Loading...
HomeMy WebLinkAboutContract 58684CONTRACT FOR THE CONSTRUCTION OF NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN, PHASE lB Mattie Parker Mayor City Project No. 102687 X-26939 Chris Harder, P.E. Director, Water Department William A. Johnson David Cooke City Manager Director, Transportation and Public Works Department Prepared for The City of Fort Worth Water Department 2022 ••• H ••• A .LFF ••• 4000 Fossil Creek Boulevard Fort Worth, TX 76137 TBPELS #312 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORT WORTH ® City of Fort Worth Standard Construction Specification Documents Adopted September 2011 City of Fort Worth, Texas Mayor and Council Communication DA TE: 12/13/22 M&C FILE NUMBER: M&C 22-1043 LOG NAME: 60NSIV24INWATERMP1 B-JACKSON SUBJECT (CD 7) Authorize Execution of a Contract with Jackson Construction , Ltd. in the Amount of $10 ,499 ,744 .25 for the Northside IV 24-lnch Water Main Phase 1 B Project, Provide for Total Project Costs in the Amount of $13 ,774 ,634.00 , and Adopt Appropriation Ordinances to Effect a Portion of Water's Contribution to the Fiscal Years 2023-2027 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of a contract with Jackson Construction, Ltd . in the amount of $10 ,499 ,744 .25 for the Northside IV 24-lnch Water Main Phase 1 B project (City Project No. 102687); 2. Adopt the attached appropriation ordinance increasing estimated rece ipts and appropriations in the Water Capital Fund in the amount of $5 ,301 ,551.42 , from available funds , for the purpose of funding the Northside IV 24-lnch Water Main Phase 1 B project (City Project No . 102687) to effect a portion of Water's contribution to the Fiscal Years 2023-2027 Capital Improvement Program ; and 3 . Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Projects Fund in the amount of $6 ,083 ,515 .58 , from available funds , for the purpose of funding the Northside IV 24-lnch Water Main Phase 1 B project (City Project No . 102687) to effect a portion of Wate r's contribution to the Fiscal Years 2023-2027 Capital Improvement Program . DISCUSSION: This Mayor and Council Communication (M&C) is to authorize execution of a construction contract with Jackson Construction , Ltd in the amount of $10 ,499 ,744 .25 for the Northside IV 24-lnch Water Main Phase 1 B project (City Project No . 102687). The project was advertised for bid on September 29 and October 6 , 2022 , in the Fo rt Worth Star-Tele gra m. On November 10, 2022 , the following bids were received: I Bidder II Total Bid II Contract Time I Jackson Construction, Ltd. $10,499,744.25 1460 Calendar Days Mountain Cascade of Texas , $11 ,328 ,348.00 LLC In addition to the contract cost , $622 ,828 .00 is required for project management and inspection and $262 ,494 .00 is provided for project contingency . This project will have no impact on the Water Department's operating budget when complete . It is the practice of the Water Department to appropriate its CIP plan throughout the fiscal year, instead of within the annual budget ordinance , as projects commence, additional funding needs are identified , and to comply with bond covenants . The actions in the M&C will amend the City of Fort Worth 's Fiscal Year 2023-2027 Capital Improvement Program as follows : 60NSIV241NWATERMP1-JACKSON Capital Project FY2023 CIP Budget Change Revised Fund Authority FY2023 Name Name Appropriations (Increase/Decrease) Budget 102687 59601 -NSIV Water 24 " Capital Water $0 .00 This M&C $5 ,301 ,551.42 $5 ,301 ,551.42 Fund Main Phase 1B 102687 59605-NSIV Water 24 " Capital Water $0 .00 This M&C $6 ,083 ,515 .58 $6 ,083 ,515 .58 I Projects Ma;c Fund Phase 18 LJLJ Funding is currently available in the Unspecified-All Funds project in the Water Capital and Water Capital Projects Fund for the purpose of funding the N S IV 24" Water Main Phase 1 B project. Funding for the Northside IV 24-lnch Water Transmission Main Phase 1 B project is depicted below: FUND Existing Additional pprop W&S Rev Bonds Ser $1 ,965 ,799.00 2021 -Fund 56019 Water/Sewer Bond 2016 -$423 ,768.00 Fund 56005 Water Capital -Fund 59601 $0 .00 Water Cap 59605 Fund Project Total $2,389,567.0 $11 ,385 ,067 .00 $13 ,774,634 .00 *Numbers rounded for presentation purposes. Business Equity -Jackson Construction , Ltd. is in compliance with the City's Business Equity Ordinance by committing to four percent Business Equity participation and documenting good faith effort. Jackson Construction , Ltd. identified several subcontracting and supplier opportunities . However, the firms contacted in the areas identified did not respond or did not submit the lowest bids . The City's MWBE goal on this project is 16 percent. The project is located in COUNCIL DISTRICT 7. FISCAL INFORMATION/ CERTIFICATION: The Director of Finance certifies that funds are currently available in the Unspecified-All Funds project within the Water Capital and Water Capital Project Funds and upon approval of the above recommendations and adoption of the attached appropriation ordinances , funds will be available in the Water Capital and Water Capital Project Funds for the NS IV 24 " Water Main Phase 1 B project to support the approval of the above recommendations and execution of the construction contract. Prior to an expenditure being incurred , the Water Department has the responsibility of verifying the availability of funds. Submitted for City Manager's Office by : Dana Burghdoff 8018 Originating Business Unit Head : Chris Harder 5020 Additional Information Contact: Suzanne Abbe 8209 Expedited 60NSIV241NWATERMPI 8-JACKSON FID Table FIDs (Budget) Rec# Fund Dept# Account Project ID Activity Budget CF 2 Program Amount Purpose Xfer Vear 2&3 59601 0600430 4611010 102687 2023 $1,083,207.92 2&3 59601 0600430 4905123 102687 2023 $2,166,084.08 2&3 59601 0600430 4956001 102687 2023 $2,052,259.42 2&3 59605 0600430 4905420 102687 2023 $6,083,515.58 2&3 59601 0600430 102687 2023 $5,301,551.42 2&3 59605 0600430 102687 2023 $6,083,515 .58 FIDs (Actual) Rec# Fund Dept# Account Project ID Activity Budget CF 2 Program Amount Purpose Xfer Vear 2&3 59601 0600430 4611010 UNSPEC UN1500 $1,083,207.92 2&3 59601 0600430 490S123 UNSPEC UN1500 $1,995,925 .08 2&3 59601 0909103 4905123 UNSPEC UN1500 $170,159.00 2&3 59601 0600430 4956001 UNSPEC UN1500 $2,052 ,2 59.42 2&3 59605 0600430 4905420 UNSPEC UN1500 $6,083,515.58 2&3 59601 0600430 4611010 102687 001480 ($1,083,207.92) 2&3 59601 0600430 4905123 102687 001480 ($2,166,084 .08} 2&3 59601 0600430 4956001 102687 001480 ($2,052,2S9.42) 2&3 59605 0600430 4905420 102687 001480 ($6,083,515 .S8) FIDs (REVENUE or EXPENSE -No KK or GL Entries Needed) I Rec# Fund Dept# Account Project ID Activity 'Budget CF 2 Program Amount Purpose Xfer I Vear I 2&3 59601 0600430 5110101 102687 001480 $107,622.75 Staff Costs -Construction 2&3 59601 0600430 5110101 102687 001485 $322,867.00 Staff Costs -Inspection 2&3 59601 0600430 5550102 102687 001480 $4,000.00 Public Outreach (Sally) 2&3 59601 0600430 5740010 102687 001480 $262 ,494.00 Project contingencies 1 59601 0600430 5740010 102687 001480 $4,416,228.67 To pay contractor 1 59605 0600430 5740010 102687 001480 $6,083,515.58 To pay contractor 2&3 59601 0600430 5310350 102687 001484 $53,811.00 Soi l Lab -TPW Staff Costs 2&3 59601 0600430 5330500 102687 001484 $134,528.00 So il Lab -Consultant 2&3 59601 2060000 102687 RETAIN Combo Code 00 05 15 -1 ADDENDA Page 1 of 1 I SECTION 00 05 15 2 ADDENDA 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 END OF SECTION CITY OF FORT WORTH NORTHSIDE IV 24-rNCH WAT ER TRANSMISSION MArN PHASE I B STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS City Project No. 102687 Revised July 1, 2011 CITY OF FORT WORTH WATER DEPARTMENT ADDENDUM NO. 1 To the Plans, Specifications & General Contract Documents NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHASE IB City Project No. 102687 Addendum No. 1: Issued October 26 , 2022 Bid Opening Date: November 3, 2022 This Addendum , forms part of the Plans, Specifications & Contract Documents for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below, in the bid form (004100 Bl D FORM Page 3 of 3) and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The plans and specification documents for Northside IV 24-inch Water Transmission Main Phase IB are hereby revised by Addendum No. 1 as follows: 1. Technical Specifications • SECTION 00 42 43 "Bid Proposal Form" • REPLACE in its entirety with the attached • SECTION 33 05 24 "Installation of Carrier Pipe in Casing or Tunnel Liner Plate" • REPLACE in its entirety with the attached SECTION 34 71 13 "Traffic Control" • ADDED in its entirety: • APPENDIX GC-4.04 "Underground Facilities" • REPLACED in its entirety with the attached revised appendix 2. Drawings • Sheet 34 R1 All other provisions of the plans , specifications and contract documents for the project which are not expressly amended herein shall remain in full force and effect. A signed copy of the Addendum should be included in the sealed bid envelope at the time of bid submittal. Failure to acknowledge the receipt of this Addendum could cause the subject bidder to be considered "NONRESPONSIVE," resulting in disqualification. ADDENDUM NO . 1 Issued : October 26, 2022 RECEIPT ACKNOWLEDGEMENT: By: Chris Harder, P.E. Water Department , Director By: Tony Sholola, P.E. Water Department, Assistant Director NAME i{JAh 111.~£ DATE 1bl26!2 2 TBPELS ENGINEERING FIRM #312 ADDENDUM NO. 1 Iss ued : Octo ber 26, 2022 CITY OF FORT WORTH WATER DEPARTMENT ADDENDUM NO. 2 To the Plans , Specifications & General Contract Documents NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHASE IB City Project No . 102687 Addendum No . 2: November 2, 2022 Bid Opening Date: November 10, 2022 This Addendum, forms part of the Plans , Specifications & Contract Documents for the above referenced Project and modifies the original Specifications and Contract Documents . Bidder shall acknowledge receipt of this addendum in the space provided below, in the bid form (004100 Bl D FORM Page 3 of 3) and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The plans and specification documents for Northside IV 24-inch Water Transmission Main Phase IB are hereby revised by Addendum No. 2 as follows : 1. Technical Specifications • SECTION 00 11 13 "Invitation to Bidders" • REPLACE in its entirety with the attached • The bid opening date has been changed from Thursday , November 3, 2022 to Thuraday, November10 ,2022 All other provisions of the plans, specifications and contract documents for the project which are not expressly amended herein shall remain in full force and effect. A signed copy of the Addendum should be included in the sealed bid envelope at the time of bid submittal. Failure to acknowledge the receipt of this Addendum could cause the subject bidder to be considered "NONRESPONSIVE," resulting in disqualification . ADDENDUM NO . 2 Issued : November 2, 2022 RECEIPT ACKNOWLEDGEMENT: Company:Jackson Constn1ction, LTD Address: 5/IZ. Sun VO\lley ~r. City :for+ W'or+~ State :TX Chris Harder, P.E . Water Department, Director By: TonSholola, P.E. Water Department, Assistant Director ADDENDUM N O. 2 Issued : November 2, 2022 rNVIT A TION TO BIDDERS RECEIPT OF BIDS Sealed bids for the construction of NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHASE lB, City Project No. 102687 ("Project") will be received by the City of Fort Worth Purchasing Office until 1:30 P.M. CST, Thursday, November 10, 2022 as fwther described below: City of Fort Worth Purchasing Division 200 Texas Street Fort Worth, Texas 76102 Bids will be accepted by : US Mail , Courier, FedEx or hand delivery at the address above; Bids will be opened publicly and read aloud at 2 :00 PM CST in the City Council Chambers. Jn lieu of delivering completed Business Equity (M/WBE) forms for the project to the Purchasing Office, bidders shall e-mail the completed Business Equity forms to the City Project Manager no later than 2:00 PM on the third City Business day after the bid opening date, exclusive of the bid opening date. GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: • 9,120 LF 24" DIP, Steel A WW A C200 , or Concrete A WW A C303 Water Line by Open Cut • 1,170 LF 24" DIP, Steel A WWA C200, or Concrete A WWA C303 Water Carrier Pipe • I, I 00 LF 42" Steel Casing Pipe by Other Than Open Cut • 80 LF 42" Steel Casing Pipe by Open Cut • 60 LF 16" Water Pipe by Open Cut • 70 LF 12" Water Pipe by Open Cut • Transfer Valve and Vault • Design and Construction of Cathodic Protection System PREQUALIFICATION Certain improvements included in this project must be performed by a contractor or designated subcontractor who is pre-qualified by the City at the time of bid opening. The procedures for qualification and pre-qualification are outlined in the Section 3 of 00 21 13 -INSTRUCTIONS TO BIDDERS . DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division website at http ://www.fortworthtexas .gov/purchasing/ and clicking on the link to the advertised project folders on the City's electronic document management and collaboration system site. The Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. Bid Document Package https ://docs .b360 .autodesk.com/shares/b1 d613ed-6b90-451 c-bfa5-a40f5765ab4f Addenda Folder https ://docs . b360 .autodesk . com/shares/450b07 c3-f8aa-46bc-a 179-3f46e9579a9c Plan Holders Registration Form and Plan Holders List https://docs .b360 .autodesk .com/shares/091 aefc3-1 f87-4bd7-b253-b2a278b0491 f Copies of the Bidding and Contract Documents may be purchased from Halff Associates, Inc . which is as follows: 4000 Fossil Creek Boulevard, Fort Worth, TX 76137 The cost of Bidding and Contract Documents is: Set of Bidding and Contract Documents with full size drawings: $ 100 Set of Bidding and Contract Documents with half size (if available) drawings: $80 EXPRESSION OF INTEREST To ensure potential bidders are kept up to date of any new information pe1tinent to this project, all interested patties are requested to email Expressions of [nterest in this procurement 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 and phone number. All Addenda will be distributed directly to those who have expressed an interest in the procurement and will also be posted in the City of Fort Worth 's purchasing website at http ://fo1tworthtexas .gov/purchasing/ PREBID CONFERENCE -In person A prebid conference will be held as discussed in Section 00 21 13 -INSTRUCTIONS TO BIDDERS at the following date, and time: DATE: October 18, 2022 TIME: 9 :00a.m . (CST) PLACE: 311 W 101 " Street Fort Worth, Texas 761 02 LOCATION: City of Fort Worth Water Department If a prebid conference is held, the presentation and any questions and answers provided at the prebid conference will be issued as an Addendum to the call for bids . If a prebid conference is not being held, prospective bidders can e-mail questions or comments in accordance with Section 6 of the Instructions to Bidders referenced above to the project manager(s) at the e-mail addresses listed below. Emai led questions will suffice as "questions in writing." If necessary, Addenda will be issued pursuant to the Instructions to Bidders . CITY'S RIGHT TO ACCEPT OR 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 lowest price, qualifications and competencies considered . INQUIRIES All inquiri es relative to this procurement should be addressed to the following: Attn: Suzanne Abbe, City of Fort Wo1th Email: suzanne.abbe@fortworthtexas.gov Phone: 817-392-8209 AND/OR Attn: Leah Hodge, Halff Associates , Inc. E mail: lhodge@ halff.com Phone : 817-764-7459 ADV ERTISEM ENT DATES S eptember 29, 2022 Octob er 6, 2022 1. Defined Terms SECTION 00 21 13 INSTRUCTIONS TO BIDDERS 00 2 1 13 IN STRUCT IO NS TO BIDDERS Page I of 10 1.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section 00 72 00 -GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2 .1. Bidder: Any person , firm , partnership , company, association , or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2 . Nonresident Bidder: Any person , firm , partnership , company, association , or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2 . City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3 .1. Bidders or their designated subcontractors are required to be prequalified for the work types requiring prequalification as per Sections 00 45 11 BIDDERS PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT. Finns seeking pre-qualification, must submit the documentation identified in Section 00 45 11 on Section 00 45 13 PREQUALIFICATION APPLICATION at least seven (7) calendar days prior to Bid opening for review and, if qualified, acceptance . The subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appropriate work types. Subcontractors must follow the same timelines as Bidders for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at the time bids are opened and reviewed may cause the bid to be rejected. Prequalification requirement work types and documentation are available by accessing all required files through the City's website at: https ://apps.fortworthtexas.gov/ProjectResources/ 3.1.1. Paving -Requirements document located at: C ITY OF FORT WORT H NORT HSID E IV 24-IN CH WA TER T RA NS MISSI ON MAIN PHAS E I B ST A ND ARD CONST RUCT ION SPEC IFICATIO N DOCU M ENT C ity Project No . I 02687 Rev ised/Updated No vemb e r 2, 2021 00 21 13 INSTRUCTIONS TO BIDDERS Page 2 of 10 https ://apps .fortworthtexas.gov /ProjectResources/ResourcesP/02 %20- %20Con struction%20Documents/Contractor%20Prequalification/TPW%20Paving %20Contractor%20Prequalification %20Program/PREOUALIFICATION%20REO UIREMENTS%20FOR%20PAYING %20CONTRACTORS.pdf 3 .1.2 . Roadway and Pedestrian Lighting -Requirements document located at: https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/02 %20- %20Construction%20Documents/Contractor%20Prequalification/TPW%20Roadwa y%20and %20Pedestrian %20Lighting%20Prequalification %20Program/STREET% 20LIGHT%20PREOUAL%20REOMNTS .pdf 3.1.3. Water and Sanitary Sewer -Requirements document located at: https ://apps .fortworthtexas .gov /ProjectResources/ResourcesP/02 %20- %20Con struction %20Documents/Contractor%20 Prequal ification/W ater%20and %2 0Sanitary%20Sewer%20Contractor%20Prequalification%20Program/WSS%20pre qual %20requirements .pdf 3.2. Each Bidder, unless currently prequalified, must submit to City at least seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 11 , BIDDERS PREQUALIFICA TIONS . 3.2 .1.Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1 . 3.3 . The City reserves the right to require any pre-qualified contractor who is the apparent low bidder for a project to submit such additional information as the City, in its sole discretion may require , including but not limited to manpower and equipment records , information about key personnel to be assigned to the project, and construction schedule to assist the City in evaluating and assessing the ability of the apparent low bidder to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame . Based upon the City's assessment of the submitted information , a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information , if requested, may be grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 3.4. In addition to prequalification , additional requirements for qualification may be required within various sections of the Contract Documents. 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid , each Bidder: CITY OF FORT WORTH NORTHSIDE IV 24-INCH WAT ER TRANSM IS SION MAIN PHAS E 1B ST AND ARD CONSTRUCTION SPEC IFICATION DOCUM ENT City Project No. I 02687 Rev ised/U pdated Nove mber 2, 202 1 00 21 13 IN STRUCT ION S TO BIDDERS Page 3 of 10 4 .1.1. Shall examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4 .2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1 .2. 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 or furnishing of the Work . 4.1 .3 . Shall consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work . 4.1.4 . Shall study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 4.1 .5 . Is advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actuall y written into the original Contract Documents . No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto , shall be binding upon the City. 4 .1.6. Should perform independent research, investigations, tests , borings , and such other means a s may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. For projects with restricted access , upon request, City may provide each Bidder access to the site to conduct such e xaminations, investigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations , tests and studi e s . 4.1. 7. Shall determine the difficulties of the Work and all attending circumstances affecting the co st of doing the Work , time required for it s completion , and obtain all information required to make a proposal. Bidders shall rel y exclusively and solely upon their own estimates, investigation , research , tests , explorations, and other data which are necessary for full and complete information upon which the proposal is to be based . It is understood that the submission of a proposal or bid is prima-facie evidence that the Bidder has made the investigations , examinations and tests herein required. C ITY OF FO RT WO RT H NO RT HSID E IV 24 -INCH WATER T RA NSM ISS ION MAIN PH ASE I B STAN DARD CONSTRUCT ION SPEC IFICATION DOCUM ENT C ity Proj ect No . 102687 Rev ised/U pdate d No vemb e r 2 , 202 1 00 21 13 fNSTRUCTIONS TO BIDDERS Page 4 of 10 4 .1.8. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 4 .2. Reference is made to Section 00 73 00 -Supplementary Conditions for identification of: 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only . Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4 .2.2 . those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions . Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. 4 .2.4.Standard insurance requirements , coverages and limits . 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder: (i) that Bidder has complied with every requirement of this Paragraph 4 , (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques , sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts , etc ., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally suffic ient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum , Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents . 5. Availability of Lands for Work, Etc. CITY OF FO RT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISS ION MAIN PHASE I B STAN DARD CONSTRUCTIO N SPEC IFICAT ION DOCUMENT City Project No . I 02687 Revised/Updated Nove mb er 2 , 2021 00 21 13 rNS T RUC TION S TO BIDDERS Page 5 of 10 5.1. The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents . 5 .2 . Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4 .01 of the Supplementary Conditions . In the event the necessary right- of-way, easements, and/or permits are not obtained , the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5 .3 . The Bidder shall be prepared to commence construction without all executed right-of- way , easements , and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City in writing on or before 2 p .m ., the Monday prior to the Bid opening. Questions received after this day may not be responded to . Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents . Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Address questions to: City of Fort Worth 200 Texas Street Fort Worth , TX 76102 Attn: Suzanne Abbe , Water Department Email: Suzanne .abbe@ fortworthtexas.gov Phone : 817-392-8209 6.2 . Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3 . Addenda or clarifications may be posted via the City 's electronic document management and collaboration system at https ://docs.b360 .autodesk .com/shares/450b07c3-f8aa-46bc- a I 79-3f46e9579a9c C IT Y O F FORT WORTH NO RT HSID E IV 24-INC H WAT ER T RA NS MIS SION MA IN PH ASE I B ST A ND A RD C ON ST R UCT ION S PEC IFICATION DOCU M EN T C ity Proj ect No . I 02687 Rev ised/U pdated No vemb e r 2 , 202 1 00 211 3 IN ST RUC TI ON S TO BIDD ERS Page 6 of 10 6.4 . A prebid conference may be held at the time and place indicated in the Advertisement or INVI TATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference . City will transmit to all prospective Bidders of record such Addenda as City con siders necessary in response to questions arising at the conference . Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security 7.1. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price , on the form attached or equivalent, issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions . 7 .2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and return the Contract Documents within 14 day s after the Notice of Award conveying same, City may con sider Bidder to be in default, rescind the Notice of Award and a ct on the Bid Bond . Such action shall be City's exclusive remedy in the event Bidder is deemed to have defaulted . 8. Contract Times The numb e r of day s within which , or the dates by which , Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by re fe rence to the attached Bid Form. 9. Liquidated Damages Provision s for liquidated damages are set forth in the Agreement. 10. Substitute and "Or-Equal" Items The Contract, if awarded , w ill be on th e basi s of materials and equipment de scribed in the Bidding Documents w ithout considerat ion o f po ss ible substitute or "or-equal" items . Whenever it is indicated or s pecified in the Bidding Documents that a "subst itute" or "or- equal" item of material or equipment may be furnished or used by Contractor if acceptable to City , application for such acceptance w ill not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such applicati on by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6 .05B. and 6.05 C . of the General Conditions and is s upplemented in Section 01 25 00 of the General Requirements . 11. Subcontractors, Suppliers and Others 1 I. 1. In accordance with the Ci ty's Busine ss Equity Ordinance No.25165 -10-2021 the City has goals for the participation of minority bu s iness and/or women business enterprises in City contracts $100 ,000 or greater. See Section 00 45 40 for the M/WBE Project Goals and additional requirements. Failure to comply shall render the Bidder as non-responsive . Bu s ine ss Equity Ordinance No.2 5165-10-202 1, as amended (replacing Ordinance No. 24534-11-2020), codifi ed at: https ://code Ii brary .am legal .com /codes/ftworth /latest/ftworth tx/0-0-0-22593 C ITY OF FO RT WO RT H NORTHS ID E IV 24 -I NCH WAT ER T RANSM ISS ION MAIN PHASE 1B ST AN D ARD CONSTR UCTION SPECIF ICAT ION DOCUM ENT C ity Project No . I 02687 Rev ised/U pd ated Nove mb e r 2 , 202 1 00 21 13 INSTR UCT IONS TO BIDDERS Page 7 of 10 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor or City has reasonable objection. 12. Bid Form 12 .1. The Bid Form is included with the Bidding Documents; additional copies may be obtained from the City. 12.2. All blanks on the Bid Form must be completed and the Bid Form signed in ink . Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for each Bid item , alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices for which the Bidder proposes to do the work contemplated or furnish materials required. All entries shall be legible. 12.3 . Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature . 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12. 7. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature . 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12 .10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12 .11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 -Vendor Compliance to State Law Non Resident Bidder. C ITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHAS E I 8 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No . I 02687 Revised/Updated November 2 , 2021 13. Submission of Bids 00 21 13 INS TRUCTIONS TO BIDDERS Page 8 o f 10 Bids shall be submitted on the prescribed Bid Form , provided with the Bidding Documents, at the time and place indicated in the Advertisement or INVITATION TO BIDDERS , addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed envelope, marked with the City Project Number, Project title , the name and address of Bidder, and accompanied by the Bid security and other required documents . If the Bid is sent through the mail or other delivery system , the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. 14. Withdrawal of Bids 14 .1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office may be withdrawn prior to the time set for bid opening. A request for withdrawal must be made in writing and delivered to the Purchasing Office to receive a t ime stamp prior to the opening of Bids. A timely withdrawn bid will be returned to the Bidder or, if the request is within one hour of bid opening, will not be read aloud and will thereafter be returned unopened . 14 .2. In the event any Bid for which a withdrawal request has been timely filed has been inadvertently opened , said Bid and any record thereof will subsequently be marked "Withdrawn" and will be given no further consideration for the award of contract. 15. Opening of Bids Bids will be opened and read aloud publicly . An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids . 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for a minimum of 90 days or the t ime period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may , at City's sole discretion , release any Bid and nullify the Bid security prior to that date . 17. Evaluation of Bids and Award of Contract 17. l . City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive , unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder. City reserves the right to waive informalities not involving price , contract time or changes in the Work and award a contract to such Bidder . Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words . C ITY O F FO RT WO RT H NO RT HSID E IV 24 -INC H WATER TRANS MI SSION MAIN PHASE I B ST AN D ARD CONSTRUC TI ON SP EC IFI CATION DOCUM ENT C ity Proj ect No . I 02687 Revi sed/U pd ated No ve mb e r 2 , 202 1 00 21 13 INSTRUCTIONS TO BIDDERS Page 9 of 10 17.1 .1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2 . In addition to Bidder's relevant prequalification requirements, City may consider the qualifications and experience of Subcontractors , Suppliers, and other persons and organizations proposed for those portions of the Work where the identity of such Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time . 17.4 . Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. 17.5 . If the Contract is to be awarded , it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17 .6 . Pursuant to Texas Government Code Chapter 2252.00 I, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located . 17 .7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded , City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid . Upon the contract award, a Notice of Award will be issued by the City. 17.7.1. The contractor is required to fill out and sign the Certificate oflnterested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council. The form can be obtained at https://www.ethics.state.tx.us/data/forms/1295/1295.pdf 17 .8. Failure or refusal to comply with the requirements may result in rejection of Bid . 18. Signing of Agreement C ITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSIO N MAIN PHASE 1 B ST AND ARD CONSTRUCTION SPEC IFlCA TION DOCUMENT City Project No . 102687 Revised/Updated Nove mb e r 2 , 2021 00 21 13 fNSTR UCTIONS TO BIDDERS Page I0ofl0 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Project Manual. Within 14 days thereafter, Contractor shall sign and deliver the required number of counterparts of the Project Manual to City with the required Bonds, Certificates of Insurance, and all other required documentation. 18.2. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OF FORT WORTH NORTHSID E IV 24-fNCH WAT ER TRANSMISSION MAfN PHAS E 1B STANDARD CONSTRUCTION SP ECIFICATION DOC UMENT City Project No . 102687 Revised/Updated November 2 , 2021 00 00 00 ST AN D ARD CON STRUCT ION SP ECI FICATION DO CUM ENTS SECT ION 00 00 00 TABLE OF CONTENTS Division 00 -General Conditions 00 05 10 Mayor and Council Communication 00 05 15 Addenda 00 11 13 Invitation to Bidders 00 21 13 Instructions to Bidders 00 35 13 Conflict of Interest Statement 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 00 43 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 00 45 11 Bidders Prequalifications 00 45 12 Prequalification Statement 00 45 13 Prequalification Application 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 40 Business Equity Goal 00 52 43 Agreement 00 61 13 Performance Bond 00 61 14 Payment Bond 00 61 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions D" . . 0 1 G IVISIOR -e ne ra IR t e qmremen s 01 11 00 Summarv of Work 01 25 00 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 01 32 16 Construction Schedule 013233 Preconstruction Video 01 33 00 Submittals 01 35 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 50 00 Temporarv Facilities and Controls 01 55 26 Street Use Permit and Modifications to Traffic Control 015713 Storm Water Pollution Prevention Plan 01 58 13 Temporarv Project Signage 01 60 00 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization 01 71 23 Construction Staking and Survey 01 74 23 Cleaning 017719 Closeout Requirements 017823 Operation and Maintenance Data 01 78 39 Project Record Documents Page I o f 5 Last Revised 07/01/2011 07/01/2011 07/19/2021 11/02/2021 02/24/2020 09/30/2021 01/20/2012 09/11/2017 06/27/2011 08/13/2021 09/30/2021 08/13/2021 07/01/2011 10/27/2021 11/23/2021 07/01/2011 07/01/2011 07/01/2011 07/01/2011 08/23/2021 03/09/2020 as ev1se L tR . d 12/20/2012 07/01/2011 08/17/2012 07/01/2011 08/13/2021 07/01/2011 12/20/2012 03/11/2022 03/09/2020 07/01/2011 03/22/2021 07/01/2011 07/01/2011 03/09/2020 07/01/2011 1 1/22/2016 02/14/2018 07/01/2011 03/22/2021 12/20/2012 07/01/2011 CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATE R TRAN SMISSlON MAIN, PHAS E 1B STAN DARD CONSTRUCTIO N SPECIF ICAT ION DOCUMENTS C ity Proj ect No . I 02687 Rev ise d June 10, 2022 00 00 00 STANDARD CONSTRUCT IO N SPECIF IC AT IO N DOCUM ENTS Page 2 of5 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 22 -Plumbin 22 07 00 Plumbin 22 14 29 Division 26 -Electrical 26 00 00 Electrical -General Provisions 26 05 19 Low-Voltage Wires and Cables (1000 Volts Maximum) 26 05 26 Grounding and Bonding System 26 05 29 Electrical Support Hardware 26 05 33 Raceways, Boxes , Enclosures, and Fittings 26 05 43 Underground System 26 24 16 Panel boards 26 27 26 Light Switches and Receptacles 26 28 16 Low Voltage Enclosed Circuit Breakers and Safety Switches 26 43 13 Low Voltage AC Surge Protective Devices (SPDs) 26 50 00 Lighting System ff . . 40 P IVISIOn -rocess C ontro 1 S iystems 40 61 00 Process Control Systems General Provisions 40 63 00 Programmable Logic Controller 40 66 00 Communications Interface Equipment 40 67 00 Process Control Systems Control Panels 40 68 60 Application Services Provider 40 70 50 Instrument Suooort Hardware 4 0 71 00 Flow Measurement 4 0 72 00 Level Measurement 40 73 00 Pressure Measurement 40 75 00 Process Liquid Analytical Measurement 40 78 00 Panel Mounted Control Devices 40 80 00 Process Control System Testing Date Modified 08/14/2022 08/05/2022 08/05/2022 08/05/2022 08/05/2022 08/05/2022 08/05/2022 08/05/2022 08/05/2022 08/05/2022 08/05/2022 08/05/2022 08/05/2022 08/05/2022 08/05/2022 08/05/2022 08/05/2022 08/05/2022 08/05/2022 08/05/2022 08/05/2022 08/05/2022 08/05/2022 08/05/2022 08/05/2022 Technical Specifications which have not been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 03 -Concrete Last Revised 03 30 00 Cast-In-Place Concrete 03/11 /2022 03 34 13 Controlled Low Strength Material (CLSM) 12/2 0/201 2 03 34 16 Concrete Base Material for Trench Repair 12/20 /2012 Division 31 -Earthwork 310000 Site Clearing 03 /22/2021 31 25 00 Erosion and Sediment Control 04 /29/2021 313700 Riprap 12/2 0/2012 CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN, PHASE 1B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. I 02687 Revised June IO , 2022 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS lV l SlOn -xtenor mprovements D' . . 32 E I 32 01 17 Permanent Asphalt Paving Repair 32 11 23 Flexible Base Courses 32 31 13 Chain Fences and Gates 32 31 26 Wire Fences and Gates 32 91 19 Topsoil Placement and Finishing of Roadway Right-of-ways 32 92 13 Sodding 32 92 14 Non-Native Seeding Division 33 -Utilities 33 01 30 Sewer and Manhole Testing 330131 Closed Circuit Television (CCTV) Inspection -Sanitarv Sewer 33 04 10 Joint Bonding and Electrical Isolation 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 04 50 Cleaning of Pipes 33 05 10 Utility Trench Excavation, Embedment, and Backfill 33 05 13 Frame, Cover and Grade Rings 33 05 17 Concrete Collars 33 05 20 Auger Boring 33 05 22 Steel Casing Pipe 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 05 26 Utility Markers/Locators 33 05 30 Location of Existing Utilities 33 11 05 Bolts, Nuts, and Gaskets 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 33 1112 Polyvinyl Chloride (PVC) Pressure Pipe 33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 33 11 14 Buried Steel Pipe and Fittings 33 12 10 Water Services 1-Inch to 2-Inch 33 12 20 Resilient Seated Gate Valve 33 12 25 Connection to Existing Water Mains 33 12 30 Combination Air Valve Assemblies for Potable Water Systems 33 12 40 Fire Hydrants 33 12 50 Water Sample Stations 33 12 60 Standard Blow-off Valve Assembly 33 39 10 Cast-in-Place Concrete Manholes 33 39 20 Precast Concrete Manholes Division 34 -Trans ortation 34 71 13 Traffic Control Appendix GC-4.01 GC-4.02 GC-4.04 GC-6.06.D GC-6.07 Availability of Lands Subsurface and Physical Conditions Underground Facilities Minority and Women Owned Business Enterprise Compliance Wage Rates Page 3 ofS 12/20/2012 12/20/2012 12/20/2012 12/20/2012 03/11/2022 05/13/2021 05/13/2021 9/07/2018 03/11/2022 12/20/2012 12/20/2012 12/20/2012 02/06/2013 03/11/2022 04/02/2021 12/09/2021 03/11/2022 12/20/2012 12/20/2012 06/19/2013 12/20/2012 12/20/2012 12/20/2012 12/20/2012 09/20/2017 11/16/2018 12/20/2012 12/20/2012 2/14/2017 05/06/2015 02/06/2013 12/20/2012 01/03/2014 12/20/2012 06/19/2013 12/20/2012 12/20/2012 03/22/2021 CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN, PHASE 18 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No . 102687 Revised June 10, 2022 GC-6.09 Permits and Utilities GR-01 60 00 Product Requirements 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 ofS END OF SECTION CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN, PHASE 1B ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. I 02687 Revised June 10, 2022 SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT 00 35 13 CONFLICT OF INTEREST STATEMENT Page 11 of 11 Each bidder, offerer or respondent to a City of Fort Worth procurement is required to complete a Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's Office pursuant to state law . If a member of the Fort Worth City Council , any one or more of the City Manager or Assistant City Managers, or an agent of the City who exercise discretion in the planning , recommending , selecting or contracting with a bidder, offerer or respondent is affiliated with your company , then a Local Government Officer Conflicts Disclosure Statement (CIS) may be required . You are urged to consult with counsel regarding the applicability of these forms and Local Government Code Chapter 176 to your company. The referenced forms may be downloaded from the links provided below . http://www.ethics .state . tx. us/forms/CIQ . pdf http://www.ethics .state. tx . us/forms/CIS. pdf D CIQ Form does not apply D CIQ Form is on file with City Secretary D CIQ Form is being provided to the City Secretary D CIS Form does not apply D CIS Form is on File with City Secretary D CIS Form is being provided to the City Secretary BIDDER: Jackson Construction , Ltd. By : Troy L. Jackson 5112 Sun Valley Dr. Fort Worth , Texas 76119 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rev ised February 24 , 2020 Signature 4,,-{~ Title : President 00 41 00 Bid Proposal Workbook.xlsx TO : The Purchasing Manager c/o : The Purchasing Division 200 Texas Street City of Fort Worth , Texas 76102 SECTION 00 41 00 BID FORM FOR: NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHASE 18 City Project No .: 102687 Units/Sections : 1. Enter Into Agreement 00 41 00 BID FORM Page 1 of 3 The unders igned Bidder proposes and agrees , if this Bid is accepted , to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as spec ified or indicated in the Con tract Documents for the Bid Price and w ithin the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Con t ract Documents . 2. BIDDER Acknowledgements and Certification 2 .1. In submitting this Bid , Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS , including without limitation those dealing w ith the disposition of Bid Bond. 2 .2 . Bidder is aware of all costs to provide the required insurance , will do so pending contract award , and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award . 2 .3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group , association , organization , or corpo ration . 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid . 2 .5. Bidder has not solicited or induced any individual or entity to refrain from bidd ing . 2 .6 . Bidder has not engaged in corrupt , fraudulent, collusive , or coercive practices in competing for the Contract. For the purposes of this Paragraph : C ITY OF FORT WORTH a . "corrupt practice " means the offering , giving , receiving , or soliciting of any thing of value likely to influence the action of a public official in the bidding process . b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels , or (c) to dep rive City of the benefits of free and open compet ition . c. "collusive practice " means a scheme or arrangement between two or more Bidders , with or without the knowledge of City , a purpose of which is to establ ish Bid prices at artificial , non -competitive levels . STANDARD CONSTRUCT ION SPECIFICAT ION DOC UMENTS Revised 9/30/202 1 00 41 00 Bid Proposal Workbook 00 4 1 00 BID FORM Page 2 of 3 d. "coercive practice" means harming or threatening to harm , directly or indirectly , persons or their property to influence thei r participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors : a . Water Transmission , Development , 24-inches and smaller b. Augur Boring -42-inches and smaller c. Cathodic Protection d. Electrical and Instrumentation e. f. g. h. 4. Time of Completion 4 .1. The Work will be complete for Final Acceptance with in 460 days after the date when the the Contract Time commences to run as provided in Paragraph 2 .03 of the General Conditions . 4 .2 . Bidder accepts the provisions of the Agreement as to liqu idated damages in the event of failu re to complete the Work {and/or achievement of Milestones} within the t imes specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid : a . This Bid Form , Section 00 41 00 b . Required Bid Bond , Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions . c . Proposal Form , Sect ion 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f . Prequalification Statement , Section 00 45 12 g. Conflict of Interest Affidavit , Section 00 35 13 *If necessary , CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders CITY OF FORT WORTH STANDARD CONSTRUCTION SPECI FI CAT ION DOC UMENTS Revised 9/30/2 02 1 00 4 1 00 Bid Proposal Workbook 6. Total Bid Amount 00 41 00 BID FORM Page 3 of 11 6 .1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening . 6 .2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts . 6 .3. Evaluation of Alternate Bid Items <use this if applicable , otherwise delete> Total Base Bid <use this if applicable , otherwise delete Alternate Bid <use this if applicable , otherwise delete> Deductive Alternate<use th is if applicable , otherwise Additive Alternate <use this if applicable , otherwise Total Bid CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC IFICATION DOCUMENTS Revised 9/30/2021 $10,499 ,744 .25 #REF! #REF! #REF! $10,499,744 .25 Northside IV 24 inch Water Main Ph 1 B ADM#2 , FTW.xlsx 7. Bid Submittal This Bid is submitted on November 10 , 2022 Title : President Troy L. Jackson (Printed Name) Company : Jackson Construction , Ltd . Address : 5112 Sun Valley Dr . Fort Worth , Texas 76119 State of Incorporation : TX Email : office@jacksontx .net Phone : 817-572-3303 CITY OF FORT WORTH END OF SECTION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/3 0/2021 by the entity named below. Receipt is acknowledged of the following Addenda : Addendum No . 