � � z ❑ ❑ m � � U � ❑ } � ❑ ❑ � ~ N � � � � i� ❑ ❑ v m 4= � U 0 � ❑ � .G� C� O �� � N K � C) � � Q1 � � �� ,�. b ag � � 1� � � ay � � V � U � � � � 0 � � LC � � Z ❑ v � � � Q � C � m i� � "c a N _ � ro U .� N Q U � ❑ .� � W N � .� c W N N C �tl1 � � � a� � � � N � � � � � y .� d � C w N � � .� � m C � � O � � O m h .� a � C W N m � .� � m � 'C O C � � � � � N 4-� 'L U � � .� � L1d � � .� m N � � � � � O "i7 c � c ac� C [�. 6 a� 9 N ❑ C � � � m C .N 3 O _ � m � � U cri � O v CI � � N � .y � m tC E � � O C m � � � � � � N c .� m N .N � � � b C � a U O � _ a � � � � ��-♦' V � � � � � g � � � � � � � W � � N � fi� � � � � � � {fj � � i�i � � � � '� � � � �� �� m n. � G � � � � O� j O '� a x •- a� � �U'�i y •� o aa o � � E .O � v N ro� N = � � N � N C � . Q7 � E > > � U �, D U � � � C � � �O � L � �m � � U E � a� oQ N U c � S6 LL �U �Q.,7 C �o a G V � W .N N � � 0 � �� � � � � Q � � a :s 07 � n � v o '� Q U y L7 N c a � � c m � � � v c •� � C ."'�_' V C CS7 . � F �N C � O -d � � m �� � ,C d+= E 3 O N U � o � c` 3 � � u�.. a N ��-- � � � � ia �� Cp � U � (p C Q � 7 o d �= v �3 N� � c � a� � .o v � m C � o m � � '� U�i U � N � � C p} � L � �� � � p O � U •N O � 7 � � � 3 C � N � N U m `�° 0 � � �� 3 � � � N N � a � c � � E � m N � � �3 � O .� 3� � L Q C � C N � N � � C m .o �p C N E � a � c6 � O C N U N � � D � a -� o� ��� N o cu � m v�"i � � � �p� c ° GT � g � j � � � c � � y � L � � 0 C �� C .� �� a�o� c � °7 � o � � �+ c H U c�i � N Q7 U1 Y .L] -C � � 0 N ;5 rn � .-7+, " a �y o ,C X � 7 � � @ � � Y �, .IO v Q N f] ,��, U ~ �� C 1 O �p Q o � »- � m � � � � � � � d � . C C 0�1 � d� 0 �'i l4 y L� L`0 m� w- � N� LLl 7 C � � d' - 1�!] N � � � z� o,� •- o Q- �n � m N � � � mm.�� m � m � � � � c� ao � �,3 � � `� v, n �� V � � N � C � •� "O 7 4- m� = ts �c � a� a C fA � �j C � � (p � � � U =� N � � N N � � C ?. � y4? u� p l6 � N � � o � � � Q � � Y � � U v L o-'� ��' �� N N C Q � 3 7 W� C I�i7 O � c O D D� �' ��� � 'N N � � � D � ,., 'n p 7� N C� d � d p$ 7 rIJ �� +� b V Gl 'C � C� � C � Ul � Q7 � +N+ �y N S] � p N C N.-�'+- > W ltl _� N "� � O � � Q •U � � p � O ��� �� m m a� m� Q ° � �� a�, T� �� � � � Q O m � • p �p ¢ �� � C C C � O � Q �.N O �q '� � fq � - 61 V � � D �� Ci� C� � � ��,C � .E @ 'E N o e, � y � � � � a�� a�� � � oa�� � � � (-�,] N � C N N � (� '� N � � � N Q V ,� � a O C -• ��,. � � Q� � N ,-�� � � E Q- c o_ �- L� �Qv �u-� �� � o a u�, Q v; m m v��.� � v�� m v�i Y � 0 7�, •� �� �� pl U � N O U W W �� 7 N� L= � � � N �•� p � V � y 'd N IA C� �� ��� � N C� C Q% j ffJ � l4 O C N U � � y'' � m U��y.� O 3 u1 �a � � m� _'�` �°� �� 'c o�a �`m E�� � a o a� '- � e l� r W N � N ftl C�� E O`" O � Si Q 41 �.- Li.l L> q � �r- �- C � � � N � "Cf 00 �� o��� ❑��a� °� o�� �� NC7 4O o o? .Q � fA P � O 'O V C m � C�� � � � c d2•y� vov� � U 7 b � N �� �s a�i c�n�� � a� Q p> Ri � �� � � � N 3 O1� CLO '�� C� O� G Vl �•- �� ���� ��mo � �� � �.a�u, ao�li � �� � L0 �r c� N � � � 3 � Y � � � C � � o � � °� � � a� � � �� C❑ ��,'`J' � y.p � d o�- �'5 � ca � m m� �= '�Q °'w�� °��o EU �� �c N�,m ��-° Z' �� U m c E� °S m�� � � l0 � ++ 7 �.N Q� r� N "" �Gl mN p 'q 7� C y- W`� �rotn l,�) aj m � -O E� Hm�a� �o�°� y � � O7 � I- � � � '� C O � � ¢ LLJ 7 �-� � �+ N .'� �.+L�' �(p N� �.`�° .o L � i��p m �� � y�-_ � ��� a 3� U LL� � m� LJ a c c m W �i ��j u�i� m� p � ��c�� ai a v� � c H v�i � w � O� m c•- o. w m c � � o � v " � c �Q.c u�'i � �' ro � m L m�'� Q si r c� � a0 � CJ �'� 3 0�C� U w c� � Q tl' H � � N w m U � � ¢ 0 � � � � d.a � � � .� � c� � � .� � ,� � � � O�i � � � � � 7 .� N N � C Q d y U 7 a � •� � d y C N O � � �'� N v � � O � �j' ..�.. C�j � y C ���� G F' �0 � � � � � � y '¢ �'i N � � � w c �. � a�°� o.�� 0 w (�j V�1 r.. �roc�� m �c�� p .�O C p � � �� ��o mi��no � � u o �a �Q � - a� � m 'd N :� ' .-� L N � � O. o,�,v � � ���'�' � � 0 � y N tl7 w, Cp p - � j V � O a � �N � � � . `� � Q N � p � U ti. � p� Q1 f6 4 __� �O U w��a�� N'��E� ma' �0a � N � � 0? U m`� �~� N � 3 � � � � �'a���a� � � m Erna'�� O � � � C N �j,k `Utl � �� � tn N �m��a 0 C Y � c � m ro °7 � � o �� � �� —ca��m .y � Q � 4 � � % Q « �,�m�'� � � �a��� _��ro�� a�aj�N p W � ,_ � U N ryA � � � c��occ m .� � m ''= �m��o� '� W � .� � Ua�..r �� Uf �'� 3�jc c � o � � N � � � �o�.=_� � o ��'m � N L � � � � r�nZ U �� aroirn��ai IL � Ui N � �� � � 3 0 � �- U � �' R O O� � � � � U � N y U Z � N � o � � o' �� � y �� � N N � � N U V .n � � N E c' pl`C a� � ,� � � Cp N U � � � C � � C � N O � � 3O 00. U � '� �� w o N d- c � N N m ��, � � Y � � � •� U �� U �.7 � 0 ro� C � U�,� oU�° °��o �� m ��� .� � � o. .o ar � �� .� � � w � � d U � � � ��� m � a � .a � �� � � o d UUt�n ro D � � e � � � u �� � � � � .y � � � ��.a N '�i �i 0 � e � a 0 � � .N � .� � O V � � 0 � � � � � � � � � � � � u as g C� � � � .� � � � � � C � il,l C 4d m � c � � U � d m a c R � � U ` L � r � y U � m � � ff# Z � U C � m 4p C �- z° i � � m C m � 'C •� N z E a � � V C c � m c � .c� ro s=. C y � � o ia � ❑ ❑ ❑ � � � L.L .� ❑ � Q � � �N U N � � � � Q Q U ❑ ❑❑❑ � U m U � cp � y U � �� ❑ Q � C N U d � � � @ 'L '� c� � Q Q U ❑ ❑❑❑ � U m U � a � � U � �Q U � I�❑ �, � an �' '� �2 m i;r � � � v a c� � @ U � c � m a ? -N Z 2 Z Q � ❑ � m N � � [.1 � � ❑� G Q � C � N �j N j � Q a U ❑ ❑0❑ U m � U m � U H � � O L � � }- ❑ � � ❑❑0❑ � I � � �. i�r � � � � g�, � N �� � vu � a� d � � �A NO� � � � �� g � u_ � O� N � N �' �� � � y a� O a �' � �ua � �a a� � d �� aU°i 7 I7 � � � u � u T ° H � � °� H d �n �- � � o � � O � O � � ��.7 � g � � �' a :� a a � � � a � a � � 1 � � a� c ei � 0 0 � � � � � � � � � � � a � � �+ a � u Ql N �� U C�NI � �j � � � 0� 0 16 � � � ,o � E, � e . �, � d � •� .a � � ° � o � � .c° � o � � �° � o n a �� v m a a�, ca �� �w u o� �� N O m N o� y m m� W $ Q � 0 M � � U0. � ¢ �; � � ,� � � � � � � � � � � .� � � �' � C �' C U {� N C '� l�6 � 'C � � � � � .0 U G.1 � � '� m � � � m a •� � p u�i �� a m c"c E a �+ iu E �' z = z¢ z = z¢ � ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑¢ �j N m N � � m E � E � � LL d.�j LL QJ LL d7 � � a c � E ° � � `� @ a 0i ��y N C�p .� � � � � f] N V � U � j � � SO � � � a a � ❑❑❑❑ ❑❑❑❑ ❑ ❑0❑ � � s U U � � � � � V ❑ V � V ❑ 0 p p A � ¢ T � ¢ ' � � U H m� C.3 H '�" � U H � ` � � � � [� z O O s��-. � (~j � s '� � U O .c � v ❑❑❑❑ � ❑❑❑❑ `�„i4J❑❑❑ b � � d � ~ �� � y 'e7 m tl! 01 r� z .