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