1: Addendum No. 2 : Addendum No. 3: Addendum No . 4 : Corporate Seal: 00 41 00 BID FORM Page 4 of 11 Initial -, __ /-?'/ '//77 I 00 41 00 Bid Proposal Workbook .xlsx SECTION 00 42 43 PROPOSAL FORM UN IT P R ICE BID Bidlist Item No. 1A• 1s· 1c· 2A• 2s· 2c· 3A" 3s• __ 3c• 4 5 6 7 8 -9 10 11 12 13A• 138· 13c• f---- 14 15 16 17 18 19 - f- 20 21 22 23 24 25A• 258· 25c• 26 27 28 29 30 31 32 33 34 ._ 35 36 37 38 39 40 41 42 43 44 Project Item Information Description 3311 .0651 24" DIP Water, Acceptable Backfill 3311 .0671 24" Steel AWWA C200 Water Pipe , Acceptable Backfill 3311 .0681 24" Concrete AWWA C303 Water Pipe , Acceptable Backfill 3311 .0654 24" DIP Water (Re strained Joints), Acceptable Backfill 3311 .0674 24" Steel AWWA C200 Water Pipe (Restrained Joints), Acceptable Backfill 3311 .0684 24" Concrete AWWA C303 Water Pipe (Restra ined Joints), 3311 .06~ 24" DIP Water Carrier Pipe 3311 .0671 24" Steel AWWA C200 Water Carrier Pipe 3311.0681 24" Concrete AWWA C303 Water Carrier Pioe 3311 .0564 16" PVC C905 Water Pipe (Restrained Joints) 3311 .0458 12" DIP Water, CLSM Backfill (Restrained Joints) 3311 .0254 8" DIP Water Pipe , CLSM Backfill (Restrained Joints) 3311 .0161 6" PVC Water Pipe , Acceptable Backfill 3311 .0151 6" DIP Water, CLSM Backfill 3305 .1007 42" Cas ing By Open Cut , Acceptable Backfill 3305 .1107 ~" Casing By Other Than Op~ 024 1.1106 16" Pressure Plug 0241 .1109 24" Pressure Plug 3311 .0001 Ductile Iron Water Fittings w/ Restraint (24" Dia .) 3311 .0011 Steel Fittings 3311--:00Z:, C 303 Fittings _ 3311 .0001 Ductile Iron Water Fittings w/ Restraint (<24" Dia .) 9999.0003 Cathodic Protection -Design •• 3312 .0106 Connection to Existing 16" Water Main 33 ~0108 Connection to Existing 24" Water Main 3312 .0110 Connection to Existing 36" Water Main 3312 .3008 24" Gate Valve w / Vault 3312 .3006 16" Gate Valve w / Vault 3312 .3005 12" Gate Valve 3312 .3002 6" Gate Valve 3312 .1004 4" Combination Air Valve Assembly for Water 3312 .6003 8" Blow Off Valve 3304 .0002 Cathodic Protection for DIP 3304 .0002 Cathodic Protection for Steel AWWA C200 3304 .0002 Cathodic Protection for Concrete AWWA C303 3312 .0001 Fire Hydrant 3110 .0102 6"-12" Tree Removal 3110 .0103 12"-18" Tree Removal 9999 .0001 Tree Protection 3305 .0103 Exploratory Excavation of Existing Utilities 3201 .0203 Asphalt Pvmt Repair Beyond Defined W idth , Industrial 3211 .0115 12" Flexible Base , Type A , GR-1 0241 .0500 Remove Fence -- 3231 .0111 Chain Link Fence 3231 .0211 Barbed W ire Fence 9999 .0002 20' Gate , Chain Link 3231 .0307 20' Gate , Steel 3305 .011 0 Utility Markers 3305 .0109 Trench Safety 3137 .0109 Slab Riprap (12" Thick With 6" Bedding) 3291 .0100 Topsoil 3292 .0400 Seeding , Hydromulch 3292 .0200 Seeding , Broadcast 3292 .0200 Sod crrv OF FORT WORTH ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS Re"iscd 9/301202 1 Specification Section No. 331110 -----i 331114 331113 33 1110 331114 331113 331110 331114 331113 3311 12 331110 331110 331112 331110 33 05 22 33 05 22 02 4114 02 4114 331111 33 1114 33 1113 33 1111 33 04 12 33 12 25 33 12 25 33 12 25 34 12 20 33 12 20 33 12 20 33 12 20 33 12 30 33 12 60 33 04 12 34 04 12 35 04 12 33 12 40 3110 00 3110 00 3110 00 35 05 30 34 01 17 32 11 23 02 4113 32 3113 32 31 26 32 3113 32 31 26 33 05 26 33 05 10 31 37 00 32 9119 32 92 13 32 92 13 32 92 13 00 42 43 BID PROPOSAL Page7of ll Bidder's Application Bidder's Proposa l Unit of Bid Unit Price Bid Value Measure Quantity LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF EA EA TON LS LS TON - LS EA EA EA EA EA EA EA EA EA LS LS LS EA EA EA LS EA SY ~y LF LF LF EA EA LS LF SY CY SY SY SY 4062 $ 248 .00 $1 007 376 .00 4062 $ ___ - 4062 $ 5524,-~ $_=36=5=.0=0-t-$=2=0~1~6=2~60~.0~0-1 5524 $- 5524 $ ~ 1182 $ ___1§QJ)0 $531 900.00 1182 $- s -1182 59 $ 470 .00 _ $27 ,730 .00 65 $ 500 .00 --~$3=2=.5~o~o~.o~o, 4 $ 750 .00 $3 000 .00 1Q. $ _4~o=o~.o~o,__ $4 000 .00 48 $ 475.00 $22 ,800.00 80 $ 700 .00 $56 000.00 11 02 $ 2 700 .00 $2,975 ,400.0Q 1 $ 3 500.00 $3 500.00 1 $ 4 500.00 U 500 .00 10 $--;'.:19'.:'.:0'.::".0::'.:0.:::00T,:..:,$1:.,:9,.:::Q,~OO~O~.O;°"O 1 $- ___ 1 $ __:::::;;;:_- 2 $ 3,500.00 ~ $7 ,000 .00 1 $ 16 ,000 .0Q ~ $16 ,000 .00 1 $ 7 000 .00 $7 000 .00 1 $ 25 000 .00 $25 000.00 1 $ 55 ,000 .00 __ $5§,QQQ,QQ 8 $ 70 000.00 $560 000.00 1 $ 34 000.00 $_M,000.00 2 $ 3,800.00 ,--$7 ,600 .00 2 $ 1 500.00 $3 000 .00 5 $ 48 000 .00 $240 000.00 9 $ 50 000 .00 $450 000 .00 1 $ 225 000 .00 $225 000 .00 1 $- 1 $- 2 $ 13 000 .00 $26 000 .00 2 $ 1,000 .00 $2 ,000 .00 3 $ 2 000 .00 $6 000 .00 1 $ 31 000 .00 $31 000.00 28 $ ~500.00 $1 ~000 .00 317 $ ~19=0~.o=o,-_~$6=0~2=3~0~.0-0 727 $ 65 .00 $47 255 .00 338 $ 7.50 $2 535 .00 72 $ __§Q,QQ $4 320 .00 __ ...,.1~1, 1_.x,__s __ 1""2=.oc.:.io __ __,$""1=32,,.,.~oo=-t 3 $ 3 200 .00 $9 ,600.00 9 $ 2 400.00 $21 ,600 .00 1 $ 6 000 .00 $6 000 .00 9852 $ 1.00 $_9,852 .00 216 ~$ __ 9_5_.o_o,_ $20 520 .00 5016 $ 48.00 $240 768.00 34431 $ ~2=.2=5-_ $77 ,469 .75 10714 $ ~ $24 ,106 .50 289 $ 10.00 $2 890 .00 NORTI-ISIDE IV 24•1NCH WATER TRANSMISSION MAIN , PHASE 1B City Project No. I 02687 Northside IV 24 inch Water Main Ph I B ADM#2 , FTW .xlsx Addendum No. I SECTION 00 42 43 PROPOS AL FORM 0042 43 BID PROPOSAL Page8ofll UNIT PRICE BID Bidder's Application Bidlist It em No . -45 46 47 48 49 50 Project It em Information Bidder's Proposal Descript io n Speci fi catio n Secti on No . Unit of Bid Unit Pr ice Bid Value Meas ure Quantity 9999 .0004 Transfer Valve Vault .. • (SEE NOTE) LS 1 $960 000.00 $960 000 .00 --------0171 .0101 Construction Staking 0 1~ LS __ 1 _j 40 000.00 $40 000.00 3471 .0001 Traffic Control 34 7 1 13 MO 16 $ 1 400.00 $22 400.00 3125 .0101 SWPPP " 1 Acre 312500 LS 1 $ 60 000 .00 $60 000 .00 --------0171 .0102 GPS As Built Red Line Survey 01 7 1 23 LS 1 $ 6,500 .00 ~6 ,500 .00 9999 .0005 Construction Allowance LS 1 $ 160,000 .00 $160 000 .00 Tota l Bas e Bid $10 ,499 ,744 .25 Tota l Bid $10,499 ,744 .251 •Contractor shall sel ect only one o ption: A, 8 , OR C •• Contractor sha ll submit ca thodic protection design for the entire system (water line and casin g pipe) seal ed by a Lic ensed proressional Engin eer in T exa s for a pproval by the C ity before install a ti on. ••• T ransfer Valv e Va ult It em sha lJ include, but not be limited to, the foll owing: co ncrete va ult (includin g concr ete structure, ba ckfill, access ha tches, pipe supports, ventil a ti on a nd ladder), meter, PS V, sump pump, press ure tra nsmitter, temper a ture tra nsmitt er, sa mpl e sta ti on, chl orine a nal yzer in cluding dra in lin e a nd discharge ma nh ole, all associated ta ps, ta p and sa mpl e line from 24 " WI., "A", all WL, "C" piping within the va ult (including fittin gs and adaptors), radio tower , rence and ga te, fl ex base within ren ce a nd driveway, electrica l, in strumenta t ion, a nd SCADA. END O F SECT ION crrv OF FORT WORlll NORTHSIDE IV 24-lNCH WATER lRANSMISSION MAIN, PHASE 18 City Project No. 102687 North.side IV 24 inch Water Main Ph 18 ADM#2 , fTW.:ds.x Addendum No. I ST AND ARD CONSTRUCTION SPEC(FJCATION OCX:UMENTS ReVJscd 9/30/20 21 Document A310 TM -201 O Co nforms wi th The American Ins ti tute of Arch itects AIA Document 310 Bid Bond CONTRACTOR : (Name, legal .v/a/11.v 1111d addres.v) J ackson Construction , Ltd. 5112 Sun Valley Drive Fort Worth , TX 76 119 OW NE R: (,\'ame, legal s1a111s and address) City of Forth Worth 200 Texas Street Fort h Worth , TX 76102 ✓ BO ND A MOU NT: $ 5% PRO J EC T: SUR ETY : (Name, legal s1t1/11s and p1i11 cipa / place ,!f h/L\'i11es.v) The Han over Insurance Company 440 Lincoln Street Worcester, MA 01653 Five Percent of Amount Bid (Nam e. locn1io11 or address. and l'rojccr 1111111ber. if anyj City Project No. 102687, Northside IV 24-lnch Water Transmission Main , Phase 1 B This document has important lega l c onsequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor , Surety, Owner or other party shall be considered plura l where applicable. The Controctor ::ind Surety ore bound to the Owner in the omount set fo rt h :ibove . fo r the p:iymen t of which the Con tr:ictor and Surety bind themsch·es. their heirs. executors. :idministr:itors. successors :ind :issigns, jointly :ind sever:illy, as provided herein. The conditions of this Bond :ire such th:it if the Owner :iccepts the bid of the Contr:ietor within the time specified in the bid documents. or within such time period :is m:iy be :1srecd to by the o,.,11cr :ind Contr:ictor, aud the Contr:ictor either (I) enters into a contr:ict with the Owner in accord:ince with the terms of such bid, :ind si\'CS suc h bond or bonds ns m:iy be specified in the bidding or Contr:ic t Oocumcnts, with a surety :idmittcd in the jurisdiction of the Project and othcnvise :icceptnble to the Owner, for the faithful performance of such Contr:ict and for the prompt payment of labor nnd 111:itcri:i l furnished in the prosecution thereof: or (2) pays to the Owner the difference, not to exceed the :imount of this Bond, between the :imount specified in said bid and such 1:irser 11111ount for which the Owner mny in good faith contract with :1nother party to perform the work co\'erecl by said bid, then this obligation shall be nu ll uncl void , otherwise to remain in full force uncl elli:ct. The Surety hereby waives any notice of' an agreement between the Owner uncl Contractor to extend the time in which the Owner may accept the bid . Waiver or notice by the Surety shall not upply to uny ex tension exceeding sixty (60) clays in the aggregate beyond the time 1hr acceptance ol'bicls speciliecl in the bid documents, and the Om1e r and Contr-.ic tor shall ohtuin the Suret}'s consen t for an extension beyond sixty (60) clays. If this Bond is issued in connection ,,.ith a subcontractor's bid ton Contr:ictor. the tenn Contr:icto r in this Bond shall be deemed to be Subeontr:ietor nnd the term Owner sh:ill be deemed to be Contr:ictor . When this Ooncl has been liirnishecl to comply \'vith u statutory or other lega l requirement in the locution ol'the Project, uny provision in this Ooncl cnnllicting \\i th said statutory or legal requirement shall be deemed deleted herefrom and provisions confom1ing to such statutory or other legal requirement shall be deemed incorporated herein. When so J'umishecl , the intent is that this Oond shall be construed usu stututory bond and not usu common luw bond . Signed nnd se:ilcd this 3rd day of November, 2022 Jackson Construction , Ltd. (W/111c.ssJ The Hanover Insurance Company By : S-0054/AS 8/10 THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWER OF ATTORNEY THIS Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except i n the manner and to the extent herein stated . KNOW ALL PERSONS BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing under the laws o r the State of New Hampshire . and CITIZENS INSURANCE COMPANY OF AMERICA. a corporation organ ized and existing under the laws of the State of M ich igan . (here inafter ind ividually and collectively the ·company") does hereby constitute and appoint. Holly Clevenger Of Dallas, TX each ind ividually, if there be more than one named, as its true and lawful attorney(s)-i n-fact to sign . execute . seal , acknowledge and deli ver for, and on its behalf, and as its act and deed any place within the United States, any and all surety bonds, recogn izances . undertakings, or other surety obligations. The execution of such surety bonds, recognizances , undertakings or surety obligations. in pursuance of these presents. shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company. i n the ir own proper persons. Provided however. that th is power of attorney limits the acts of those named herei n : and they have no authority to bind the Company except i n the ma nner stated and to the ex tent of any limitation stated below: Any such obligati ons In the United States, not to exceed Twenty Milli on and No/100 (20 ,000 ,000) i n any s i ngle Instance That this power is made and executed pursuant to the authority of the following Resolutions passed by the Board of Di rectors of sa id Company, and said Resolutions rema in in full force and effect: Surety Bond N u mber: Bid Bond P ri ncipal : Jackson Construction , Ltd. Obligee: City of Forth Worth RESOLVED: That the President or any Vice President, in conjunction with any Vice President, be and they hereby are authorized and empowered to appoint Attorneys-in-fact of the Company, in its name and as it acts , to execute and acknowledge for and on its behalf as surety, any and all bonds, recognizances . con Ir acts of indemnity, wa ivers of c itation and all other writings obligatory in the nature thereof, with power to attach thereto the seal of the Company. Any such writings so executed by such Attorneys-in -fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in the i r own proper persons. RESOL VEO : That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto, granted and executed by the President or Vice President in conjunction with any Vice President of the Company, shall be binding on the Company to the same extent as if all signatures there in were manually affixed , even though one or more of any such signatures thereon may be facsimile . (Adopted October 7, 1981 - The Hanover Insurance Company: Adopted April 14, 1982-Massachusetts Bay Insurance Company; Adopted September 7 . 2001 -Citizens Insurance Company of America and affirmed by each Company on March 24, 2014) IN WITNESS WHEREOF , THE HANOVER INSURANCE COMPANY. MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals . du ly attested by two Vice Presidents. th is 29 th day of September, 2022. ECOMPAHY URANCI! COMPANY PANY OF AMERICA Vice Proe1 dent THE COMMONWEAL TH OF MASSACHUSETTS ) COUNTY OF WORCESTER ) ss . THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPAN Y CITIZENS INSURANCE COMPANY OF AMERICA On th is 29'" day of September, 2022 before me came the above named Executive Vice President and Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America , to me personally known to be the ind ividuals and officers described herein , and acknowledged that the seals affixed to the preced ing instrument are the corpora te seals of The Hanover Insurance Company, Massachusetts Bay Insurance Company and C itizens Insurance Company of America, respectively, and that the sa id corporate seals and the i r signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations . ARLEEN V. SIMONS W•t Not•ry Pub lic ~ntOf MASSACllJSETTS My Commission EwplrH Jun• 15, 2023 a~✓-~.-~ A rleeri: 7mons.Notar y i"ublic My Commission Exp i res June 15, 2 023 I, the undersigned Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America , hereby certify that the above and foregoing is a full , true and correct copy of the Original Power of Attorney issued by said C-ompanies. and do hereby further certify that the said Powers of Attorney are still in force and effect. _ GIVEN under my hand and the seals of said Compan ies . at Worcester, Massachusetts, this ~ day of November 2022 CE RTIFIE D COP Y T H E HANO V E R I N SU RANCE COMPANY HUSETTS B A Y INS URANCE. C OMPANY S E ~~PANY O F AME R ICA ,. 1/ IMPORT ANT NOTICE To obtain information or make a complaint: You may call The Hanover Insurance Company/ Citizens Insurance Company of America's toll-free telephone number for information or to make a complaint at: 1-800-343-6044 You may also write to The Hanover Insurance Company/ Citizens Insurance Company of America at: 440 Lincoln Street Worcester, MA 01653 You may contact the Texas Department of Insurance to obtain information on companies, coverages , rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. 0 . Box 149104 Austin, TX 78714-9104 Fax: (5 12) 475-1771 Web: http://www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES : Should you have a dispute concerning your premium or about a claim you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. Texas Complaint Notice Commercial Lines AVISO IMPORTANTE Para obtener informacion o para someter una queja: Listed puede llamar al numero de telefono gratis de The Hanover Insurance Company/Citizens Insurance Company of America 's para informacion o para someter una queja al : 1-800-343 -6044 Listed tambien puede escribir a The Hanover insurance Company/Citizens Insurance Company of America al: 440 Lincoln Street Worcester, MA 01653 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: 1-800 -252 -3439 Puede escribir al Departamento de Seguros de Texas: P. 0 . Box 149104 Austin, TX 78714-9104 Fax : (512) 475-1771 Web: http://www.tdi.texas .gov E-mail: ConsumerProtection@tdi.texas.gov DISPUTAS SOBRE PRIMAS O RECLAMOS : Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o la com- pania primero. Si nose resuelve la disputa, puede entonces comunicarse con el departamento (TOI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y nose convierte en parte o condicion del documento adjunto. The Hanover Insurance Co m pa ny J 440 Lincoln Street, Worcester, MA 01653 18 1·1457 (12/13) Page 1 of l Cit izens Insurance Company of America J 808 North Highland er Way, Howell, Ml 48843 hanover.com SECTION 00 43 37 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 9 of 11 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders . This law provides that , in order to be awarded a contract as low bidder , nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction , improvements , supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located . The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications . The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section 8 . A. Nonresident bidders in the State of , our principal place of business , are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of , our principal place of business , are not required to underbid resident bidders . 8. The principal place of business of our company or our parent company or majority owner is in the State of Texas. 0 BIDDER: Jackson Construction , Ltd . 5112 Sun Valley Dr. Fort Worth, Texas 76119 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/3 0/2021 By : Troy L. Jackson Title : President Date : November 10 , 2022 00 41 00 Bid Proposal Workboo k.x lsx 00 45 11 -1 BIDDERS PREQUALIFICATIONS 2 3 SECTION 00 45 11 BIDDERS PREQUALIFICATIONS Page I of 3 4 1. Summary. A Bidder or their designated subcontractors are required to be prequalified or 5 have applied for prequalification by the City for the work types requiring prequalification 6 prior to submitting bids. To be considered for award of contract the Bidder must submit 7 Section 00 45 12, PREQUALIFICATION STATEMENT for the work type(s) listed with 8 their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed 9 must submit Section 00 45 13 , PREQUALIFICATION APPLICATION in accordance with 10 the requirements below. The information must be submitted seven (7) days prior to the 11 date of the opening of bids. Subcontractors must follow the same timelines as contractors 12 for obtaining prequalification review . Bidders or Subcontractors who are not prequalified at 13 the time bids are opened and reviewed may cause the bid to be rejected. 14 15 16 The prequalification process will establish a bid limit based on a technical evaluation and 17 financial analysis of the contractor. For example, a contractor wishing to submit bids on 18 projects to be opened on the 7th of April must file the information by the 31st day of March 19 in order to eligible to work on these projects. In order to facilitate the approval of a Bidder's 20 Prequalification Application, the following must accompany the submission. 21 a. A complete set of audited or reviewed fmancial statements . 22 (1) Classified Balance Sheet 23 (2) Income Statement 24 (3) Statement of Cash Flows 25 (4) Statement of Retained Earnings 26 (5) Notes to the Financial Statements , if any 27 b . A certified copy of the firm's organizational documents (Corporate Charter, Articles 28 of Incorporation, Articles of Organization, Certificate of Formation, LLC 29 Regulations, and Certificate of Limited Partnership Agreement). 30 c . A completed Bidder Prequalification Application . 31 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 32 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 33 number visit the Texas Comptroller of Public Accounts online at the 34 following web address www.window.state.tx.us/taxpermit/ and fill out the 35 appllcation to apply for your Texas tax ID. 36 (2) The firm's e-mail address and fax number. 37 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number 38 is used by the City for required reporting on Federal Aid projects . The DUNS 39 number may be obtained at www .dnb.com. 40 d. Resumes reflecting the construction experience of the principles of the firm for firms 41 submitting their initial prequalification. These resumes should include the size and 42 scope of the work performed. 43 e. Other information as requested by the City. 44 45 2. Prequalification Requirements 46 a. Financial Statements. Financial statement submission must be provided in 47 accordance with the following: 48 ( 1) The City requires that the original Financial Statement or a certified copy 49 be submitted for consideration. CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PH ASE 1B STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS City Project No . 102687 Revis ed August 13 , 2021 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 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 3. 00 45 11 -2 BIDDERS PR EQUAUF ICATIONS Page 2 of 3 (2) To be satisfactory, the financial statements must be audited or reviewed by an independent, certified public accounting firm registered and in good standing in any state. Current Texas statues also require that accounting firms performing audits or reviews on business entities withn the State of Texas be properly licensed or registered with the Texas State Board of Public Accountancy . (3) The accounting firm should state in the audit report or review whether the contractor is an individual, corporation, or limited liability company. ( 4) Financial Statements must be presented in U.S. dollars at the current rate of exchange of the Balance Sheet date. (5) The City will not recognize any certified public accountant as independent who is not, in fact, independent. (6) The accountant's opinion on the financial statements of the contracting company should state that the audit or review has been conducted in accordance with auditing standards generally accepted in the United States of America. This must be stated in the accounting firm's opinion . It should: ( 1) express an unqualified opinion, or (2) express a qualified opinion on the statements taken as a whole . (7) The City reserves the right to require a new statement at any time. (8) The financial statement must be prepared as of the last day of any month, not more than one year old and must be on file with the City 16 months thereafter, in accordance with Paragraph 1. (9) The City will determine a contractor's bidding capacity for the purposes of awarding contracts. Bidding capacity is determined by multiplying the positive net working capital (working capital = current assets -current liabilities) by a factor of 10. Only those statements reflecting a positive net working capital position will be considered satisfactory for prequalification purposes. (10) In the case that a bidding date falls within the time a new financial statement is being prepared, the previous statement shall be updated with proper verification . b . Bidder Prequalification Application. A Bidder Prequalification Application must be submitted along with audited or reviewed financial statements by firms wishing to be eligible to bid on all classes of construction and maintenance projects. Inco mpl ete A pplicatio ns will be re jecte d (1) In those schedules where there is nothing to report, the notation of "None" or ''NI A" should be inserted. (2) A minimum of five (5) references of related work must be provided. (3) Submission of an equipment schedule which indicates equipment under the control of the Contractor and which is related to the type of work for which the Contactor is seeking prequalification. The schedule must include the manufacturer, model and general common description of each piece of equipment. Abbreviations or means of describing equipment other than provided above will not be accepted . Eligibility for Award of Co ntract a . The City shall be the sole judge as to a contractor's prequalification. b. The City may reject , suspend, or modify any prequalification for failure by the contractor to demonstrate acceptable financial ability or performance. c . The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH NORTHSID E IV 24-IN C H WAT ER TRANSMISSION MAIN PHAS E 18 STANDARD C ONSTRUCTION SPECIFICATION DOCUMENTS City Project No . 102687 Revi sed August 13, 2021 2 3 4 5 6 7 8 9 00 45 11 -3 BIDDERS PREQUALIFICATIONS Page 3 of 3 d. If a contractor has a valid prequalification letter, the contractor will be eligible to perform the prequalified work types until the expiration date stated in the letter. END OF SECTION CITY OF FORT WORTH NORTHSIDE IV 24-fNCH WATER TRANSMISSION MAIN PHASE 1B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102687 Revised August 13 , 2021 SECTION 00 45 12 PREQUALIFICATION STATEMENT 00 45 12 PR EQUALIFICAT ION STATEMENT Page 10 of 11 Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the maj or work type(s) listed . Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Water Transmission , Development, 24-inches and Jackson Construction , Ltd . 4/30/2023 smalle r Augur Boring -42-inches and .S~°'11S i Ou. c\ '\)o(;()j ~ /30 /tDZ-3 smaller Cathod ic Protection EM:neer;nq As~~c.,10. te<:>, i,J\l. ti\< J J Electrical and Instrumentation &l'\-tro\':i t./ I ~l) / 2.DZ-3 W l-\t"Co The unders igned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed . BIDDER: Jackson Construction , Ltd . 5112 Sun Valley D r. Fort Worth , Texas 76119 C ITY OF FORT WORTH STANDARD C ONSTRUCT ION SPECIFICATION DO CUMENTS Revised 09/30/2021 Title: President END OF SECTION 00 4 1 00 Bid Proposal Workb oo k.xlsx FORT WORTH Date of Balance Sheet SECTION 00 45 13 PREQUALIFICATION APPLICATION Mark only one: Individual Name under which you wish to qualify Limited Partnership General Partnership Corporation Limited Liability Company Post Office Box City State Zip Code Street Address (required) City State Zip Code Telephone Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) EmaiVmail this questionnaire along with financial statements to the appropriate group below . A separate submittal is required for water/sewer, paving, and lighting: Work Category -Water Dept -Water/sewer Work Category -TPW Paving Work Category -TPW Ped/Rdwy Lighting john .kasavich@FortWorthT ex as.gov Alicia. Garcia@fort worth texas. gov clint.hoover@fortworthtexas.gov Fort Worth Water Department Engmeermg and City of Fort Worth Transportation and Public City of Fort Worth TPW Transportat10n Fiscal Services Division 200 Texas St . Fort Works Dept. 8851 Camp Bowie West Blvd Fort Management Attn : Clint Hoover, P.E . 5001 Worth, TX 76102 Worth , Texas 76116 Attn : Alicia Garcia James Ave . Fort Worth, TX 76115 *Financial Statements must be mailed. Mark the envelope: "Bidder Prequalification Application" 004513-2 BIDDER PREQUALIFICATION APPLICATION Page 2 of8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s) which are applicable-Block 3 is to be left blank if Block 1 and/or Block 2 is checked) D Has fewer than 100 employees and/or □ □ Has less than $6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. Select major work categories for which you would like to be prequalified (City may deem you are not qualified for selected category or may approve you at a lesser size/length and maximum size may not be listed specifically under a major work category): MAJOR WORK CA1EGORIFB Water Department Augur Boring -24-inch diameter casing and less Augur Boring -Greater than 24-inch diameter casing and greater Tunneling -36-Inches -60 -inches, and 350 LF or less Tunneling -36-Inches -60-inches, and greater than 350 LF Tunneling -66" and greater, 350 LF and greater Tunneling -66" and greater, 350 LF or Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution, Urban and RenewaL 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller Water Distribution, Urban and RenewaL 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller Water Transmission, Urban/RenewaL 42-inches and smaller Water Transmission, Development, All Sizes Water Transmission, Urban/RenewaL All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches -36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHASE 1B City Project No. 102687 00 45 13 -3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES, CONilNUED CCTV, 42-inches and smaller CCTV, 48-inches and smaller Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-inches and smaller Sewer CIPP, All Sizes Sewer Collection System, Development, 8-inches and smaller Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewer Collection System, Development, 12-inches and smaller Sewer Collection System, Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller Sewer Interceptors, Urban/Renewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning, 24-inches and smaller Sewer Cleaning , 42-inches and smaller Sewer Cleaning , All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (UNDER $1,000,000) Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards)* Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER)* Roadway and Pedestrian Lighting NOTE *There is not a prequalification requirement for installation of concrete sidewalk, curb & gutter, driveways, and panel replacement, only concrete paving CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHASE 1B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No . 102687 Revised August 13, 202 I 00 45 13 -4 BIDDER PREQUALIF ICATION APPLICATION Page 4 of8 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? ------------------------------------- List previous business names: ___________________________ _ 3. How many years of experience in __________ construction work has your organization had : (a) As a General Contractor: ______ (b) As a Sub-Contractor: _____ _ 4. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION NAME AND DETAILED CONTRACT OF DATE CITY-COUNTY-ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER *If requalifying only show work performed since last statement. 5.Have you ever failed to complete any work awarded to you? _______________ _ If so, where and why? ______________________________ _ 6.Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? _______________________________ _ If so, state the name of the individual, other organization and reason . _____________ _ 7.Has any officer or owner of your organization ever failed to complete a contract executed in his /her name? ------------------------------------- If so, state the name of the individua~ name of owner and reason . --------------- CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSM IS SIO N MAIN PHASE 1B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102687 Revised August 13, 2021 004513-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of8 8 . In what other lines of business are you financially interested? ______________ _ 9 . Have you ever performed any work for the City? ___________________ _ If so, when and to whom do you refer? ________________________ _ 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years . NAME OF FIRM OR COMP ANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City . Indicate your relationship to this person or firm. ______________________________ _ 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. ______________________________ _ CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHASE 1B STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS City Project No. 102687 Revised August 13 , 2021 CORPORATION BLOCK If a corporation: Date oflncorporation Charter/File No. Pres id ent Vice Pres ident s Secretary Treas urer LIMI1ED LIABILI1Y COMPANY BLOCK If a corporation: State o f Incorporation Date of organiz at ion File No . Offic er s or Manager s (w ith title s, if any) 00 45 13 -6 BIDD ER PR EQUALIF ICAT ION APPLICAT ION Page 6of8 PARlNERSIIlP BLOCK If a partnership: State of Organization Date of organization I s partnership genera~ limited , or registered limited liability partnership ? Fil e No . (if Limit ed Partners hip) G eneral Partners/Offic ers Lim ite d Partners (if applicable) Indiv iduals authorized to sign for Partnership Except for limited partners, the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH NO RTHS ID E IV 24-INCH WATE R TRANSM ISS ION MAIN PHASE 1B S TANDARD CONSTR UCT ION S PECIF ICAT ION DOCUMENTS City Proj ect No. 102687 R evised August 13, 202 1 14. Equipment 004513-7 BIDDER PREQUALIFICA TION APPLICATION Page 7 of 8 $ ______ _ TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment , reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification . In the description include , the manufacturer, model, and general common description of each. BALANCE SHEET ITEM QUANTITY ITEM DESCRIPTION VALUE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various- TOTAL CITY OF FORT WORTH NORTHS ID E IV 24-INCH WATER TRANSMISSION MAIN PHASE 1B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1026 87 Revised August 13 , 2021 00 45 13 -8 BIDD ER PREQ UALIF ICATION APPLICATION Page 8 o f 8 BIDDER PREQUALIFICA110N AFFIDAVIT STATE OF COUNTY OF The undersigned hereby dee lares that the foregoing is a true statement of the financial condition of the entity herein first named , as of the date herein first given ; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository , vendor or any other agency herein named is hereby authorized to supply each party with any information , while this statement is in force , necessary to verify said statement. ______________________ , being duly sworn, deposes and says that he /she is the _______________ of ____________ , the entity described in and which executed the foregoing statement that he /she is familiar with th e books of the said entity showing its fmancial condition ; that the foregoing fmancial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this _____ day of ____________ _ Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof. C ITY OF FORT WORT H NORTH SID E IV 24-INCH WAT ER TRAN SMISSION MA IN PH A S E 18 ST ANDARD CONSTRUCTION SP EC IFIC ATION DO CUMENTS C ity Project No . 102687 R ev ised August 13, 202 1 00 45 26 -I CONTRACTOR COMPLIANCE WITH WORK ER'S COMPENSATION LAW Page I of I I SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No. I 02687. Contractor further certifies that, pursuant to Texas Labor Code, Section 6 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 7 worker's compensation coverage. 8 9 CONTRACTOR: 10 11 12 13 14 15 16 17 18 19 20 21 22 Jackson Construction, LTD Troy L. Jackson By: ____________ _ Company 5112 Signature: Address ~ h, + VVOw---tb Tx City/State/Zip 1 7 1.o I 1 9 Title: ____ P~res~ld~e=n=t ___ _ (Please Print) THE STATE OF TEXAS 23 COUNTY OF TARRANT § § 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 BEFORE ME, the undersigned authority, on this day personally appeared Troy L. Jackson , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of President for the purposes and consideration therein expressed and in the capacity therein stated. ~VEN UNDER MY HAND AND SEAL OF OFFICE this ____.,~ ____ day of ~ectflvbu , 2o _a.~ .. Nicole McCollum My Commission Expires 10/30/2026 Notary ID 129952648 END OF SECTION CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHASE 18 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No . 102687 Revised July I , 2011 2 3 APPLICATION OF POLICY SECTION 00 45 40 Business Equity Goal 00 45 40 - I Business Equity Goal Page I of 2 4 If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable. 5 A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises 6 (M/WBEs). 7 8 POLICY STATEMENT 9 It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity 10 Firms when applicable, in the procurement of all goods and services . All requirements and regulations 11 stated in the City's Business Equity Ordinance No .25165-10-2021 , (replacing Ordinance No . 24534-11- 12 2020 (codified at: https://codelibrary.amlegal.com/codes/ftworth/latest/ftworth tx/0-0-0-22593 ) apply to 13 this bid. 14 15 BUSINESS EQUITY PROJECT GOAL 16 The City's Business Equity goal on this project is 16% of the total bid value of the contract (Base bid 17 applies to Parks and Community Services). 18 19 METHODS TO COMPLY WITH THE GOAL 20 On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's 21 Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the 22 ordinance through one of the following methods: 1. Commercially useful services performed by a 23 Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination 24 of Business Equity prime services and Business Equity subcontracting participation, 4. Business 25 Equity Joint Venture/Mentor-Protege participation, 5. Good Faith Effort documentation, or 6. 26 Prime contractor Waiver documentation. 27 28 29 30 31 32 33 SUBMITTAL OF REQUIRED DOCUMENTATION Applicable documents (listed below) must be received by the Purchasing Division , OR the offeror shall EMAIL the Business Equity documentation to the 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 business day after the bid opening date, exclusive of the bid opening date. 34 The Offeror must submit one or more of the following documents : 35 I . Utilization Form and Letter(s) oflntent, if the 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 , or no Business Equity participation is accomplished ; 38 3 . Prime Contractor Waiver Form, including supporting documentation , if the Offeror will perform 39 all subcontracting/supplier opportunities; or 40 4 . Joint Venture/Mentor-Protege Form, if goal is met or exceeded with a Joint Venture or Mentor- 41 Protege participation. 42 43 44 45 46 47 These forms can be found at: Business Equity Utili zation Form and Letter of Intent https://apps .fortworthtexas.gov /ProjectResources/ResourcesP/60 -MWBE/Business Equity Utilization Form DVIN 2022 220324.pdf 48 Letter of Intent CITY OF FO RT WORTH NOR THSID E IV 24-I NC H WATE R TRANSM ISS ION MAI N , PHASE 1B STAN DARD CONSTRUCT ION SPEC IFICAT IO N DO CU MENTS City Project No. 102687 Revise d Octo ber 27, 202 I 2 3 4 5 6 7 8 9 10 11 00 45 40 -2 B usin ess Equi ty Goal https ://apps .fortworthtexas .gov/ProjectResources/ResourcesP/60 -MW BE /Letter of Intent DVIN 2021 .pdf Business Equity Good Faith Effort Form https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 -MWBE/Good Faith Effort Form DVIN 2022.pdf Page 2 of2 Busines s Equity Prime C ontractor Wai ver Form https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 -MWBE/MWBE Prime Contractor Waiver-220313 .pdf 12 Bu s ine ss Equi ty Joint Venture Fo rm 13 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 -MWBE/MWBE Joint 14 Venture 220225.pdf 15 16 17 FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORDINANCE WILL 18 RESULT IN THE BIDDER/OFFEROR BEING DECLARED NON-RESPONSIVE AND THE BID 19 REJECTED. 20 2 1 22 FAILURE TO SUBMIT THE REQUIRED BUSINESS EOUTY DOCUMENTATION OR OTHERWISE 2 3 COMPLY WITH THE ORDINANCE WILL RESULT IN THE BID BEING DECLARED NON- 2 4 RESPONSIVE, THE BID REJECTED AND MAY SUBJECT THE BIDDER/OFFEROR TO SANCTIONS 25 AS DESCRIBED IN SEC. 20-373 OF THE ORDINANCE. 26 2 7 For Questions, Please Contact The Business Equity Division of the Department of Diversity and 2 8 Inclusion at (817) 392-2674. 2 9 END OF SECTION 3 0 C ITY OF FORT WORTH NORTHSIDE IV 24-INCH WAT ER TRANSMISS IO MAIN , PHASE 1B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C ity Proj ect No . 102687 Rev ise d Octo ber 27 , 202 1 SECTION 00 52 43 AGREEMENT 00 52 43 - I Agreement Page I of7 THIS AGREEMENT, authorized on b ~c~...u.\o ~c \3 1 2 oZ2_, , is made by and between the City of Fort Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, ("City"), and Jackson Construction, Ltd., authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractor may jointly be referred to as Parties. City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows : NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHASE 1B City Project No. 102687 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount, in current funds , of Ten Million Four Hundred Ninety-Nine Thousand Seven Hundred Forty-Four Dollars and Twenty-Five Cents ($10 ,499 ,744 .25). Contract price may be adjusted by change orders duly authorized by the Parties. Article 4. CONTRACT TIME 4.1 Interim Mil~stone and Final Acceptance. Interim Milestone 1 shall be defined as Water Line "A" being installed , tested and ready to be put in service. The goal of this milestone is to be able to convey water from the existing 24-inch water line at Heritage Trace Boulevard to the proposed 16-inch water line at Bonds Ranch Road. The Work shall be complete for Milestone 1 within 430 days after the date when the Contract Time commences to run , as provided in Paragraph 2.02 of the General Conditions, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. The Work shall be complete for Final Acceptance within 460 days after the date when the Contract Time commences to run , as provided in Paragraph 2 .02 of the General Conditions, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. All necessary easements may not be available at the time construction commences. It is anticipated that all property will be available by July 2023 . Outstanding easements to be acquired are listed under SC-4.0IA.1., "Availability of Lands". No additional compensation will be allowed due to delayed availability of land. C ITY OF FORT WORTH ST AND ARD CONSTRUCT ION SPECIFICATION DOCUMENTS Revised l I /23 /202 1 OFFICIAL RECORD NO RTH S oe--11X-f"""'"""~"'m FT. WORTH, TX SMISSION MAIN PHASE 18 City Project No. 102687 4 .2 Liquidated Damages 00 52 43 -2 Agreement Page 2 of7 Contractor recognizes that time is of the essence for completion of Milestones, if any, and to achieve Final Acceptance of the Work and City and the public will suffer from loss of use if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also recognizes the delays, expense and difficu lties invo lved in proving in a legal proceeding, the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty): Contractor shall pay City Six Hundred and Fifty Dollars ($650.00) for each day that expires after the time specified in Paragraph 4.1 for Milestone I . Contractor shall pay City Six Hundred and Fifty Dollars ($650.00) for each day that expires after the time specified in Paragraph 4 .1 for Final Acceptance until the City issues the Final Letter of Acceptance . Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: I. This Agreement. 2. Attachments to this Agreement: a. Bid Form l) Proposal Form 2) Vendor Compliance to State Law Non-Resident Bidder 3) Prequalification Statement 4) State and Federal documents (project specific) b . Current Prevailing Wage Rate Table c . Insurance ACORD Form(s) d . Payment Bond e. Performance Bond f. Maintenance Bond g . Power of Attorney for the Bonds h. Worker's Compensation Affidavit MBE and/or SBE Utilization Form 3. General Conditions. 4 . Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents . 6. Drawings . 7 . Addenda. 8 . Documentation submitted by Contractor prior to Notice of Award . 9 . The following which may be de livered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c . Change Orders . C ITY OF FO RT WORTH NORT HS IDE IV 24-INCH WATER TRANSMISS IO N MAIN PH ASE I B STANDARD CONSTRUCTION SPEC IFICAT IO N DOCUMENTS C ity Project No . 102687 Revise d I 1/23 /2021 d . Letter of F in a l Ac ce ptance . Article 6. INDEMNIFICATION 00 52 43 -3 Agreement Page 3 of? 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city , its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract . This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act, omission or negligence of the city. This indemnity provision is intended to include , without limitation , indemnity for costs , expenses and legal fees incurred by the city in defending against such claims and causes of actions. 