� � �R � � � � J , � a �' � � �`r N fq � IA ONj � G} l:� N WI I C. 3 G � U �� � 3 � •, a� u� � vs m G �� � a � � •. • � � � N u � 1� � s� !) O � O � � ul0 O V � p ``� a o �� � O vt O u� O • �' � a � � �, C: � Q, �3 � � � H Z a> F� Z en � � � � '� � � S � .� � � 4� � �� � �� O � -� � �a m u� .� � � �, a � �, � � � aa � � � � °' � � o �' o � �� � � � � � � � �� � �' � � � � � c y� u � y . � d� . � a� e � � .n� ,� � ti � = � � � � � �° � �IA `G O � 6 �UI � O � C �N 'i� O � � po � 'e � � e � � t E O � '� s � O � n 8 �� u a� a aw v � B au� t� � U C C � C � , N � n. � � y � E ❑ ❑ ❑¢ N N C E 1° � U � 'C � �� � a � N [g � � m � � a a � ❑ ❑❑❑ � U m U ❑ � g U }- � � � Q a�i U X � U 1 I�! II I � I � � m 3 1- o � � � O �' V Q b � � - —� as e � � v a � a �; i � . � ��� � n a �� ci O N N � r � o � �o ! y lC a �j ¢� � O H� w � � R = 0. ¢ a E � O � � � � .� � � � � �� � W � � � � � � �% Ifl ra � J � a � � � N � o ° � U Q � � � � U � L � � U � � � U � Q � N � � � .� � � � N � O v v G� � �� c�9 J U � Q � � y" U � � � � � � � � � � � � � � � � W y W � � � N � Ci � � -.�—� � p� O � i� n � � Q 4 O � C � � Q Q Q Q � � � �0 � h� � ❑ ❑ ❑ � � � � � F-^ i-- i^ o � O V C N � Q O � .� � � ,� p � X '� tll -p` �.� -p � � � N � ���� ���� � � � o •� _ c 3 � � � � N v�, o L � — 'U � � � � o � N � m m L Q- Q � o � � a � � ��0� ��a�� o � � � � V � � N -p y � � � p c�n � o � ,� � tn �_�� 3 � � � •� ci�� � Q o � � ��/[� � ` � "Ul � N d � m � �.� � O ,� +� � � � � � ��NE � � � o 7 � � U N � V � .Q � O +-• � � � � � A � � vi � � _ c�_._ o � � � � � � c � @. U N N � � � G � � O ,O .0 L +� � O � � � o c � �, �. o ���� � � m � :� � � c rn � C O +' �4 N _ � y V � 3 � � -i7 U � C O � A � 'Q L� y -� � � � � C]. O � � N O � .`,�� fC �- U Qi — �'� rnc�a� � w o � 3�'" H � � � � L L '�� 3 0� �� O � � �� a a�-�� .� � � � � S!J (4 .O � � � N C c�a 3-°�+' c �o�°?-- c� �mo �+.� 3 � o � � m�,o�` �n��,Q�' � �I � � N � � .N .� 0 �O N �!'v�i�'E +� � � �'� � � � � �� m � w. Q � vp� ��'ai e�3 �U�' a..� ° c°� a�� �� � �� a� U � � "� ° � � � ~ N � � � ,��iL�a o � � a � �• � ca � Q. N � �.�—�.'°�-�m ����Qo � L � �j v� O O' � O "� � ,� � � �> C t-' � � � O 'N �- OS � +� Q- � N p„ � O ��� j'd� �, o ������� W �.. � c0 O f0 �- � C p. U � � N :t7 � (� (q � L � � y,�., O � U U � � � � 'C .� .�^ V ,�,,; � � � � � � CI1 O a A N � N O ` .� 'Q � O � � � � •� � N p � U � — U N ' +� , � � C � f� � v�i +�_. c0 � N N +�-� � � G � U � �n � `� '� U � � �O � U � ��� cn � � �, u� � r-O� N �G � N � E � � � � � � N � � G � � � (tS �" C Q� N � pyN ur �� � � � � � U � � O C � :•: U� � A • C (0 � � c�a c`a � �� � 3 OS� G`C O m�axi�a.� � � � � � a � � � � � H �l i� � t' � � a � � � � a a� a � � � '� � G U � W � b � � t6 p � d � � � Q. � Z N N � V} "'' g`o a � � � � �' a a ci ¢ c� � N N 4 4 aaao N o �O 0 �� � o. W� c 0 .� .� 0 ;�'' � 6 W N m c m rn �� �u o � � � c Q � o �� L U > 0 � pW� O �� � Z N � M E a ti �_� m •� ao o�a ��RT V�O1�TH- ��ty �� �o�� �o�n ATiACHf�AEAIT'iC _ _ - - �usiness Lqui�y �Didrsion �'age 1 af 4 Cood �aiih �ffe�s F�rm PRIMElOFFEROR Check applicadle 6ax to descrihe COMPANY NAME: PrimelOfferor's Certificatian PROJECT NAME: � BID DA7� Business Equity Goal: OfferoPs Business Equity Goal Cammitment: PRQJECT NUMBER % °/a If tt�e Offerar did not meet or exceed the Business Equity Goa� for this praject, the �'rimel0fferor must complete ttt is fo rm. If the �rimelOfferoe's method of complia�ce with the Business �quity Goal is based upon demonstration of a"Good Faith �ffo�t", the PrimelOfferop wiN hade the hurden of correctly and accurately peeparing and submitting the documentation Pequiped by the �ity. Gompliance vieith each item, 9 thru 10 b�low, shall satisfy the Good �aith �ffo�t requi�ement absent proof of fr�aud, intentional andlor knowing misrepeeseniaiion of the facts op intentional discrimination by the Frimel�ffe�o�. �ailure to camplete this fawm, in its entirety with supporting documentation, and recei�ed by the purchasing 9ivision no later than �:00 p.m. on the second City business day after bid opening, exclusi�e nf bid opening date, will r�sult in the bld being consider�ed nan-responsive to bid specifications. �xception: CFA, ICI�, and CDBC projects, documents will be submitted to the City Project tlAanager if I publiclv bid or to the Developer if private[y bid. 1.) Please list each and every subcontracting andlor supplie� opportunit fo� the completion o# this peoject, regard[ess of whether it is fo be peovlded by a Busmess �quity firm or non-Business �quity firm. (�O NOT LISi N�,Ft11fI�S O� �fRf�iS . On all projects, the PrimelOffeeor must iist each subcontracfing and or supplier apportunity regaedless nf tier. Nse additional sheets, if necessary} tiist of 5ubcon#racting Opportunities List of Suppliep Opportunities Effecti�e 01lD112021 p►TYACF3fl�I�P�1' 1C Page a of 4 2.} Obtain a cuP�ent (not mope than two (2} months old from the bid opet� date) iist of �usiness fquity subcontractorrs andlop supplier�s from the City's Business Equity Divisian. � Yes � Na date of Listing 3.) �id you salici# bids from Business Equity firms, within the subcontracting andlor s�ppfier areas previously listed, at {east ten calendar days prior to bid opening 1�y telephone, exclusive af the day the bids are c�pe.ned? � YBS (If yes, attach list fo incEude name af 8usiness Equity firm, ep rso_n contacted, phone number and date and time of contact.) ❑ IVo 4.) Did you solicit bids from �usiness Equity firms, within the subcantracting andlor supplier areas previousiy fisted, at least ten calendar days prior to bid apening hy fax, exclusive af the day the bids are opened? � YBS (lf yes, attach Ifst ta include name af Buslness Equity flrm, fax number and date and tlme af cantact. In addition, if the fax is retumed as undelivera6la, then that "undeliverable confirmation" received must be printed dfrectly from the facstmile for proper documentetlon. Failure to su6mit confirmation andlar "undell�erable confirmatlon" documentation may render the � Np G�� nan-responsive.j 5.y Did you solicit bids fram Business �quity firms, within the subcantracting andlor supplier areas pre�iausly listed, at least ten cafes�dar days prior ta bid opening 6y email, exclusive of ihe day the bids are opened? � YBS I�f yes, attach emall coniirmation to i�cfude name af Business Equity fErm, date and time. En addition, if an email is returned as undeliverable, then that "undeliverahle message" reeeipt must he printed direct{y from the �mail system for praper documentation. Failure to submit confirmation andfor "undelir+era6le message" ❑�� documentation may render the GFE non-responsive.) PEOT'�: Yhe three methods identified above are acceptable fo� solicitifng bids, and each seEected method mus# be applied to the appiicable �ontract. The PrimelOfferor must document �hat eiEher at feast twa attempts were rnade using two of #he three methods or that at I�ast one successful contact was tnade using ane af the three methods in o�der to deemed responsi�e to the �ood Fai�h �ffowt vequirement. l�OTE: ihe PrimelOfferor� must contact the entire �usiness �qu�ty list specific to each subcontpacting and supplier nppor�tunity to be in campliance with questions 3 th�u 5s 6.) Did you provide plans and specifications to potential Business Equity firms? � Yes � Wo 7.) Did you ppovide the informatian regaeding the iocation of plans and speciiications in order to assist the Business �quity firms? � Yes � No Effective O1IQ412021 AT�"ACHi�E�l� 1C Page 3 of 4 8.) Did you prepa�e a quotation fo� the Business Equity firms to hid on goodslser+rices specific to their skill se#? ❑ Yes (If yes, attach all copies of quptations.} ❑ C+lO S.) Vllas the contact infarmation on any of t�e fistings nat valid? (If yes, attach the tnfarmation that was not valid in order for the Buainess Equity Divtslon ko address ❑ YeS the corrections needed.) � NO '#0.) Submit documentatian if �usiness �quity firms quotes were re;ected. ihe documentatian submitted should be in the firms forms af an aifidavit, Include a detailed ex��anation of why the �usiness Equity firms was r�jected and any supporting dacumentation the PrimelOfferor wishes to be considered by the City. In the event of a bana fide dispute concern�ng quotes, the PrimelOfferor will provitfe far confidential in-camera access to an inspection of any relevant docume�ttatipn by Gity personnel. (Please use additiona! sheets, if necessa , and affach.J Com an Name �ele hone Contact Persan Sc�e oi VIlork Reason fo� Rejection ADDI710NA1, Il��'ORRAATIOM'. �lease provide additional infarmation yow feel will further explain yourr good and honest efFo�ts to obtain Business Equity firm pa�ticipation on this ppoject, Yhe PrimelOf�ePor fu�ther agrees to peo�+ide, directly 4o the �ity upon �equest, complete and accurafce in�ormaiion regarding acfival twork performed on this con�rrac�, the paymen� �he�eof and any proposed changes �o fhe o�iginal arrangemen�s submitfied wi�h fihis bid. Yhe �rimelOfferor also agr�ees io allo►ev an audit andlo� examinafion af any books, r�ecor�ds and files held by fiheiP company 4hat vdill subsfanti�te �he acfival work per�ormed on �his contrac#, by �n authorized o�icer or� employee of �he Ci�y. A�rimelO�erar who infen4ionally andlor knowingl� mis�epresen�s ma�erial �acfis sha11 be �ebarred for a pe�iod o# time of not less tMan three (3j yea�s. Efiecti�e 01l0412021 A�i,�CH19�E�dT 9C Page �4 of 4 The undersigned cer�ifies thaf 4he info�m�tion proe+ided and �he �usiness �qui�y gir�ms iisfied w►aslWe�e confac�ed in good faifh. I� is unde�stood thaf any �u�iness �quity firms lisfed in A�tachm�nt �iC will be contacted and fhe reasons fo� nof using fihem rwill be �+e�ified hy the Ci�y's �usiness �qui�y �ivision. Authorized 5ignatuee iitle Company Name Add�ess CitylStatel�ip NIA Printed 5ignatu�e Contact I�ame and �itle (if different} Phane P�umber �mail Acidress �ate Business Equiky Division Email: DVIN_BEOffice@fortworthtexas.gov Phone: {817) 392-2674 et�eGt��e a�ro�raoz� �(��T �1(}�T� , CITY OF FORT WORTH Join# Venture Eli�ibili _ty Form Adl questions must 6e answered; use "N/.4" if not applteaSle. Jaint Venture Page 1 of 3 Name of City project: A joint venturc form must he carnpleted an eaeh project RFP/Bid/Project Number: 1. Joint venture infarRtat�on; Joint Venture Name: Joint Venture Aridress: (I,fapplicableJ Telephane: E-mail: Pax: [dentify khe firms that com�rise the joirat venture: Please attach extra sheets if additroroal space is required to pmvide detailed explanations of work to be perfor►ned by each /irm comprising the 'pint venture �us'iness Equity Non-Bnsiness Firm Name: E uity Firm Name: Business �'irm usiness Firm Contact 1Vame: Contact iVame: Business Business Address: Address: Telephvne_ Fax: Telephnne: Fax: E-mail: �-maik: Ccrtification Status: Name af Certifying AgencX: �. Sco e of worlc erformed b the Joi�nt Venture: Describe the sca e of work of the Susiness E[�it firm: llesc�ibe the sco e af worl� nf the nun-Business E ui �rm: �ifeotive 01/09/2021 Joint Venture Page 2 of 3 3. What is the percentage of Business Equity firm participation on this joint venture counfing tawards the project goal? 4. Attach a co�py of the joint �enture agweement. 5. List components of ovvnership of joint venture; (Dp not complede tf this tnformatian is described in joinr venture avra_mm�_nt ] Profit and Ioss sharing: Capital contributions, including equipment: Other ap.plicab6e ownership interests: 6, identify by name, race, sex and firm thase fndividuals (with titles) rwho are responsible for the day-to-day manageinent and decision making oithe joint venture: Finartcial decisions (to incfude Accuunt Payahle and Receivable); Management decisions: a. Estimating ---- ------------------------------------------ — b. Markering and Safes --------------------_- _------------------_- c. Hiring and Firing of management personne! ------ —_._ _-----------------------_------------ d. Purchasing Qf major equipment andlor supplies Supervision of Eield aperations The Gity's Business Equity Division will review your joint �enture submission and will have fina{ appro�ai of the Business Equity percentage applied toward the goal for the praject IistecE on fhis form. NOTE: From anci afier the dake of project award, if any of the participants, the indi�idually d�fined scopes of work or the