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against an y and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act, omission or negligence of the city . Article 7. MISCELLANEOUS 7 .1 Te rm s . Term s used in thi s Agree m e nt w h ic h a re defi ne d in A rticl e I of t he Gene ra l Conditi o n s w ill have t he m eanin gs indi cated in th e Gene ral Conditi ons. 7 .2 Ass ig nm e nt of Co ntract. T hi s Agreeme nt, in c ludin g all of the Cont ract Do cum e nts may not be assigne d by th e Contractor w ith o ut the advanced express wri tten con se nt of the City. 7.3 S uccesso rs and A s signs . C ity a nd Co ntractor each bind s itse lf , its pa rtne rs, s uccessors, ass ig ns and legal represe ntat ives to t he ot he r party he reto , in res pect to a ll cove nant s, agre em ent s a nd o bli gati o ns co ntai ned in th e Contract Doc um e nt s . 7.4 Severa b ili ty/No n-W a ive r of C la im s . Any prov is io n or part of th e Co ntract Doc um e nts he ld to be un constit uti o nal , vo id o r un e nfo rceabl e by a co urt of compete nt juris di ctio n sha ll be d ee m ed stri c ke n, and a ll rem a inin g prov is io ns s ha ll continu e to be valid a nd bi ndin g up on C ity a nd Contracto r. The fa ilure of City o r Co ntractor to ins ist upon th e pe rfo rm ance of a ny term o r provis io n of thi s Agreem ent or to exercise a ny righ t grante d he rei n s ha ll not co nst it ut e a waiver of C ity's o r Co ntractor 's res pective ri g ht to insist up o n a pp ro priate perfo rm a nce or t o assert an y s uch ri g ht o n a ny f ut ure occasion . C ITY OF FO RT WO RT H NORT HS ID E IV 24 -I NCH WATE R T RA NSM ISS ION MA IN PH ASE 18 STAN DARD CO NS TR UC TION S PEC IFICATI ON DOCU M E NT S C ity Proj ect No . 102687 Rev ise d I 1/23/202 I 7.5 Governing Law and Venue. 00 52 43 -4 Agreement Page4of 7 This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or th e U nited States Di strict Court for the Northern District of Texas, Fort Worth Division . 7 .6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized signatory of the Contractor. 7 . 7 Non-appropriation of Funds . In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. 7 .8 Prohibition On Contracts With Companies Boycotting Israel. Contractor, unless a 'sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if Contractor has 10 or more full time-employees and the contract value is $100 ,000 or more, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel ; and (2) will not boycott Israel dur ing the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808 .001 of the Texas Government Code . By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 7.9 Prohibition on Boycotting Energy Com panies. Contractor acknowledges that in accordance with Chapter 2274 of the Texas Government Code-(as added by Acts 2021 , 87th Leg., R.S., S.B. 13 , § 2), the City is prohibited from entering into a contract for goods or se rvices that has a value of $100 ,000 or more, which will be paid wholly or partl y from public funds of the City , with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (I) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code (as added by Acts 2021 , 87th Leg ., R.S., S .B. 13 , § 2). To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 7 .10 Prohibition on Discrimination Against Firearm and Ammunition Industries. CITY OF FO RT WORT H NORT HSID E IV 24-INCH WATE R TRANSM IS S ION MAIN PHASE l B STAN DA RD CONSTR UCTION S PEC IFICAT ION DOCUMENTS C ity Proj ect No . 102687 Revised l 1/23 /202 1 00 52 43 -5 Agreement Page 5 of7 Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S., S .B. 19 , § !), the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (I) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association ; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate ," "firearm entity" and "fi rearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code (as added by Acts 2021 , 87th Leg., R.S ., S.B . 19, § 1 ). To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. CITY OF FORT WORTH NORTHSIDE IV 24-IN CH WAT ER TRANSMISSION MAIN PHAS E 18 STANDARD CONST RUCT IO N SPECIFICATION DO CU MEN TS City Project No . I 02687 Revi se d I I /23 /2021 7.11 Immigration Nationality Act. 00 52 43 -6 Agreement Page 6 o f 7 Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form ([-9). Upon request by City , Contractor shall provide City with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services . CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 7.12 No Third-Party Beneficiaries . This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no third-party beneficiaries. 7.13 No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out of, in connection with , or resulting from the engineering services performed . Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on-site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations , duties , and responsibilities , including, but not limited to, all construction methods, mean s, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work . The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions . CIT Y OF FORT WORTH NO RT HSID E IV 24 -I NC H WATE R T RA NS MI SSI ON MAIN PH ASE 18 STAN DARD CONST RUC TIO N SPEC IFICAT IO N DOCU MEN TS City Proje ct No . 102687 Rev ise d 11 /23 /202 I 00 52 43 - 7 Agreement Page 7 of7 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager ("Effective Date"). Jackson Construction, LTD Contractor: ~:TI~ Troy L. Jackson (Printed Name) President Title I)v. Address &r-+-,f\lb..-¼ TX: 1 tpl, 9 ., City/State/Zip Date OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth By: Qanq 8ul'jhdoff oana Burgt1doff eels. 202211:11 CST) Dana Burghdoff Assistant City Manager Date Attest: Dec 28 , 2022 ..•. ·········• ..... ~ ..... \ M&C: l::l-1 043 Date: IJ .. / I 3/ 1...0 L2.. 1 Form1295No.: 2o'l1..-lf · ... / . . ... Contract Compliance Manager: By signing, I acknowledge that I am t responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements . Suzanne Abbe Senior Engineer, Capital Projects Delivery Approved as to Form and Legality: ei (lilac (o'ec28,202216:0<4CST) Douglas W. Black Sr. Assistant City Attorney APPROVAL RECOMMENDED: ch-~ tiN:«if ~ 28, 2022 l◄:38 CST) Chris Harder, Director Water Department CITY OF FORT WORTH NORTHS ID E IV 24-INCH WATER TRANSMISSION MAIN PHAS E 1B STANDARD CONSTRUCTION SPECIF ICATION DOCUM ENTS City Project No . 102687 Revised l l /23/2021 1 2 3 4 THE STATE OF TEXAS SECTION 00 6 1 13 PERFORMANCE BOND 00 61 13 - I PERFORMANCE BOND Page I of2 Bond #1097564 5 § § § KNOW ALL BY THESE PRESENTS: 6 COUNTY OFT ARRANT 7 8 That we, Jackson Construction , Ltd., known as "Principal" herein and 9 _T_h_e_H_a_n_ov_e_r _in_s_ur_a_n_ce_c_o_m_pan_y ________ , a corporate surety(sureties, if more than 10 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one 11 or more), are held and firmly bound unto the City of Fort Worth , a municipal corporation created 12 pursuant to the laws of Texas, known as "City" herein, in the penal sum of, Ten Million Four 13 Hundred Ninety-Nine Thousand Seven Hundred Forty-Four Dollars and Twenty-Five Cents 14 ($10 ,499 ,744.25), lawful money of the United States, to be paid in Fort Worth , Tarrant County , 15 Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, 16 executors, administrators, successors and assigns, jointly and severally , firmly by these presents. 17 WHEREAS, the Principal has entered into a certain written contract with the City 18 awarded the 13 f' day of D<-c....~,,..i. ~ ~ r . 20 11-, which Contract is hereby referred to and 19 made a part hereof for all purposes as if fully set forth herein , to furnish all materials, equipment 20 labor and other accessories defined by law , in the prosecution of the Work , including any Change 21 Orders, as provided for in said Contract designated as NORTHSIDE IV 24-INCH WATER 22 TRANSMISSION MAIN PHASE l B, City Project No. 102687 23 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 24 shall faithfully perform it obligations under the Contract and shall in all respects duly and 25 faithfully perfonn the Work, including Change Orders, under the Contract, according to the plans, 26 specifications, and contract documents therein referred to , and as well during any period of 27 extension of the Contract that may be granted on the part of the City , then this obligation shall be 28 and become null and void, otherwise to remain in full force and effect. 29 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 30 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 31 Worth Division. C IT Y OF FORT WORT H NORTHSIDE IV 24 -I NCH WATER T RANSMISSION MAIN PHAS E 18 STANDARD CONSTRUCTI ON SPECIF IC ATION DOC UM ENTS City Project No. 102687 Revised July I, 2011 006113 -2 PERFORMANCE BOND Page2 of2 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be detennined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the r,~ day of __ _ 6 l).Lc..z..M. ~ a . 20 11. . 7 8 9 10 11 12 13 14 15 16 17 18 ATTEST: • {A_M~_ (Principal) Secretary PRINCIPAL: Jackson Construction, Ltd . Troy L Jackson , President ---- Name and Title Address: 5112 Sun Valley Drive 19 ;~ V\ 11',d ~ CtSU u,v,-__, 2~ "lw~~ncipa1 Fort Worth , TX 761 19 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 *Note: SURETY: The Hanover Insurance Company BY:~ ~ Jack M Crowley , Attorney in Fact --- Name and Title Address: 440 Lincoln Street Worcester , MA 01615 Crowley Telephone Number: 972-385-9800 If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHASE I B STANDARD CONSTRUC'nON SPECIFICATION DOCUMENTS City Project No. 102687 Revised July I, 2011 l 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 SECTION 00 61 14 PAYMENT BOND 0061 14-1 PAYMENT BOND Page I of2 Bond #1097564 THE ST ATE OF TEXAS COUNTY OF TARRANT § § § KNOW ALL BY THESE PRESENTS: Ltd., known as "Principal" herein, and That we, Jackson Construction, The Hanover Insurance Company a corporate surety (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the penal sum of Ten Million Four Hundred Ninety-Nine Thousand Seven Hundred Forty-Four Dollars and Twenty-Five Cents ($10,499,744.25), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, Principal has entered into a certain written Contract with City, awarded the \3t<,\ day of · ~c.e.. ... \ ~e.r , 20.1.L, which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and other accessories as defined by law, in the prosecution of the Work as provided for in said Contract and designated as NORTHSIDE IV 24-INCH WATER TRANSMISSION MIAN PHASE I B, City Project No. 102687 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under the Contract, then this obligation shall be and become null and void; otherwise to remain in full force and effect. This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute . CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MIAN PHASE I B ST AN DARO CONSTRUCTION SPECIFICATION DOCUMENTS City Project No . I 02687 Revised July I, 2011 00 61 14 • 2 PAYMENT BOND Page 2 of2 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the ! 3 f"" day of 3 n~~""'~q_(" . 20~. 4 ATTEST: (Principal) Secretary ATTEST: (Surety) Secretary 5 PRINCIPAL: Jackson Construction , Ltd . Troy L Jackson, President Name and Title Address: 5112 Sun Valley Drive Fort Worth , TX 76119 SURETY: The Hanover Insurance Company BY: Qi ?K;J!{ Sign ure Jack M Crowley , Attorney in Fact Name and Title Address: 440 Lincoln Street Worcester, MA 0 161 5 Telephone Number: 972 -385-9800 6 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 7 bylaws showing that this person has authority to sign such obligation. If Surety's physical 8 address is different from its mailing address, both must be provided. 9 IO The date of the bond shall not be prior to the date the Contract is awarded . 11 END OF SECTION 12 CITY OF FORT WORTH NORTHSIDE IV 24-rNCH WATER TRANSMISSION MIAN PHASE 18 STANDARD CONSTRUCTION SPECIF ICATION DOCUMEN TS City Project No . I 02687 Revised July I, 2011 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 THE STATE OF TEXAS COUNTY OF TARRANT SECTION 00 61 19 MAINTENANCE BOND 0061 19-1 MAINTENANCE BOND Page I of3 Bond #1097564 § § § KNOW ALL BY THESE PRESENTS: That we Jackson Construction, Ltd ., known as "Principal" herein and The Hanover Insurance Company • a corporate surety ( sureties, if more than ------------------- one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the sum of Ten Million Four Hundred Ninety-Nine Thousand Seven Hundred Forty-Four Dollars and Twenty-Five Cents ($10,499,744.25), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 18 WHEREAS, the Principal has entered into a certain written contract with the City awarded 19 the I)~ day of ()~ c ~.A-\. h ..(_' . 20 '.2. l , which Contract is hereby 20 referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 21 materials, equipment labor and other accessories as defined by law, in the prosecution of the 22 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 23 the "Work") as provided for in said contract and designated as NORTHSlDE IV 24-INCH 24 WATER TRANSMISSION MAIN PHASE 18, City Project No. 102687; and 25 26 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 27 accordance with the plans, specifications and Contract Documents that the Work is and will 28 remain free from defects in materials or workmanship for and during the period of two (2) years 29 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 30 31 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 32 upon receiving notice from the City of the need therefor at any time within the Maintenance 33 Period. 34 CITY OF FORT WORTH NORTHSIDE IV 24 -INCH WATER TRANSMISSION MAIN PHASE 1B STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS City Project No . 102687 Revised July I, 2011 006119-2 MAINTENANC E BOND Page 2of3 NOW THEREFORE, the condition of this obligation is such that if Principal shall 2 remedy any defective Work, for which timely notice was provided by City, to a completion 3 satisfactory to the City, then this obligation shall become null and void; otherwise to remain in 4 full force and effect. 5 6 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 8 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 9 the Surety under this Maintenance bond; and 10 11 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 12 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 13 Worth Division; and 14 15 PROVIDED FURTHER, that this obligation shall be continuous in nature and 16 successive recoveries may be had hereon for successive breaches. 17 18 19 CI T Y OF FORT WORTH NOR T HSIDE IV 24-IN C H WATER TRANSMISSION MAfN PHASE 18 STANDARD CONSTRUCTION SPECIFI C AT IO N DOC UM ENTS City Project No. I 02687 Revised July I, 2011 006119-3 MAINTENANCE BOND Pagc3 of3 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the I ~~ day of _· ____ _ 3 \\t..c...e-"" 't,tt(" . 20 1 2 . 4 5 6 7 8 9 10 11 12 13 14 15 16 ATTEST: , lAM~f.hv- (Principal) Secretary PRINCIPAL: Jackson Construction , Ltd . Troy L Jackson , President Name and Title Address: __ 5_11_2_s_u_n_V_a_I_Ie_y_Drive : }'\0 I ".:J . '/Yi.c, G6k l,v\.-, 2~ , W~~t~Prmcipal Fort Worth , TX 76119 ----- 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 SURETY : The Hanover Insurance Company BY: -~ ;e12: Si;& Jack M Crowley , Attorney in Fact ATTEST: Name and Title 7/{/'--1 ~L,,/0----'l .- (Surety Secretary ~ Address : 440 Lincoln Street ------ *Note: Worcester , MA 01615 Telephone Number: 972 •385 ·98_00 __ _ If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH NORTHS IDE IV 24-INCH WATER TRANSMISSION MAIN PHASE I B STANDARD CONSTRUCTION SPECIFICATION IXXUMENTS City Project No . 102687 Revised July I, 2011 THE HANOVER INS URANCE COMPANY MASSACHUSETTS B AY INSU RANCE COMPANY C ITIZEN S INSURANCE C O M PANY OF AM E RICA POWER OF A TTO RNEY T H IS P ower of Attorney limits the acts of those named herei n, and they have no aut hority to b i nd the Company except i n t h e manner and to the extent herein stated . KNOW ALL PERSON S BY THESE P RES E NTS: ThatTHE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAYINSU RANCECOMPANY, both being corporations organized and existing under the laws of the State of New Hampshire , and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan, (hereinafter individually and collectively the "Company'') does hereby constitute and appoint, S teven R. Fo s ter, J a c k M. C row l e y , L a u rie Pfl u g , a n d T euta Lur i Of Wi llis Towers Watson I n suranc e S ervic es Wes t, Inc o f D a llas, TX each individually, if there be more than one named, as its true and lawful attorney(s)-in- fact to sign, execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed any place within the United States, any and all surety bonds, recognizances, undertakings, or other surety obligations. The execution of such surety bonds , recogniza nces, undertakings or surety obligations, in pursuance of these presents, shall be as bi nding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company, in the ir own prope r persons. Provided however, that this power of attorney limits the acts of those named herein; and they have no authority to bind the Company except in the manne r staled and to the extent of any limitation staled below: · Any such ob l igation s in the Un ited States, not to exceed T hirty Fi ve Million a nd No/100 ($35,000 ,0 00) in any s ingle i nstanc e That this power is made and executed pursuant to the authority of the following Resolutions passed by the Board of Directors of said Company, and said Resolutions remain in f ull force and effect : RESOLVED: That the President or any Vice President, in conjunction with any Vice President, be and they hereby are authorized and empowered to appoint Attorneys-in-fact of the Company, in its name and as it acts, to execute an d acknowledge for and on its behalf as surety,'any and all bonds, recognizances, contracts of indemnity, waivers of citation and all other writings obligatory in the nature thereof, with power to attach thereto the sea l of the Company. Any such writings so executed by s uch Attorneys-in-fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons. RESOLVED: That any and a ll Powers of Attorney and Certifi ed Copies of such Powers of Attorney and certification in respect thereto, granted a nd executed by the Pres ident or Vi ce Presid ent in conjunction with any Vice President of the Company, shall be bin ding on the Company to the same extent as if all signatures therein VI/ere manually affixed, even though one or more of any such s ignatures thereon may be facsimi le. (Adopted October 7, 1981 -The Hanover Insurance Company; Adopted April 14, 1982 -Massachusetts Bay In s urance Company; Adopted September 7, 2001 -Citizens Insurance Company of America and affirmed by each Company on March 24, 2014) IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with th eir respective corporate seals, duly attested by two Vice Presidents, this 10th day of J anuary, 202 0 . THE HANOVER !l\JSU~E cor~PAN\' MASSACHUSETTS B'AY l~SURANCE COMPANY CJTIZEN$ lNSUP.A E Cc;IMPANY OF AMERICA I e Vice President THE COMMONWEALTH OF MASSACHUSETTS ) COUNTY OF WORCESTER ) ss. THE HANOV,;R INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY Of Al\i!El'UCA On this 10th day of J anuary, 2020 before me came the above named Executive Vice President and Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Ins urance Company of America, to me personally known to be the individuals and officers described herein , and acknowledged that the seals affixed to the preceding in strument are the corporate sea ls of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America , respective ly, and that the s aid corporate seals and their signatures as office rs were duly affixed and subscribed to said instrument by the authority and direction of said Coroorations. f'~ - ~ ARLEEN V. SIMONS 00 • Not;,ry Public . COMMONW:"l:.Al.TH OF /MS...~ctiUSITTS }U9" /! My Commission Expires '~~ June 15, ioi3 ajp,,✓.~ Arleen v.simons, Notary-pubic My Commission Expires June 15, 2023 I, the undersigned Vice President of The Hanove r In s urance Company, Massachusetts Bay Insurance Company and C itizens In su ran ce Company of America, hereby certify that the above and foregoing is a full, true and correct copy of the Origina l Power of Attorney issued by said Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect. GIVEN under my hand and the sea ls of sa id Companies, at Worcester, Massachusetts, this day of CERTIFIED COPY TH!a HANOVER INSURANCl'ic COMPANY MA ACHUSETTS BAY INSURANCE COMPANY , lZ NS t~JtAN1: c;9!,11p~~ OF Al\~ERICA ( , ---/-~ · ·Carri cl< A. -B!ign,~ldent . ~ Hinover Th,"'"~~·~-~~ C=pany 14<0 LITToola ""' Wo,~•,. /AA 01653 Insurance Group e, Citizens Insurance Company of America I 645 West Grand River Avenu e, Howell, Ml 48843 Texas Complaint Notice IMPORTANT NOTICE To obtain information or make a complaint: You may call The Hanover Insurance Company/Citizens Insurance Company of America's toll-free telephone number for information or to make a complaint at: 1-800-608-8141 You may also write to The Hanover Insurance Company/ Citizens Insurance Company of America at: 440 Lincoln Street Worcester, MA 01615 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. 0. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.texas.gov E-mail: ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or the com- pany first. If the dispute is not resolved, you may contact the Texas Department of Insurance . ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or con - dition of the attached document. 181-1 457 (5/1~ AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede llamar al numero de telefono gratis de The Hanover Insurance Company/Citizens Insurance Company of America's para informacion o para someter una queja al: 1-800-608-8141 Usted tambien puede escribir a The Hanover Insurance Company/Citizens Insurance Company of America al: 440 Lincoln Street Worcester, MA 01615 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: P. 0 . Box 149104 Austin, TX 78714-9104 Fax: (51 2) 475-1771 Web: http://www.tdi.texas.gov E-mail: ConsumerProtection@tdi.state.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concemiente a su prima o a un rec- lamo, debe comunicarse con el agente o la compania primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. CNA PARAMOUNT Contractors' General Liability Extension Endorsement It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART as follows. If any other endorsement attached to this policy amends any provision also amended by this endorsement, then that other endorsement controls with respect to such provision , and the changes made by this endorsement with respect to such provision do not apply. TABLE OF CONTENTS 1. Additional Insureds 2. Additional Insured -Primary And Non-Contributory To Additional lnsured's Insurance 3. Bodily Injury -Expanded Definition 4. Broad Knowledge of Occurrence/ Notice of Occurrence 5. Broad Named Insured 6. Broadened Liability Coverage For Damage To Your Product And Your Work 7. Contractual Liability -Railroads 8. Electronic Data Liability 9. Estates, Legal Representatives and Spouses 10. Expected Or Intended Injury -Exception for Reasonable Force 11. General Aggregate Limits of Insurance -Per Project 12. In Rem Actions 13. Incidental Health Care Malpractice Coverage 14. Joint Ventures/Partnership/Limited Liability Companies 15. Legal Liability -Damage To Premises/ Alienated Premises/ Property In The Named lnsured's Care, Custody or Control 16. Liquor Liability 17. Medical Payments 18. Non-owned Aircraft Coverage 19. Non-owned Watercraft 20. Personal And Advertising Injury -Discrimination or Humiliation 21. Personal And Advertising Injury -Contractual Liability 22. Property Damage -Elevators 23. Supplementary Payments 24. Unintentional Failure To Disclose Hazards 25. Waiver of Subrogation -Blanket rr-.1,,_7 .a26,....,¥{r~,P-1'Jp Ext~~~~~,'l;,,Qy~~}i f~~!:l ?r Consolidated (Wrap-Up) Insurance Programs Page 1 of 17 VALLEY FORGE INSURANCE COMPANY Insured Nam e : JACKSON CONSTRUCTION LTD End o rs eme nt No : 1 Effective Date: 10/01/2022 Copyright CNA All Rights Reserved. Includes copyrighted mate ria l of Insurance Services Offi ce, Inc., wi th its pe rmission. CNA PARAMOUNT Contractors' General Liability Extension Endorsement 1. ADDITIONAL INSUREDS a. WHO IS AN INSURED is amended to include as an Insured any person or organization described in paragraphs A. through H. below whom a Named Insured is required to add as an additional insured on this Coverage Part under a written contract or written agreement , provided such contract or agreement: (1) is currently in effect or becomes effective during the term of th is Coverage Part ; and (2) was executed prior to: (a) the bodily injury or property damage ; or (b) the offense that caused the personal and advertising injury, for which such additiona l insured seeks coverage. b. However, subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: (1) a higher limit of insurance than required by such con tract or agreement; or (2) coverage broader than required by such contract or agreement, and in no event broader than that described by the applicable paragraph A. through H. below. Any coverage granted by this endorsement shall apply only to the extent permissible by law . A. Controlling Interest Any person or organization with a controlling interest in a Named Insured, but only with respect to such person or organization's liab ility for bodily injury , property damage or personal and advertising injury arising out of: 1. such person or organization's financial contro l of a Named Insured ; or 2. premises such person or organization owns , maintains or controls while a Named Insured leases or occupi es such premises; provided that the coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by , on behalf of, or for such additional insured . B. Co-owner of Insured Premises A co-owner of a premises co-owned by a Named Insured and cove red under this insurance but only with respect to such co-owner's liability for bodily injury, property damage or personal and advertising injury as co-owner of such premises . C. Lessor of Equipment Any person or organization from whom a Named Insured leases equipment , but only with respect to liabil ity for bodily injury , property damage or personal and advertising injury caused, in whole or in part , by the Named lnsured's maintenance, operation or use of such equipment, provided that the occurrence giving rise to such bodily injury, property damage or the offense giving rise to such personal and advertising injury takes place prior to the termination of such lease . D. Lessor of Land Any person or organization from whom a Named Insured leases land but only with respect to liability for bodily injury , property damage or personal and advertising injury arising out of the ownership , maintenance or use of such land , provided that the occurrence giving rise to such bodily injury, property damage or the offense giving rise to such personal and advertising injury takes place prior to the termination of such lease . The CNA74705XX (1-15) Pag e 2 of 17 VALLEY FORGE INSURANCE COMPANY Insured Name : JACKSO N CONSTRUCTION LTD Policy No: 7034447781 Endorsement No: 1 Effective Date : 10/0 1 /2 0 22 Copyright CNA All Rights Reserved. Includ es copyrigh ted materia l of Insurance Services Office , In c., with its permission. CNA PARAMOUNT Contractors' General Liability Extension Endorsement coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. E. Lessor of Premises An owner or lessor of premises leased to the Named Insured , or such owner or lessor's real estate manager, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of the ownership, maintenance or use of such part of the premises leased to the Named Insured , and provided that the occurrence giving rise to such bodily injury or property damage, or the offense giving rise to such personal and advertising injury, takes place prior to the terminati on of such lease. The coverage granted by this paragraph does not apply to structural alterations , new construction or demolition operations performed by , on behalf of, or for such additional insured. F. Mortgagee, Assignee or Receiver A mortgagee , assignee or receiver of premises but only with respect to such mortgagee , assignee o r receiver's liability for bodily injury, property damage or personal and advertising injury arising out of the Named lnsured's ownership , maintenance , or use of a premises by a Named Insured. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by , on behalf of, or for such additional insured. G. State or Governmental Agency or Subdivision or Political Subdivisions -Permits A state or governmental agency or subdivision or political subdivision that has issued a permit or authorization but only with respect to such state or governmental agency or subdivision or political subdivision's liability for bodily injury , property damage or personal and advertising injury arising out of: 1. the following hazards in connection with premises a Named Insured owns, rents , or controls and to which this insurance applies : a. the existence , maintenance , repair , construction , erection , or removal of advertis ing signs, awnings, canopies, cellar entrances , coal holes , driveways, manholes , marquees, hoistaway openings , sidewalk vaults , street banners , or decorations and similar exposures; or b. the construction , erection , or removal of elevators; or c. the ownership, maintenance or use of any elevators covered by this ins urance; or 2. the permitted or authorized operations performed by a Named Insured or on a Named lnsured's behalf. The coverage granted by this paragraph does not apply to : a. Bodily injury , property damage or personal and advertising injury arising out of operations performed for the state or governmental agency or subdivision or political subdivision; or b. Bodily injury or property damage included within the products-completed operations hazard . With resp ect to th is provision's requirement that additional insured status must be requested under a written contract or agreement, the Insurer will treat as a written contract any governmental permit that requires the Named Insured to add the governmental entity as an addi tional insured. H. Trade Show Event Lessor 1. With respect to a Named lnsured's participation in a trade show event as an exhibitor, presen te r or displayer, any person or organization whom the Named Insured is required to in c lude as an addit ion al insured , but only with respect to such person or organization's liability for bodily injury, property damage or personal and advertising injury ca used by : CNA74705XX (1 -15) Page 3 of 17 VALLEY FORGE INSURANCE COMPANY In s ured Name: JACKSON CONSTRUCTION LTD Policy No: 7 o 34 4 4 7 7 s 1 Endorsement No : 1 Effe ctive Date: 10/01/2022 Copyright CNA All Rights Reserved. In cludes copyrig hted material of Insurance Servi ce s Office , In c., with its permission. CNA PARAMOUNT Contractors' General Liability Extension Endorsement a. the Named lnsured's acts or omissions; or b. the acts or omissions of those acting on the Named lnsured's behalf, in the performance of the Named lnsured's ongoing operations at the trade show event premises during the trade show event. 2. The coverage granted by this paragraph does not apply to bodily injury or property damage included within the products-completed operations hazard. 2. ADDITIONAL INSURED -PRIMARY AND NON-CONTRIBUTORY TO ADDITIONAL INSURED'S INSURANCE The Other Insurance Condition in the COMMERCIAL GENERAL LIABILITY CONDITIONS Section is amended to add the fol lo wing paragraph : If the Named Insured has agreed in writing in a contract or agreement that this insurance is primary and noncontributory relative to an additional insured's own insurance, then this insurance is primary, and the Insurer will not seek contribution from that other insurance. For the purpose of this Provision 2., the additional insured's own insurance means insurance on which the additional insured is a named insured . Otherwise, and notwithstanding anything to the contrary elsewhere in this Condition , the insurance provided to such person or organization is excess of any other insurance avai lable to such person or organization . 3. BODILY INJURY -EXPANDED DEFINITION Under DEFINITIONS , the definition of bodily injury is deleted and replaced by the following: Bodily injury means physical injury, sickness or disease sustained by a person , including death, humiliation , shock , mental anguish or mental injury sustained by that person at any time which results as a consequence of the physical injury, sickness or disease . 4. BROAD KNOWLEDGE OF OCCURRENCE/ NOTICE OF OCCURRENCE Under CONDITIONS , the condition entitled Duties in The Event of Occurrence, Offense, Claim or Suit is amended to add the following provisions : A. BROAD KNOWLEDGE OF OCCURRENCE The Named Insured must give the Insurer or the Insurer's authorized representative notice of an occurrence, offense or claim only when the occurrence , offense or claim is known to a natural person Named Insured, to a partner, executive officer, manager or member of a Named Insured , or an employee designated by any of the above to give such notice. B. NOTICE OF OCCURRENCE The Named lnsured's rights under this Coverage Part will not be prejudiced if the Named Insured fails to give the Insurer notice of an occurrence , offense or claim and that failure is solely due to the Named lnsured's reasonable belief that the bodily injury or property damage is not covered under this Coverage Part. However, the Named Insured shall give written notice of such occurrence, offense or claim to the In surer as soon as the Named Insured is aware that this insurance may apply to such occurrence , offense or claim. 5. BROAD NAMED INSURED WHO IS AN INSURED is amended to delete its Paragraph 3. in its entirety and replace it with the following : 3. Pursuant to the limitations described in Paragraph 4. below , any organization in which a Named Insured has management contro l : a. on the effective date of this Coverage Part ; or CNA74705XX (1-15) Page 4 of 17 VALLEY cORGE INSURANCE COMPANY Insured Name : JACKSO N CONSTRUCTION LTD Policy No : 7034 4 4 7 7 81 Endors ement No : 1 Effe ctive Date: 10/0 1 /2022 Copyrig ht CN A All Ri ghts Reserved . In cludes co pyrig hted material of Insu rance Services Offi ce , Inc., with its pe rmi ssio n. CNA PARAMOUNT Contractors' General Liability Extension Endorsement b. by reason of a Named Insured creating or acquiring the organization during the policy period, qualifies as a Named Insured , provided that there is no other similar liabi lity insurance , whether primary, contributory, excess , contingent or otherwise , which provides coverage to such organization , or which would have provided coverage but for the exhaustion of its limit, and without regard to whether its coverage is broader or narrower than that provided by this insurance. But this BROAD NAMED INSURED provision does not apply to : (a) any partnership , limited liability company or joint venture ; or (b) any organization for which coverage is excluded by another endorsement attached to this Coverage Part. For the purpose of this provision, management control means: A . owning interests representing more than 50 % of the voting, appointment or designation power for the selection of a majority of the Board of Directors of a corporation ; or B. having the right , pursuant to a written trust agreement, to protect, control the use of, encumber or transfer or sell property held by a trust. 4. With respect to organizations which qualify as Named Insureds by virtue of Paragraph 3. above, this insurance does not apply to : a. bodily injury or property damage that first occurred prior to the date of management control, or that first occurs after management control ceases ; nor b. personal or advertising injury caused by an offense that first occurred prior to the date of management control or that first occurs after management control ceases . 5. The insurance provided by this Coverage Part applies to Named Insureds when trading under their own names or under such other trading names or doing-business-as names (dba) as any Named Insured should choose to employ. 6. BROADENED LIABILITY COVERAGE FOR DAMAGE TO YOUR PRODUCT AND YOUR WORK A. Under COVERAGES, Coverage A -Bodily Injury and Property Damage Liability , the paragraph entitled Exclusions is amended to delete exclus ions k. and I. and replace them with the following : This insurance does not apply to: k. Damage to Your Product Property damage to your product arising out of it, or any part of it except when caused by or resulting from : (1) fire; (2) smoke ; (3) collapse ; or (4) e xplosion . I. Damage to Your Work Property damage to your work arising out of it , or any part of it and included in the products-comp leted operations hazard. This exclusion does not apply: (1) If the damag ed work , o r the work out of which th e damage arises , was perform ed o n the Named lnsured's behalf by a subcontractor; or CNA74705XX (1-15) Page 5 of 17 VALLEY FORGE INSURAN CE COMPANY Insured Name : JACKSON CONSTRUC T ION LTD Policy No: 7 o 3 4 4 4 7 7 81 Endorsement No: 1 Effective Date : 10 /01/2022 Copyrig ht CNA A ll Rig hts Reserved. In clud es copy ri ghted mate ria l of Ins urance Services Offi ce, Inc., wi th its pe rm iss io n. CNA PARAMOUNT Contractors' General Liability Extension Endorsement (2) If the cause of loss to the damaged work arises as a result of: (a) fire ; (b) smoke ; (c) collapse ; or (d) explos ion. B. The following paragraph is added to LIMITS OF INSURANCE: Subject to 5. above , $100 ,000 is the most the Insurer will pay under Coverage A for the sum of damages arising out of any one occurrence because of property damage to your product and your work that is caused by fire , smoke , collapse or explosion and is included within the product-completed operations hazard. This sublimit does not apply to property damage to your work if the damaged work, or the work out of which the damage arises, was performed on the Named lnsured's behalf by a subcontractor. C . This Broadened Liability Coverage For Damage To Your Product And Your Work Provision does not apply if an endorsement of the same name is attached to this policy . 7. CONTRACTUAL LIABILITY-RAILROADS With respect to operations performed within 50 feet of rail road property , the definition of insured contract is replaced by the following : Insured Contract means : a. A contract for a lease of premises. However, that portion of the contra ct for a lease of premises that indemnifies any person or organization for damage by fire to premises wh ile rented to a Named Insured or temporarily occupied by a Named Insured with permission of the owner is not an insured contract ; b. A sidetrack agreement ; c . Any easement or license agreement; d . An obligation , as requ ired by ordinance , to indemnify a muni c ipality , excep t in connection with work for a municipality ; e. An elevator maintenan ce agreement ; f . That part of any other contra ct or agreement pertaining to the Named lnsured's business (including an indemnification of a municipality in connection with work performed for a municipality) under which the Named Insured assumes the tort liability of another party to pay for bodily injury or property damage to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or ag reement. Paragraph f. does not include that part of any contract or agreement: (1) That indemnifies an archite ct, engin eer or surveyo r for injury or damage arising out of: (a) Preparing , app roving or failing to prepare or approve maps , shop drawings , opin ions , reports , surveys , field orders , change orders or drawings and specifications ; or (b) Giving directions or instruct ions , or failing to give them , if that is the primary cause of the injury or damage ; (2) Under which the Insured , if an arch it ect , engineer or surveyor , as sum es liability for an injury or damage arising out of the insured 's rendering or failure to render pro fessi onal serv ice s , including those listed in (1) above and supervisory , insp ection , architectural or engineerin g acti vi t ies. 8. ELECTRONIC DAT A LIABILITY CNA 74 705XX (1-15) Pa ge 6 of 17 VALLEY FORGE INSURANCE COMPANY In sure d Name : JACKSON CONSTRUCTION LTD Poli cy No : 7 O 3 4 4 4 7 7 81 Endorsement No : 1 Effe ctive Date : 10 /01/2022 Copyrig ht CNA All Ri gh ts Reserved. Inclu des copy ri g hted materi al of Ins urance Services Office , Inc., with its permiss ion. CNA PARAMOUNT Contractors' General Liability Extension Endorsement A. Under COVERAGES, Coverage A -Bodily Injury and Property Damage Liability , the paragraph entitled Exclusions is amended to delete exclusion p. Electronic Data and replace it with the following: This insurance does not apply to: p. Access Or Disclosure Of Confidential Or Personal Information And Data-related Liability Damages arising out of: (1) any access to or disclosure of any person's or organi zat ion's confidential or personal information, including patents , trade secrets , processing methods, customer lists , financial information, cred it card information , health information or any other type of nonpublic information ; or (2) the loss of, loss of use of, damage to , corruption of, inability to access, or inability to manipulate electronic data that does not result from physical injury to tangible property. However, unless Paragraph (1) above applies, this exclusion does not apply to damages because of bodily injury. This exclusion applies even if damages are claimed for notification costs, credit monitoring expenses , forensic expenses, public relation expenses or any other loss , cos t or expense incurred by the Named Insured or others arising out of that which is described in Paragraph (1) or (2) above. B. The following paragraph is added to LIMITS OF INSURANCE : Subject to 5. above , $100 ,000 is the most the Insurer will pay under Coverage A for all damages arising out of any one occurrence be ca use of property damage that results from physical injury to tang ible property and arises out of electronic data. C. The following definition is added to DEFINITIONS : Electronic data mea ns information , facts or programs stored as or on , created or used on , or transmitted to or from computer software (including systems and applications software), hard or floppy disks, CD-ROMS , tapes , drives , cells , data processing devices or any other media which are used with electronically controlled equipment. D. For the purpose of the coverage provided by this ELECTRONIC DAT A LIABILITY Provision, th e definition of property damage in DEFINITIONS is replaced by the following: Property damage means: a . Physical injury to tangible property , including all resulting loss of use of that property . All such loss of use shall be deemed to occur at the time of the physical injury that caused it ; b. Loss of use of tangible property that is not physically inj ured . All such loss of use shall be deemed to occu r at the time of the occurrence that caused it ; or c. Loss of, loss of use of, damage to , corruption of, inability to acces s , or inability to properly manipulate electronic data , resulting from physical injury to tangible property . All such loss of electronic data shall be deemed to occur at the time of th e occurrence that caused it. For the purposes of this insurance , electronic data is not tangible property . E. If Electron ic Data Liab ility is provided at a higher limit by another endorsement attached to thi s policy, then the $100,000 limit provided by this ELECTRONIC DATA LIABILITY Prov ision is part of, and not in addition to , that higher limit. 9. ESTATES , LEGAL REPRESENTATIVES , AND SPOUSES The estates , heirs, legal representative s and spouses of any natural person Insured shall also be insured under this policy; provided , however, coverage is afforded to such estates , heirs , lega l representatives , and spouses only for CNA74705XX (1 -15) Page 7 of 17 VA LLEY FORGE INSURANCE COMPANY Insured Name: JACKSO N CONSTRUCTION LTD Policy No : 7034447781 Endorsement No : 1 Effective Date: 10 / o 1 /2022 Copyrigh t CNA All Rights Reserved . Inc lu des copyrighted materia l of Insurance Services Office, In c., wi th its perm ission. CNA PARAMOUNT Contractors' General Liability Extension Endorsement claims arising solely out of their capacity or status as such and , in the case of a spouse, where such claim seeks damages from marital community property, jointly held property or property transferred from such natural person Insured to such spouse. No coverage is provided for any act, error or omission of an estate, heir, legal representative , or spouse outside the scope of such person's capacity or status as such, provided however that the spouse of a natural person Named Insured and the spouses of members or partners of joint venture or partnership Named Insureds are Insureds w ith respect to such spouses' acts , errors or om issions in the conduct of the Named lnsured's business . 