dolkar amountsfperc�ntages change from the originaily approved informatian, then the participants must infarm the City's Business �quity Di�ision irt�mediately for approval. Any unjustified changa or deletion shall be a material breach af conkract and may result in debarment in accord with the procedures ouklined in the City's Business Equity Ordinance. Effective o1l011202'! ,laint VenCure Page 3 af 3 AFFIDAVIT The undersigr�ed affirms that the foregoing staternents are true and correct and inciude all materiai information necessary to identify �nd explain the terms and operation of the joi�t venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, ciecision-making responsibilities and payments herein. The City also reserves the right to request any additionai information dee�ned necessary to deterrtiine if the jaint venture is eligible. Failure to cooperate and/or pro�ide requested information within the tim� specified is grounds for tarrrtinatian of the e�igibility process, The undersigned agree to permit audits, interviews with owners and examination of the books, recards and files of the joint venture by any authorized representafives oi the City of Fart 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 Federai, 5tate andlot' Lacal lawslordinances cancerning false statem�nts or willful misrepresentation of facts. -------------------- ----------------- -------- ------------------------------------------.____-------------------- Name of Rusiness Equity Pirm: Name pf IVon-Busines5 Equity Firrn: 1Vame of Dwner: Name of Orvner: Signature ofOwner Signature af Owner Printed Nama of Owner Printad I�'arne of Owner 5igttature of Owner Signature of Owner Title Tifle Date Date Notarization State of Counky of On this day of , ZO , before me appear�d and to me personally known and who, 6eing 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 PrinYName Notary Public 5ignature Commission Expires _ Susiness Equity Division Erriail: DVIN BEOffice@fortworkhtexas.gov Phone: (817) 392-2674 (se�rl) Eifecfive 01101I2021 FoKT ��x�rx A77RCHM�lVT 1 B Page 1 of 1 �ity ef �'c�r�t 11�1�ierth �u�in��s �quify �ivision Pr�me Contr�actor� l��iv�r� �vrm PRiMEIOFFEROR Check applicabfe box ta describe Primel CQMPAI�Y NAME: bfferar's Certification PROJECT NAME: � F * A .., ,^^^ 81� DATE City's Business Equity Goal: Offeror's Business �quity ProJect Commitment: PRDJ�CT NUMBER p�0 p�0 If both answers to this form are Y�S, do not complete AiTACHMENT 1 C{GoocE Faith E:ffort Form). All questians on this farm must be completed and provide a deiaifed expfanation. ff the answer to either que�tion Es RlO, then you must complete ATTACHM�N7 1 C. This form is only applicable if both answers are yes. 4�ailure :c w�:'.'l��9+S ±hic fr��,m in itg anfir�►ty and 6e peceir►ed h►r ths ��rc�hasing Division no later than 2:80 p.m., on tlre se�ored �Y;����si�,sss �ay afte� biti �per��^s�, ex�!•,Yi���� af #tte bfd apenirg da#e, wi�l �sc�€t �n the bid heing eo����+�r�d r�.~.�"pvCponslve ta bid speci�icati�ns. �xceptian: �FA, ICA, and CL��� �r��ects, d^YUff1G':�t8 YYIII �� 5�1�1??I�k@� �O ��'1� .{'.k�]+ �I O��Ct {UIBR��OF 4F �IFLjI��I�+ L}I{I OY t4 ��'1� �BY�GOj]�� IF �flV�t+3I�f F�i[�. Will you perfoPm this entipe contract without subcont��ctars? � Y�S If yes, please provide a detailed explanation that pro�es based on the size and scope of this ❑ N� project, this is your normal business practice and pro�ide an operational profile of yaur business. +lVill you �ae�'�pm this e�tire contract without suppliees? ❑ Y�� If yes, please provide a detailed explar�ation 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 PrirnelOfferor iurkher agrees to provide, dir�ctly to the City upon request, complete and accurake informakion regarding actual wark performed by al� subcontractors, including Business �quity firms nn this contract, the payment thereof and any prapased changes to the original Business Equity firm arrangements submitted with this bid. The PrimelOfFeror 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 Business �quity firms on this contract, by an authorized offcer or empioyee of the Cify. Any inteniional andlor knowing misrepresenta�ian of facts will be grounds for terminaking 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 cancerning false statements. Any failure to comply with this ordinance creates a makerial breach of contract and may result in a determination af ar� irresponsible Primel Qfferor a�d barred from participating in City work for a period of time not less than ane {1) year. Authorized Signature Title Company Name Address GiiylStatelZip Business Equfty Divlslon Email: DVIN_BEdfficeQforlworthtexas.gov Phone: (817) 392-2674 Prinfed Signatur� Contact Name (if different) Phone Number Emall Address �ate Effective 01l01I242'i �ORT �URTK ���in��s ��uit� �i�isi�n ������ �� IR�T�NT A,B�s��tess �qurty ��b-�C�n#rack�rlCo�sultan# Ir�farma#ion: A ce�if[ed Business � ui firm is owned h a Minori or Worr�an Business Er�te rise MIVVBE PROJ6C7 # BlD # _ (If Applicahle Please Check One) Amendment❑ Change0rder❑ [Pursuant to the City of Fort Warth's Business Equity Ordinance, certified Business Equity firms participating under the Ordinance must be certified prior to recommendation of award in order to 6e counted towards ihe Business Equity contract goal. Certifying agenc9es accepta�le by the City, North Centraf Texas Regional Certification Agency (i�GTRCA), I]a11aslFork Worfh Minarity Supplier Dev��opment Council, lnc, (pFW MSDC), Women's Business Cauncil - Southwest (WBCSj, or the Texas Department of Transportation (TX�OTj. Nate: For Federally-Funded projects the firm must qe cerlified as a Disadvantaged Business Enterprise (DBE) by the I�CTRCA andlor TXDOT only.] All �iBIdS al"e RequlPed - Do Rot leave 61at1k. 1. Name of Project: 2. Name of OfferorlPrime ConUactor: 3. Name of 8usiness Equity Sub-GontractorlConsultant: Address: NIA Firm Contact NamelPhone: 4. The undersigned is prepared to perform the following described w�rk andlor s�ppiy fhe mat�riai listed in connection with the above project (where applicable specify "supply" or "install" or hoth): NE.iCS G��r��;�}; Type or print Name (Ownerl Autharized Agertl 04 Cerliffled Business Equlty Flrm) Signature (OwnerlAutharized Agent of Cerlif+ed Buslness Equity Firmj (Emall Address) $, Aifi�avEi �f �#�rotf�rime In the amaunt of $ (Name of Certi(ied Buslness Equify 5ub-CansultanUConsultant} ��ate) {Phone Numberj I FI�REBY �ECLARE AND AFFIRNk ihat am the duly auEhorized represenkative of (OwnerlAuthorized Agent) and lhat I have personalEy reviewed t�e material and facts (Name of AfferorlPrimej set forth in this Letter of Intent. To the qest of my knowfedge, information and belief, fhe facts in this form are true, and no �naterial facts have qeen omitted, Pursuant to the City af Fo�t Worth's Business Equity Ordinance, any personlentity that makes a false nr fraudulent statement in connection with participatian of a cer�fied firm ir� any City af Fort Worth cantract may be refierred for debarment pracedures under khe City of Fort Worth's Business Equiry Ordinance, I do salemnly swear or affirm that the signatures cantained herein and the information provided by the OfferorlPrime are true and carrect, and that I am authorized on behalf of the 4fferodPrime tn make fhe affidavit. {Ownerl Authorized Agentj Type ar Print Name {5ignalure of OwnedAuthorized Agent) (Email Addressj {OiferodFrime Addr�ssj {Datej (Phone Number} Department of Diversity and Inclusion Business Equily Divisivn Effecti�e OV/0112021 Email: ,� -- - t'_':' . , Ravised 07/01/2021 Ph:617-392-2674 ��-6047 Wa�e �ate� 2013 PREVAILING WAG� RA7E5 (Heavy and Wighway Construction Projeetsj CLASSIFICATIQN DESCRIPTIOR� Asphalt Distri6utor Qperator Asphalt Pa�ing Machine Operator Asphalt Raker eroom or 5weeper Operator Cancrete �inisher, Paving and Struc#ures Concrete Pavement Finishing Machine flperator Concrete Saw dperatar Crane Operator, Hydraulic 80 tons ar less Crane Operator, Lattite Boom 80 Tons �r Less Crane Operator, LatYice Baam dver $0 Tons Crawler Tractor Operator Electrician �xcavat.or Operator, 50,000 pounds vr less Excavator Operator, Over 50,000 pounds Flagger Form Builder/Setter, Structures Form Setter, Paving & Curb Foundation Drill Operatnr, Crawler Mounted Fo�ndation Drill Operator, Truck Mount�d Frant End Loader Operator, 3 CY or Less Front End Loader 4perator, �ver 3 CY Laborer, Common Laborer, Utility Loader/Backhoe Operator Mechanic Milling Machine Operator Motor Grader Operator, Fine Grade Motor Grader Operator, Rough Off Road Hauler Pavement Marking Machine Operator Pipelayer Reclaimer/Pulverizer Operator Re'tnforcing Steel Worker Roller Operator, Asphalt Roller Operator, Other Scraper Operatar 5ervicer 5mall 5lipform Machine Operator Spreader Box Operator 7ruck dri�er Lowboy-Float Truck Driver Transit-Mix Truck �river, 5ingle Axle Truck Driver, Single or Tandem Axle Dump Truck Truck Driver, Tandetn Axle iractor with Semi Trailer Welder Work Zone Barricade Servicer Wage Rate $ $ $ $ $ $ $ $ $ $ S $ $ $ $ $ S $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 15.32 13.99 J.2,69 ii.�� i�.�z 16.05 14.48 18.12 �.7.z� 20.52 14.07 1.9.80 17.19 16.99 lO,Dfi 13.84 13.16 17.99 2J..07 13.69 14.72 10.72 12.3Z 1.5.1$ 17.68 14.32 17,19 16.02 12.25 13.b3 13.24 11.41 16.18 13.D8 11.51 12.96 14.58 15.96 14.73 16.24 14.14 12.31 12.62 12.86 �4.84 11.68 The Davis-Bacon Act prevailing wage rates shown for Meavy and Highway canstruetion prtijects were deiermined by the United States �epartment of Labor and current as of September 2013. The titles and descriptions for the classifications �isted are detailed in the AGC of Texas' Standard !ob Classifications and Descriptions for Nighway, Heavy, Utilities, and lndustria{ Construction in TeXas. Page 1 of 1 2013 PREVAILIFlG WAGE RATES (Cammercial Construction Projects} C�A55lFICAYION ��5CRlPiIOiV AC Mechanic AC Mechanic Helper Acoustical Ceiling Installer Acoustical Ceiling Installer Helper Bricklayer/5tone Mason Bricklayer/Stone Mason Trainee Bricklayer/5tone Mason Helper Carpenter CarpenterFielper Contrete Cutter/Sawer Concrete Cutter/Sawer Helper C�ncrete Finisher Concrete Rnisher Helper Concrete Form Builder Concrete Form Builder Helper Drywall Mechanic Drywall Helper Drywall Taper drywall Taper Helper Electrician (Journeyman) Electrician Rpprentice (Helper) Efectronic Technician Floor Layer Floor Layer Helper Glazier Glazier Helper Insulator Insulator FEelper Laborer Common Laborer Skilled Lather Nietal Building Assembler Metal euilding Assembler Helper Metal Installer (Miscellaneous) Metal lnstaller Helper (Miscelianeous} Metal Stud Framer Metal Stud Framer Helper Painter Painter Helper Pipefitter Qipefitter Helper Plasterer Plasterer Helper Plumber Plumber Nelper Reinfardng Steel 5etter Wage Rate $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ � $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 25.24 13.67 16.83 12.7D 19.45 13.31 10.91 17.75 14.32 17.00 11.00 15.i7 11.00 15.27 11A0 15.36 12.54 15.DQ 11.50 19.63 15.64 20.00 18.OD 10.00 21.03 12.81 16.59 15.21 10, 89 14.15 12.99 16.OQ 12.QD 13,00 13.00 16. iZ 12,54 16.44 9.98 2],.22 1539 16.17 iz.s.� 21.9$ 15.$5 iz.s� Page 7, of 2 Reinforcing 5tee1 Setter Helper Roofer Ronfer Helper 5heet Metal Worker Sheet Metal Warker Helper Sprinkler 5ystem Installer Sprinkler 5ystem Installer Hefper 5teel Worker Structural 5teel Worker 5tructural Helper Waterproofer Equipment Operators Cantrete Pump Crane, Clamsheel, Backhoe, Derrick, �'l.ine 5hovel Forklift Foundation Drill Operator Front End Loader Truck Driver 11Ue�der Welder Helper $ $ S $ $ $ $ $ $ $ $ $ $ S $ $ $ $ �J..OS 16.90 11.,15 16.35 13.11 19.17 1�4,15 17. d0 13.74 15.00 18.5b 19,31 16.45 zzsa 16.97 16.77 19.56 1�.00 The prevailing wage rates shown for Cotnmercial canstructlon projects were based an a salary survey conducted and published hy the North Texas Construction Inrlustry (Fall 2412j Independently campilec4 hy the Lane Gorman Trubitt, P�LC Construction Group. The descriptions for the classiflcakians IfsYed are provided on the TEXO's (The Construction Associatinn) we6site. www.texoassociation.arg/Chapter�wagerates.asp Page 2 of 2 ��.d01 60 00 �roclu�t fltequirements ����������- ���� �� ���� ����� ��������.