10. EXPECTED OR INTENDED INJURY -EXCEPTION FOR REASONABLE FORCE Under COVERAGES, Coverage A -Bodily Injury and Property Damage Liability , the paragraph entitled Exclusions is amended to delete the exclusion entitled Expected or Intended Injury and replace it with the following : This insurance does not apply to : Expected or Intended Injury Bodily injury or property damage expected or intended from the standpoint of the Insured . This exclusion does not apply to bodily injury or property damage resulting from the use of reasonable force to protect persons or property . 11. GENERAL AGGREGATE LIMITS OF INSURANCE -PER PROJECT A. For each construction project away from pre mi ses the Named Insured owns or rents , a separate Construction Project General Aggregate Limit , equal to the amount of the Gene ral Aggregate Limit shown in the Declarations , is the most the Insurer will pay for the sum of: 1. All damages under Coverage A , except damages because of bodily injury or property damage included in the products-completed operations hazard ; and 2. All medi ca l expenses under Coverage C, that arise from occurrences or accidents which can be attributed solely to ongoing operations at that construction project. Such payments shall not reduce the General Aggregate Limi t shown in the Declarations , nor the Construction Project General Aggregate Limit of any other construction project. B.AII : 1. Damages under Coverage B, regardless of the number of locations or constru ction projects involved ; 2. Damages under Coverage A, caused by occurrences whi ch cannot be attributed solely to ongo ing operations at a single construction project, except damages because of bodily injury or property damage included in the products-completed operations hazard ; and 3. Medical expenses under Coverage C caused by accidents which cannot be attributed solely to ongoing operations at a single co nstruct ion proj ect , will reduce the Gen era l Aggregate Limit shown in the Declarations . C. The limits shown in the Declarations for Ea ch Occ urrence , for Damage To Premises Rented To You and for Medical Expe nse continue to apply, but will be subject to either the Construction Project General Aggregate Limit or the General Aggregate Limit shown in the De clarations , depen ding on whether the occurrence can be attributed solely to ongoing operat ions at a particular construction project. D. When coverage for liability arising out of the products-completed operations hazard is provided , any payments for damages because of bodily injury or property damage included in the products-completed operations hazard will reduce the Products-C ompleted Operations Aggregate Limit shown in the Declarations , regardless of the number of projects involved. CNA74705XX (1-15 ) Page 8 of 17 VALLEY FORGE INSURANCE COMPANY In sured Name: JACKSON CONSTRUCTION LTD Policy No: 7034447781 Endorsement No: 1 Effe ctive Date: 10/0 1/2022 Copyrig ht C NA All Rights Re served. Includ es co pyrighted mate ri al of Insurance Services Office , Inc., wi th its pe rm iss ion. CNA PARAMOUNT Contractors' General Liability Extension Endorsement E. If a single construction project away from premises owned by or rented to the Insured has been abandoned and then restarted, or if the authorized contracting parties deviate from plans , blueprints , designs , specifications or timetables , the project will still be deemed to be the same construction project. F. The provisions of LIMITS OF INSURANCE not otherwise modified by this endorsement shall continue to apply as stipulated . 12. IN REM ACTIONS A quasi in rem action against any vessel owned or operated by or for the Named Insured , or chartered by or for the Named Insured , will be treated in the same manner as though the action_ were in personam against the Named Insured. 13. INCIDENTAL HEALTH CARE MALPRACTICE COVERAGE Solely with respect to bodily injury that arises out of a health care incident: A. Under COVERAGES , Coverage A -Bodily Injury and Property Damage Liability , the paragraph entitled Insuring Agreement is amended to replace Paragraphs 1.b.(1) and 1.b.(2) with the following : b. This insurance applies to bodily injury provided that the professional health care services are incidental to the Named Insured's primary business purpose , and only if: (1) such bodily injury is caused by an occurrence that takes place in the coverage territory. (2) the bodily injury first occurs during the policy period . All bodily injury arising from an occurrence will be deemed to have occurred at the time of the first act , error, or omission that is part of the occurrence ; and B. Under COVERAGES , Coverage A -Bodily Injury and Property Damage Liability , the paragraph entitled Exclusions is amended to : i. add the following to the Employers Liability exclusion : This exclusion applies only if the bodily injury arising from a health care incident is covered by other liability insurance available to the Insured (or which would have been available but for exhaus t ion of its limits). ii. delete the exclusion entitled Contractual Liability and replace it with the following : This insurance does not apply to : Contractual Liability the Insured's actual or alleged liability under any oral or written contract or ag reement , including but not limited to express warranties or guarantees. iii. add the following additional exclusions: This insurance does not apply to: Discrimination any actual or alleged dis c rimination , humiliation or harassment, including but not limited to claims based on an individual's race , creed , color , age , gende r, national origin , religion , disability , marital status or sexual or ientation. Dishonesty or Crime Any actual or alleged dishonest , criminal or mali c ious act, error or omission . Medicare/Medicaid Fraud CNA74 705XX (1 -15) Page 9 of 17 VALLEY FORGE INSURANCE COMPANY Insured Name: JACKSON CONSTRUCTION LTD Poli cy No : 7 0 3 4 4 4 7 7 81 Endorsement No : 1 Effective Date : 10/01/2022 Copyright CNA All Rights Reserved. I ncl udes copyrighted material of Insurance Services Office, I nc., with its permission. C NA PARAMOUNT Contractors' General Liability Extension Endorsement any actual or alleged violation of law with respect to Medicare, Medicaid, Tricare or any similar federal , state or local governmental program . Services Excluded by Endorsement Any health care incident for which coverage is excluded by endorsement. C. DEFINITIONS is amended to: i. add the following definitions : Health care incident means an act, error or omission by the Named lnsured's employees or volunteer workers in the rendering of: a. professional health care services on beha lf of the Named Insured or b. Good Samaritan services rendered in an emergency and for which no payment is demanded or received. Professional health care services means any health care services or the related furnishing of food, beverages , medical supplies or appliances by the following providers in their capacity as such but solely to the extent they are duly licensed as required : a. Physician ; b. Nurse ; C. Nurse practitioner; d. Emergency medical technician; e . Paramedic; f . Dentist ; g . Physical therapist ; h . Psychologist ; i. Speech therapist ; j. Other allied health professional ; or Professional health care services does not include any services rendered in connection with human clinical trials or product testing. ii. delete the definition of occurrence and replace it with the following : Occurrence means a health care incident. All acts, errors or omissions that are logically connected by any common fact, circumstance , situation , transaction , event, advice or decision will be considered to constitute a single occurrence ; iii. amend the definition of Insured to : a. add the following : the Named lnsured's employees are Insureds with respect to : (1) bodily injury to a co-employee while in the course of the co-employee's employment by the Named Insured or while performing duties related to the conduct of the Named lnsured's business ; and CNA74705XX (1-15) Page 10 of 17 VALLEY FORGE INS URANCE COMPANY Insured Name: JACKSO N CONSTRUCTION LTD Policy No : 7 0 3 4 4 4 7 7 81 Endorsement No: 1 Effective Date : 10 /01/2022 Copyright CNA All Rights Re served. Includes copy righted materia l of Insu ra nce Services Office, Inc., wi th its permission . CNA PARAMOUNT Contractors' General Liability Extension Endorsement (2) bodily injury to a volunteer worker while performing duties related to the conduct of the Named lnsured's business; when such bodily injury arises out of a health care incident. the Named lnsured's volunteer workers are Insureds with respect to : (1) bodily injury to a co-volunteer worker while performing duties related to the conduct of the Named lnsured's business ; and (2) bodily injury to an employee while in the course of the employee's employment by the Named Insured or wh ile performing duties related to the conduct of the Named lnsured's business ; when such bodily injury arises out of a health care incident . b. delete Subparagraphs (a), (b), (c) and (d) of Paragraph 2.a.(1) of WHO IS AN INSURED. D. The Other Insurance condition is amended to delete Paragraph b.(1) in its entirety and replace it w ith the following : Other Insurance b. Excess Insurance (1) To the extent this insurance applies, it is excess over any other insurance , self insurance or risk transfer instrument, whether primary , excess , contingent or on any other basis , except for insurance purchased specifically by the Named Insured to be excess of this coverage . 14. JOINT VENTURES/ PARTNERSHIP/ LIMITED LIABILITY COMPANIES WHO IS AN INSURED is amended to delete its last pa ragraph and replace it w ith the following : No person or organization is an Insured with respect to the conduct of any current or past partnership , joint venture or limited liability company that is not shown as a Named Insured in the Declarat ions , except that if the Named Insured was a joint venturer, partner , or member of a limited liability company and such joint venture , partnership or limited liability company terminated prior to or during the policy period , such Named Insured is an Insured with respect to its interest in such joint ventu re, partnership or limited liab ility company but only to the extent that: a. any offens e giving rise to personal and advertising injury occurred prior to such termination date , and the personal and advertising injury arising out of such offense first occurred after such termination date ; b . the bodily injury or property damage first occurred after such termination date ; and c. there is no other valid and collectible insurance purchased specifically to insure the partnership , joint venture or limited liability company; and If the joint venture , partnership or limited liability company is or was insured under a consolidated (wrap-up) insurance program , then such insurance will always be considered valid and collectible for the purpose of paragraph c. above. But this provision will not serve to exclude bodily injury , property damage or personal and advertising injury that would otherwise be covered under the Contractors General Liability Extension Endorsement prov ision entitled WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS . Please see that provision for the definition of consolidated (wrap-up) insurance program . 15. LEGAL LIABILITY -DAMAGE TO PREMISES/ ALIENATED PREMISES/ PROPERTY IN THE NAMED INSURED'S CARE, CUSTODY OR CONTROL A. Under COVERAGES, Coverage A -Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amen ded to delete exclusion j. Damage to Property in its entirety and replace it with the following: This insurance does not apply to: CNA74705XX (1-15) Pag e 11 of 17 VA LLEY FORGE INSURANCE COMPANY Insured Nam e: JACKSO N CONSTRUCTION LT D Poli cy No : 7034447781 Endorsem ent No : 1 Effe ctive Date: 1 0/0 1 /2022 Copyright CNA All Rig hts Rese rv ed . Includes copy righted material of Insurance Services Office , In c., wi th its pe rmission. CNA PARAMOUNT Contractors' General Liability Extension Endorsement j. Damage to Property Property damage to : (1) Property the Named Insured owns , rents, or occupies , including any costs or expenses incurred by you , or any other person , organization or entity , for repair, replacement , enhancement , restoration or maintenance of such property for any reason , including prevention of injury to a person o r damage to another's property ; (2) Premises the Named Insured sells , gives away or abandons , if the property damage arises out of any part of those premises ; (3) Property loaned to the Named Insured ; (4) Personal property in the care, custody or control of the Insured ; (5) That particular part of real property on which the Named Insured or any contractors or subcontractors working directly or indirectly on the Named lnsured's behalf are performing operations , if the property damage arises out of those operations ; or (6) That particular part of any prope rt y that must be restored , repaired or replaced because your work was incorrectly performed on it. Paragraphs (1), (3) and (4) of this exclusion do not apply to property damage (other than damage by fire) to premises rented to the Named Insured or temporarily occup ied by the Named Insured with the permission of the owner, nor to the contents of premises rented to the Named Insured for a period of 7 or fewer consecutive days. A separate limit of insurance applies to Damage To Premises Rented To You as described in LIMITS OF INSURANCE . Paragraph (2) of this exclusion does not apply if the premises are your work. Paragraphs (3), (4), (5) and (6) of this exclusion do not apply to liability assumed under a sidetrack agreement. Paragraph (6) of this exclusion does not apply to property damage included in the products-completed operations hazard. Paragraphs (3) and (4) of this exclusion do not apply to property damage to: i. tools , or equipment th e Named Insured borrows from others , nor ii. other personal property of others in the Named lnsured's care , custody or control while being used in the Named lnsured's operations away from any Named lnsured's premises . However, the coverage granted by this exception to Paragraphs (3) and (4) does not apply to : a. property at a job site awaiting or during such property's installation , fabrication , or erection ; b. property tha t is mobile equipment leased by an Insured; c. property that is an auto , ai rcraft or watercraft ; d. property in transit; or e. any portion of property damage for whi c h the Insured has available other valid and colle ct ible insurance , or would have such ins urance but for exhaustion of its limits , or but for application of one of its exclusions . A separate limit of in su rance and deductible apply to such property of others. See LIMITS OF INSURANCE as am end ed below. CNA74705XX (1-15) Page12of 17 VALLEY FORGE INSURANCE COMPANY Insure d Name : JACKSON CONSTRUCTION LTD Policy No : 703444 7781 Endorsement No : 1 Effec tive Date : 10/01/2022 Copyrig ht CNA All Rig hts Reserved . Includes co pyr ighted materi al of Insuran ce Services Offi ce , Inc ., with its permiss io n. CNA PARAMOUNT Contractors' General Liability Extension Endorsement B. Under COVERAGES, Coverage A -Bodily Injury and Property Damage Liability , the paragraph entitled Exclusions is amended to delete its last paragraph and replace it with the following : Exclus ions c. through n. do not apply to damage by fire to premises while rented to a Named Insured or temporarily occupied by a Named Insured with permission of the owner , nor to damage to the contents of premises rented to a Named Insured for a period of 7 or fewer consecutive days. A separate limit of insurance applies to this coverage as described in LIMITS OF INSURANCE. C. The following paragraph is added to LIMITS OF INSURANCE: Subject to 5. above , $25 ,000 is the most the Insurer will pay under Coverage A for damages arising out of any one occurrence because of the sum of all property damage to borrowed tools or equipment, and to other personal property of others in the Named lnsured's care, custody or control , while being used in the Named lnsured's operations away from any Named lnsured's prem ises . The Insurer's obligation to pay such property damage does not apply until the amount of su ch property damage exceeds $1,000 . The Insurer has the right but not the duty to pay any portion of this $1,000 in order to effect settlement. If the Insu re r exercises that right , the Named Insured will promptly reimburse the Insurer for any such amount. D. Paragraph 6., Damage To Premises Rented To You Limit, of LIMITS OF INSURANCE is deleted and replaced by the following : 6. Subject to Paragraph 5. above , (the Each Occurrence Limit), the Damage To Premises Rented To You Limit is the most the Insure r will pay under Coverage A for damages because of property damage to any one premises while rented to the Named Insured or temporarily occupied by the Named Insured with the permission of the owner, including co nten ts of such premises rented to the Named Insured for a period of 7 or fewer consecutive days. The Damage To Premises Rented To You Limit is the greater of: a. $500 ,000; or b. The Damage To Premises Rented To You Limit shown in the Declarations . E. Paragraph 4.b.(1 )(a)(ii) of the Other Insurance Condition is deleted and replaced by the following : (ii) That is property insurance for premises ren te d to the Named Insured , for premises temporarily occupied by the Named Insured with the permission of the owner; or for personal property of others in the Named lnsured's care, custody or control ; 16. LIQUOR LIABILITY Under COVERAGES, Coverage A -Bodily Injury and Property Damage Liability , the paragraph entitled Exclusions is amended to delete the exclusion entitled Liquor Liability. This LIQUOR LIABILITY provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 17. MEDICAL PAYMENTS A. LIMITS OF INSURANCE is amended to delete Paragraph 7. (the Medical Expe ns e Lim it) and replace it with the following : 7. Subject to Paragraph 5. above (the Ea ch Occurrence Limit), t he Medical Expense Limit is the most the Insurer will pay under Coverage C -Medical Payments for all medical expenses because of bodily injury sustained by any one person. The Medical Expense Limit is the greater of: (1) $15 ,000 unless a different amount is shown here: $N,NNN,NNN ,NNN; or (2) the amount shown in the Declarati ons for Medical Expe nse Limit. CNA74705XX (1-1 5) Page 13 of 17 VALLEY FORGE INSURANCE COMPANY Insured Name : JACKSON CONSTRUCTION LTD I CNA Poli cy No : 7034447781 En dorsement No: 1 Effective Date : 10/01/2022 CNA PARAMOUNT Contractors' General Liability Extension Endorsement B. Under COVERAGES , the Insuring Agreement of Coverage C -Medical Payments is amended to replace Paragraph 1.a.(3)(b) with the following: (b) The expenses are in curred and reported to the Insurer within three years of the date of the accident ; and 18. NON-OWNED AIRCRAFT Under COVERAGES, Coverage A -Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended as follows : The exclus ion entitled Aircraft , Auto or Watercraft is amended to add the following : This exclusion does not apply to an aircraft not owned by any Named Insured , provided that: 1. the pilot in command holds a currently effective certificate issued by the duly constituted authority of the United States of America or Canada , designating that person as a commercial or airline transport pilot ; 2 . the aircraft is rented with a trained , paid crew to the Named Insured ; and 3 . the aircraft is not being used to carry persons or property for a charge . 19. NON-OWNED WATERCRAFT Under COVERAGES, Coverage A -Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete subparagraph (2) of the excl usion entitled Aircraft, Auto or Watercraft , and replace it with the following . This exclusion does not apply to: (2) a watercraft that is not owned by any Named Insured , provided the watercraft is : (a) less than 75 feet long ; and (b) not being used to carry persons or property for a charge. 20. PERSONAL AND ADVERTISING INJURY -DISCRIMINATION OR HUMILIATION A. Under DEFINITIONS , the definition of personal and advertising injury is amended to add the following tort : Discrimination or humiliation that results in injury to the feel ings or reputation of a natural person . B. Under COVERAGES, Coverage B -Personal and Advertising Injury Liability , the paragraph entitled Exclusions is amended to: 1. delete the Exclusion entitled Knowing Violation Of Rights Of Another and re pla ce it wit h the following: This insurance does not apply to : Knowing Violation of Rights of Another Personal and advertising injury ca used by or at the direction of the Insured with the knowledge that the act would violate the rights of another and would inflict personal and advertising injury. This exclusion shall not apply to discrimination or humiliatio n that results in injury to the fe elings or reputation of a natural person, but only if such discrimination or humiliation is not done intentionally by or at the direction of: (a) the Named Insured ; or (b) any executive officer, director, stockholder, partner , member or manager (if the Named Insured is a limited liability company) of the Named Insured. 2. add the following exclusions: CNA74705XX (1-15) Pag e 14 of 17 VA LLEY FORGE INSURA NCE COMPANY Insured Name: JACKSON CONSTRUCT I ON LTD Policy No : 7034447781 Endorsement No : 1 Effective Date : 1 0/0 1 /2022 Copyright CNA All Ri gh ts Reserved. Includ es co pyrigh ted mate ri al of Ins urance Services Office , Inc., with its permission. CNA PARAMOUNT Contractors' General Liability Extension Endorsement This insurance does not apply to : Employment Related Discrimination Discrimination or humiliation directly or indirectly related to the employment, prospective employment , past employment or termination of employment of any person by any Insured. Premises Related Discrimination discrimination or humiliation arising out of the sale , rental , lease or sub-lease or prospective sale , rental , lease or sub-lease of any room , dwelling or premises by or at the direction of any Insured. Notwithstanding the above , there is no coverage for fines or penalties levied or imposed by a governmental entity because of discrimination. The coverage provided by this PERSONAL AND ADVERTISING INJURY -DISCRIMINATION OR HUMILIATION Provision does not apply to any person or organization whose status as an Insured derives solely from Provision 1. ADDITIONAL INSURED of this endorsement; or attachment of an additional insured endorsement to this Coverage Part . This PERSONAL AND ADVERTISING INJURY -DISCRIMINATION OR HUMILIATION Provis ion does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part . 21. PERSONAL AND ADVERTISING INJURY -CONTRACTUAL LIABILITY A. Under COVERAGES, Coverage B -Personal and Advertising Injury Liability , the paragraph entitled Exclusions is amended to delete the exclusion entitled Contractual Liability . B. Solely for the purpose of the coverage provided by th is PERSONAL AND ADVERTISING INJURY -CONTRACTUAL LIABILITY provisio n, the following changes are made to the section entitled SUPPLEMENTARY PAYMENTS - COVERAGES A AND B: 1. Paragraph 2.d. is rep laced by the following: d. The allegations in the suit and the information the Insurer knows about the offense alleged in such suit are such that no conflict appears to exist between the interests of the Insured and the interests of the indemnitee ; 2 . The first unnumbered paragraph beneath Paragraph 2.f.(2)(b) is deleted and replaced by the following: So long as the above conditions are met , attorneys fees incurred by the Insurer in the defense of that indemnitee, necessary litigation expenses incurred by the Insurer, and necessary litigation expenses in c urred by the indemnitee at the Insurer's request will be paid as defense costs. Su ch payments will not be deemed to be damages for personal and advertising injury and will not reduce the lim its of insurance. C. This PERSONAL AND ADVERTISING INJURY -CONTRACTUAL LIABILITY Provision does not apply if Coverage B -Personal and Advertising Injury Liability is excluded by another endorsement attached to this Coverage Part . This PERSONAL AND ADVERTISING INJURY -CONTRACTUAL LIABILITY Provis io n does not apply to any person or organ izati on who otherwise qualifies as an additional insured on this Coverage Part. 22. PROPERTY DAMAGE -ELEVATORS A. Under COVERAGES, Coverage A -Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended such that the Damage to Your Product Exclusion and subparagraphs (3), (4) and (6) of the Damage to Property Exclusion do not apply to property damage that results from the use of elevators. CNA74705XX (1-15) Page 15 of 17 VALLEY FORGE INSURANCE COMPANY In sured Name : JACKSON CONSTRUCTION LT D Policy No: 703444778 1 Endorsement No: 1 Effe ctive Date: 1 o / o 1/ 2 o 2 2 Copyright CN A All Rights Reserved. Includes copyrighted materi al of Insurance Services Office, In c., wi th its permiss ion. CNA PARAMOUNT Contractors' General Liability Extension Endorsement B. Solely for the purpose of the coverage provided by this PROPERTY DAMAGE -ELEVATORS Provision, the Other Insurance conditions is amended to add the following paragraph : This insurance is excess over any of the other insurance , whether primary , excess , contingent or on any other basis that is Property insurance covering property of others damaged from the use of elevators. 23.SUPPLEMENTARYPAYMENTS The section entitled SUPPLEMENTARY PAYMENTS -COVERAGES A AND Bis amended as follows : A. Paragraph 1.b. is amended to delete the $250 limit shown for the cost of bail bonds and replace it with a $5,000. limit ; and B. Paragraph 1.d. is amended to delete the limit of $250 shown for daily loss of earnings and replace it with a $1 ,000. limit. 24. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS If the Named Insured unintentionally fails to disclose all existing hazards at the inception date of the Named lnsured's Coverage Part, the Insurer will not deny coverage under this Coverage Part because of such failure. 25. WAIVER OF SUBROGATION -BLANKET Under CONDITIONS , the condition entit led Transfer Of Rights Of Recovery Against Others To Us is amended to add the following : The Insurer waives any right of recovery the Insurer may have against any person or organization because of payments the Insurer makes for injury or damage arising out of: 1. the Named lnsured's ongoing operations ; or 2. your work included in the products-completed operations hazard. However , this waiver applies only when the Named Insured has agreed in writing to waive such rights of recovery in a written contract or written agreement, and only if such contract or agreement: 1. is in effect or becomes effective during the term of this Coverage Part; and 2. was executed prior to the bodily injury, property damage or personal and advertising injury giving rise to the claim. 26. WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS Note: The following provision does not apply to any public construction project in the state of Oklahoma, nor to any construction project in the state of Alaska, that is not permitted to be insured under a consolidated (wrap-up) insurance program by applicable state statute or regulation. If the endorsement EXCLUSION -CONSTRUCTION WRAP-UP is attached to this policy, or anothe r exclusionary endorsement pertaining to Owner Controlled Insurance Programs (O .C.I.P .) or Contractor Controlled Insurance Programs (C .C.I.P.) is attached, then the following changes apply : A. The following wording is added to the above-referenced endorsement: With respect to a consolidated (wrap-up) insurance program project in which the Named Insured is or was involved , this exclusion does not apply to those sums the Named Insured become legally obligated to pay as damages because of: 1. Bodily injury , property damage, or personal or advertising injury that occurs during the Named lnsured's ongoing operations at the project, or during such operations of anyone acting on the Named lnsured's behalf; nor CNA74705XX (1-15) Page 16 of 17 VALLEY FORGE INSURANCE COMPANY Insured Name : JACKSON CONSTRUCTION LTD Policy No : 7 o 3 4 4 4 7 7 81 Endorsement No : 1 Effective Date: 10/01/20 22 Copyright CNA All Rights Reserved. Includes copyrigh ted materi al of Insurance Services Office, In c., wi th its permission. CNA PARAMOUNT Contractors' General Liability Extension Endorsement 2. Bodily injury or property damage included within the products-completed operations hazard that arises out of those portions of the project that are not residential structures. B. Condition 4. Other Insurance is amended to add the following subparagraph 4.b.{1 )(c): This insuran ce is excess over : {c) Any of the other insurance whether primary , excess , contingent or any other bas is that is insurance available to the Named Insured as a result of the Named Insured being a participant in a consolidated {wrap-up) insurance program , but only as respects the Named lnsured's involvement in that consolidated {wrap-up) insurance program. C. DEFINITIONS is amended to add the following definitions : Consolidated {wrap-up) insurance program means a construction , erection or demolition project for which the prime contractor/project manager or owner of the construction project has secured general liab ility insurance covering some or all of the contractors or subcontractors involved in the project , such as an Owner Controlled Insurance Program {O .C.I.P .) or Contractor Controlled Insurance Program {C.C .I.P .). Residential structure means any stru cture where 30% or more of the square foot area is used or is intended to be used for human residency , including bu t not limited to: 1. single or multifam ily housing , apartments , condominiums, townhouses, co-operatives or planned unit developments; and 2. the common areas and structures appurtenant to the structures in paragraph 1. (including pools , hot tubs , detached garages, guest houses or any similar structures). However, when there is no individual ownership of units , residential structure does not include military housing , college/university housing or dormitories , long term care facilities, hotels or motels. Residential structure also does not include hospitals or prisons . This WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED {WRAP-UP) INSURANCE PROGRAMS Provisio n does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part . All other terms and conditions of the Policy remain unchanged . Th is endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers , takes effect on the effective date of said Policy at the hour stated in said Policy , unless another effective date is shown below , and expires concurrently with said Policy . CNA74705XX (1-15) Page 17 of 17 VALLEY FORGE INSURANCE COMPANY Insured Name: JACKSON CONSTRUCTION LTD Policy No: 7034447781 Endorsement No : 1 Effective Date : 10/01/2022 Copyright CNA All Rights Re se rved. Inclu des copyrighted materia l of Insurance Services Office , Inc., with its permission. iiiii - CNA PARAMOUNT Cancellation -Nonrenewal -Texas Wherever used in this endorsement: 1) Insurer means "we", "us", "our" or the "Company" as those terms may be defined in the policy; and 2) first Named Insured means the first person or entity named on the declarations page ; and 3) "Insureds" means all persons or entities afforded coverage under the policy. Any cancellation , non-renewal or termination provisions in the policy are deleted in their entirety and replaced with the following : CANCELLATION AND NON-RENEWAL A. CANCELLATION 1. The first Named Insured may cancel the policy at any time. To do so, the first Named Insured must return the policy to the Insurer or any of its authorized representatives , indicating the effective date of cancellation; or provide a written notice to the Insurer , stating when the cancellation is to be effective. 2. Unless the policy is a renewal , and if Paragraph 5. below is not applicable, the Insurer has the right to cancel this policy at any time and for any reason within the first sixty (60) days . Notice of cancellation , stating the re·ason for cancellation , must be mailed at least ten (10) days prior to the effective date of such cancellation to the first Named Insured at the address shown on the policy . 3. After this policy has been in effect for sixty (60) days or more , or if it is a renewal or continuation of a policy issued by the Insurer (and if Paragraph 5. below is not applicable), it may be canceled for one or more of the following reasons : a. Non-payment of premium. b. Fraud in obtaining coverage c. Increase in hazard , within the insured's control , that produces a rate increase. d. Loss of reinsurance , covering all or part of the risk covered by the policy ; or e. If the Insurer is placed in supervision , conservatorship , or receivership and the cancellation is approved or directed by the supervisor, conservator or receiver. Written notice of cancellation must be mailed or delivered to the first Named Insured at the last mailing address known to the Insurer at least sixty (60) days prior to the effective date of such cancellation. The grounds for such cancellation shall also be stated. If the Insurer cancels for non-payment of premium, notice of cancellation will be mailed at least ten (10) days prior to the effective date of such cancellation. 4. Notice of cancellation will state the date the cancellation is effective . The Policy will end on that date . If notice is mailed , proof of mailing will be sufficient proof of notice . 5. In addition to the cancellation provisions described above, the following applies to Business Property Coverage on a condominium association that contains at least one residence or if the condominium declarations conform with the Texas Uniform Condominium Act: If the Insurer cancels this policy , the Insurer must also mail or deliver written notice of cancellation at least 60 days before the effective date of cancellation to each unit-owner to whom the Insurer issued a certificate or memorandum of insurance and will , at the request of the first Named Insured, provide a written statement of the reason or reasons for such cancellation. 6. The following applies to Business Property or Business Crime coverage on a governmental unit, as defined under 28 TEX. ADMIN. CODE , Section 5.7001 or to Business Property Coverage on one-and two-family dwellings: a. If this policy has been in effect for less than 90 days and is not a renewal of a policy the Insurer issued , the Insurer may cancel coverage for any reason. CNA62814TX (01-20) Page 1 of 3 VAL LEY FO RGE INSURANCE COMPANY Insured Name : JACKSON CONSTRUCTION LTD Copyri ght CNA All Rights Re se rved . Policy No : 7034447781 Endorsement No : 19 Effective Date : 1 O / 1/2O22 CNA PARAMOUNT Cancellation -Nonrenewal -Texas b. If this policy has been in effect fo r 90 days or more or is a renewal of a policy the Insurer issued , the Insurer may cancel coverage only for the following reasons : (1) If the first Named Insured does not pay the premium or any portion of the premium when due; (2) If the Texas Department of Insurance determines that cont inuation of this policy would result in violation of the Texas Insurance Code or any other law governing the business of insurance in Texas; (3) If the firs t Named Insured submits a fraudulent claim ; or (4) If there is an increase in the hazard covered by th is policy that is with in the control of any Named Insured and would produce an increase in the premium rate of this policy. c. If such coverage is cancelled , the Insurer will , at the request of the first Named Insured, provide a written statement of the reason or reasons for such cancellation . B. PREMIUM REFUND If this policy is cancelled , the Insurer will send the first Named Insured any premium refund due. If the Insurer cancels the refund will be pro rata . If the first Named Insured cancels , the refund may be less than pro rata . The cancellation will be effective even if the Insurer has not made or offered a refund . The notice of cancellation will state that unearned paid premium , if not tendered , will be refunded on demand . If Paragraph A.5. above is applicable , the refund will be pro-rata if: 1. The Insurer cancels the policy; or 2. The first Named Insured cancels this policy because : a. The Insurer refused to provide additional coverage which the first Named Insured requested under th is policy ; or b. The Insurer redu ced or restricted coverage under the policy without the consent of the fi rst Named Insured . Th e refund will be less than pro-rata if the first Named Insu red cancels this policy for a reason other than those listed in 2.a . and 2.b. above. C. NON-RENEWAL 1. Insurer can non-renew the policy by ma iling or delivering advance written not ice to the first Named Insured , at the last mailing add ress known to the Insurer, not later than the 60th day before the expirat ion date . The notice shall include the reason for such nonrenewal. 2. It the Insurer mails or delivers the required renewal notice later than the 60 day before the expiration date , th coverage shall remain in effect until the 61 st day after the date on which noti ce is delivered or mailed . The earned premium for any period of coverage that extends beyond the expiration date of this policy shall be computed pro -rata based on the previou s year's rate . A transfer of a policyholder between two admitted companies within the same insurance group is not considered a refusal to renew. 3. In addition to the non-renewal provisions described above , the following applies to Business Property Cove rage on a condominium assoc iation that contains at least one re sidence or if the condominium declarations conform with the Te xas Uniform Condominium Act: If the Insurer non-renews th is pol icy , th e Insu rer mu st also mail or del ive r writt en not ice of nonrenewal at least 60 days before th e expiration or ann iversary dat e of this policy , to each unit-owner to whom the Insure r issued a certifica te or memorandu m of insura nce . CNA6 281 4TX (01 -2 0) Pag e 2 of 3 VALLEY FORGE INSURANCE COMPANY Insured Name : JACKSON CO NSTRUCTION LTD Co pyright C NA A ll Ri ghts Reserved . Policy No : 70 3444 77 81 Endorse ment No: 19 Effective Date : 1 O / 1/2O22 iiii -== !!!!!!!! -= -=== -= 4. CNA PARAMOUNT Cancellation -Nonrenewal -Texas The Insurer will mail or deliver such notice to each las t mailing address known to the Insurer. If notice is mailed, proof of mailing will be sufficient proof of notice. Business Property Coverage -One-And Two-Family Dwellings And Governmental Property a. If the Insurer elects not to renew coverage on one-and two-fam ily dwellings or on governmental units , the Insurer will mail or deliver w ritten notice of nonrenewal to the first Named Insured and any mortgageholder shown in the Declarations , at least 60 days before the expiration date . Proof of mailing will be sufficient proof of notice . The Insurer will, at the request of the first Named Insured, provide a written statement of the reason or reasons for such nonrenewal. If the Insurer fails to give the first Named Insured proper notice of our refusal to renew , the first Named Insured may require us to renew the policy . b. The Insure r may elect not to renew such coverage for any reason , subject to the exceptions and limitations in Paragraphs c. and d. below . c. The Insurer will not refuse to renew coverage solely because of claims for losses resulting from natural causes. d. Claims That Do Not Result From Natural Causes (1) If the Insurer has previously notified the first Named Insured as provided in (2) below, the Insurer may refuse to renew coverage if a Named Insured has filed under this policy , in any three year period , three or more claims that do not result from natural causes. (2) If a Named Insured has filed two such claims in a period of less than three years , the Insurer may notify the first Named Insured in writing that , if the same Named Insured files a third such claim during the three year period , the Insurer may refuse to renew coverage . (3) A claim does not include a claim that is filed but is not paid or payable under this policy . D. OTHER CANCELLATION/NONRENEWAL PROVISIONS The Insurer may not cancel or non-renew based solely on the fact that the Insured is an elected official. All other terms and conditions of the Policy remain unchanged. This endorsement , which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below , and expires concurrently with said Policy. CNA62814TX (01-20 ) Page 3 of 3 VAL LE Y FORGE INSURANCE COMPANY Insured Name: JACKSON CONSTRUCTION LTD Copyright CNA All Righ ts Reserved Policy No :7034447781 Endorsement No : 19 EffectiveDate : 1 O / 1/2O22 Attachment Code: D608402 Certificate ID: 191 7035 7 CNA I LESSOR -ADDITIONAL INSURED AND LOSS PAYEE Business Auto Policy Policy Endorsement THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTORCARITTERCOVERAGEFORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Endorsement Effective Date: 10/1/2022 SCHEDULE Insurance Company: Valley Forge Insurance Company Policy Number: 7034434075 I Effective Date: 10/1/2022 Expiration Date: 10/1/2023 Named Insured: JACKSON CONSTRUCTION LTD Address: 5112 SUN VALLEY DR FORT WORTH, TX 76119-6410 Additional Insured (Lessor): Address: Designation Or Description Of "Leased Autos": Per Schedule On File With Company Coverages Limit Of Insurance Liability $ 1,000,000 Each "Accident" Comprehensive Actual Cash Value Or Cost Of Repair, Whichever Is Less, Minus Collision Specified Causes Of Loss Form No: CA 20 01 10 13 Refer to Declarations Deductible For Each Covered "Leased Auto" Actual Cash Value Or Cost Of Repair, Whichever Is Less, Minus Refer to Declarations Deductible For Each Covered "Leased Auto" Actual Cash Value Or Cost Of Repair, Whichever Is Less, Minus Deductible For Each Covered "Leased Auto" Policy No: BUA 7034434075Policy Effective Date: 10/1/2022 Policy Page: 15 of 34 Endorsement Effective Date: Endorsement Expiration Date: Endorsement No: 3; Page: 1 of 2 Underwriting Company: Valley Forge Insurance Company, 151 N Franklin St, Chicago, IL 60606 Attachment Code : D608402 Certificate ID : 1917035 7 c Copyright Insurance Services Office, Inc., 2011 67241 4 09 I 22 -23 GL/Auto/WC/Sl0mll Umb/Equip I Krista /I.burrow I 3/17/2022 1 :50 :14 PM (CDT) I Page 6 of 11 A ttac hm ent Code: D 60 8402 Ce1t ifi cate ID : 19 170357 CNA Business Auto Policy Policy Endorsement I Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Coverage 1. Any "leased auto" designated or described in the Schedule will be considered a covered "auto" you own and not a covered "auto" you hire or borrow. 2. For a "leased auto" designated or described in the Schedule, the Who Is An Insured provision under Covered Autos Liability Coverage is changed to include as an "insured" the lessor named in the Schedule. However, the lessor is an "insured" only for "bodily injury" or "property damage" resulting from the acts or omissions by: a. You ; b. Any of your "employees" or agents; or c. Any person, except the lessor or any "employee" or agent of the lessor, operating a "leased auto" with the permission of any of the above. 3. The coverages provided under th is endorsement apply to any "leased auto" described in the Schedule until the expiration date shown in the Schedule, or when the lessor or his or her agent takes possession of the "leased auto", whichever occurs first. B. Loss Payable Clause 1. We will pay, as interest may appear, you and the lessor named in this endorsement for "loss" to a " leased auto". 2. The insurance covers the interest of the lessor unless the "loss" results from fraudulent acts or omissions on your part. 3. If we make any payment to the lessor, we will obtain his or her rights against any other party. C. Cancellation 1. If we cancel the policy , we will mail notice to the lessor in accordance with the Cancellation Common Policy Condition . 2 . If you cancel the policy, we will mail notice to the lessor. 3. Cancellation ends this agreement. D. The lessor is not liable for payment of your premiums. E. Additional Definition As used i n th is endorsement : "Leased auto" means an "auto" leased or rented to you, i ncluding any substitute, replacement or extra " auto" needed to meet seasonal or other needs, under a leasing or rental agreement that requires you to provide direct primary insurance for the lessor. Fo rm No : CA 20 01 10 13 Endorsement Effective Date : Endorsement No: 3; Page: 2 of 2 En dorse ment Expirati on Dat e: Underwriti ng Company : Vall ey Forge Insurance Co mpany, 151 N Frankli n St, Ch icago, IL 60606 c Co pyrig ht I nsurance Services Office, I nc., 20 11 67241409 l 22 -23 GL/Auto/WC/$10mil Umb/Equip I Krista .a.burrow I 3117/2022 1 :50 :14 PM (CDT ) j Page 7 of 11 Policy No : 7034434075 Po li cy Effective Dat e: 10/1/2022 Policy Page: 16 of 34 Attachment Code: D608402 Certificate ID: 1917035 7 Attachment Code: D60839 9 Certificate lD : 191 7035 7 CNA Business Auto Policy Policy Endorsement c. Take reasonable steps after "loss" to protect the "covered auto" and its equipment from further" loss". We will pay all reasonable expenses incurred to do this. d. Permit us to inspect and appraise the damaged property before its repair or disposal. e. Promptly notify us in writing of a tentative settlement between an "insured" and the insurer of the vehicle described in Paragraph d. of the definition of "uninsured motor vehicle" and allow us 30 days to advance payment to that "insured" in an amount equal to the tentative settlement to preserve our rights against the insurer, owner or operator of such vehicle. 3. Transfer Of Rights Of Recovery Against Others To Us is changed by adding the following: If we make any payment and the "insured" recovers from another party, the "insured" shall hold the proceeds in trust for us and pay us back the amount we have paid. Our rights under this provision do not apply with respect to a tentative settlement between an "insured" and the insurer of an owner or operator of a vehicle described in Paragraph d. of the definition of" uninsured motor vehicle" if we: a. Have been given written notice of a tentative settlement between the "insured" and the insurer of the "uninsured motor vehicle"; and b. Fail to advance payment to the "insured" in an amount equal to the tentative settlement within 30 days after receipt of notification. If we advance payment to the "insured" in an amount equal to the tentative settlement within 30 days after receipt of notification: a. That payment will be separate from any amount an "insured" is entitled to recover under the provisions of Uninsured /Underinsured Motorists Coverage; and b. We also have the right to recover the advanced payment. 4. The following condition is added : Arbitration a. If we and an "insured" disagree whether the "insured" is legally entitled to recover damages from the owner or driver of an "uninsured motor vehicle" or do not agree as to the amount of damages that are recoverable by that "insured", then the matter may be arbitrated. However, disputes concerning coverage under this endorsement may not be arbitrated. Both parties must agree to arbitration. In this event, each party will select an arbitrator. The two arbitrators will select a third. If they cannot agree within 30 days, either may request that selection be made by a judge of a court having jurisdiction. Each party will pay the expenses it incurs and bear the expenses of the third arbitrator equally. b. Unless both parties agree otherwise, arbitration will take place in the county in which the "insured" lives . Local rules of law as to arbitration procedure and evidence will apply. A decision agreed to by two of the arbitrators will be binding. However, at any time prior to the arbitrators' decision, either party may revoke the agreement to arbitrate the matter. F. Additional Definitions The following are added to the Definitions section and have special meaning for Uninsured/Underinsured Motorists Insu ranee: 1. "Covered auto" means an "auto": a. Owned or leased by the Named Insured; or b. While tempora ri ly used as a substitute for an owned "covered auto" that has been withdrawn from normal use because of its breakdown, repair, servicing, "loss" or destruction. Form No: CA 21 09 10 13 Endorsement Effective Date: Endorsement Expiration Date: Endorsement No: 5; Pag e: 4 of 5 Und erwriting Company: Valley Forge Insurance Company , 151 N Franklin St, Chicago, IL 60606 Policy No: 7034434075 Policy Effective Date: 10/1/2022 Po licy Page : 20 of 34 Attachment Code : D608399 Certificate ID : 19170357 c Copyright Insurance Services Offi ce, Inc., 2013 6 7 241409 I 22 -23 GL/Auto/WC/$10mil Umb/Equip I Krista Aburrow I 3/17/2022 l: 50 : 14 PM (CDT) I Page 10 of 11 Attac hm ent Code: D61 8890 Certifi cate ID : 191 703 57 NOTICE OF CANCELLATION TO CERTIFICATEHOLDERS It is understood and ag r eed that : Business Auto Policy Policy Endorsement If you have agreed under written contract to provide notice of cancellation to a party to whom the Agent of Record has issued a Certificate of Insurance, and if we cancel a policy term described on that Certificate of Insurance for any reason other than nonpayment of premium, then notice of cancellation will be provided to such Certificateholders at least 30 days in advance of the date cancellat ion is effective. If notice is ma i led, then proof of mailing to the last known mailing address of the Certificateholder on file with the Agent of Record will be sufficient to prove notice. Any failure by us to notify such persons or organizations will not extend or invalidate such cancellation, or impose any liability or obligation upon us or the Agent of Record. All other terms and conditions of the policy remain unchanged This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective date of said policy at the hour stated in said policy, unless another effective date (!he Endorsement Effective Da ~) is ~h own below, and expires ~n~12:_ently with said policy. Form No: CNA68021XX (02-2013) Endorsement Effective Date : Endorsement Ex piration Date: Endorsement No: 12; Page: 1 of 1 305 Underwriting Company: Valley Forge Insurance Compa ny, 151 N Franklin St, Chicago, IL 60606 ® Copyright CNA All Rights Reserv ed. Policy No :7034434075 Policy Effective Date: 10/1/2022 Policy Page: 70 of Attachment Co de : D608395 Ce1tificate ID: 19170357 CNA Workers Compensation And Employers Liability Insurance Policy Endorsement -- - - - TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. Specific Waiver Name of person or organization X Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: All Texas Operations 3. Premium: The premium charge for this endorsement shall be 2% percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: Refer to Schedule of Operations All other terms and conditions of the policy remain unchanged. This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective Date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and ex pires concurrently with said policy unless another expiration date is shown below. Form No: WC 42 03 04 B (06-2014) Endorsement Effective Date: Endorsement Expiration Date: Endorseme nt No: 6; Page: 1 of 1 Underwriting Company: Valley Forge Insurance Company, 151 N Franklin St, Chicago, IL 60606 Policy No: 7034448204 Policy Effective Date: 10/1/2022 Policy Page: 15 of 15 ® Copyright 2014 National Counci l on Com pensat ion Insurance, Inc. All Rights Reserved . 67241409 I 21 -22 GL/Auto/WC/$10mil Umb/Equip l Kris ta 1'.bucrow I 3/17/2022 1 :50 :14 PM (CDT) I Page 11 of 11 Attac hm ent Co de: D618893 Cert ificate lD : 19170357 Workers Compensation And Employers Liability Insurance Policyholder Notice NOTICE OF CANCELLATION TO CERTIFICATE HOLDERS It is understood and agreed that: If you have agreed under written contract to provide notice of cancellation to a party to whom the Agent of Record has issued a Certificate of Insurance, and if we cancel a policy term described on that Certificate of Insurance for any reason other than nonpayment of premium, then notice of cancellation w i ll be provided to such Certificate Holders at least 30 days in advance of the date cancellation is effective. If notice is mailed, then proof of mailing to the last known mailing address of the Certificate Holder on file with the Agent of Record will be sufficient to prove notice . Any failure by us to notify such persons or organ iza t io ns will not extend or invalidate such cancellation, or impose any liability or obligation upon us or the Agent of Record. All other terms and conditions of the policy remain unchanged. This endorsement, which forms a part of and is for attachment to the policy issued by the designated Ir surers, takes effect on the Policy Effective Date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effecti ve Date) is shown below, and expires concurrently with said policy unless another ex piration date is shown below. Form No: CC68021A (02-20 13) Po licy No :Th e Continental Insurance Company Poli cyh o lder Notice; Pag e : 1 of 1 Policy Effe ctive Date: 10/1/2022 Und e rw r iting Company : National Fi re Insu rance Company of Ha rtford , 151 N Frankli n St, Chicago, IL Po li cy Page : 4 of 42 60606 ® Copyright CNA All Righ ts Reserved. Attac hm ent Co de: D6 1889 1 Certifi cate ID : 19 170357 CNA Paramount Excess and Umbrella Liability Policyholder Notice POLICY HOLDER NOTICE -COUNTRYWIDE It is understood and agreed that: If the Named Insured has agreed under written contract to provide notice of cancellation to a party to whom the Agent of Record has issued a Certificate of Insurance, and if the Insurer cancels a policy ter m described on that Certificate of Insurance for any reason other than nonpayment of premium, then notice of cancellation will be provided to such Certificate holders at least 30 days in advance of the date cancellation is effective . If notice is mailed, t h en proof of mailing to the last k nown mailing address of the Certificate holder on file with the Ag e nt of Record will be sufficient to prove noti ce. Any failure by the Insurer to notify such persons or organization s will not ex tend or invalidate such cancellation, or impose any liability or obligation upon th e Insurer or the Agent of Record. Fo rm No: CNA75014XX (01-2015) Po li cy No: 7034448610 Policy ho lder Notice Page: 1 of 1 Po licy Eff. Date: 10/1/2022 Underwriting Co m pany : T he Contine nta l Insurance Company, 151 N Franklin St, Chicago, IL 60606 Po licy Page: 3 of 62 opyrig ht CNA All Rig ht s Rese rved. ® C STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH ST AND ARD CONSTRUCTION SPEC IF ICA TIO N DOCUMENTS Rev i si on: &23/202 1 NORT HSID E IV 24-INCH WATER T RANSMISS ION MAIN PHASE 1B C ity Project No . I 02687 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 -D efinition s and Terminology .......................................................................................................... 1 1.01 Defined Te rms ............................................................................................................................... I 1.02 Terminology .................................................................................................................................. 6 Articl e 2-Pre liminary Matters ......................................................................................................................... 7 2.0 1 Copies of D oc wn e nt s .................................................................................................................... 7 2.02 Commencement of Contract Time ; Notice to Proceed ................................................................ 7 2 .03 Starting the Work .......................................................................................................................... 8 2 .04 Before Starting Construction ........................................................................................................ 8 2.05 Preconstr uctio n Confere nc e .......................................................................................................... 8 2.06 Public Meeting .............................................................................................................................. 8 2 .07 Initial Acce ptance of Sc hedules .................................................................................................... 8 Article 3 -Contract D oc wnents : Intent, Ame ndin g, Reuse ............................................................................ 8 3 .01 Intent. ............................................................................................................................................. 8 3.02 Reference Standards ...................................................................................................................... 9 3.03 Reporting and Resolving Discrepancies ....................................................................................... 9 3 .04 Amendin g a nd Supp le menting Contract Docwnents ................................................................. I 0 3.05 Reuse of Documents ................................................................................................................... 10 3.06 E lectroni c Data ............................................................................................................................ ] 1 Artic le 4 -Availability of Land s; Subsurface and Physical Conditio ns; Hazardous Environmenta l Condit ions; Reference Points ........................................................................................................... 11 4.01 Availability of Lands .................................................................................................................. 11 4.02 Subsurface a nd Physical Conditions .......................................................................................... 12 4.03 Differing Sub surface o r Physical Cond it ions ............................................................................. 12 4 .04 U nd erground Facilities ............................................................................................................... 13 4.05 R eference Points ......................................................................................................................... 14 4 .06 Hazardous E nvironm e nt a l Condition at Site .............................................................................. 14 Artic le 5 -Bond s an d Insurance ..................................................................................................................... 16 5.0 I Licensed Sureties and Insurers ................................................................................................... 16 5.02 Performance, Payment, and Maintenance Bonds ....................................................................... 16 5.03 Certificates of Insurance ............................................................................................................. 16 5.04 Contractor's Insurance ................................................................................................................ 18 5 .0 5 Acceptance of Bonds and Insurance ; Option to Replace ........................................................... 19 Article 6-Contractor's Responsibilities ........................................................................................................ 19 6.01 Supervis ion and Sup erintendence ............................................................................................... 19 C ITY OF FORT WORTH ST AND ARD CONSTRUCTION SPEC IF ICA T 10 N DOCUMENTS Revision : &23/202 1 NORTHS IDE IV 24-rNCH WATER TRANSMISSION MArN PHASE I B C ity Project No. I 02687 6 .02 La bo r ; Working Hour s ................................................................................................................ 20 6 .03 Serv ices , Materials , a nd E quip me nt ........................................................................................... 20 6.04 Project Sc he dul e .......................................................................................................................... 21 6 .05 Sub stitutes a nd "O r-Eq uals " ....................................................................................................... 2 1 6 .06 Co ncernin g Sub contractors , S uppliers , a nd Others .................................................................... 24 6 .07 Wage R ate s .................................................................................................................................. 25 6 .08 Pate nt Fees a nd Royalt ie s ........................................................................................................... 26 6 .09 P e rmits a nd Utilit ies .................................................................................................................... 27 6 .10 Laws and Regu lation s ................................................................................................................. 27 6.11 Taxe s ........................................................................................................................................... 28 6 .12 Use of Site a nd Other A reas ....................................................................................................... 28 6 .13 Record Documents ...................................................................................................................... 29 6.14 Safety and P rotection .................................................................................................................. 29 6 .15 Safety Re presentat ive .................................................................................................................. 30 6.16 Hazard Commun ication Programs ............................................................................................. 30 6.17 E merge nc ies a nd/or Rectification ............................................................................................... 30 6 .18 S ubm rttals .................................................................................................................................... 3 1 6 .19 Co ntin uin g the Wo rk ................................................................................................................... 32 6.20 Contractor 's Genera l Warranty a nd Gu a rantee .......................................................................... 32 6 .21 In demnificatio n ......................................................................................................................... 33 6.22 De le gation of Profess iona l De s ign Servic es .............................................................................. 34 6.23 R ight to Audit .............................................................................................................................. 34 6 .24 Nondiscriminat ion ....................................................................................................................... 35 Artic le 7 -Other Work at the Site ................................................................................................................... 35 7 .0 1 Re late d Work at Site ................................................................................................................... 35 7 .02 Coordination ................................................................................................................................ 36 Art ic le 8 -City 's Respo ns ib ilit ies ................................................................................................................... 36 8.01 Communications to Contractor ................................................................................................... 36 8.02 F urnis h Data ................................................................................................................................ 36 8.0 3 Pay Wh e n Du e ............................................................................................................................ 36 8.04 Land s and Easements; Reports and Test s ................................................................................... 36 8.05 C ha nge Ord e rs ............................................................................................................................. 36 8.06 I nspections, Tests , a nd Approvals .............................................................................................. 36 8.07 Limitations on City 's R espons ibilities ....................................................................................... 37 8.08 Undisc losed Hazardou s E nvironmenta l Condition .................................................................... 37 8.09 Comp lia nce wit h Safety Program ............................................................................................... 37 Article 9 -City 's Obs ervation Status During Construction ........................................................................... 37 9.0 1 City 's Project Manager ............................................................................................................ 37 9 .02 V is its to Site ................................................................................................................................ 37 9 .03 Authorized Variations in Work .................................................................................................. 38 9 .04 Rejecting D e fect ive Work .......................................................................................................... 38 9.05 Determinations for Work Perfo rm e d .......................................................................................... 38 9.06 Decisions on Requirements of C ontract D oc um e nt s a nd Acceptability ofWork ..................... 38 C IT Y OF FORT WORTH STANDARD C0NSTRUCT I0N SPEC IFICATION DOCUMENTS Rev is ion : 8/23/202 1 NORTHS IDE IV 24 -INCH WATER TRANSMI SS ION MAIN PHASE 1B City Project No . I 02687 A rt ic le JO-Cha nges in the Work; C la im s ; Extra Work ................................................................................ 38 10.0 1 A ut horize d C ha nges in th e Work ............................................................................................... 38 10 .02 U na uthorize d C hanges in the Work ........................................................................................... 39 10.03 Exec ut ion of Cha nge O rd e rs ....................................................................................................... 39 10.04 Extra Wo rk .................................................................................................................................. 39 10.05 Notificatio n to S urety .................................................................................................................. 39 10 .06 Contract C la im s Process ............................................................................................................. 40 Art ic le 11 -Cost of the Work; A llowa nces ; U nit Price W ork; Pla ns Qua ntity Measur e me nt.. ................... .41 11 . 0 I Cost of th e Wor k ......................................................................................................................... 41 11 .02 A llowa nces .................................................................................................................................. 43 11.03 U nit Price Work .......................................................................................................................... 44 11 .04 Pla ns Q ua nt ity Meas ureme nt. ..................................................................................................... 45 Artic le 12 -Change of Co ntract Price ; C ha nge of Contrac t T im e ................................................................. 46 12 .0 1 C hange of ContractPrice ............................................................................................................ 46 12 .02 Cha nge of Co ntract T im e ............................................................................................................ 47 12.03 De lays .......................................................................................................................................... 47 Art ic le 13 -Tests a nd Ins pectio ns ; Co rrectio n, Re mova l or Acce ptance of D efective Wo r k ...................... 48 13.0 1 Notice of D efects ........................................................................................................................ 48 13 .02 Acce s s to Work ........................................................................................................................... 48 13.03 Tests a nd Ins pectio ns .................................................................................................................. 48 13.04 Uncover in g Work ........................................................................................................................ 49 13.05 City May Stop the Work ............................................................................................................. 49 13.06 Correction or R emova l of D efective Wo rk ................................................................................ 50 13.07 Correctio n P e ri od ........................................................................................................................ 50 13.08 Acceptance of D efective W ork ................................................................................................... 51 13.09 City May Correct Defective Work ............................................................................................. 51 Art icle 14 -Payme nts to Contractor and Comp letion .................................................................................... 52 14.0 1 Sche dul e ofVa lu es ...................................................................................................................... 52 14.02 Progress Payme nt s ...................................................................................................................... 52 14 . 03 Contractor 's Warranty of Title ................................................................................................... 54 14 .04 Partia l Utilizat io n ........................................................................................................................ 55 14.05 F in a l I ns pection ........................................................................................................................... 55 14.06 F in a l Acceptance ......................................................................................................................... 55 14 .07 F in a l Payment. ............................................................................................................................. 56 14.08 Fina l Completion De la yed a nd Partia l R eta in age Release ........................................................ 56 14.09 Waiver of C laims ........................................................................................................................ 57 Art ic le 15 -Suspens ion of Work and Terminat ion ........................................................................................ 57 15 .01 City May Suspe nd Work ............................................................................................................. 57 15.02 City May Te rm in ate for Cause ................................................................................................... 58 15 .03 City May Termin ate For Convenie nce ....................................................................................... 60 Art ic le 16 -D ispute Reso lut ion ...................................................................................................................... 6 1 16.01 Method s and P roced ur es ............................................................................................................. 6 1 C IT Y OF FORT WORTH ST AND ARD CONST RUCTION SPEC IF ICA TIO N DOCUM ENTS Revis ion: &23/202 1 NORTHS ID E IV 24 -INC H WATE R TRANS MI SS ION MAIN PH ASE I B City Proj ec t No . I 02687 A rt ic le 17 -Misce lla neous .............................................................................................................................. 62 17.01 Giving Notice .............................................................................................................................. 62 17 .02 Computation of Times ................................................................................................................ 62 17.03 Cum ulative Reme d ies ................................................................................................................. 62 17.04 Surv iva l ofObligatio ns ............................................................................................................... 63 17.05 Heading s ...................................................................................................................................... 63 CIT Y OF FORT WORTH STANDARD C0NSTRUCT I0N SPEC IF ICATION DOCUMENTS Rev ision: 8"231X)2 ! NORTHSlDE JV 24 -INCH WATER TRANSMTSS JON MA IN PHASE 18 C ity Proj ect No. I 02687 ARTICLE 1 -DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms 007200-1 GENERAL CONDITIONS Page I of 63 A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine , feminine and neuter. Said terms are generally capitalized or written in italics , but not always. When used in a context consistent with the definition of a listed-defmed term, the term shall have a meaning as defmed below whether capitalized or italicized or otherwise. In addition to terms specifically defmed, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs , and the titles of other documents or forms. 1. Addenda-Written or graphic instruments issued prior to the opening of Bids which clarify , correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement-The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment-The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or fmal payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos-Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award-Authorization by the City Council for the City to enter into an Agreement. 6. Bid-The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder-The individual or entity who submits a Bid directly to City . 8. Bidding Documents-The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requireme nts-The advertisement or Invitation to Bid , Instructions to Bidders, Bid security of acceptable form , if any, and the Bid Form with any supplements. 10. Business Day -A business day is defined as a day that the City conducts normal business , generally Monday through Friday, except for federal or state holidays observed by the City . 11. Calendar Day-A day consisting of 24 hours measured from midnight to the next midnight. C ITY OF FO RT WORTH ST ANDARD CONSTRUCT ION SPEC I FICAT IO N DOCUMENTS Revi sion: 8/23/202 1 NORTH SIDE IV 24 -I NC H W ATER TRANS MISS ION MA rN PH ASE 1B City Proj ec t No. I 0268 7 007200-1 GENERAL CON DITIONS Page 2 of 63 12. Change Order-A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition , deletion , or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 13. City-The City of Fort Worth, Texas , a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee , or agents authorized under his behalf, each of which is required by Charter to perform specific duties with respon s ibility for fmal enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor ha s e ntered into the Agreement and for whom the Work is to be performed. 14. City Attorney -The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative . 15. City Counc il -The duly elected and qualified governmg body of the City of Fort Worth , Texas. 16. City Manager -The officially a ppo int e d and authorized City Manager of the City of Fort Worth, Texas, or hi s duly authorized re presentative. 17. Contract Cla im-A de ma nd or assertion by City or Contractor see kin g an adjustment of Contract Price or Contract Time, or both , or other relief with re spect to the terms of the Contract. A demand for money or se rvices by a third party is not a Contract Claim. 18. Contract-The e ntire and int egrated written document betwee n the City and Contractor concerning th e Work. The Contract contains the Agreement and all Contract Documents and s upersedes prior negotiations , representations , or agreements, whether written or oral. 19. Contract Documents-Those ite ms so de s ignated in the Agreement. All items listed in the Agreement are Contract Documents . Approved Submittals , other Contractor s ubmittals , and the re ports and drawings of s ub s urface and ph ys ical conditions are not Contract Doc uments. 20. Co ntra ct Price-The mon eys pa ya bl e by City to Contractor for completion of the Work in accorda nc e with the Contract D oc um e nt s as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of U nit Price Work). 2 1. Contract Tim e-The number of days o r the dates stated in the Agreement to : (i) achieve Milestones , if any and (it") complete the Work so that it is ready for Final Acceptance. 22. Contractor-The individual or e ntity with whom City ha s entered into the Agreement. 23. Cost of th e Work-See Paragra ph 11.01 of the se General Conditions for de finition. C ITY OF FORT WORTH STANDARD CONS TRUCTIO N SPEC IFICAT ION DOCUMENTS Rev is ion: &'23/202 1 NORll-lSIDE IV 24-lNCH WATER TRANS MISSION MAIN PHASE I B City Project No. I 02687 007200-1 GENERAL CONDITIONS Pag e 3 of 63 24. Damage Claims -A demand for money or services arising from the Project or Site from a third party, City or Contractor exc lu sive of a Contract Claim . 25. Day or day-A day, unless otherwise defined, shall mean a Ca lendar Day. 26 . Director of Aviation -The officially appointed Director of the Av iation Department of the City of Fort Worth, Texas, or his duly appointed representative,assistant, or agents . 27 . Director of Parks and Community Services -The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth , Texas, or his duly appointed representative, assistant, or agents . 28 . Director of Planning and Development -The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Transportation Public Works -The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative , assistant, or agents. 30 . Director of Water Department -The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative , assistant, or agents. 31. Drawings-That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope , extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 32. Effective Date of the Agreement-The date indicated in the Agreement on which it becomes effective , but if no such date is indicated , it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 33. Engineer-The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 34. Extra Work -Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 35. Field Order -A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time , or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 36. Final Acceptance -The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WOR TH ST AND ARD CONSTRUC TIO N SPE CIFI CATIO N DOCUM ENTS Rev ision : &23/202 1 NO RTH SID E IV 24 -I NC H WAT ER T RANS MISSIO N M AI N PH ASE I B C it y Proj ec t No . 102 6 87 007200-1 GENERAL COND ITI ONS Pag e 4 of 63 37. Final Inspection -Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully , entirely, and in conformance with the Contract Documents . 38. General Requirements-Sections of Division 1 of the Contract Docwnents. 39. Hazardous Environmental Condition-The presence at the Site of Asbestos, PCBs , Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 40. Hazardous Waste -Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defmed m the federal waste regulations , as amended from time to time. 41. Laws and Regulations-Any and all applicable laws , rules , regulations , ordinances , codes, and orders of any and all governmental bodies , agencies , authorities , and courts having jurisdiction. 42. Liens-Charges , security intere sts, or encwnbrances upon Project funds , real property, or personal property. 43. Major Item -An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 44. Milestone -A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 45. Notice of Award-The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein , City will s ign and deliver the Agreement. 46. Notice to Proceed-A written notice g iven by City to Contractor f1Xing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 47. PCBs-Polychlorinated biphenyls. 48 . Petroleum-Petroleum, includin g crude oil or any fraction thereof which is liquid at sta ndard conditions of temperature and pre ss ure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, f uel oil, oil sludge, oil refuse , gasoline, kerosene , and oil mixed with other non-Hazardous Waste and crude oils. 49. Plans -See definition of Drawings. C ITY OF FORT WORTH STANDARDCONSTRUCTION SPEC IFICAT ION DOCUMENTS Revi s ion: &'23/202 1 NORTI-ISIDE IV 24-INC H WATER TRANS MI SS ION MAIN PHAS E 18 City Proj ect No. 102687 00 72 00 - I GENERAL CONDITIONS Pag e 5 of 63 50. Project Schedule -A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities compnsmg the Contractor 's plan to accomplish the Work within the Contract Time . 51. Project-The Work to be performed under the Contract Documents. 52. Project Manager-The authorized representative of the City who will be assigned to the Site . 53. Public Meeting -An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 54. Radioactive Material-Source , special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 ( 42 USC Section 2011 et seq .) as amended from time to time. 55. Regular Working Hours -Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 56. Samples-Physical examples of materials , equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 57 . Schedule of Submittals-A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 58. S chedule of Values-A schedule , prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor 's Applications for Payment. 59. Site-Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights-of-way, permits , and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 60. Specifications-That part of the Contract Docwnents consisting of written requirements for materials , equipment, systems , standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Docwnents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 61. Subcontractor-An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. C IT Y OF FO RT WORTH ST ANDAR D C0NS TRUC TI 0N SPEC IF ICA TI ON DOCUMENTS Rev ision : &'23t202 I NO RTH SID E IV 24 -I NCH WATE R TRA NS MJ SSJ ON MA IN PH ASE 1B City Proj ec t No. I 02687 00 72 00-I GENERAL CONDITIONS Page 6 of 63 62. Submittals-AU drawings, diagrams , iUustrations , schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 63. Substantial Completion -The stage in the progress of the Project when the Work is sufficiently complete in accordance with the Contract Documents for Final Inspection . 64. Successful Bidder-The Bidder submitting the lowest and most responsive Bid to whom City makes an A ward. 65. Superintendent -The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions-That part of the Contract Documents which ame nd s or supp lements these General Conditions. 67. Supplier-A manufacturer, fabricator , s upplier, distributor , materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities-All underground pipelines, conduits , ducts, cables, wires, manholes , vaults, tanks , tunnels , or other such facilities or attachments, and any encasements containing such facilit ies , including but not limited to , those that convey electricity, gases, steam, liquid petroleum products , telephone or other communications, cable television , water, wastewater, storm water, other Liquid s or chemica ls, or traffic or other contro l systems. 69 Unit Price Work -See Paragraph 11 .03 of these Genera l Conditions for definition. 70. Weekend Working Hours -Hours beginning at 9:00 a .m . and ending at 5:00 p.m., Saturday, Sunday or legal holiday , as approved in advance by the City . 71. Work -The entire construction or the var ious separate ly identifiable parts thereof required to be provided under the Contract Documents. Work includes and is t he result of performing or providing all labor , services , and documentation necessary to produce such construction including any Change Order or Fie ld Order, and furnishing , installing, and incorporating all materials and equipment into s uch construction, all as required by the Contract Documents. 72. Working Day -A working day is defined as a day, not including Saturdays, Sundays, or lega 1 holidays authorized by the City for contract purposes , in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a .m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02 .B through E are not defined but, when used in the Bidding Require ments or Contract D oc uments, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARDC0NSTRUCTI0N SPECIFICATION DOCUMENTS Rev is ion: &'23/202 1 NORTHSillE rv 24-IN CH WATER TRANSMISS ION MAJN PHAS E 1B C ity Proj ect No. 102687 00 72 00-1 GENERAL CO NDITIONS Pag e 7 of 63 1. The Contract Documents include the terms "as allowed ," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate , in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective : 1. The word "defective ," when modifying the word "Work," refers to Work that is unsatisfactory, faulty , or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard , test, or approval referred to in the Contract Documents; or c. has been damaged prior to City 's written acceptance . D. Furnish , Install, Perform, Provide: 1. The word "Furnish " or the word "Install" or the word "Perform" or the word ''Provide " or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor , materials , equipment, and everything necessary to perform the Work indicated , unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents , words or phrase s that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 -PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents , and four ( 4) additional copies of the Drawings . Additional copies will be furnished upon request at the cost of reproduction. 2 .02 Comme nceme nt of Contract Time ; N otice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given no earlier than 14 days after the E ffective Date of the Agreement, unless agreed to by both parties in writing . CITY OF FORT WORTH ST ANDARDC0NSTRUCT I0N SPEC IFICAT ION DOCUMENTS Rev ision: 8'23/202 1 NORTH SID E IV 24 -fNC H WATER TRANS MI SS ION MA JN PHASE 1B Ci ty Proj ect No . I 02687 2.03 Starting the Work 00 72 00-1 GENERAL CONDITIONS Page 8 of 63 Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conferenc e Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedule s No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents . ARTICLE 3 -CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary ; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services , materials , or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for , at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City . D. The Specifications may vary in form , format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison . Omission of such words and phrases as "the Contractor shall," "in conformity with ," "a s shown ," or "as specified " are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the C IT Y OF FO RT WORTH STANDARD C0NS TR UCT I0 N SPEC IFICAT ION DOCUMENTS Rev ision: &!23/202 1 NORTHSIDE TV 24-INCH WATER TRANS MISS ION MAJN PHASE I B City Project No . 