������ 5����� ������� ��s� Updated: �.pril 09, 2021 The Fort Warth Water D�partment's �tandaxd Products List has been developed ta minimize the submittal review o� products which meet the Fort Worth Water Department's Standaxd Specifications during utility constructian projects. When Technical Specifications for specific products, are includ�d as part o� the Construction Contrac� Documents, the requirements of the Technical Specifica�ion will override the Fort Worth Water Department's Standard Specifications and the F'ort Worth Water Department's Standard Products List and approval of the speciftc products will be based on the requirements of the Technical Specifcation whether or not the specifie product meets the Fort Worth VVater Department's �tandard 5pecifications or is on the Fort Worth VLTater Department's Standard Praducts List. Table of �ontenti (Click on items ta go directly to thc page) Items Page A. Water & Sewer 1. Manholes & BaseslCompon�nts ........................................................... 1 2. Maz�holes & Bases/Fiberglass ............................................................... 2 3. Manholes & Bases/Frames & CoverslReetan.gular ............................... 3 4. ManY�oles & BaseslFrames & Covers/Round ....................................... 4 S. Manholes & BaseslFrames & Cov�rs/Water Tight & Pressure Tight .. 5 6. Manholes & Bases/Precast Can.crete .................................................... 6 7. Manhales & Bases/Rehab Systems/Cementitious ................................ 7 8. Manholes & Bases/Rehab SysternslNanCementitious ......................... S 9. Manhole Insert (Field Operations Use Only) ........................................ 9 1D. Pipe Casing Spacer .... ........................................................................... 10 11. Pipes/Ductile Iron ................................................................................. 1 l 12. Utility Line Marlcer ............................................................................... �2 B. Sewer 1.3. CQatings/Epoxy .. ................................... 14. Coatings/Polyurethane .......................... 15 C b' t' A' V 3 s � . om ma ion �r a ve ......................................... 16. PipeslConcrete ........................................................ ................... 13 ............. 14 ............. 15 ............. 16 17. Pipe Enlargement System (Method) ....................... 18. Pipes/Fiberglass Reinforced Fipe ........................... 19. Pipes/HDPE ........................................................... 20. Pipes/PVC (Pressure 5ewer) .................................. 21. Pip�s/PVC* ............................................................ 22. PipeslRehab/CIPP .................................................. 23. PipeslRehab/Fold 8e Form ..................................... 24. Pipesl4pen Profil� Large Diameter ....................... ........................... I7 ........................... 18 ........................... S9 ........................... za ........................... 21 ........................... 22 ........................... 23 ........................... 24 C. Water 25. Appurtenances ....................................................................................... 25 26. Bolts, Nuts, and Gaskets ....................................................................... 26 27. Combination Air Release Va1ve ........................................................... 27 2$. Dry Barrel Fire Hydrants ......... ............................................................. 28 29. Meters ................................................................................................... 29 30. Pipes/PVC (Pressure Water} .................•--........................._...............__.. 30 31. Pipes/Valves & FittingslDuctile Iron Fittings ....................................... 3� 32. Pipes/Valves & FittingslResilient Seat�d Gate Valve .......................... 32 33. Pipes/Valves & Fittings/Rubber Seated Butterfly Valve ...................... 33 34. Polyethylene Encasement ..................................................................... 34 35. Sar�apling Statians ................................................................................. 35 36. Automatia Flusher ................................................................................. 36 � � � � cs � � � � � � � � � � � � �z� � � � � � � � � � � � � � � � �� � � C/� �' kts � � �[� I f" � � .. � d �F+ C u° 0 d .Q � m r $ � � m � 0 � Y U � cv 0 ev � � 1 � � � � � � � � � � � �z� r� � � � � ��a ��� ��� � � � �� � � � � � � i� F �i �. a+ C d c 0 u 0 � � � r 0 �. � _ a a u v � � � N � � � � � � � � � � � � � �z� � � � � � � � � � � � � � �� � � � �� � � � T � I � ' � .� � « � d � 0 u 0 m a �o N a� s 0 c � d � b r u � � � c�a � � � � � � � � � � � N � � � � � � � � � �+ C9G � ^ �1 h�9 � � � � � � � �U��, � _. ` �f �� � � � �� � �. � � � u° 0 m n � m � O Y C 7 d � Y u � � � � ev � � � 0 '� a� � � � � � Eb E"d �c-� J � � � � � � � � �I � ] a � � � � � � � � � ir� ... �� �� � � � ,. C N G O V O W � 13 H G! z �+ O a+ C � � d Y v L] � � � � � � 1 � � � � � � �q :.�r � � �z� ��� � o�� � � � � � � � � � �V � H � � N� �. � L�^ G�C � i+ C w � a � 0 � � � � � L c +. L � � 0 � Y u u � � � � � � er � � as � � � � � �+ � Z � � F-a � � � � a"i ki9 r! � � � � � � � � � � � � s �� �•— � � � �* r {.i� � v � u° � O W � F W L � C 7 � G N u v � � � � � � � � 0 � � � s� � � � Ey � �z� ��� ��� � 0 ��� ��� � � � � � � � � � N � � � � � � c m C ° 0 � � � r .. 0 � � a 0 Y u u � c� � � � � � � '� � � �r � � 5 €� � � � � � � � � � o � � � � � � � �� � � ��-�- � � � G/2 r. i � � 1� �. . � �, � � � C u° 0 a .� w m r �°+ e � � � u P � � � � � 1 � � � � � � �q Lto � L� ��a � � � � � � � � � � � � � � � � � F� �+ � � � � CY� � � � F� f"d � � � C GI C u 0 m .Ta � a t �. r e � � r � 0 � � � � �d° � '� � � � � �. � E� � � �� � � � � � � � � � ���I � � � � � � � � � � � � � � r �i � +. c m Y C �.1 O a � H r � � ' o�e 0 u P � � � � � � � � � '� � � � � �. � � � I..! � � � � � � � � � � � � � � � � � �� � � � � � � � � � � � � � ' � i r� �. G GJ C O U Q d .d F � t � C 3 � 07 � O �.7 � � � N � � � � b '� � � � `� �. � F� � Z � � � � � � � � � � � � � � � W � � � � � � !