10268 7 00 72 00-1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Re lated Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be re s ponsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards , specifications, manuals , or codes of any technical society, organization, or association, or to Laws or Regulations , whether such reference be specific or by implication , s hall mean the standard, specification, manual code, or Laws or Reg ulations in effect at the time of opening of Bids (or on the Effectiv e Date of the Agreement if there were no Bids), except as may be otherwise specifica lly stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code , or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents . No suc h provision or instruction shall be effective to assign to City, or a ny of its officers , directors, members , partners, employees, agents , consultants, or s ubcontractors , any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies : 1. Contractor 's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity , or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor 's Review of Contract Documents During Performance of Work: If, durin g the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents , or betwee n the Contract Documents and (a) any applicable Law or Regulation , (b) any sta ndard , specification , manual, or code, or (c) any instruction of any Supplier, then Contractor sha ll promptly report it to City in writin g. Contractor s hall not proceed w ith the Work affected thereby (except in an emergency as required by Paragraph C ITY OF FORT WORTI-1 STANDARDC0NSTRUCTI0N SPEC IFI CA TIO N DOCUMENTS Revi sion : 8/23/202 1 NO RTHSIDE IV 24-TNC H WATER TRANSM ISS ION MATN PHA SE I B City Proj ec t No . I 02687 00 72 00-1 GENERAL CO NDIT 10 NS Pag e 10of 63 6.17 .A) until an amendment or supp lement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor s hall not be liable to City for fa ilur e to report any conflict, error , ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancie s: l. Except as may be otherwise specifically stated in the Contract Documents , the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents a nd the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies , figured dimensions shall govern over sca led dimensions, Plans sha ll govern over Specifications , Supplementary Conditions shall govern over General Conditions and Specifications , and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Suppleme nting Contract Do c um e nts A. The Contract Docwnents may be amended to provide for add iti ons , deletions , and revisions m the Work or to modify the terms and conditions thereof by a Change Order. B . The requirements of the Contract Documents may be supp lemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time , may be authorized , by one or more of the following ways: 1. A Field Order; 2 . City 's review ofa Submitta l (subject to the provisions of Paragraph 6.18.C); or 3 . City 's written interpretation or clarification . 3.05 Reus e of Docume nts A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings , Specifications , or other documents ( or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media edition s ; or 2. reuse any such Drawings, Specifications , other documents , or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. C IT Y OF FORT WORTH STA NDARD C0 NS TR UC TI 0N SPEC IFICAT ION DOCUMENTS Rev ision: &123/202 1 NO RTHSID E IV 24-INC H WATE R TRANS MJ SS ION MAIN PHAS E I B City Project No. I 0268 7 00 72 00-I GENERAL CO NDITI O NS Page 11 of 63 B. The prohibitions of this Paragraph 3 .05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions , the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City 's on-line electronic document management and collaboration system site. Files in electronic media format of text, data , graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic ftles will be atthe user's sole risk. If there is a discrepancy between the electronic ftles and the hard copies , the hard copies govern . B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility , usability , or readability of documents resulting from the use of software application packages , operating systems , or computer hardware differing from those used by the data 's creator. ARTICLE 4 -AVAILABILITY OF LANDS; SUB SURF ACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities . I. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must cons ider any outstanding right-of-way, and/or eas ements. 2. The City has or anticipates removing and/or relocating utilities , and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City s hall furnish Contractor with a current statement of record legal title and le gal description of the lands upon which the Work is to be performed. C ITY OF FO RT WORTH STANDARDCONS TRUCT ION SPEC IFICA TI ON DOCUMENTS Rev ision : &23/202 1 NO RTHS ID E IV 24-INC H WATER TRANS MI SS IO N MAIN PH ASE I B City Proj ec t No . I 02687 007200-1 GENERAL CONDITIONS Page 12 of63 C. Contractor shaU provide for aU additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify : 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B . Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "tec hnical data" contained in such reports and drawings , but such reports and drawings are not Contract Documents. Such "technical data " is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors , members , partners, employees, agents , consultants , or subcontractors with respect to : 1. the completeness of such reports and drawings for Contractor's purposes , including, but not limited to , any aspects of the means , methods , techniques , sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data , interpretations , opinions , and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any ''technical data" or any such other data , interpretations , opinions , or information. 4.03 DifferingSubsuiface or Physical Conditions A. Notice: Tf Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any ''technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate ; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusu a l nature , and differs materiaUy from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents ; CITY OF FORT WORTH STANDARDC0NSTRUCT I0N SPEC IFI CAT IO N DOCUMENTS Re vis ion : &23/202 1 NORTHS ID E IV 24-rNCH WATER TRANSMJSS ION MAIN PH ASE 18 City Project No. I 02687 007200 -1 GENERAL CO NDITI ON S Page 13 o f 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B . Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a f ma I commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4 .03 .A . 4 .04 Underground Facilities A . Shown or Indicate d: The information and data shown or indicated in the Contract Documents with respectto existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or E ngineer by the owners of such Underground Facilities , including City , or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others ; and 2. the cost of all of the following will be included in the Contract Price , and Contractor shall have full responsibility for: a. reviewing and checking all such information and data ; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities , including City , during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Unde rground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated , or not shown or indicated with reasonable accuracy in the Contract Documents , Contractor s hall , promptly afte r becoming aware thereof and before furth e r disturbing conditions affected th e reby or performing any C ITY OF FORT WORTH ST ANDARD CONST RUC TI ON SPE CIFICA TION DOCUMENTS Rev ision: 8i23/20'2 1 NO RTH SID E IV 24-INCH WATER TRANS MISS ION MAIN PHASE 1B City Project No. I 02687 00 72 00-1 GENERAL CONDITIONS Page 14 of63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction , which in City 's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays . B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed , disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the ''technical data" contained in such reports and drawings , but such reports and drawings are not Contract Documents . Such ''technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers , directors , members , partners , employee s, age nts , consultants , or subcontractors with respect to: 1. the completenes s of such reports and drawings for Contractor's purposes , including , but not limited to , any aspects of the means , methods, techniques , sequences and procedures of CITY OF FORT WO RTH ST ANDARD CONSTRUCT ION SPECIF ICATI O N DOCUMEN T S Rev ision : &'23!202 1 NO RTH SID E IV 24-rNC H WA TER T RANS MI SS ION MA rN PHA SE 1B City Proj ect No. 10268 7 007200-1 GENERAL COND ITI ONS Page l5of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data , interpretations, opinions and information contained in such reports or s hown or indicated in such drawings; or 3. any Contractor interpretation of or conc lu s ion drawn from any ''tec hnical data" or any s uch other data, interpretations , opinions or information. C . Contractor sha U not be responsible for any Hazardous Environmenta l Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or id entified in the Contract Documents to be within the scope of the Work. Contractor sha U be responsible for a Hazardous Environmenta l Cond ition created with a ny materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D . If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Cond ition , Contractor sha ll immediately: (i) secure or otherwise isolate such condition; (ii) stop aU Work in connection with such condition and in any area affected thereby ( except in an emergency as required by Paragraph 6.17 .A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shaU not be required to resume Work in connection with such cond ition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitab le for the resumption of Work; or (ii) specifying any spec ia l conditions under wh ich such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such spec ia l conditions , then City may order the portion of the Work that is in the area affected by s uch conditio n to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,fro m and against all claims, costs, lo sses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute re so lution costs) arising out of or relating to a Ha zardous Environmental Condition created by Contractoror by anyoneforwhom Co ntractor is responsible. Nothing in this Paragraph 4. 06 .G shall obligate Contractor to indem nify any individual or en tity from and against the conseq uences of that individual's or en tity 's own negligence. H . The provisions of Paragraphs 4 .02 , 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site . C ITY OF FORT WORTH STANDAR.D C0NST RUCT I 0N SPE CIFI CAT ION DOCUMENTS Revi si on : &!23/202 1 NOR TH S rD E IV 24-INC H WATER TRANSMISSION MAIN PHASE I B C ity Project No. I 02687 ARTICLE 5 -BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers 00 72 00-1 GENERAL CONDITIONS Page 16of63 All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance , Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations , and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification , provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City , with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of ins urance ( other evidence of insurance requested by City or any other additional insured) in at least the minimum amount as specified in the Supplementary Conditions which Contractor is required to purchase and maintain . 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. C ITY OF FORT WORTH STANDARDCONSTRUCTION SPEC IFI CA TIO N DO CUM ENTS Revi sion: &'23/202 1 NORT HSID E IV 24 -I NC H WATER TRANSMISS ION MAIN PHASE 18 City Project No. 102687 00 72 00-I GENERAL CO NDITIONS Pag e 17 of 63 2. The Contractor's general liability insurance shall include a , "per project" or "per location ", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured , be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4 . The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers ' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required , written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policie s are not written for specified coverage limits , an Umbrella or Excess Liability insurance for any differences is required . Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis ". If coverage is underwritten on a claims-made basis , the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shal 1 state that the coverage is claims-made and the retroactive date . The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Fina I Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9 . Policies shall have no exclusions by endors e ments , which, neither nullify or amend, the required lines of coverage , nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the eve nt a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desire s additional insurance coverage , and the City desires the contractor/engineer to obtain such coverage , the contract price shall be adjusted by the cost of the premjum for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25 ,000.00 , affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCT ION SPEC IFICAT ION DOCUMENTS Revis ion: &'23/202 1 NO RTHSID E IV 24-INC H WATER TRANS MI SS ION MAIN PH ASE 1B City Proj ec t No . 102687 00 72 00 -1 GENERAL CO NDITI ONS Page 18of63 lieu of traditional insurance , alternative coverage maintained through insurance pools or risk retention groups , must also be approved by City. 11. Any deductible in excess of $5 ,000 .00 , for any policy that does not provide coverage on a first -dollar basis , must be acceptable to and approved by the City. 12. City , at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory la w, court decision or the claims history of the industry as well as of the contracting party to the City . The City shall be required to provide prior notice of 90 days , and the insurance adjustments shall be incorporated into the Work by Change Order. 13 . City shall be entitled , upon written request and without expense , to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms , conditions , limitations , or exc lu sions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions , revisions , or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor 's In suran ce A. Work ers Comp en sation and Emplo yers' Liability. Contractor shall purchase and maintain such insurance coverage with limits cons istent with statutory benefrt:s outlined in the Texas Workers ' Compensation Act (Texas Labor Code , Ch. 406, as amended), and minimum limits for Employers ' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below whjch may arise out of or result from Contractor's performance of the Work and Contractor 's other obligations under the Contract Documents , whether it is to be performed by Contractor, any Subcontractor or Supplier , or by anyone directly or indirectly emp loyed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable : 1. claims under workers ' compensation , disability benefits , and other simjJar employee benefit acts; 2 . claims for damages because of bodily mJury , occupational s ickness or disease , or death of Contractor 's emp loyees. B. Comm ercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations , independent contractors , products /complete d operations, personal injur y, and liability under an insured contract. Insurance shall be provided on an occurrence basis , and as comprehensive as the current Insurance Serv ices Office (ISO) policy. This in s urance shall apply as primary insuranc e with respect to any other CITY OF FORT WORT H ST ANDARDC0NSTRUCT I0N SPEC IFICA TI ON DOCUMEN T S Rev ision: 8/23/202 1 NORTHS IDE IV 24-INC H WATER TRANSM ISS ION MA IN PH ASE 1B City Project No. I 02687 00 72 00 -I GENERAL CO NDITIONS Page 19 of 63 insurance or self-in surance programs afforded to the City. The Commercial General Liability policy , s hall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury , or advertising injury , which are normally contained with the policy, unless the C ity approves such exclusions in writing . For construction projects that present a substantia l completed operation exposure , the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the comp letion of the project (if identified in the Supplementary Condit ions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor veh ic le by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way , the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor s hall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents , the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates ( or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents , the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 -CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superinte ndence A. Contractor shall supervise , inspect, and direct the Work competently and efficiently, devoting such attention thereto and app lying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means , methods , techniques , sequences , and procedures of construction. C IT Y OF FO RT WORTH ST ANDARD CONSTRUC TI ON SPEC IFICA TI ON DOCUMENTS Rev ision: &23/202 1 NORT HSID E IV 24 -I NC H WATER TRANS MI SS IO N MA IN PH ASE 1B City Proj ec t No. I 02687 00 72 00-1 GENERAL CO NDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, Englis h- speaking, Superintendent w ho s hall not be replaced without writte n notice to City. The Superintendent w ill be Contractor's representative at the Site and sha ll have a uthority to act on behalf of Contractor. A U communication given to or received from the Superintendent shall be binding on Contractor. C . Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B . Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City 's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: I. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3 . for lega l holidays request must be made by noon two Business Days prior to the lega l holiday. 6.03 S e rvices, Materials, and Equipment A . Un less otherwise specified in the Contract Documents , Contractor sha ll provide and assume full responsibility for all services , materials , equipment, labor, transportation , construction equipment and machinery, tools , appliances , fuel, power, light , heat, te lephone , water, sanitary facilities, temporary facilities , and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and comp letion of the Work. B. AU materials and equipment incorporated into the Work shall be as specified or, if not specified , shall be of good quality and new, except as otherwise provided in the Contract Documents. A ll special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City , Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source , kind , and quality of materials and equipment. CIT Y OF FORT WORTH STANDARD C0N STR UCT I0N SPEC IFI CA TI ON DOCUM ENTS Re vis ion: 8,23/202 1 NORTH S ID E lV 24 -l NCH WATE R TRANSM ISS IO N MAIN PH ASE 1B City Project No . 1026 87 00 72 00-1 GENERAL CO NDI TIONS Page 2 1 of63 C . All materials and equipment to be incorporated into the Work shall be stored, applied , installed , connected, erected, protected, used , cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 ProjectSche dule A . Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 01 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or -Equals" A . Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier , the specification or description is intended to establish the type , function , appearance , and quality required. Unless the specification or description contains or is followed by words reading that no like , equivalent, or "or-equal" item or no substitution is permitted , other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below . 1. "Or-Equal " Item s: If in City 's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required , it may be considered by City as an "or-equal" item , in which case review and approval of the proposed item may, in City 's sole discretion , be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A. l , a proposed item of material or equipment will be cons idered functionally equal to an item so named if: a. the City determines that: l) it is at lea st equal in materials of construction, quality, durability , appearance , strength, and design characteristic s ; CIT Y OF FORT WOR TH STANDARDC0NSTRUCTI0N SPEC IFICATION DOCUMENTS Rev ision: &23/202 1 NORT HSIDE IV 24-JNC H WATE R TRANSM ISS ION M A IN PH ASE 1B C ity Proj ec t No. 102687 00 72 00 -1 GENERAL COND ITI ONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents . 2. Substitute Items: a. If in City 's sole discretion an item of materia l or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.05.A . l , it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptab le substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: C ITY OF FORT WORTH 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general de s ign ; b) be s imilar in substance to that specifie d ; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor 's achievement of fmal completion on time ; b) whether use of the proposed s ubstitute item in the Work will require a change in any of the Contract Documents ( or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item ; STANDARDCONSTRUCTION SPEC IFICAT ION DOCUMENTS Revision: 8123/2D2 1 NORTHS ID E IV 24-INCH WATER TRA SM ISS IO N MAIN PH ASE 1B City Proj ect No . I 02687 007200-1 GENERAL COND ITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute ConstructionMethods or Procedures: If a specific means , method, technique , sequence, or procedure of construction is expressly required by the Contract Documents , Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion , to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B . City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or-equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a s ubstitute and an accepted Submitta I for an "or-equal." City will advise Contractor in writing of it s determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages , losses and expenses (inc luding attorneys fees) arising out of the use of substituted materials or equipment. E . City's Cost Reimbursement: City will record City's costs in evaluating a s ubstitute proposed or s ubmitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each s uch proposed s ubstitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents ( or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute . F . Contractor's Expense: Co ntractor shall provide all data in s upport of any proposed substitute or "or-equal" at Contractor's expense. CITY OF FORT WORTI-l STANDARDCONSTRUCTION SPEC IFI CATION DOCUMENTS Revision : ~I NORTHS ID E IV 24-INC H WATER TRANSMISSION MAIN PHAS E I B C ity Project No. I 02687 00 72 00-1 GENERAL CONDITIONS Pag e 24of 63 G. City Substitute Reimbursement: Costs ( savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors , Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individua I or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors , Suppliers , or other individua Is or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions , deletions , or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City , allow an audit and/or examination of any books , records , or ftles in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and om1Ss1ons of the Subcontractors , Suppliers , and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CIT Y OF FOR T WOR TH STANDARD C0 NS TR UCT I0 N SPEC IFI CA TI ON DOCUMENTS Rev ision : &23/202 1 NORT HSIDE IV 24-INC H WA T ER T RANS MI SS IO N MA IN PH ASE I B City Proj ec t No. I 026 87 00 72 00-I GENERAL COND ITI ONS Page 25 of 63 1. s hall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individua I or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individua I or entity except as may otherwise be required by Laws and Regulations. F . Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers , and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract w ith Contractor. G. A ll Subcontractors, Suppliers , and suc h other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifical ly binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City , pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipu lated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258 .023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information , including a complaint by a worker, concerning an alleged violation of 2258 .023 , Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination , before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258 , the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates , such amounts being subtracted from successive progres s payme nts pending a fmal determination of the violation. C IT Y OF FORT WORTH STANDARDCONS TRUCT ION SPEC IFICAT ION DOCUMENTS Revis ion : &!23/202 1 NORT HS ID E rv 24 -fNC H WATER TRANSM ISS ION MA IN PH ASE I B City Proj ec t No. I 02687 00 72 00-1 GENERAL CONDITIONS Page 26 of 63 D . Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submrtted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initia I determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required , a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction . E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection . F. Progress Payments. With each progres s payment or payroll period, whichever is less , the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258 , Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Comp lian ce. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor s hall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention , desig n, process , product, or device which is the su bject of patent rights or copyrights held by others. If a particular invention, design , process , product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents . Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all c laims , costs, lo sses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) aris ing out of or relating to any infringement of patent rights or copyrights incide nt to the use in th e performance of the Work or resultingfrom C IT Y OF FORT WORTH STANDARDC0NSTRUCTI0 N SPEC IFICATION DOCUM EN TS Revi sion: &!23/2021 NORTHS ID E IV 24-INC H WATER TRANSM ISS ION MAIN PHASE 18 C ity Proj ect No . I 02687 00 72 00 -1 GENERAL CO NDITIONS Pag e 27 of 63 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay aU governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids , or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09 .B. City shaU pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City wiU obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shaU give aU notices required by and shall comply with aU Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shaU not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations , Contractor shall bear aU claims, costs , losses, and damages (including but not limited to all fees and charges of engineers , architects , attorneys , and other professionals and all C ITY OF FO RT WORTH ST AN DARD C0NS TR UCT I0N SPEC IFICAT ION DOC UM EN T S Revi sion 8/23/202 1 NO RT HSID E IV 24-INC H WAT ER T RANS MI SS IO N MAIN PHA SE 18 City Proj ec t No. 1026 87 007200-1 GENERAL CONDIT IONS Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not re lieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H , Sections 151 .3 01-335 (as amended), the Contractor may purchase , re nt or lea se all materials , supplies and equipment used or consumed in the performance of this contract by issuing to his s upplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller 's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax s hall be subject to and shall comply with the provision of State Comptroller's Rulin g .011 , and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H . B. Texas Tax permits and informatio n may be obtained from: I . Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711 ; or 2. http://www.window .state .tx.us /taxinfo/taxforms/93-forms .html 6.12 Use of Site and Other Areas A . Limitation on Use of Site and Other Areas: 1. Contractor s hall confine construction equipment, the storage of materials and equipment, and th e operations of workers to th e S ite and other a reas permitted by Laws and Regulation s, and shall not unrea sonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full respon s ibility for any damage to any such land or area, or to th e owner o r occ upant thereof, or of any a djacent land or areas resulting from th e performance of the Work. 2. At a ny time when , in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater tha n is necessary for proper exec ution of the Work, the City may req uir e the Contractor to fmish the section on w hi c h o peratio ns are in progress before work is comme nc ed on any additiona I area of th e Site. CITY OF FORT WORTH STANDARDC0NSTRUCT I0N SPEC IFICAT ION DO CUMEN TS Rev ision: &'23/2021 NORT I-ISID E IV 24 -INC H WATER TRANSM ISS ION MA IN PH ASE I B City Proje ct No . 102687 00 72 00-1 GENERAL COND ITI ONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6. 21, Contractor shall indemnify and hold harmless City , from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such own er or occupant against City . B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accwnulations of waste materials , rubbish , and other debris. Removal and disposal of such waste materials , rubbish , and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure , the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of s uch costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools , appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure , nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City , one (1) record copy of all Drawings, Specifications , Addenda, Change Orders , Field Orders, and written interpretations and clarifications in goo d order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents , any operation and maintenance manuals , and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintammg and supervJSmg all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall C ITY OF FORT WORnI STANDARDC0NST RUCTI0 N SPEC IFICATION DOCUMENTS Rev is ion : 8123/2D2 1 NOR TH SIDE IV 24-INC H WAT ER TRANSM ISS IO N MAIN PH ASE 18 C ity P roject No. I 02687 00 72 00-1 GENERAL CONDITIONS Pag e 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage , injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site ; and 3. other property at the Site or adjacent thereto, including trees , shrubs , lawns , walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage , injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property . C. Contractor shall comply with the applicable requirements of City's safety programs , if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City 's employees and representatives must comply while at the Site. E. AU damage , injury , or loss to any property referred to in Paragraph 6.14.A.2 or 6.14 .A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier , or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor 's designated safety representative at the Site. 6.16 Ha z ard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6. 17 Emerge n c ies and/or Re c tifi cation A . In emergencies affecting th e safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage , injury , or loss. Contractor shall g ive City prompt written notic e if Contractor believes that any significant C ITY OF FORT WO RTH ST ANDARDC0NSTRUCT I0N SPECIF ICAT ION DOCUMENTS Revi sion : &'23/202 1 NORTH S I DE I V 24-I NCH WATER TRANSMISS ION MAIN PH ASE I B City Proj ec t No. 1026 87 00 72 00 -1 GENERAL CO NDITIONS Pag e 31 of63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued . B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions , or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Sub mittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respectto quantities, dimensions , specified performance and design criteria, materials, and similar data to show City the services , materials , and equipment Contractor proposes to provide and to enable City to review the information for the lirnited purposes required by Paragraph 6.18.C. 3 . Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail , their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents . 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers , the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6 .18.C. C ITY OF FORT WORTH STA NDARDC0NSTRUC TI 0 N SPEC IFI CAT ION DOCUMEN T S Rev ision: &23/202 1 NORTH SID E IV 24-IN CH WAT ER TRANS MJ SS ION MAIN PH ASE I B City Proj ec t No . I 02687 007200-1 GENERAL COND ITI ONS Page 32 of 63 B. Where a Submitta l is required by the Contract Documents or the Schedu le of Submitta ls, a ny related Work performed prior to City 's review and acceptance of the pertinent submitta l will be at the so le expe nse and responsibility of Contractor. C . City 's Review : I. City will provide timely review of required Submitta ls in accordance with the Schedule of Submitta ls acceptable to C ity. City's review and acceptance will be o nl y to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the informat ion given in the ContractDocuments and be compatible w ith the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods , techniques , sequences, or procedures of construction ( except where a particular means, method, technique , sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptarce of a separate item as s uch will not indicate approval of the assembly in which the item functions. 3. City 's review and acceptance s hall not relieve Contractor from re s ponsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each s uch variation by spec ific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents . 6. 19 Continuing the Work Except as otherwise provided , Contractor shall carry on the Work and adhere to the Project Schedule during all dispute s or disagreements w ith City. No Work s hall be delayed or postponed pending resolution of any dispute s or disagreeme nts, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A . Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers , directors , members, partners , employees , agents , consultants , and s ubcontractors s hall be entitled to re ly on representation of Contractor's warranty and guarantee. B. Contractor 's warranty and guarantee hereunder excludes defects or damage caused by: I. abuse , modification , or improper maintenance o r operation by persons other than Contractor, Subcontractors, Suppliers , or any other individua I or entity for w hom Contractor is responsible; or CITY OF FORT WORTH STANDARDC0NSTRUCT I0N SPEC IFICATION DOCUMENTS Revis ion: &'23/2021 NORTI-ISIDE IV 24-INC I-1 WATER TRANSM ISS ION MAIN PHASE 18 C ity Project No . I 02687 2. normal wear and tear under normal usage . 00 72 00-1 GENERAL COND ITIONS Page 33 of 63 C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection , test, or approval by others; or 7 . any correction of defective Work by City. D . The Contractor shall r e medy any defects or damage s in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Pinal Acceptanceofthe Work unle ss a longer period is specified and shall furnish a good and sufficient mainte nanc e bond, complying with the requirements of Article 5.02 .B . The City will give notice of observed defects with reasonable promptnes s. 6.21 Indemnification A . Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TQ OPERATE AND BE EFFECTIVE EYEN IF IT IS ALLEGED QR PRQYEN THAT ALL QR SQME QF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHQLE QR IN PART, BY ANY ACT, OMISSION QR NEGLIGENCE QF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs,expensesand legal fees incurred by the City in defending against such claims and causes of actions. B. Contractorcovenants and agrees to indemnify and hold harmless, at its own expense, the City, its office rs, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARDC0NSTRUCT I0N SPEC IFI CA TIO N DOCUMENTS Revision: &23/202 1 NORT HSID E JV 24-INC H WATER TRANSM ISS ION MAIN PH ASE 1B C ity Project No. I 02687 00 72 00-I GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED IQ OPERATE AND BE EFFECTIVE EVEN IF II IS ALLEGED QR PROVEN JHAJ ALL QR SOME QF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE QR IN PART, BY ANY ACT, OMISSION QR NEGLIGENCE QF THE CITY, 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods , techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations , specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional if prepared by others , shall bear such professional's written approval when submitted to City. C . City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22 , City 's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall , until the expiration of three (3) years after fma I payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books , documents , papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after fma 1 payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books , documents , papers , and records of such Subcontractor, involving transactions to the subcontract, and further , that City shall have access during Regular Working Hours to all C ITY OF FORT WO RTH STANDARD CONS TR UCT IO N SPEC IFICAT ION DOCUMENTS Rev i si on: &Q.3/202 1 NORTH SlD E N 24-lNC H WATE R TRANS MJ SS ION MAIN PHAS E 1B City Project No . I 02687 00 72 00 - I GENERAL CO NDITIONS Pag e 35 of 63 Subcontractor facilities , and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A . The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis ofrace ,color, or national origin. B. Title VL C ivil Rights Act of 1964 a s amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7 -OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City 's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site , provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting , excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. C IT Y OF FO RT WORTH ST ANDARD CONS TR UC TI ON SPEC IFICA TIO N DOCUM ENTS Re vision : &'23/202 1 NO RTHSIDE IV 24-INCH WATER TRANS MI SS IO N MA IN PH ASE 1B Ci ty Proj ec t No . I 02687 7.02 Coordination 00 72 00 -1 GENERAL COND ITI ONS Page 36 of 63 A. If City intends to contract with others for the performance of other work on the Project at the Site, the foUowing will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified ; 2. the specific matters to be covered by such authority and responsibility will be itemized ; and 3. the extent of s uch authority and re spons ibilities will be provided. B . Unless otherwise provided in the Supplementary Conditions, City shaU hav e authority for such coordination. ARTICLE 8 -CITY'S RESPONSIBILITIES 8.01 Communications to Co ntractor Exce pt as otherwise prov id ed in the Suppleme ntary Conditions , City s haU is s ue aU communications to Contractor. 8 .02 Furnish Data City s hall timely furnish the data required und e r the Contract Documents . 8.03 Pay When Due City shaU make payments to Contractor in accordan ce w ith Article 14 . 8.04 Lands and Easements; Reports and Tests City's dutie s with respect to providing la nd s and ease ments and providing e ngineerin g surveys to establish refe re nc e p o int s are set forth in Paragraph s 4.01 and 4.05. Paragraph 4.02 refers to City 's id e ntifyin g a nd making available to Contractor copies of re ports of explorations and tests of s ub s urface conditions and drawings of ph ys ical conditions relating to existing s urface or subsurface s tructure s at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City s hall exec ute Change Orders in accordance with Paragraph 10.03 . 8.06 In spections, Tests, and Approvals City 's respons ibility with respect to certa in inspections , tests , and approvals is set fo rth in Paragraph 13.03. CIT Y OF FOR T WORTH STA NDARD CONS TR UC TI ON SPEC IFICAT ION DOCUMEN T S Rev ision: 8i23/202 1 NORT HSIDE IV 24-INC H WATE R T RANS MI SS ION MAIN PH ASE I B City Proj ec t No . I 026 87 8.07 Limitations on City 's Responsibilities 00 72 00 - I GENERAL CONDITIONS Page 37 of 63 A. The City shaU not supervise, direct, or have control or authority over, nor be responsible for, Contractor 's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents . B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shaU comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14 . ARTICLE 9 -CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is identified in the Supplementary Conditions . 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City 's Project Manager will determine , in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B . City 's Project Manager's visits and o bservations are s ubject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. C ITY OF FORT WORTH STANDARD CONSTRUCT ION SPECIFI CA TIO N DOCUMENTS Rev ision &!23/202 1 NORTI-ISIDE IV 24 -I NC I-I WATER TRANSM ISS ION MAIN PHASE 18 City Proje ct No . I 02687 9.03 Authorized Variations in Work 007200-1 GENERAL CONDITIONS Pag e 38 of 63 City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City 's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Artie le 13 , whether or not the Work is fabricated , installed , or completed. 9.05 D e terminations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City 's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City 's written decision will be final ( except as modified to reflect changed factual conditions or more accurate data). 9.06 D ecision s on Require ments of Contract Do c um e nts and A cceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C . City 's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10 .06 . ARTICLE 10 -CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10 .01 A uthoriz ed Changes in th e Work A . Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time , order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B . For minor change s of Work not requiring cha nges to Contract Time or Contract Price , a F ield Order may be is s ued by the City . C ITY OF FORT WOR TH STANDA RDC0NS T RUCT I0N SPEC I F ICAT ION DOCUMENTS Rev is ion: 812312()21 NORTHSIDE JV 24-I NC H WATER TRANSM ISSION MAIN PHASE I B C ity Projec t No. I 02687 10.02 Unauthorized Changes in the Work 00 72 00-1 GENERAL CONDITIONS Page 39 of 63 Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified , or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17 . 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: I. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A , (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties , including any undisputed sum or amount of time for Work actually performed. 10 .04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance , the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full , complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown , foreseen or unforeseen at that time, including without limitation , any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 N otification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including , but not limited to , Contract Price or Contract Time), the giving of any such notice will be Contractor 's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change . CITY OF FORT WOR TH STAN D ARD C0NSTRUCT I0N SPEC I FICA TI ON DOCUMENTS Revis ion: &'23/202 1 NO RTH SIDE I V 24 -INCl-l WATER TRANS MISS ION MAfN PHASE 1B C ity Project No . I 02687 10.06 Contract Claims Proc ess 007200-1 GENERAL CO NDITIONS Pag e 40 of63 A. City 's Decision Required: All Contract Claims , except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notic e : 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract C laim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto ( unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12 .02 . 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entit led as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City 's A ction: City will review each Contract Claim and , within 30 days after receipt of the last submittal of the Contractor, if any, take one of the followin g actions in writing : l. deny the Contract Claim in whole or in part; 2. approve the Contract Claim ; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City 's sole discretion , it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim , s uch notice shall be deemed a denial. CITY OF FOR T WO RTH STANDARDC0NS TR UC TI 0 N SPEC IFICAT ION DOCUMENTS Rev ision: 8Q.3/202 1 NORTHS IDE IV 24-INC I-I WATER TRANSM ISS ION MA IN PHASE 1B City Proj ec t No. I 0268 7 00 72 00-1 GENERAL CONDITIONS Page 41 of 63 D. City 's written action under Paragraph 10.06.C will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be va lid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11-COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT I 1.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs , except those excluded in Paragraph 11.01.B , necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.B, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. sa laries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits , which shall include social security contributions , unemployment, excise , and payroll taxes , workers' compensation, health and retirement benefits , bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours , Weekend Working Hours , or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers ' field services required in connection therewith . 