� � �, � c m c u° 4 GI � F�- m L � u i M � � � � u � ew � � � � � � �a � � � c� � � � � �z� � � � E� � � � � � � � � � � � W � � �� � � � �p� �i � � � 4� M i m � u° 0 m a � m � c c � m � � V � � � � � ts� � � � � � .+ � � � � � � �z� � � � � � � � � � QQ � � � � W � � �� � � � r.- � � �, �. F"a � 1� �, .� C a M � 0 V O GI .O lC b � +�+ i 3 � a .. Y u � � � � � � � � � a� � s� '� � � � z � � �k � � � � � F��] � � � :� � � � � � � F� � b � H � � p�•o � � E� � .� .� � � � � _I, .. c m t U 0 � a � t 0 � x�+ � 0 u � � v � 1 � � � � � � � � � � � � � �z� � � � �"� � � � � � w �1 1�9 'p� /' N � 1'�M hi9 � � � U " �"� � �-i E"� � � .� � M C d C u° a d A � d r a�+ C 3 N � Y Y u u � � � � � 0 � � � a� � � '� � � F� �z� ��� H � ��� � � �S � � � � � �� � N � � � � 1� ��, . 4.. � � � .� � a � 0 u 0 v � � � L O ++ i 3 a 0 .. u u � � � � � � ` et � � aa � � � � � � � � I�I � M'�N� � � � � � � � � � � � � � � U � � � � r�- �.rr � , � � .. C N C � 4 a .n H m r 0 .. E 3 � O L.7 � td � � � � � � � � � c� � � � � � �z� ��� � � � � � � � � � � �� � �" C� '� � � � �° �' � � _� L� � � m c � � a a � a m r c � a m a a � � N � i�l ` � � � � � y.�e � � �, � � C/] � � � r��� � � � � � � � � � � �o � � � �� � � � �•� , � � � H � O +• 6�i C u° 0 m .a H w Y Y C L � � G Y u v � � � N � �9 � � 'v' � '� � � � '� �. � E� � � � � ��r� F" � O � � � � � � ��'z � � � � � �r � IG..4 � 9r"`" C� �r ��, +. C a e 0 u 0 � � a m � « a � � � 0 .� � i:i r e+l � E� � p �' � � � � � � � � � � �i W � � � � � � � � � � � �� W � � � U � � � � i� . � � � ., c w �+ c U D a d H a� r +. 0 E 3 C a +• � u � � � � � � 1 � � � � � � � � � � �z� � � Y� � � ��� ��a� ��� o�z � � � � f f�'� � � �� � � � i-� 0J � U 0 v � � � � � � � � d � YDJ V V � � � � ` � d � � `� a� � � � � � �rw V, � z� F � � � � � � � � � � � � � �� � � � � � �/] �, �+ � � ' ✓ � �. '�f � V G Q� d u 0 a � m � a � 0 .. � � � � � � � � � `� � � � � � � � � �z� � � � � � � � � �W�6� � � �� � � � �� � � � � � � � � � F+� w C N G 0 u a a � m E- a s 0 C � C �+ � U � � � � � � � � � � � � � � � � � � � �� F � � � � � �W��a O � � � � � �..i � � � � � � �� � � .� c m � c u° 0 m � H m � S � ' � � 0 u P � � � � � 1 � � � � � � � � � � � � � � � � � � �Q � � � � � � �� � � � � � � E-� � � �,.,� ri �: � �"' -. �� i+ G a e V 0 m � � r 0 � 3 � a +. Y tJ u � � � e� � � � � 0 '� a� � � '� � � F � �z� ��� � � ��� ��� ��� � H�� ��� � � �� � � � � �� �� .. d � s � 0 � � � � � � � � � � � � � � � � e� � a � � � a� � � '� � � � z w � � � � � � � � � F � � � � � � � -��- � F � � � � � � � � � z � � i �r' I� � � � I �' �� i� � �. 3 w � 0 °y,' � 3 � 0 z � � a �. 0 � � v .� � � r 0 � � � m � � � u U .. M Qq� yqV Vq� \� � � �d V � � �� � � �. � i� '�I � 4 �z� � O���ti a � � � � � � � � � ���' � � a f� Q � � v W a"' 7� � 3 � � � � �r^ A '/, N � f� w d � N � � s. Y � m .V � N b � �' ar � a � �n � � � � � � � O VS � } � ¢ Y � � �t � N � N� N �O N N � y N ^ tl' M � p p 3 4 O 4 � �� 0 0 _� � M � � 7 � 7 V d' V � N� V V N v�i N VMi � U V V�'1 v`�l U V V V`�i V`�1 h U U{•% U �•% � o 0 o v`"i U U w w+8 U U U�n m'n �� 3 6 3 m V U U U: � V U U.-; �- U^ U d d d d ¢ � 4 rri m a [.] U .. : : U U U Q �' � �o �o �o �o +o r� 3 U U 3 d d U U V a Q C � ��� � � �, d d d d�� 4 d Q����¢� 3 a 4 � � � � Q 4 � � � � 3�� a�a ��� Q � m � o 0 � � w o a � e., ;.,� ,y i, U U H h g.�O � a. o� � �" o .o ���g a� p:, n' c) t`� sd o- o o� �o r'�6-. c� ��!i $ ��' F1 a r`�n r�n �''�j p cv ��� ra sz a�` � �� bi v� i., F ...1 3 x� � m u i+., 'w � N., V�,� S o ta� a� in S ii, a, � p a a .o .� �q c���� o g 7 a � S c.� �� i� � u � c�'.� '� w �: e�o �' � `�y ''� a � � � " �'E a '9�u '� a �`� a�o. � � .p .Q � � � a � �' S b � � y � �+ �' YS a; p �� � � .� " • ;� � �, ° � � � � a � x A x ca ;� � ,� ,� � � � � � e�o � in Fn � � a Q � .o .o V SL v_ � T � ti � � �� P � � � v' o � � C7 �� m W W � m �� � � � � w d � � [g � � �' .� tl ,$ ° o a. °g =3 U7 � � � q p .�. �i C � � � � M � � � � � � � , � � a 3 c3 � 3 , � y � � � � � a, � " o o .0.07 d .d, d �d' �i � � � � � �.�1 ��JS � c. ` V� <� � p Q� Q vs 'v"� 'v"� in x,d a.y- � �a 3 � . � � � � o w Q � � � c�i, � & � � � I I �o � � � � � � v � � � I ti � � U �% � �l c� c� u' � �i � � � � � # St � � � � ffi ti G Q ,� ,� � ,� .� U '� � ;u d � �; � � � � � ,� w '�3 a' 04 a� y .� . .� ^ �� ,o � � .9 .9 .� n, +� .5. -� c .9 � .9 i4 f+. L4 k. ti 4 y+� +� � � ti ti ti �-4. �-fl. n � � � � � ;� � � v y � � k a ,� � � � .� �. � � �� � � a � �� �� '� � � :� .� � � � . � : � . � w � � � ¢ � � U � v � �. - � � � v � � A A A A A � Q� a LS .�] a�, � � � '�z .� � � � � � � o� n n n �- v r n n n v� Q O o 0 0 o N � o � O O ry �,!, .: ,-, ,ti w w rii m w m w m�� w�, w w u w.:� .:, ,A m M. m r� n in in in �n ol a o a��� a o a o� Q�� o o v rn a rn$ �_� rn o » � N O O O O O O Y C i-�� � 0 U 0 m � � � � •. 0 �+ � 3 tl�1 � u � ' v O � C � N m 4 � t � � � er� o� g � � � '� e� � w � � � F �za � � � � � � �� Fil � � � � � � � @ � � � � � � E"e � � E� D� � .� C a � 4 V O d � m � a L O E � e 0 �. u u � � � c�! 1 � � 1 � � � � � � �q �+.Rq.� d � H �, � � � � E� � � � q� � � � � � � � � � �U � � � � t-� � � �i � M i w � c u D C� a H v s a E ' v � a u � � 0 ev � � ` � 0 '� � � � '� �. � Ey FzJ � � � � � F� � � � � � � � � � � � � �U � � � ,� � �� � [�r � � «. � a, _ a u 0 m a m � d s 0 E 7 � O � Y u � � � N � 0 � � B o� � � � � � � � � � � � � � � � � � � � � � � � � � V � � � � I�r a � � 1� .. C O1 G O V O � � b � t a+ O L � � 0 � Y � U � N � � � � � � � � .� � � � � � r/1 H rb � � � � � � � �' � � � � o � � � � � �� � � � �L � � � � �: �� « c d c t� 0 w .a r a r � u _ i � d �. %.i �1��02 60 00 Oncor Transfo�me� Pad I]etail� �nci �eq��rements a vs,. B - � �a,. �o•• R � 6B'� 10'� � s - 6" A 6_ � s.� s vr• z�� C� s vz�� zs•• s y2•• „ 2.� 7�'� 41�� 7��� 2,. � 8,• � ;`' '�• ';. SECTION " A — A " NOTE 2 2 "�•-�j _ �r' �� „"���2" $ _„ _� a . . � SECTIDN " B — 6 " 2 vz" 2 vz•• z vz" �^'I� 13 �I �_ SO" �,� 1�" �1� 10" �'���3 V2., i i i 3.. .�. ��- BI � '�. S�C710N " C — C " REINFORCING SCHEDIILE NUMBER ��HGTH W�IGHT {LBS] OF #3 BAR5 a 6a�� �.oa 2 33" 2.13 2 4" .1$ 6 41" 7.71 4 6" .75 .26 CU YARDS CONCRE7E TOTAL NIEIGHT OF PAQ 1,16D LBS NOTES: 1. SEE �ETAIL SHE�i" t3 ANQ 14 FOR LOGATIONS OF CONDUITS AND GROUfVD ROD AND OTFiER APPLICABLE NOTES. 