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City , and the costs of transportation , loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. C IT Y OF FO RT WO RTH STANDARD C0 NSTR UCT I0N SPEC IFI CA TI ON DOC UM EN T S Re vision: &!23/202 1 NO RT HSID E IV 24 -INC H WAT ER T RANS MI SS ION MAI N PH ASE 1B City Proj ec t No . I 026 87 007200-1 GENERAL COND ITI ONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids , if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided m this Paragraph I 1.0 I. 5. Costs of special consultants (including but not limited to engineers , architects , testing laboratories , surveyors , attorneys , and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of nece ssary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b . Cost, includin g transportatio n and maintenance , of all materials , s upplies , equipment , machinery, appliances, office , and temporary facilities at the Site , and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value , of such items used but not consumed which remain the property of Contractor. c. Sales , consumer, use , and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11 , as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectl y employed by any of them or for whose acts any of them may be lia ble , and royalty payments and fees for permits and licenses. e. Losses and damage s (and related expenses) caused by damage to the Work, not compensated by in s urance or otherwise , sustained by Contractor in connect ion with the performance of the Work, provided s uch los ses and damages have re s ulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such lo sses shall include settlements made with the written consent and approval of City. No s uch losses , damages , and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee . f. The cost of utilities , fuel , and sanitary facilities at the Site. g. Minor expenses s uch as telegrams , long distance telephone calls, telephone and communication serv ice s at the Site , express and courier serv ices , and similar petty cash items in connection with the Work. C ITY OF FORT WORTH STANDARDCONSTRUCTION SPEC IFICAT ION DOCUMENTS Revision: 812312()21 NORTHSIDE IV 24-INC H WATER TRANSM ISS IO N MAIN PH ASE 1B City Project No. 102687 00 72 00 -1 GENERAL CO NDITIONS Page 43 of 63 h. The costs of pre miums for a ll bonds and in s urance Contractor is required by the Contract Documents to purchas e and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following it e ms : 1. Payroll costs and other compensation of Contractor's officers , executives, principals (of partnerships and sole proprietorships), general managers , safety managers, engineers , architects , estimators , attorneys , auditors , accountants , purchasing and contracting agents , expediters , timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph I 1.01.A . l or specifically covered by Paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the Contractor's fee . 2. Expe nse s of Contractor's principal and branch office s other than Contractor's office at the Site . 3. Any part of Contractor's capital expenses, including interest on Contractor's capita I employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the ne g ligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable , includin g but not limited to , the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5 . Other overhead or ge neral expense costs of any kind. C . Contractor's Fee : When all the Work is performed on the basis of cost-plus , Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Pric e is determined on the ba sis of Cost of the Work, Contractor's fee s hall be determined as set forth in Paragraph 12 .01.C. D. Docume ntation : Whenever the Cost of the Work for a ny purpose is to be determined pursuant to Paragraphs 11.01.A and 1 l.01.B , Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. SpecifiedAllowance: It is understood that Contractor has included in the Contract Price a ll allowances so named in the Contract Documents and shall cause the Work so covered to be performed for suc h sums and by s uch persons or entities as may be acceptable to City . B . Pr e -bid A llowances : 1. Contractor agrees that: C ITY OF FORT WORTH ST ANDA RD CONS T RU CT 10 N SPEC IF ICA TIO N DOCUMENTS Revi sion : &l23/.202 1 NORTH SIDE IV 24 -fN CH WATER TRANSMISS ION MA IN PHASE I B C ity Project No. I 02687 00 72 00-1 GENERAL CONDITIONS Pag e 44 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site , and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site , labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance : Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances , and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents , or reasonably inferred as required for a functionally complete installation , but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D . City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adju stment with respect to any other item of Work. E. Incr ea sed or D e crease d Quantitie s: The City reserves the right to order Extra Work m accordance with Paragraph 10 .01. 1. If the changes in quantities or the alterations do not significantly change the character of work und e r the C o ntract D ocuments, th e alte re d work will be paid for at the Contract unit pnc e. C ITY OF FORT WOR TH STAND A RD C0NSTRUCTI0N SPEC I FICAT ION DOCUMENTS Revis i on: &23/202 1 NORTHSI DE I V24-l C H WATER TRANSM ISS ION MAIN PH ASE 18 City Proj ec t No. I 02687 00 72 00-1 GENERAL CONDITIONS Pag e 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price . 11.04 Plans Quantity Measurement A. Plans quantities may or may not representthe exact quantity of work performed or material moved , handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under ''Price and Payment Procedures " varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents , an adjustment may be made to the quantity of authorized work done for payment purposes . The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article l 0. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans , the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WOR TH ST AND ARD CONST RU CT 10 N SPEC IF ICA T 10 N DOCUMENTS Rev ision: &'23/202 1 NORTHS IDE IV 24 -I NC H WATER TRANSM ISS ION MA IN PH ASE I B City Project No. I 02687 00 72 00-1 GENERAL COND ITI ONS Pag e 46of 63 E. For callout work or non-site specific Contracts , the plans quantity measurement requirements are not applicable. ARTICLE 12 -CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A . The Contract Price may onJy be changed by a Change Order. B. The va lu e of any Work covered by a C hange Order w ill be determined as fo ll ows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work in vo lved is not covered by unit prices conta in ed in the Contract Documents, by a mutually agreed lump sum or unit price (which may inc lude an allowance for overhead and profit not necessarily in accordance with Paragraph 12 .01.C.2), and shall include the cost of a ny secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01 .B.2 , on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor 's Fee: The Contractor's additional fee for overhead and profit shalJ be determined as follows: 1. a mutually acceptable fixed fee ; or 2. if a fixed fee is not agreed upon , then a fee based on the fo llowing percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.A .1, 11.01.A.2. and 11.01.A.3 , the Contractor's additional fee shall be 15 percent except for : 1) renta l fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance ; b. for costs incurred under Paragraph l 1.01.A.4 and 11.01.A.5 , the Contractor's fee shall be five percent (5 %); C ITY OF FORT WORTH 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fIX.ed fee is a g reed upon , the intent of Paragraphs 12.01.C .2 .a and 12.01.C .2.b is that the Subc ontractor wh o actually pe rforms th e Work, at whatever ST AND ARDC0NSTRUCTI0N SPEC I FICATION DOCU M ENTS Rev ision: &23/2021 NORTI-IS I DE I V24-INCI-I WATER TRANSM I SS ION MAIN PH ASE 1B City Projec t No. 102687 00 72 00 -1 GENERAL CO NDITI ONS Page 47 of 63 tier , will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A. l and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A .6, and I l.01.B; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 D e lays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include , but not be limited to , acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires , floods , epidemics , abnormal weather conditions , or acts of God. Such an adjustment shall be Contractor 's sole and exclusive remedy for the delays described in this Paragraph. B . If Contractor is delayed, City shall not be liable to Contractor for any claims , costs , losses , or damages (including but not limited to all fees and charges of engineers , architects , attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor s hall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D . The Contractor shall rec e ive no compensation for delays or hindrance s to the Work, e xcept when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnish e d by the City. C ITY OF FORT WORTH STANDARDCONSTRUCT IO SPECIF ICATION DOCUMENTS Rev ision &!23/202 1 NORTHS I DE I V 24-I NCH W ATER TRANSM I SS ION MAIN Pl-l ASE I B City Project No. I 02687 00 72 00-1 GENERAL CONDIT IONS Page 48 of 63 ARTICLE 13 -TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13 .01 Notice of Defects Notice of all defective Work of which City has actual know ledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Artic le 13 . 13.02 Access to Work City , independent testing laboratories , and governmenta l agencies with jurisdictional interests w ill have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe cond itions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable . 13 .03 Tests and Insp ections A. Contractor shall give City timely notice of readiness of the Work for all required inspections , te sts, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents , Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected , tested, or approved , Contractor shall assume full responsibility for arrang in g and obtaining such independent inspections , tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of in spection or approval; excepting, however, those fees specifica lly identified in the Supplementary Conditions or any Texas Department ofLicensure and Re gulation (TDLR) inspection s, wh ich shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any in spections , tests , re-tests , or approvals required for City 's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials , mix designs , or equipment s ubmitted for approval prior to Contractor's purchase thereof for inc orporation in the Work. Such inspections , tests , re-tests , or approvals s hall be performed by organizations acceptable to City. D. City may arrange for the serv ices of an independent testing laboratory ("Testing Lab") to perform any in spection s or tests ("Testing") for any part of the Work, as determined solely by City. 1. C ity will coordinate s uch Testing to the extent po ssib le , with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail ", "did not pass" or other similar negative result, the Contractor s ha ll be responsible for paying for any and a ll retests. Contractor's cancellation without cause of City initiated Testing sha ll be deemed a negative result and require a retest. C ITY OF FORT WORTH STANDARDCONS TR UC TI0 N SPEC I FICAT ION DOCUM ENTS Re vis ion : 8'23/202 1 NORTI-I SIDE IV 24-INCH WATER TRANS MISSION MAIN PH ASE 18 City Project No . I 02687 00 72 00-1 GENERAL CON DITION S Page 49 of 63 3. Any amounts owed for any retest under this Section 13 .03 D sha ll be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not iss ue F in a l Payment until the Testing Lab is paid . E. lf any Work ( or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover suc h Work for observation. F. Uncovering Work as provided in Paragraph 13 .0 3.E shall be at Contractor's expense. G. Contractor sha ll have the right to make a Contract C laim regarding any retest or invoice issued under Section 13.03 D . 13.04 Uncove ring Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must , if reque ste d by City, be uncovered for City's observation and replaced at Contractor's expense . B. If City considers it neces sary or advisable that covered Work be observed by City or in spected or tested by others , Contractor, at City's request, sha ll uncover, expose , or otherwise make availab le for observation, in spection , or testing as City ma y require , that portion of the Work in question , furnishing all necessary labor, material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims , costs, lo sses, and damages (including but not limited to all fees and charges of engineers , architects , attorneys , and other professiona ls and a ll court or other dispute re so lut ion costs) arising out of or relating to such uncoverin g, exposure, observation, inspection, and testin g, and of satisfactory re placement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entit led to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2 . If the uncovered Work is not found to be defective , Co ntractor shall be allowed an increa se in the Contract Price or an extens ion of the Contract Time , or both , directly attributable to such uncovering, expos ure , observation, inspection, t esting , replacement, and reconstruction. 13.05 C ity May Stop th e Work If the Work is defective , or Contractor fails to s upply s ufficient skilled workers or s uitable materials or equipm ent, or fa ils to perform the Work in s uch a way that the completed Work will conform to the Contract Documents , City may order Contractor to stop the Work, or any portion thereof, until the cause for s uc h order has been eliminated; however, this right of City to stop the Work sha ll not giv e rise to a ny duty on the part of City to exe rc ise this ri g ht for the benefit of Contractor, any C ITY OF FORT WORTH STANDARDC0NSTRUCTI0N SPECIFICAT ION DOCUMENTS Revi sion &23/202 1 NORTHS IDE IV 24 -I NCH WAT ER TRANSM ISS ION MAJN PHAS E 1B City Project No. 102687 00 72 00-1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice , Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed , or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims , costs , additional testing, losses , and damages (including but not limited to all fees and charges of engineers , architects, attorneys , and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor s hall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period ohime as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.1 O.A is found to be defective , Contractor shall promptly, without cost to City and in accordance with City 's written instructions: 1. repair suc h defective land or areas ; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City , remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emerge ncy where delay would cause ser iou s risk of loss or damage , City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims , costs , losses , and damages (including but not limited to all fees and charges of engineers, architects , attorneys , and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C ITY OF FORT WORTH STANDARD C0NSTRUCTI0N SPECIF ICAT IO N DOCUMENTS Revision: 8/23/202 1 NORTHS I DE IV 24-I NCH WATER TRANSMISS ION MAIN PH ASE 18 C ity Proj ec t No. I 02687 00 72 00 -1 GENERAL CO NDI TIONS Page 5 1 of63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required . Contractor may dispute this requirement by filing a Contract Claim , pursuant to Paragraph 10.06 . E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for , or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it , City may do so. Contractor shall pay all claims , costs , losses , and damages (including but not limited to all fees and charges of engineers , architects , attorneys , and other professionals and all court or other dispute resolution costs) attributable to City 's evaluation of and determination to accep: such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance , a Change Order will be issued incorporating the necessary revision s in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price , reflecting the diminished value of Work so accepted. 13.09 C ity May Corre ct D ef ective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06 .A , or if Contractor fails to perform the Work in accordance with the Contract Documents , or if Contractor fails to comply with any other provision of the Contract Documents , City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with s uch corrective or remedial action, City may exclude Contractor from all or part of the Site , take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City , City 's representatives , agents , consultants , employees , and City 's other contractors , access to the Site to enable City to e xercise the rights and remedies under this Paragraph. C . All claims, costs, lo s ses , and damages (includin g but not limited to all fee s and cha rges of engineers , architects, attorne ys, and other professionals and all court or other dispute resolution C ITY OF FORT WO RTH STAN DAR D C0NSTRUCTI0N SPECIF ICAT ION DOCUMENTS Rev is io n: 8/23/202 1 NO RTHS ID E IV 24 -I NC H WATE R TRANSMJSS ION MA IN PHASE I B City Project No. I 02687 007200-1 GENERAL COND ITI ONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be iss ued incorporating the necessaryrevisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor sha ll not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of C ity's rights and remedies under this Paragraph 13 .09. ARTICLE 14-PAYMENTSTOCONTRACTORAND COMPLETION 14.01 ScheduleofValues T he Schedu le of Values for lump s um contracts established as provided in Paragraph 2 .07 will serve as the basis for progres s payments and will be incorporated into a form of Application for Payment acceptable to City . Progres s payments on account of Unit Price Work will be based on the numbe r of units completed. 14.02 Progress Payments A. Applications for Payments: I. Contractor is respons ibl e for providing all information as required to become a vendor of the City . 2. At lea st 20 days before the date esta blish e d in the Genera l Requirements for each progress payment, Contractor shall s ubmit to City for review an Application for Payment filled out and s igned by Contractor covering the Work completed as of the date of the Application and accompanied by such s upporting documentation as is required by the Contract Documents . 3. lf payment is requested on the basis of materials and equipment not incorporated in the Work but deliv e red and suitably sto red at the Site or at another location agreed to in writing, the Application for Payment sha ll also be accompanied by a bill of sale , invoic e, or other documentation warranting that City ha s received the materials and equipment free and clear of all Liens and ev iden ce that the mater ials and eq uipment are covered by appropriate in s urance or other arrangements to protect City 's interest therein , all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor statin g that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of reta ina ge with respect to progress payments will be as described in subsection C. unl ess otherwise stipu lated in the Contr act Documents. C ITY OF FORT WORTH ST AND ARD CONSTRUCT 10 SPEC IF ICA TIO N DOCUM ENTS Revis ion: &23/.202 1 NORT HSID E IV 24-INC H WATER TRANS MI SS ION MA IN PHAS E 1B C ity Proje ct No . I 02687 B. Review of Applications: 00 72 00 -1 GENERAL CO NDITIONS Page 53 o f 63 I. City will , after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City 's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City 's review of the Application for Payment and the accompanying data and schedules, that to the best of City 's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance , the results of any subsequent tests called for in the Contract Documents , a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive , extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents ; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor; or c . Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests , and revise or revoke any such payment previously made , to such extent as may be necessary to protect City from los s because: a . the Work is defective or completed Work has been damaged by the Contractor or s ubcontractors requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. th e Contract Price has been reduced by Change Orders ; d. City has be en required to correct defective Work or complete Work in accordance with Paragraph 13.09 ; or C ITY OF FORT WORTH STANDARDCONSTRUCTION SPEC IFICAT ION DOCUMENTS Rev i si on: &'23/202 1 NORT HSID E lV 24-fNCH WATER TRANS MI SS ION MA IN PH ASE IB City Proj ect No. I 02687 00 72 00-I GENERAL COND ITIO NS e. City has actual kno w ledge of the occurrence of any of the events enumerated in Paragraph 15 .02.A. C. Retainage: Page 54 of 63 I. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents , the sum per day specified in the Agreement will be assessed against the monies due the Contractor, not as a penalty, but as damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents . F. Reduction in Payment: 1. City may refuse to make payment of the amount reque ste d because: a. Liens have been fil e d in connection with th e Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitLing City to a set-off against the amount recommended ; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02 .B.4.a through 14.02.B.4.e or Paragraph 15.02 .A. 2. If City refuses to make payment of the amount reque ste d , City will give Contractor written notic e stating the reasons for s uch action and pay Contractor any amount remaining after deduction of the amount so withheld. City s hall pay Contractor the amount so withheld , or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for s uch action. 14.03 Contractor's Warranty of Title Contractor warrants and g uarantees that title to all Work, materia ls, and equipment covered by any Applicatio n for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARDC0NSTRUCTI0N SPEC IFI CA TIO N DO CUMENTS Re vis ion : &'23/202 1 NOR THS ID E JV 24-IN CH WATER TRANSMlSS JO N MA IN PHASE I B C ity Proj ec t No . I 02687 14.04 Partial Utilization 00 72 00 -1 GENERAL CONDITIONS Page 55 of 6 3 A. Prior to Final Acceptance of all the Work, City may use or occupy any part of the Work which has specifically been identified in the Contract Documents , or which City determines constitutes a separately functioning and usable part of the Work that can be used for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: I . Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2 . Within a reasonable time after notification as enumerated in Paragraph 14.05 .A. l , City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization wiU not constitute Final Acceptance by City. 14.05 Final In spection A. Upon written notice from Contractor that the entire Work 1s Substantially Complete m accordance with the Contract Documents: 1. Within 10 days, City will sc hedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this in spection reveals that the Work is incomplete or defective ("Punch List Items"). Contractor shall immediately take such measures as a re necessary to complete suc h Work or remedy such deficiencies. B. No time charge will be made against the Contractor between sa id date of notification to the City of Substantial Completion and the date of Final In s pection. I. Shou ld the City determine that the Work is not ready for Final Inspection , City will notify the Contractor in writing of the reasons and Contract Time will resume. 2. Should the City concur that Substantial Completion has been achieved with the exception of any Punch List Items, Contract Time will resume for the duration it takes for Contractor to achieve Final Acceptance. 14.06 Final Acceptance Upon completion by Contractor to City 's satisfaction, of any additional Work identified in the Final Inspection , City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDAR D CONSTRUCT ION SPECIF ICAT ION DOCUMENTS Revision : &'23/202 1 NORTHS ID E IV 24-INCH WATER TRANS MI SS IO N MAIN PHASE 1B City Proj ect No . I 02687 14.07 Final Payment A. Application/or Payment: 00 72 00-1 GENERAL CONDITIONS Page 56 of 63 I. Upon Final Acceptance , and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied ( except as previously delivered) by : a. all documentation called for in the Contract Documents , including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d . affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of alJ Lien rights arising out of or Liens filed in connection with the Work. B. Payment Be comes Due: 1. After City 's acceptance of the Application for Payment and accompanying documentation , requested by Contractor, less previous payments made and any sum City is entitled , including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved : a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution . 3 . The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14 .08 Final Comple tion D e laye d and Partial Re tainage Re le as e A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without termin a ting the Contract, make pay me nt of the balance due for that portion of the Work full y c omplete d and accepted. If the remaining balance to be held by City for Work not full y comple ted or corrected is less than the retainage stipulated in Paragraph I 4.02.C , and if bonds have be en furni s hed as required in Parag raph 5.02, the written cons ent of the s ur e ty to the payme nt of the ba lance due for that CIT Y OF FORT WORTH STANDARDC0NSTRUCT I0N SPECIF ICATION DOCUMENTS Rev ision : &'23/202 1 NORTHS ID E IV 24-rNCH WATER TRANSM ISS ION MA IN PHASE 18 C ity Proj ec t No. I 02687 00 72 00 -1 GENERAL CONDIT IONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Reta inage Relea se. For a Contract that provides for a separate vegetative establishment and maintenance , and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations , the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release , all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained . 14 .09 Waiver of Claims The acceptance of final pa yment will constitute a release of the City from all cla ims or liabilities under the Contract fo r anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 -SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause , C ity may s uspen d the Work or any portion th ereof by written notice to Contractor and which may fIX the date on which Work will be resumed. Contractor shall resume th e Work on the date so fIXed. During temporary suspension of the Work covered by these Contract Do c uments , for any rea so n, the City w ill make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyo nd the control of and without the fault or negligence of the Co ntractor, and should it be determin ed by mutu a l consent of the Co ntractor and City th at a so lution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an exte nsion in Co ntract Time , directly attributable to any such suspension. C . If it should become necessary to s uspe nd th e Work for an indefinit e period , the Co ntractor shall store all mater ials in such a ma nn er that they will not obstruct or impede th e public unn ecessa rily nor become damage d in a ny way, and he s hall take every precaution to prevent dama ge or deterioration of the work performed ; he shall provide suitable draina ge about the work , and erect temporary st ructures where necessary. D. Contractor may be re imbur se d for the cost of movin g his equipment off the job and returning th e neces sary equipment to the job when it is determine d by the City that construction may be resumed . Such reimbursement s ha ll be ba se d on actual cost to the Contractor of movi ng the eq uipm e nt and no profit will be a llowed. Reimbursement may not be allowed if the e quipm e nt is mo ve d to another construction proj ect for the C ity. C IT Y OF FO RT WORTH STANDARD CONS TR UC TI 0N SPEC IFI CAT ION DOC UM EN T S Re vision: &!23/202 1 NO RTH SID E IV 24 -I NC H WATER TRANS MIS SION MA IN PH ASE 1B City Proj ec t No . I 026 87 15 .02 City May TerminateforCause 00 72 00-1 GENERAL COND IT IONS Pag e 58 of 63 A. The occurrence of any one or more of the foUowing events by way of example, but not of limitation, may justify termination for cause: 1. Contractor 's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to , failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-201 lestablished under ParagraJfi 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction ; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents ; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature , the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become in solvent or bankrupt, or otherwise financiaUy unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. Ifone or more of th e events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Sur ety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shaU be he ld not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to aUow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formaUy terminate the Contractor's right to complete the Contract. Contractor default shaU not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2 . If Contractor's services are terminated, Surety s hall be obligated to take over and perform the Work. If Surety does not commence performance thereof w ithin 15 consecutive calendar days after date of a n ad ditional written notic e demanding S ur ety's performance of its CITY OF FORT WORTH STANDARDC0NSTRUCTI0N SPEC IFI CATION DOCUMENTS Revision: 8-23/2021 NORTHSIDE lV 24-INCH WATER TRANSM I SS ION MAIN PHASE I B City Project No . I 02687 00 72 00 -1 GENERAL CO NDITIONS Page 59 of 63 obligations , then City , without process or action at law, may take over any portion of the Work and complete it as described below. a . If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished . If the unpaid balance of the Contract Price exceed<; all claims , costs , losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims , costs , losses and damages exceed such unpaid balance , Contractor shall pay the difference to City. Such claims, costs , losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4 . Neither City , nor any of its respective consultants , agents , officers , directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law . C. Notwithstanding Paragraphs 15.02.B , Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City , the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02 , the termination procedures of that bond shall not supersede the provisions of this Article. C IT Y OF FO RT WOR TH STA N DARDC0NSTRUC TI 0N SPEC IF ICA TI ON DOCUMENTS Revi s ion: 8/23/202 1 NORTH SID E IV 24 -I NC H WA TER TRANSM ISS ION MA IN PH ASE I B C ity Proj ect No . I 026 87 15.03 City May Terminate For Convenience 00 72 00 -1 GENERAL CO NDITIONS Page 60 of 63 A. City may , without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively preswned and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim , demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination , and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials , services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated ; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination ; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any , directed by the City: a. the fabricated or unfabricated parts , Work in progress , completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed , or partially completed plans , drawings , information and other property which , if the Contract had been completed , would have been required to be furnished to the City. 5. complete performance of s uch Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination , the Contractor may submit to the City a list , certified as to quantity and quality, of any or all items of termination inventory not previously dispos e d of, exclusive of items th e disposition of which has been directed or a uthorized by C ity. C ITY OF FORT WOR TH ST ANDARDC0NSTRUCTI0 N SPEC IFI CATIO N DOC UM ENTS Revi s ion : &'23/202 1 ORTl-!S I D E I V 24 -I NC l-l WATER TRANSM I SS ION MAIN PH ASE I B C ity Proj ect No. 102687 00 72 00 -1 GENERAL CO NDIT IO NS Pag e 6 1 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case , Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable swns for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor , materials , or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses ; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine , on the ba s is of information available to it , the amount, if any, due to the Contractor by reason of the termination and s hall pay to the Contractor the amounts determined. Contractor s hall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16-DISPUTE RESOLUTION 16.01 Methods and Procedures A. E ither City or Contractor may reque s t mediation of any Contract Claim submitted for a decis ion under Paragraph 10.06 before such decision becomes final and binding . The request for mediation shall be s ubmitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor s hall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by med ia tion , City 's action under Paragraph 10.06.C or a denial pursuant to Paragraphs I 0.06.C .3 or 10.06.D shall become final and binding 30 days after termination of the mediation unle ss, within that time period, City or Contractor: C ITY OF FORT WORTH STAN DARDC0NS TRUC TI0 N SPECIFICATI ON DOCUMENTS Revi sion : &'23/202 1 NO RT HSID E IV 24 -INCH WAT ER TRANS MI SS IO N MAIN PH ASE 1B City Project No . I 02687 00 72 00-I GENERAL CONDITIONS Page 62 of 63 1. elects in wntmg to invoke any other dispute resolution process provided for m the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 -MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation ofTimes When any period of time is referred to in the Contract Documents by days , it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and reme d ies available hereunder to the parties hereto are in addition to , and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations , by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty , obligation, right , and remedy to which they apply. CITY OF FORT WORTH ST AN DARD C0NST RUCT I0 N SPEC IFICA TI ON DOCUMENTS Rev is ion: &23/202 1 NO RT HSID E IV 24 -I NC H WATER TRA NSM ISS ION MAIN PH ASE 1B City Project No. 102687 17.04 Surviva l of Obligations 00 72 00-1 GENERAL COND ITI ONS Page 63 of 63 AU representations , indemnifications , warranties , and guarantees made in , required by , or given in accordance with the Contract Documents , as well as all continuing obligations indicated in the Contract Documents , will survive fmal payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of the se General Conditions. C ITY OF FORT WORTH STANDARDC0NSTRUCTI0N SPECIF ICAT IO N DOCUM ENTS Rev ision : 8/23/2021 NORTHSIDE IV 24-fNCH WATER TRA.NSMJSS IO N MAIN PHA SE I B City Project No. I 02687 Supplementary Conditions SECTION 00 73 00 SUPPLEMENT ARY CONDITIONS TO GENERAL CONDITIONS 00 73 00 SUPPLEMENTARY CON DITIONS Page I of7 These Supplementary Conditions modify and supplement Section 00 72 00 -General Conditions, and other provisions of the Contract Documents as indicated below . All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein . Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents . SC-3.03B.2, "Resolving Discrepancies" Plans govern over Specifications. SC-4.0tA Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions , Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.0tA.1., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of September 19, 2022: Outstanding Right-Of-Way, and/or Easements to Be Acquired PARCEL OWNER NUMBER WE-1 JLM ofTampa TCE-1 JLM of Tampa TCE-2 JLM of Tampa WE-2 JLM of Tampa WE-1 Virk Firm WE-3 Virk Firm WE-4 E-Steel WE-5 E-Steel TCE-3 JLM of Tampa TARGET DATE OF POSSESSION June 2023 June 2023 June 2023 June 2023 October 2022 October 2022 June 2023 June 2023 June 2023 CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHASE 18 ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No . I 02687 Revised March 9, 2020 00 73 00 SUPPLEMENTARY CON DITIONS Page 2 of7 PARCEL OWNER TARGET DATE NUMBER OF POSSESSION WE-6 JLM of Tampa June 2023 TCE-4 JLM of Tampa June 2023 TCE-5 Lennar Homes June 2023 WE-7 Lennar Homes June 2023 TCE-6 Oncor April 2022 WE-8 Oncor April 2022 WE-9 Eagle Mountain-Saginaw ISD September 2022 TCE-7 Eagle Mountain-Saginaw ISD September 2022 WE-10 Chapel Hill November 2022 TCE-8 Chapel Hill November 2022 TCE-9 Eagle Mountain-Saginaw ISD September 2022 WE-11 Eagle Mountain-Saginaw ISD September 2022 TCE-10 Chapel Hill November 2022 WE-12 Chapel Hill November 2022 TCE-11 Chapel Hill November 2022 WE-13 Chapel Hill November 2022 TCE-12 Meritage Homes October 2023 WE-14 Meritage Homes October 2023 TCE-13 Chapel Hill November 2022 WE-15 Chapel Hill November 2022 WE-16 Pete & Jo Bonds July 2023 TCE-14 Pete & Jo Bonds July 2023 TCE-15 John M. Bond July 2023 WE-17 John M. Bond July 2023 TCE-16 John M. Bond July 2023 WE18 John M. Bond July 2023 The Contractor understands and agrees that the dates listed above are estimates only , are not guaranteed, and do not bind the City. rf Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. SC-4.01 A.2, "Availability of Lands" Utilities or obstructions to be removed, adjusted, and/or relocated The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of September 19 , 2022 EXPECTE D OWNER UTILITY AND LOCATION TARGET DATE OF ADJUSTMENT C ITY OF FORT WORTH NORTHSIDE IV 24-fNCH WAT ER TRANSMISSION MAIN PHASE IB ST AND ARD CONSTRUCTION SPEC IFICATION DOCUMENTS C ity Project No . I 02687 Revi se d March 9, 2020 EXPECTED OWNER AT&T UTILITY AND LOCATION New line at 26 ' depth approx. STA 54 +66 Existing line relocated to 26' depth ST A 82 + 70 Existin line relocated to 26' de th STA 106 +33 00 73 00 SUPPL EMENTARY CONDITIONS Page3of7 TARGET DATE OF ADJUSTMENT November 30 2022 The Contractor understands and agrees that the dates listed above are estimates only , are not guaranteed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: A Report No. 117-21-296 , dated March 2022 , prepared by CMJ Engineering, Inc. a sub-consultant of Halff Associates , Inc., a consultant of the City, providing additional information on general subsurface conditions. The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: SUE TEST HOLE #1 DATA SHEET JANUARY 2022 HALFF ASSOCIATES, INC. SUE TEST HOLE #2 DATA SHEET JANUARY 2022 HALFF ASSOCIATES, INC. SUE TEST HOLE #3 DATA SHEET JANUARY 2022 HALFF ASSOCIATES, INC. SUE TEST HOLE #4 DATA SHEET JANUARY 2022 HALFF ASSOCIATES, INC. SUE TEST HOLE #5 DATA SHEET JANUARY 2022 HALFF ASSOCIATES, INC. SUE TEST HOLE #6 DATA SHEET JANUARY 2022 HALFF ASSOCIATES, INC. SUE TEST HOLE #7 DATA SHEET JANUARY 2022 HALFF ASSOCIATES, INC. SUE TEST HOLE #8 DATA SHEET JANUARY 2022 HALFF ASSOCIATES, INC. SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: None SC-5.03A., "Certificates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors , agents and employees . (1) City (2) Consultant: None (3) Other: None SC-5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations : 5.04A. Workers' Compensation, under Paragraph GC-5 .04A. Statutory limits Employer's liability $100,000 each accident/occurrence CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMlSSION MAIN PHAS E I B STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS City Project No . 102687 Revised March 9 , 2020 $100,000 $500,000 Disease -each employee Disease -policy limit SC-5.04B., "Contractor's Insurance" 00 73 00 SUPPLEMENTARY C ONDITIONS Page 4 of7 5.04B. Commercial General Liability , under Paragraph GC-5 .048. Contractor's Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum limits of: $1 ,000 ,000 each occurrence $2 ,000 ,000 aggregate limit The policy must have an endorsement (Amendment -Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage 's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance . SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability , under Paragraph GC-5.04C . Contractor's Liability insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (I) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned . $1 ,000 ,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250 ,000 $500 ,000 $100,000 Bodily injury per person / Bodily injury per accident / Property Damage SC-5.04D., "Contractor's Insurance" The Contractor 's construction activities will require its employees, agents , subcontractors , equipment, and material deliveries to cross railroad properties and tracks None The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property . Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties . The Contractual Liability coverage required by Paragraph 5.040 of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a tenn that continues for so long as the Contractor 's operations and work cross, occupy, or touch railroad property: (I) General Aggregate : N I A (2) Each Occurrence : NI A CITY OF FORT WORT H NO RTHSIDE IV 24-INCH WATER TRANS MISSION MAIN PHASE 18 ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No . I 02687 Revise d March 9 , 2020 00 73 00 SUPPL EM ENT ARY CONDITIONS Page 5 of7 __ Required for this Contract __x_ Not required for this Contract With respect to the above outlined insurance requirements , the following shall govern: I. Where a single railroad company is involved , the Contractor shall provide one insurance policy in the name of the railroad company . However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required , each in the amount stated above. 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights-of-way , the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a railroad company 's right-of-way at a location entirely separate from the grade separation or at- grade crossing , insurance coverage for this work must be included in the policy covering the grade separation. 4 . If no grade separation is involved but other work is proposed on a railroad company 's right-of- way , all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work . The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any , is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way . Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-6.04., "Project Schedule" Project schedule shall be tier 3 for the project. SC-6.07., "Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes : CFW Horizontal Wage Rate Table A copy of the table is also available by accessing the City's website at: https://apps.fortworthtexas.gov/ProiectResources/ You can access the file by following the directory path: 02-Construction Documents/Specifications/Div00 -General Conditions SC-6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: CITY OF FORT WORTH GRADING PERMIT CITY OF FORT WORTH URBAN FORESTRY PERMIT CITY OF FORT WORTH ST AND ARD CONSTRUC TION SPEC IFICATION OOCUM ENTS Revised March 9 , 2020 NORTHSIDE IV 24-INCH WAT ER TRANSMlSSION MAIN PHAS E 18 City Project No. I 02687 00 73 00 SUPPL EMENT ARY CON DITIONS Page 6of 7 TCEQ SWPPP, NOi , CONSTRUCTION SITE NOTICE, AND NOT SC-6.09B. "City obtained permits and licenses" The following are known pennits and/or licenses required by the Contract to be acquired by the City: TARRANT COUNTY UTILITIES COMPANY PERMIT FEBRUARY 2022 ONCOR EASEMENT AND ROW MARCH 2022 ENERGY TRANSFER EMAIL AUTHORIZATION MARCH 2022 ENLINK LETTER OF NO OBJECTION MARCH 2022 COLT LETTER OF NO OBJECTION MARCH 2022 BARNETT EMAIL AUTHORIZATION MARCH 2022 ATMOS EMAIL AUTHORIZATION JULY 2022 SC-6.09C. "Outstanding permits and licenses" The following is a list of known outstanding pennits and/or licenses to be acquired, if any as of September 19, 2022: Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENS E AND LOCATION TARGET DATE OF POSSESSION NONE SC-7 .02., "Coordination" The individuals or entities listed below have contracts with the City for the perfonnance of other work at the Site : None Vendor Scope of Work Coordination Authority SC-8.01, "Communications to Contractor" None SC-9.01., "City's Project Manager" The City's Project Manager for this Contract is Suzanne Abbe , or his/her successor pursuant to written notification from the Director of Water Department SC-13.03C., "Tests and Inspections" None SC-16.0lC.1, "Methods and Procedures" None C ITY OF FORT WORTH NORTHS ID E IV 24 -fNCH WA T ER TRANSMlSS ION MAfN PHASE I B ST AND ARD CONSTR UCTIO N SPEC IFICATION DOCUM ENTS C ity Project No . I 02687 Revised March 9 , 2020 DATE NAME 1/22/2016 F. Griffin 3/9/2020 D.V. Magana END OF SECTION Revision Log 00 73 00 SUPPLEMENTARY CONDITIONS Page7of7 SUMMARY OF CHANGE SC-9 .01 ., "City's Project Representative " wording changed to City 's Project Manager. SC-6 .07 , Updated the link such that files can be accessed via the City's website . CITY OF FORT WORTH NO RTHSIDE IV 24 -I NCH WATER TRANSMISSION MAIN PHASE I B ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No . I 02687 Revised March 9, 2020 01 11 00 -1 SUMMARY OF WORK PART 1 -GENERAL 1.1 SUMMARY A. Section Includes : SECTION 0111 00 SUMMARY OF WORK Page 1 of3 1. Summary of Work to be performed in accordance with the Contract Documents B . Deviations from this City of Fort Worth Standard Specification 1. None . C. Related Specification Sections include, but are not necessarily limited to : 1. Division O -Bidding Requirements, Contract Forms, and Conditions of the Contract 2 . Division I -General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items . C . Use of Premises 1. Coordinate uses of premises under direction of the City . 