2. PIERS ARE AE�UIfiE� dN AU. PADS UNLESS WANE� BY THE COMiPANY INSPECTOR. FEFERENCE DETAIL SHEET 17 FOR PIER INSTALLA710N. 3. ALL STEEt TO BE A MIiVIMUM OF 1 V2" FROM SURFACE OF CDiVCRETE. 4. ALL CHAMFERS Td BE 1 V2"x 46 pEGREES. ROUNDING OF EDGES WITFi RQUNOING TRQWEL IS ACCEPTAB�E IN LIEU OF CHAMFERING. 5. CONSl1LT COM?ANY R�PRESENTA7IVE FOR APPROVED pREFABRIGATE� PADS. 6. SEE DETAIL SHEET 21 FOR GENERAL NOTES. 7. GfidUT WI[dQOW AS PER �ETAIL SNEEf 15. , �' � P�Ui��� IIl� PL�1C� P/�D �OR SII�GLI� PFIW�� i1�I����RNI�R� �D� UG ��iAl� SH���' 9� O� �� 0� - i� z� �r• ir� �r� 2., 3 V2" 3 V2" ��. PLAN C� NOTE B NOTE 3 � NOTE 6 � 6fi" uIIN{MUM VOTE 9 NOTES: 1. CONSULT COMPANY REPRESENTA7IVE FOH (1j NUMBER, SIZE AN� LDCA710N OF CONdUITS IN PA� WINDOW AND (2j WHETHER DESIGN IS TYPE I OR 'fYPE II CdN6U{T ARRANGEMENT. 2. NO MORE 7HAN 8- 2 INCH, 8�- 3 INCH OR 4- 4 YNCH CdMDU�TS INCLUD�NG SPARES SHALL BE PLACEO IN THE SECONE?ARY 51DE OF PAD WIPI�OW. 3. REFERENCE DETAIL SHEET 9 FOR BENR RADIUS FOR ALL HaiiIZONTAL ANd VER'TICAL CUNOUIT BEMdS. a. COIVSULT CQNEPAIVY REPRESENTATIVE OIV WHERE TO OBTAIN 5�6" X$' COPPER CLAd CsRdUND ROD. CsROUND ROD FO BE OBTAINEd AND INSTALLED 9Y CONTRACTOR. I{VSTAI.LATIOM OEQTH SHALL BE. 7'-- 6". 5. GROLIT WIN�OW AS PER �ETAIL SHEET 15. B. THIS plMENSIQN 15 6 INCHES FOR PRECAST COiVCRETE PAD AN➢ 4 INCHES FOR POLYMER CONCRETE PAOS. 7. REFERENCE DETAIL SHEET i6 FOR FOREIGN UTILI7Y EQUIPMENT GEiOUN�. 8. PIERS ARE REQUIRE❑ ON ALL PAOS UNLESS WAIVED BY COMPANY INSPECTOR. REFERENCE DETAIL SHEkT 17 FOR PIER �ETAIL. 9. TkE 3" FLEX CON�UIT SHAIL HAVE A MINIMUM OF 8" OF COVER A5 IT EXITS ON THE RIGHT HAN� SI�P OF THE TRANSFQRMER PAD. �1 � � 4 _ �A`� ' T°�41l�����IVY�� Pr4� PR���1�T° ��N�L� PFI�e�� D�AD�RAIVT TYPI� I ��5� U�s ��AI� �H��� 7� O� �7 �3 � 9(1 hIOTE 5 NaT� 4 s�crioN �� A - A �� 6E I`1 /y � NOiE 3 NOTE B � NOTE 2 NOTE 5 � � T ��`i���� rr� � �s " MIPIIMUM NOT� 1D NOTE5: 7. COM1fSIJLT COMPANY REPRESENTATIVE FOR �1j[VUMBER, SIZE AIYD LOCA710N OF C0IVDUIT5 tN F'AD WINDOW AfVD R2j WHFTFiEH TYPE I OR TYPE N CON�UIT ARAANGEMENT. 2. NO MORE THAN 8- 2 INCH, B- 3 INCH OR 4- 4 INCH CdNDE11T5 INCLUOING SPARES SHALL BE PLACE� 1N THE 5ECON�ARY SIDE OF PAD WEN�OW. 3. REFERENC� pETAIL SMEET 4 FOR BEND AAOIUS FOR ALL HORI2QNTAL ANO VERTICAL CONDUIT BEN�S. 4. CONSULT COMPANY REPRESEiVTATIYE ON WHERE TO OBTAIN F✓8" X 8' CdPPER CLAD GROLlN� EiOD. GROUND ROD TO BE OB7AINEq ANd INSTALLEb BY CONTRACTOR. INSTALLATION �EPTM SMALL BE 7'- 6". 6. GROUT WINdOW AS PER ��fAIL SHE�T 15. 6. THI5 DIMENSION IS 6 INCHES FQft PRECAST COM1lC3tET� PAD AN� 4 INCHES FOR POLYMER CONCREfE PAQS. 7. REFEREIVCE DETAIL SHEE7 76 FOH FOfiEIGN U71LY'IY EQUIPMEfVT GROUND. 8. PIERS ARE REDUIHED dN ALL PAdS UNLE5S WAIVED BY COMPANY 1NSPECTDR. REF@RENCE DETPJL 5HEET 17 FOR PIER �ETAIL. 9. THE CON�l11T5 MUST 8E INSTALLED TO ENSURE THAT THE TOTAL MAXIMUM BRE[VDING RA�IUS FOR THE PRIMARY CABLE DOES iVOT EXCEEd 9 INCHES jANGLE F'RIMARY CONdUl7 WHENEI/ER POSSIBLEj. 1D. THE 3" FLEX CON�UIT SHALL HAVE A MINIMUM OF B" OF COVEFi A5 IT EXITS ON THE RIGFlT HAN� SI�E OF THE TRANSFORMER PAD. /I� �' � � i�ll�����lV�l�� �� P��CA�T �IfVG�.� f�Hi4�F �3�141�Fi��I�T 1`1(P� II ��� 4�G ���AI� SH��� 9� O� �� �3 � 1� NOiE 4 J NOTE 9 / � GROUT NOTE 2 3,. �.� 1�� � n � � � � � Ikl-ill=�ll=1#4=111= 11=111=1 ��i-�=�-�-���r �E =111=111�i11=111=111 111-I11 1=f�1-III-I1i=111-III � in_i'n_iii_ii��iii_i n-m_i �=_iii�iii=_�n��=�F -_iE1=111=111=111=111=l11=111= 1=�=11 �=m=m=�=�si - i =iii=iu=�-in=ni=ui �iriii iii=ii=�ii-iii-� u i=ui=S�u�=ii�=T- i=iii=�i ig=�n=�i���ii=iiri =��ii���iit�i����i� i ��iii ��n II1l�111111111111111 ��111 II� u 1=111_IIf=111 III_ill =111_lll=lll=111_III II NOTE 3 PA� WINDOW �ETAIL NOTES: 1. THE GEIOUT SHALL BE PORTLAN� BASEO AND SAN�EO. DO NOT USE CONCRETE. 2. FILL IN PAD WI�lbOW WI7H 4 1NCME5 OF EAfiTH BACKFILL ANb 2" OF GROU7. 3. GROUND RODS SHALL EXTEN❑ A MAXIMUM OF 3 ENCHES A80VE GROUTING TO ASSURE ADEQUATE DRIVEiJ �EPTH AMD ALLOW FOR A€IEQUATE CONNECTING SPACE. 4. GFiOl1Nb fi�DS SHALL �XTEND A MINlMl1M OF 7'- B" INTp EARTH. 5. GRAVEL FILL IS NDT ACCEPTABLE. � \]III�����L11 ���F��� � � � ��Ii �1'wi�4lri���1'lltil�� �/il� Y1��Itl�OgYa�1 ��� �i� ��ii41L �bI��T 1� �� al D� - 1D 5EE WINDQW bETA1L BELOV�1 FOREI COMPE W � � — — — — — — — — — — — — — — — � I f I f I ! � TRANSFORM�R � I I � c�ouNo eus � I I �, � cRouNfl �ao � „ i. i 6" BELOW GROUNd � NOTE 1 � � INSTALL ON PRDPERTY LIN@ SI�E aF PAo s^ ouT� FROM PAD SFCiION �-,� cAouNo NOTES: L ON NEW iNS7ALLA710�iS, INSTALL NO. B S.a. BARE COFPER A5 SHOWN FflR FOREIGN LITILITY COM�ANY BONdING. 2. TH� NATIQNAL ELECTRICA� SAFETY CQDE RULE 384C R�COMMENDS BOlVDING OF ALL ABOVE GROUND M�7ALLiC POWER AfVD COMMI]NlCATIONS APPAFlA7US (PED�S7AL5, TERM{NALS, APPARATUS CASES, TRANSFORiU1ER CAS�S, ETC.j THAT ARE SEPARATED BY A DiSTANCE QF 6 FEET OR LE55, �. ��, �' ����� �� ��������� �il�liY COi��AI!!Y ��lJ�f����i �f�OUIVD ��� u� ��iA�� �b��Y �� o� �� �3 � �[1 _�6�� �o- � 6" �� l �1 PlERS NOiE T � � _ 6..� � _ ��� i`� �� NnNnow TRANSFO�iMER PAD � � - �) �) � 4" � O [) SERVICE EIVCLOSUR� FINf5HE� GRA�E FINISHEU URp�E 1/7 PAD � SEIECT BACKFILL PfOTE 6 I PIERS � NpTES 2, 3& 4 j R 51DE VIEW FOR LEVEL TERRAIN 1/R PAD � � ��f��i pEP'Tli WIIL � 1�`��l�� �. �f�%%�fj%��%�� OEPEND ON �'y///�//�� FIELD ' �!f//.� f%� j . ' !�i�j%�� cowoma�s II s�u�c'r s�c��u PlEAS ' NQTES 2, 3 8, 4 NOTE b J SIDE VIEIN FOR SLDPING TERRAIN NdTES: 1. PIFRS $HALL 9E INSTALLE� 11NflEA PAD WFIEN QIRi HAS BEEN �ISTURBED ilN�Ell 7FIE LOAd BEAWh1G JIREA OF PAU. TAMP BACKFILL [95% GOMPACfIONf i0 TOP OF PIER SUPPORTS �USE RffCN SPDIL WHEN POSSIBLE]. 2. CL1T St1PPORT PIERS PROM SECTIpN OF d IN. PVC CONl�l1�T. 3. PLACE PIERS AS SIiOWiV. FILL 1yITH CONCAETE. A. TOP OF PIERS 5H011LD BE LEVEt ANU 3 IN. BELOW FIMAL GROUiVO L�YEL i0 A 6EPTH DF: [lj MINIMUM OF 36 Il�i. IN L1N�fSTURBE� EARiH �SQII�. [2� eQrrOM OF o�7CH. (3� BEGINNING OF SDLID ROCK. 5. AFTER P[ACING PA�, FILL VQlOS UN�ER AN� AROI]N� PAD WI7H SELELT ORCH SPQIL. 6. ALL $ACKPILL UiJOER ANa AROLIND PAI] SHAI.L BE WELL TMtiPEO. ���F36� ���a�� �1'N,l�l�aa��1'YIYI�� �f�9� � � � ��� ��1'►���� ������Uf�� ���I'Y ����������� DD� V� D�T�►�L �b��i 9% 8� �% �� - 9