2 . Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site . 3 . Use and occupy only portions of the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHASE 1B ST AND ARD CONSTRUCTION SPECIFICATION DOCUM ENT S City Project No. 102687 Revised December 20 , 2012 011100-2 SUMMARY OF WORK Page 2 of3 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division O as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2 . Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees , shrubbery, plants, lawns, fences, culverts , curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a . Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a . Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b . Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c . The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHAS E 1 B STANDARD CONSTRUCTION SP ECIFICATION DOCUMENTS City Project No . 102687 Revised December 20 , 2012 1.5 SUBMITT ALS [NOT USED] 01 I I 00 -3 SUMMARY OF WORK Page 3 of3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USEDI 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USEDI 1.12 WARRANTY [NOT USED] PART 2 -PRODUCTS [NOT USED] PART 3 -EXECUTION [NOT USED] END OF SECTION Re vis ion Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHASE 18 ST AND ARD CONSTR UCTION SPECIF ICA TJON DOCUMENTS City Proj ect No. I 02687 Revised December 20, 2012 01 25 00 -I SUBSTITUTION PROCEDURES PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: SECTION 01 25 00 SUBSTITUTION PROCEDURES Page I of4 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b . Name of vendor c. Trade name d . Catalog number 2 . Substitutions are not "or-equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division O -Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 -General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution -General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2 . Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or-equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or-equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, CITY OF FORT WORTH NORTHSIDE IV 24-INCH WAT ER TRANSMISSION MAIN PHASE IB ST AND ARD CONSTRUCTION SPECIFICATION DOCUM ENTS City Project No. I 02687 Revi sed July I , 2011 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a . After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation I) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b . For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2 . City reserves the right to require proposed product to comp ly with color and patt ern of specified product if necessary to secure design intent. 3 . In the event the substitution is approved , the resulting cost and/or time reductio n will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHASE 18 STANDARD CO NSTRUCTIO N SP ECIFICATION DOCUM ENTS Ci ty Project No. 102687 Revi sed July I , 20 I I 012500-3 SUBSTITUTION PROCEDURES Page 3 of4 4. No additional contract time will be given for substitution . 5 . Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the City's opinion, acceptance will require substantial revision of the original design d. In the City's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USEDI 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified , and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently anse 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 -PRODUCTS [NOT USED] PART 3 -EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH NORTHSIDE IV 24-INCH WAT ER TRANSMISSION MAIN PHAS E 18 ST AND ARD CONSTRUCTION SPECIFICATION DOC UM EN TS City Project No. I 02687 Revised July I , 2011 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: 01 25 00 -4 SUBSTITUTION PROCEDURES Page 4 of 4 TO: ___________________________________ _ PROJECT: ________________ DATE : ___________ _ We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: _____________________________ _ Reason for Substitution : _____________________________ _ Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design , including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D . Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are : ___ Equal ___ Better (explain on attachment) The undersigned states that the function , appearance and quality are equivalent or superior to the specified item . Submitted By: For Use by City Signature ____________ _ Recommended Recommended as noted Firm _____________ _ Not recommended __ Received late Address ____________ _ By _________________ _ Date ________________ _ Date ______________ _ Remarks _______________ _ Telephone ___________ _ For Use by City : ___ Approved ___ Rejected City______________ Date _______________ _ C ITY OF FORT WORTH NORTHSIDE IV 24-INCH WA TE R TRANSMISSION MAIN PHAS E 18 ST AND ARD CONSTRUCTION SP ECrF ICA TION DOC UM ENT S City Project No. I 0268 7 Revi sed July I, 2011 01 31 19 - I PRECONSTRUCTION MEETING PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: SECTION 01 31 19 PRECONSTRUCTION MEETING Page 1 of3 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0-Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 -General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded . a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a . The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHASE 1 B ST AND ARD CONSTRUCTION SPEClFICA TION DOCUMENTS City Project No . 102687 Revised August 17 , 2012 e. Other City representatives f. Others as appropriate 4 . Construction Schedule 013119 -2 PRECONSTRUCTION MEETING Page 2 o f 3 a . Prepare baseline construction schedule in accordance with Section O 1 32 16 and provide at Preconstruction Meeting. b . City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5 . Preliminary Agenda may include : a . Introduction of Project Personnel b. General Description of Project c . Status of right-of-way, utility clearances, easements or other pertinent permits d . Contractor's work plan and schedule e . Contract Time f . Notice to Proceed g . Construction Staking h. Progress Payments 1. Extra Work and Change Order Procedures J . Field Orders k. Disposal Site Letter for Waste Material I. Insurance Renewals m. Payroll Certification n . Material Certifications and Quality Control Testing o . Public Safety and Convenience p. Documentation of Pre-Construction Conditions q. Weekend Work Notification r. Legal Holidays s . Trench Safety Plans t. Confined Space Entry Standards u . Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x . Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc . Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg . M/WBE or MBE/SBE procedures hh . Final Acceptance ii . Final Payment jj. Questions or Comments C ITY OF FORT WORTH NORTHSIDE IV 24-INCH WAT ER TRANSMISSION MAIN PHAS E 18 STANDARD CONSTRU CTION SP EClF ICATIO N DOCUM ENTS City Project No. 102687 Revi sed August 17 , 2012 01 31 19 -3 PRECONSTRUC TION MEETING 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED) 1.7 CLOSEOUT SUBMITTALS [NOT USED) 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED) 1.9 QUALITY ASSURANCE [NOT USED) 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED) 1.11 FIELD [SITE] CONDITIONS [NOT USED) 1.12 WARRANTY [NOT USED) PART 2 -PRODUCTS [NOT USED] PART 3 -EXECUTION [NOT USED] END OF SECTION Revi sio n Log DAT E NAME SUMMARY OF CHANGE Page 3 of3 CITY OF FORT WORTH NO RTHSIDE rv 24-INCH WATER TRANSMISSION MAIN PHASE 18 ST AND ARD CONSTRUCT ION SPECIFICATION DOCUMENTS City Project No . 102687 Revised August 17, 2012 PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: SECTION 01 31 20 PROJECT MEETINGS 01 31 20 -1 PROJECT MEETINGS Page I of3 1. Provisions for project meetings throughout the construction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potential problems B. Deviations this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division O -Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 -General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Schedule, attend and administer as specified, periodic progress meetings, and specially called meetings throughout progress of the Work. 2 . Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meetings administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. 4. Meetings, in addition to those specified in this Section, may be held when requested by the City, Engineer or Contractor. B. Pre-Construction Neighborhood Meeting 1. After the execution of the Agreement, but before construction is allowed to begin, attend 1 Public Meeting with affected residents to: a . Present projected schedule, including construction start date b. Answer any construction related questions 2 . Meeting Location a . Location of meeting to be determined by the City. 3. Attendees CITY OF FORT WORTH NORTH SID E IV 24-INCH WATER TRANSMISSION MAIN PHAS E 18 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C ity Project No. 102687 Rev ised July I , 2011 a. Contractor b . Project Representative c. Other City representatives 4. Meeting Schedule 01 31 20 -2 PROJEC T MEET IN GS Page 2 of 3 a . In general, the neighborhood meeting will occur within the 2 weeks following the pre-construction conference. b . In no case will construction be allowed to begin until this meeting is held. C. Progress Meetings I . Formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representative. 2 . Additional progress meetings to discuss specific topics will be conducted on an as- needed basis. Such additional meetings shall include , but not be limited to: a . Coordinating shutdowns b . Installation of piping and equipment c . Coordination between other construction projects d . Resolution of construction issues e . Equipment approval 3 . The Project Representative will preside at progress meetings , prepare the notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting . 4 . Attendance shall include : a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may de s ire to invite or the City may request d. Engineer's representatives e . City 's representatives f. Others, as requested by the Project Representative 5 . Preliminary Agenda may include: a . Review of Work progress since previous meeting b. Field observations , problems , conflicts c. Items which impede construction schedule d . Review of off-site fabrication , delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts f. Corrective measures and procedures to regain projected schedule g . Revisions to construction schedule h. Progress , schedule , during succeeding Work period 1. Coordination of schedules J. Review submittal schedules k. Maintenance of quality standards I. Pending changes and substitutions m. Review proposed changes for : 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request C ITY O F FORT WORT H NORTHSID E IV 24-IN C H WATER TRANSM ISSIO N MAIN PH ASE I B ST AND ARD CONSTRUCTION SPEC IFIC AT IO N DO CUMENTS City Proj ec t No . 102687 Rev ised Jul y 1, 201 1 p. Review status of Requests for Information 6. Meeting Schedule 01 31 20 -3 PROJECT MEETrNGS Page 3 of3 a. Progress meetings will be held periodically as determined by the Project Representative. 1) Additional meetings may be held at the request of the : a) City b) Engineer c) Contractor 7 . Meeting Location a. The City will establish a meeting location . l) To the extent practicable, meetings will be held at the Site. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITT ALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 -PRODUCTS [NOT USED] PART 3 -EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH NORTHSIDE JV 24-rNCH WA TER TRANSMISSION MAIN PHASE 1 B ST AND ARD CONSTRUCTION SPECIFlCA TION DOC UMENTS City Project No. 10268 7 Revised July I , 2011 01 32 16 -I CONSTRUCTION PROGRESS SCHEDULE Page I of 10 1 SECTION 01 32 16 2 CONSTRUCTION SCHEDULE 3 PART 1 -GENERAL 4 1.1 SUMMARY 5 A Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None . 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 -Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 -General Requirements 15 D . Purpose 16 The City of Fort Worth (City) is committed to delivering quality , cost-effective 17 infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a 18 properly structured schedule with accurate updates . This supports effective monitoring 19 of progress and is input to critical decision making by the project manager throughout 20 the life of the project. Data from the updated project schedule is utilized in status 21 reporting to various levels of the City organization and the citizenry. 22 23 This Document complements the City's Standard Agreement to guide the construction 24 contractor (Contractor) in preparing and submitting acceptable schedules for use by the 25 City in project delivery . The expectation is the performance of the work follows the 26 accepted schedule and adhere to the contractual timeline. 27 28 The Contractor will designate a qualified representative (Project Scheduler) responsibb 29 for developing and updating the schedule and preparing status reporting as required by 30 the City. 31 1.2 PRICE AND PAYMENT PROCEDURES 32 A Measurement and Payment 33 1. Work associated with this Item is considered subsidiary to the various items bid . 34 No separate payment will be allowed for this Item. 35 2. Non-compliance with this specification is grounds for City to withhold payment of 36 the Contractor's invoices until Contractor achieves said compliance . 37 1.3 REFERENCES 38 A Project Schedules CITY OF FORT WORTH NORTHSIDEIV24-INCH WATER TRANSMlSSIONMAINPHASE 18 STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS City Project No. 102687 Revi sed August 13 , 2021 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 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 B. 01 3216 -2 C ONS T R UC TION PROGRESS S CHEDULE P age 2 o f 10 Each project is represented by City 's master project schedule that encompasses the entire scope of activities envisioned by the City to properly deliver the work. When the City contracts with a Contractor to perform construction of the Work, th e Contractor will develop and maintain a schedule for their scope of work in alignment with the City's standard schedule requirements as defined herein . The data and information of each such schedule will be leveraged and become integral in the master project schedule as deemed appropriate by the City's Project Control Specialist and approved by the City's Project Manager. 1. Master Project Schedule The master project schedule is a holistic representation of the scheduled activities and milestones for the total project and be Critical Path Method (CPM) based. The City 's Project Manager is accountable for oversight of the development and maintaining a master project schedule for each project. When the City contracts for the design and/or construction of the project, the master project schedule will incorporate elements of the Design and Construction schedules as deemed appropriate by the City 's Project Control Specialist. The assigned City Project Control Specialist creates and maintains the master project schedule in P6 (City 's scheduling software). 2 . Construction Schedule The Contractor is responsible for de v eloping and maintaining a schedule for the scope of the Contractor 's contractual requirements. The Contractor will issue an initial schedule for review and acceptance by the City's Project Control Specialist and the City 's Project Manager as a baseline schedule for Contractor 's scope of work. Contractor will issue current, accurate updates of their schedule (Progres s Schedule) to the City at the end of each month throughout the life of their work. Schedule Tiers The City has a portfolio of projects that vary widely in size , complexity and content requiring different scheduling to effectively deliver each project. The City uses a "tiered" approach to align the proper schedule with the criteria for each project. The City's Project Manager determines the appropriate schedule tier for each project, and includes that designation and the associated requirements in the Contractor 's scope of work. The following is a summary of the "tiers". 1. Tier 1: Small Size and Short Duration Project ( design not required) The City develops and maintains a Master Project Schedule for the project. No schedule submittal is required from Contractor. City 's Project Control Specialist acquires any necessary schedule status data or information through discussions with the r espective party on an as-needed basis. 2 . Tier 2 : Small Size and Short to Medium Duration Project The City develops and maintains a Master Project Schedule for the project. The Contractor identifies "start" and "fmish " milestone dates on key elements of their work as agreed with the City 's Project Manager at the kickoff of their work effort. The Contractor issues to the City , updates to the "start" and "fmish " dates for such milestones at the end of each month throughout the life of their work on the project. 3 . Tier 3 : Medium and Large Size and/or Complex Projects Regardless of Duration C IT Y OF FORT WORT H NORTHS IDE N 24-INCH WATE R TRANSMISSION MAIN PHAS E 18 S T ANDARD C O NST R UCTION SP ECIF ICATION DOCUMENT S City Project N o . 1026 87 Rev is ed August 13, 2021 013216-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 10 The City develops and maintains a Master Project Schedule for the project. The 2 Contractor develops a Baseline Schedule and maintains the schedule of their 3 respective scope of work on the project at a level of detail (generally Level 3) and in 4 alignment with the WBS structure in Section 1.4.H as agreed by the Project 5 Manager. The Contractor issues to the City , updates of their respective schedule 6 (Progress Schedule) at the end of each month throughout the life of their work on the 7 project. 8 C. Schedule Types 9 Project delivery for the City utilizes two types of schedules as noted below. The City 10 develops and maintains a Master Project Schedule as a "baseline" schedule and issue 11 monthly updates to the City Project Manager ( end of each month) as a "progress" 12 schedule. The Contractor prepares and submits each schedule type to fulfill their 13 contractual requirements. 14 15 1. Baseline Schedule 16 The Contractor develops and submits to the City, an initial schedule for their scope 17 of work in alignment with this specification . Once reviewed and accepted by the 18 City, it becomes the "Baseline" schedule and is the basis against which all progress 19 is measured. The baseline schedule will be updated when there is a change or 20 addition to the scope of work impacting the duration of the work, and only after 21 receipt of a duly authorized change order issued by the City. In the event progress i<; 22 significantly behind schedule, the City's Project Manager may authorize an update 23 to the baseline schedule to facilitate a more practical evaluation of progress . An 24 example of a Baseline Schedule is provided in Specification 013216.1 25 Construction Project Schedule Baseline Example. 26 27 2. Progress Schedule 28 The Contractor updates their schedule at the end of each month to represent the 29 progress achieved in the work which includes any impact from authorized changes 30 in the work. The updated schedule must accurately reflect the current status of the 31 work at that point in time and is referred to as the "Progress Schedule". The City's 32 Project Manager and Project Control Specialist reviews and accepts each progress 33 schedule. In the event a progress schedule is deemed not acceptable, the 34 unacceptable issues are identified by the City within 5 working days and the 35 Contractor must provide an acceptable progress schedule within 5 working days 36 after receipt of non-acceptance notification . An example of a Progress Schedule is 37 provided in Specification O 1 32 16.2 Construction Project Schedule Progress 38 Example. 39 D. City Standard Schedule requirements 40 The following is an overview of the methodology for developing and maintaining a 41 schedule for delivery of a project. CITY OF FORT WORTH NORTHSIDE IV24-INCHWATER TRANSMISSION MAIN PHASE 18 STANDARD CONSTRUCTION SP ECIFI C ATION DOCUM ENTS City Project No. 102687 R evised August 13 , 2021 2 3 4 5 6 7 8 9 10 11 01 32 16 -4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 10 1. Schedule Framework -The schedule will be based on the defined scope of work and follow the (Critical Path Methodology) CPM method. The Contractor's schedule will align with the requirements of this specification and will be cost loaded to reflect their plan for execution. Compliance with cost loading can be provided with traditional cost loading of line items OR a projected cost per month for the project when the initial schedule is submitted, updated on a quarterly basis is significant change is anticipated Overall schedule duration will align with the contractual requirements for the respective scope of work and be reflected in City's Master Project Schedule . The Project Number and Name of the Project is required on each schedule and must match the City's project data. 12 E. Schedule File Name 13 All schedules submitted to the City for a project will have a file name that begins with 14 the City's project number followed by the name of the project followed by baseline (if 15 a baseline schedule) or the year and month (if a progress schedule), as shown below. 16 17 18 19 20 21 22 23 24 25 26 27 28 • Baseline Schedule File Name Format: Example: City Project Number _Project Name_ Baseline 101376_North Montgomery Street HMAC_Baseline • Progress Schedule File Name Format: City Project Number_Project Name_ YYYY-MM Example: 101376_North Montgomery Street HMAC_2018_01 • Project Schedule Progress Narrative File Name Format: City ProjectNumber_ProjectName_PN_YYYY-MM Example: 101376_N orth Montgomery Street HMAC_PN_2018_01 29 F. Schedule Templates 30 The Contractor will utilize the relevant sections from the City's templates provided in 31 the City's document management system as the basis for creating their respective 32 project schedule . Specifically , the Contractor 's schedule will align with the layout of 33 the Construction section. The templates are identified by type of project as noted 34 below . 35 • Arterials 36 • Aviation 37 • Neighborhood Streets 38 • Sidewalks (later) 39 • Quiet Zones (later) 40 • Street Lights (later) 41 • Intersection Improvements (later) 42 • Parks 43 • Storm water 44 45 46 47 • Street Maintenance • Traffic • Water 48 G. Schedule Calendar C ITY OF FORT WORTH NO RTHSIDE N 24-INCH WATER TRANSMlSSJON MAIN PHASE 18 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Proj ec t No. 102687 Revi sed August 13, 2021 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 10 The City's standard calendar for schedule development purposes is based on a 5-day 2 workweek and accounts for the City's eight standard holidays (New Years, Martin 3 Luther King, Memorial, Independence, Labor, Thanksgiving, day after Thanksgiving, 4 Christmas). The Contractor will establish a schedule calendar as part of the schedule 5 development process and provide to the Project Control Specialist as part of the basis 6 for their schedule. Variations between the City's calendar and the Contractor's 7 calendar must be resolved prior to the City's acceptance of their Baseline project 8 schedule. 9 10 H WBS & Milestone Standards for Schedule Development 11 The scope of work to be accomplished by the Contractor is represented in the schedule 12 in the form of a Work Breakdown Structure (WBS). The WBS is the basis for the 13 development of the schedule activities and shall be imbedded and depicted in the 14 schedule. 15 16 The following is a summary of the standards to be followed in preparing and 17 maintaining a schedule for project delivery. 18 19 1. Contractor is required to utilize the City's WBS structure and respective 20 project type template for "Construction" as shown in Section 1.4.H below. 21 Additional activities may be added to Levels 1 -4 to accommodate the needs 22 of the organization executing the work. Specifically the Contractor will add 23 activities under WBS XXXXXX .80.83 "Construction Execution" that 24 delineates the activities associated with the various components of the work. 25 26 27 28 29 30 2 . Contractor is required to adhere to the City's Standard Milestones as shown in Section 1.4.I below. Contractor will include additional milestones representing intermediate deliverables as required to accurately reflect their scope of work. 31 I. Schedule Activities 32 Activities are the discrete elements of work that make up the schedule. They will be 33 organized under the umbrella of the WBS . Activity descriptions should adequately 34 describe the activity, and in some cases the extent of the activity. All activities are 35 logically tied with a predecessor and a successor. The only exception to this rule is for 36 "project start" and "project finish" milestones. 37 38 39 40 41 42 43 The activity duration is based on the physical amount of work to be performed for the stated activity, with a maximum duration of 20 working days OR a continuous activity in one location. If the work for any one activity exceeds 20 days, break that activity down incrementally to achieve this duration constraint. Any exception to this requires review and acceptance by the City's Project Control Specialist. 44 J . Change Orders 45 When a Change Order is issued by the City, the impact is incorporated into the 46 previously accepted baseline schedule as an update, to clearly show impact to the 47 project timeline. The Contractor submits this updated baseline schedule to the City for CITY OF FORT WORTH NORTHSIDEIV24-INCHWATER TRANSl'vflSSIONMAINPHASE 1B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102687 Revised August 13 , 2021 0132 16-6 CONSTRUC TION PROGR ESS SC HED UL E Page 6 of 10 2 3 4 5 6 7 8 review and acceptance as described in Section 1.5 below. Updated baseline schedules adhere to the following: 9 10 1. Time extensions associated with approved contract modifications are limited to the actual amount of time the project activities are anticipated to be delayed, unless otherwise approved by the Program Manager. 2 . The re-baselined schedule is submitted by the Contractor within ten workdays after the date of receipt of the approved Change Order. 11 3. The changes in logic or durations approv ed by the City are used to analyze the impact 12 of the change and is included in the Change Order. The coding for a new activity(s) 13 added to the schedule for the Change Order includes the Change Order number in the 14 Activity ID . Use as many activities as needed to accurately show the work of the 15 Change Order. Revisions to the baseline schedule are not effective until accepted by 16 the City . 17 K City 's Work Breakdown Structure 18 19 WBS Code WBS Name 20 XXXXXX Project Name 21 :XXXXXX.30 Design 22 XXXXXX .30 .10 Design Contractor Agreement 23 XXXXXX .30 .20 Conceptual Design (30 %) 24 XXXXXX.30.30 Preliminary Design (60 %) 25 XXXXXX.30.40 Final Design 26 XXXXXX.30 .50 Environmental 27 XXXXXX .30 .60 Permits 28 XXXXXX.30 .60.10 Permits -Identification 29 XXXXXX .30 .60 .20 Permits -Review /Approve 30 XXXXXX.40 ROW & Easements 31 XXXXXX.40 .10 ROW Negotiations 32 XXXXXX.40 .20 Condemnation 33 XXXXXX. 70 Utility Relocation 34 XXXXXX . 70.10 Utility Relocation Co-ordination 35 XXXXXX.80 Construction 36 XXXXXX.80 .81 Bid and Award 37 XXXXXX.80 .83 Construction Execution 38 XXXXXX .80 .85 Inspection 39 XXXXXX.80 .86 Landscaping 40 XXXXXX.90 Closeout 41 XXXXXX .90 .10 Construction Contract Close-out 42 XXXXXX .90.40 Design Contract Closure 43 L. City 's Standard Milestones 44 The following milestone activities (i.e ., important event s on a project that mark critical 45 points in time) are of particular interest to the City and must be reflected in the project 46 schedule for all phases of work. 47 CIT Y OF FORT WORTH NO RTHS ID E IV 24-INCH WA TER TRANSMI SSION MAIN PHASE 18 STANDARD C ONSTR UCTION SP EC IFI CATION DOC UMENTS C ity Proj ect No . 102687 Rev ised August 13 , 202 1 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 35 36 37 38 013216-7 CONSTRUCTIONPROGRESSSCHEDULE Activity ID Activity Name Design 3020 3040 3100 Award Design Agreement Issue Notice to Proceed -Design Engineer Design Kick-off Meeting Page 7 of 10 3120 Submit Conceptual Plans to Utilities, ROW, Traffic , Parks, Storm Water, 3150 3160 3170 3220 3250 3310 Water & Sewer Peer Review Meeting/Design Review meeting (technical) Conduct Design Public Meeting #1 (required) Conceptual Design Complete Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer Conduct Design Public Meeting #2 (required) 3260 Preliminary Design Complete Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3330 Conduct Design Public Meeting #3 (if required) 3360 Final Design Complete ROW & F.asements 4000 Right of Way Start 4230 Right of Way Complete Utility Relocation 7000 Utilities Start 7120 Utilities Cleared/Complete Construction Bid and Award 8110 Start Advertisement 8150 Conduct Bid Opening 8240 Award Construction Contract Construction Execution 8330 Conduct Construction Public Meeting #4 Pre-Construction 8350 Construction Start 8370 Substantial Completion 8540 Construction Completion 9130 Notice of Completion/Green Sheet 9150 Construction Contract Closed 9420 Design Contract Closed 39 1.4 SUBMITIALS 40 A Schedule Submittal & Review 41 The City's Project Manager is responsible for reviews and acceptance of the Contractor's 42 schedule. The City's Project Control Specialist is responsible for ensuring alignment of 43 the Contractor's baseline and progress schedules with the Master Project Schedule as 44 support to the City's Project Manager . The City reviews and accepts or rejects the 45 schedule within ten workdays of Contractor's submittal. 46 CITY OF FORT WORTH NORTHSIDEIV24-INCHWATER TRANSMISSION MAIN PHASE 18 STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS City Project No. 102687 Revi sed August 13, 2021 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 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 1. Schedule Format 0 I 32 16 -8 C ONSTRUCTION PROGRESS SCHEDULE Page 8 of 10 The Contractor will submit each schedule in two electronic forms, one in native file format (.xer, .xml, .mpx) and the second in a pd/format, in the City's document management system in the location dedicated for this purpose and identified by the Project Manager. In the event the Contractor does not use Primavera P6 or MS Project for scheduling purposes , the schedule information must be submitted in .xis or .xlsx format in compliance with the sample layout (See Specification 01 32 16 .1 Construction Project Schedule Baseline Example), including activity predecessors, successors and total float. 2 . Initial & Baseline Schedule The Contractor will develop their schedule for their scope of work and submit their initial schedule in electronic form (in the file formats noted above), in the City's document management system in the location dedicated for this purpose at least 5 working days prior to Pre Construction Meeting. The City's Project Manager and Project Control Specialist review this initial schedule to determine alignment with the City 's Master Project Schedule, including format & WBS structure. Following the City's review , feedback is provided to the Contractor for their use in finalizing their initial schedule and issuing ( within five workdays) their Baseline Schedule for final review and acceptance by the City . 3. Progress Schedule The Contractor will update and issue their project schedule (Progress Schedule) by the last day of each month throughout the life of their work on the project. The Progress Schedule is submitted in electronic form as noted above, in the City 's document management system in the location dedicated for this purpose . The City's Project Control team reviews each Progress Schedule for data and information that support the assessment of the update to the schedule. In the event data or information is missing or incomplete, the Project Controls Specialist communicates directly with the Contractor's scheduler for providing same. The Contractor re-submits the corrected Progress Schedule within 5 workdays , following the submittal process noted above . The City's Project Manager and Project Control Specialist review the Contractor 's progress schedule for acceptance and to monitor performance and progress . The following list of items are required to ensure proper status information is contained in the Progress Schedule. • Baseline Start date • Baseline Finish Date • "% Complete • Float • Activity Logic (dependencies) • Critical Path • Activities added or deleted • Expected Baseline Finish date • Variance to the Baseline Finish Date CITY OF FORT WORT H NORTHSID E fV 24-INCH WATER TRANSMJ SSION MAIN PHAS E 1B STANDARD CONSTRUCT IO N SP ECIFICATION DOCUMENTS City Proj ect No. 102687 Revi sed August 13, 2021 01 32 16 -9 CONSTRUCTION PROGRESS SCHEDULE Page 9 of 10 B. Monthly Construction Status Report 2 The Contractor submits a written status report (referred to as a progress narrative) at the 3 monthly progress meeting (if monthly meetings are held) or at the end of each month to 4 accompany the Progress Schedule submittal, using the standard format provided in 5 Specification 01 32 16 .3 Construction Project Schedule Progress Narrative. The content 6 of the Construction Project Schedule Progress Narrative should be concise and complete 7 to include only changes, delays, and anticipated problems . 8 9 C. Submittal Process 10 • Schedules and Monthly Construction Status Reports are submitted in in the City's 11 document management system in the location dedicated for this purpose. 12 13 14 • Once the project has been completed and Final Acceptance has been issued by the City, no further progress schedules or construction status reports are required from the Contractor. 15 1. 16 1.5 ACTION SUBMITIALS/INFORMA TIONAL SUBMITIALS [NOT USED] 17 1.6 CLOSEOUT SUBMITIALS [NOT USED] 18 1.7 MAINfENANCE MATERIAL SUBMITIALS [NOT USED] 19 1.8 QUALI1Y ASSURANCE 20 A The person preparing and revising the construction Progress Schedule shall be 21 experienced in the preparation of schedules of similar complexity. 22 B. Schedule and supporting documents addressed in this Specification shall be prepared, 23 updated and revised to accurately reflect the performance of the construction. 24 C. Contractor is responsible for the quality of all submittals in this section meeting the 25 standard of care for the construction industry for similar projects. 26 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 27 1.10 FIELD [SITE] CONDITIONS [NOT USED] 28 1.11 WARRAN1Y [NOT USED] 29 1.12 ATTACHMENTS 30 Spec O 1 32 16 .1 Construction Project Schedule Baseline Example 31 Spec O l 32 16.2 Construction Project Schedule Progress Example 32 Spec 01 32 16.3 Construction Project Schedule Progress Narrative 33 CITY OF FORT WORTH NORTHSID E IV 24-INCH WATER TRANSMISSION MAIN PHASE 1B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102687 Revi sed August 13 , 2021 013216 -10 CONSTRUCTION PROGRESS SCHEDULE Pagel0ofl0 2 PART 2 -PRODUCTS [NOT USED] 3 PART 3 -EXECUTION [NOT USED] 4 END OF SECTION 5 6 Revision Log DATE NAME SUMMARY OF CHANGE 8/13 /2021 Michael Owen Revised to update specification requirements and eliminate duplicate schedule specifications. CITY OF FORT WORTH NORTHSID E fV24-INCHWATER TRANSMISS ION MAIN PHASE 18 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102687 Revi sed August 13 , 202 I 013216.1 CONSTRUCTION PROGRESS SCHEDULE -BASELINE EXAMPLE Page 1 of 5 SECTION 01 32 16.1 2 CONSTRUCTION SCHEDULE -BASELINE EXAMPLE 3 PARTl-GENERAL 4 The following is an example of a Contractor's project schedule that illustrates the data and 5 expectation for schedule content depicting the baseline for the project. This version of the 6 schedule is referred to as a "baseline" schedule . This example is intended to provide 7 guidance for the Contractor when developing and submitting a baseline schedule. See CFW 8 Specification 013216 Construction Schedule for details and requirements regarding the 9 Contractor's project schedule. 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 35 36 37 38 39 40 41 42 43 44 45 46 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHASE 1 B City Project No . 102687 TPW -Capita l Delivery La yout Base line Te mp late CIP "01 B -Neighborhood Street C onstruction Baseline Sc hedule E~ Pre-Construction 82 P~onnuc:Uo n 8200 Award consiru::Jon c ontract -----------------82 1 o SW Pol on Pre veraon Plan (Co nncror Prepare ana suomlt) ___ a2_2_o ___ s_Ite_v_a1_l_nvo_ ug11~--- a2Jo P roject 10: C IP -01 B 02-Apr-2018 --~tf!NW·!l·~I J8 ~ 23-May-2018\ o o 02-Apr-201a -t-10 10 02-Apr-20 18 13-Apr-2018 8200 1 02-Apr-20 18 02-Ap r-20 18 8200 17-r-20 18 I 1 2&-Apr-20 18 20 20 1 26-Apr-2018 ••· 2JO 2JO 03-May-2018 90 90 03-May-20 18 1 -Apr-20 18 8220 2S-Ap r-20 I 8 82JO 23-May-2 0 18 82 40 o 1-Apr-2019 10-Sep-20 18 Water & .. s .... to .. •-m------------------------,--4_0 __ ~_0__,._o_J_-M_a..:.y_-2_0_1_8 3000 COnslrlJCOonStart ____ o o 03-May-20 18 28✓uri-20U 8240 J OIO Te mp wa-,;;r 10 10 03-May-2018 J 020--ya·-,,,-.-te-,-.-n<l-WMC--••---------25 25 1 11-M ay-20 18 16-May-2018 3000 JOJO =p Pa ng R e_p_aI_, ________________ _ Paving _______________________ _ J040 cxca aDon J050 J060 J070 StaDIIU:on --------------Pavi ng Fl al\Vorl 5 45 5 5 30 5 22✓1.D-20 I 8 45 09-JU-20 18 5 09-JU<-20 18 5 16-J U-20 I 8 30 23-J U-20 I 8 20 20 2 1 ✓tn-2018 1 301 0 28✓uo-2 0 1 8 3020 10.Sep-20 18 l J-JLl-2018 20✓U:-2018 3040 3050 308 0 Clean 141 10 10 3090 S1J.e1 I Compl ete O 0 Slrfft 2 113 113 1o-oec-201 8 Water & Storm 6J 6J 27-!lep-20 18 ----,---------------------.... --J 100 J110 J 120 J 13 0 3 140 3 150 Paving J 160 3 170 3 180 J 190 320 0 32 10 Slrfft3 y 8" s ewer ancl SeMCI!& Te mp Pa ng Repair SID nn Drain & Structllre& EXcava Don StaD llz:a ~on Paving Flat \Vo rl C1 ea n141 Stree1 2 Compl ete -Actua l Wor k ♦ ----- ♦ Milesto n 10 15 5 8 5 20 45 5 5 10 29 ✓tn-20 1 8 13✓U:-2018 3030 15 16-JU<-20 18 03-Aug-20 18 3100 5 06-Aug-20 18 10-Aug-20 18 31 10 8 1J-Aug•20 18 22-Aug-20 18 3120 5 2J-Aug-20 18 2~Aug-20 18 3130 20 30-Aug-20 18 27-Sep-2018 3140 45 05-0ct-20 18 1o-oec-20I 8 s 05-0cl-2018 11-0ct-2018 3150 s 12-0c1-20 1e 1a-0e1-20 1a 3160 20 20 19-0Cl-20 18 lS-NO V-2 0 18 3170.3060 20 20 1 02-Nov-20 18 1 0 3-De c-2018 3180 10 10 27-Nov-20 18 10-Dec-2018 3190 0 0 10-Dec-2 0 18 32 00 80 80 30-Aug-20 18 24-D ec-2 0 18 82 10 . 8220 8230 8240 3000.8250 33 10 30 10 ,8500 3020 JOJO 3090 85 10 3120 J130 _j 3140 3 150,3220 3160 3 190 3200 32 10 85 10 77 67 -Rem aini ng Wo rk ♦ -Critical Rema ining Work ♦ ♦ Critical Mileston e ♦ Comp l ted Milestone IP-OlB -Jeighborhood treet Co11 s tn1ctio11 Ba seline chedule Example Re po rt Prin t Da te: 20-J un-2018 Pa ge 1 of 3 . . I I I I I I ·-·------.. -----·-··---.... ------.. ------.. ·-·•---··-·---·- ! ! l 1 l ! : : : l : : ---r-·-·r ·-· ------r-·-r · ---1----------r ·-t-·~·-!-·--·-.•.•. -+·····-~· .. ·-·f···--· ···--·+-: : : : : : : : i i : j ! ! ' . ' ' ' . ' . . ' ' . ---·r --+--1 -·-··· ····--+-··-·-r--····t··-··· ···-·-+ ! : : : : : : ! : : : : : : ! i : : : : : : ! : ! : : ! ! T ; T r l T . : : : : : : : l : : : : : -·--+--r--·-· ----·· 1-·---·1 ····-r·---·-----1 • IO •·•••• •••-• •· I••••••' • •••••I •••••• •••••• I i: : : : : :i i : : i .. ! ! ! ! • I : : : : ..• • •. ~ .•. •·-•--.··:1 . '····-·' ······'···-·-·-·····' 1 JiL ---!LLJ ____ ; 1 ' '. ' !i ! ! ! :i : j I I j .• 1 ! ! ! ! i i : i : i i : : : : i ..... --·· ~ -+·----+· .. --·i ·--------··t : : : : : : : : : : : : i : : : ; j I ~ I I . ,•·• ••• •••-I ; : ! ! ! : i : i : ! ! l ! ! ···-1-:---•-•:--••--:--•-·---·-·-: I ' Ii i i i n 0 z VJ --l ;.:, C n --l 0 z "C ;.:, 8 ;.:, tT1 VJ VJ VJ n @ 0 ~ tT1 I 0:, ;i, VJ tT1 r ~ "C ~~ ~ n, N 0 "C -..., r?" V, m- TPW -Cap ita l De li ve ry Project 10: CIP-01 B Layout: Baseli ne Te mp late 3240 1l!mp Pa,tng R,e,p alr Paving 24•Dee>-201 6 J 250 e xca va.uon J 260 Stab llza~o 1 a-0c1-2ou p 2•0. J 160 25-0ct·:?016 3250 J 2 70 ?avl",l J 280 Aan vor,; J290 u 1.41 25-0CI-111 26--No0,-201 e ~260 16-NO'l-2 0 18 H •Dee>-2 0 18 32 0 10 10 11 -0e1>-2!J l a 2,<•Dee>-2 0 18 3260 3300 S !JM I 3 Ca mp elP 0 0 24-Dee>-2 0 18 3290 S lrfft 4 ----------------134 134 19•Sep•2 0 16 0 1--A pr•l':0 1 9 Water & Storm -±J:1:60 327 JUD 32.9 JJI) 8510 0 Re port Pr int Da te : 20-J un-2018 Page 2 of 3 i ! ' ' • i-+------~------t------·-·---+ ! ! l l : : : : i: ! ! ] .J------~------1------------i : : ! ; : : i-f------r ------1------------t I I I I I I I I . . . ' ' ' . . . ' ' ' . . . ------►---•-•♦•-·-·--------. . . ' ' ' I • I I . . . . ' . ----------------------------,--•,-----..-----.... -----.... ----.--I I I I O : i l i Paving 3370 3380 3390 3400 Aal Vort; 34 10 ctu n 1.41 90 Clo&eot.t Construction ConlAct CIOH-Out As-8uiltSu~ 91 00 -Actu al Wo r k ♦ -R maining Work ♦ -Critica l Remaini ng Work ♦ --------- ♦ Mi lestone ♦ Critica l Mil estone ♦ Comp leted Mi leston 3 2 15 5 60 10 10 20 10 30 5 3 25-0~ 1 29-0ct-2016 20 30-0ct-16 26-No •,-20 1 e I 15 29-No v-2 0 16 19-Dec-201 e 5 20-0ec-20 18 3320 3330 3320 333 3340 335 ·-·· -· .... ·+····-·~· .. ·-•i••·-·· ·-···-.j.. 0 i : : ; ! 0 i ! i i i O ··--t-·····1· ~ ···--t-···t···-·1 ······ ·-····t ' . . ' ' ' t O I O I t I I I I t D I I I I ' .... ----..--..... --.... -----..-----.--: ···-r--····i---· ·-·--r--···-i--···-······t 60 07✓an-2 01 9 10 07 ✓a n-2.0 1 9 10 22✓a n-0 19 20 I 05-Fel>-2!J19 26•fel>-2!Jt 9 19--Ma r-2!J1 9 3400 34 10 3420 16510 6510 10 3420,3300 , J21C 6520 JO 651 0 6$30 6f>40 1 9 10 ,911 0 5 06.Jun-20 19 12-Jun-20 19 ; ····t-·····1···· ··Y····l·····-······t ! ! i i ! D ····r -····· j· ..... -t · .. ···i······ ······t 0 j j j 5 : : : 0 0 0 0 D ' ' ' ' ' ----·------~-------------------' ' ' . . ' ' ' ' . . . ' ' ' . . ' ' ' ' . . . . . ' ' ' ' . ' ' ----·------4 • ---------· ----- 0 i ! ! 25 ! ! i ------·------______ .... ' ' . ' ' ' . . ' ' . ' ' ' . . ' ' ' ' -----.. ------------.... ' ' . . ' ' . . ' ' . ' ' ' . . as : : 1 : : : ····f····••i••···· ······+-..• i···1 .. j ..... _ ...... .j.. ---------------.----.... --01 ! ! ! : ! ! ! D l ! ! -.! ! ! --"'-- IP-OlB -Jeighborhood treet on s h·uction Ba eliue chedule Example () 0 z V, -, ;c C n -, 6 z "0 ;c 0 Cl ;c tT1 V, V, V, () @ 0 ~ tT1 I Cll ► V, tT1 r ~ "0 ~~ ~ " w 0 "0 -...., r"' V, m- TP W -Capita l De livery Layo ut Basel ine Te mp late 9120 SIL>m l • (Pro tect c1o,eotJ1 D0C1Jnerta:!.on ) 9130 ouce or compteuon'G reen Sl'eet 9140 Fl conslru:Uon corn-act tnvotce Pa d 9150 COns111JC11onconnctc ose;._;_:_;;o ___ _ 9160 e .. ons earned --------- -Actual Work ♦ ♦ Milestone -Remaini ng Wo rk ♦ ♦ Critica l Mi lestone -Cr itica l Rema ining Work ♦ ♦ Completed Milesto n Project ID: CIP-01 B 9120 9130 9140 l7-0ec-2019 17-Dec-2019 9150 9140 9150 9160 0 0 0 0 IP-OlB -'eighborhood treet on truction Ba eline ched ule Example Report Print Date : 20-Jun-2018 Page 3 of 3 ----· ·-·-· -·~---·-··'" ' ' ' ' . . . ·-•-·-•·-••·• ---•-·•-·►• •• ••·••·•-' . . ' ' ' . ' . .,, ~ " .I>, 0 ...., V, n 0 z en -, ;a, C n -, 0 z -0 ;a, 8 ;a, tT1 cn cn cn n @ 0 ? tT1 I co ► cn tT1 r ~ ~~ -c-r ?' tT1- 2 3 4 5 6 DATE NAME Jul y 20, 2 01 8 M . Ja rrell May 7 , 202 1 MOwen CITY OF FO RT WORTH OJ 32 16.1 CONST R UCTION PROGRESS SCHEDULE -BASELINE EXAM P LE Page 5 of 5 END OF SECTION Revision Log SUMMARY OF CHANGE Ini tial Issue Revised name due to rev ising th e sc h edul e sp ecification STANDAR D CONSTR UCT ION S PECIF ICATION DOCUMENTS Revised August 13, 2021 NORTHSIDE IV 24-INCH WATER TRANSMISS ION MAIN PHASE 1B City Project No. 102687 01 32 16 .2 CONSTRUCTION PROGR ESS SCHEDULE -PROGRESS EXAMPLE Page 1 of 4 SECTION 01 32 16.2 2 CONSTRUCTION SCHEDULE -PROGRESS EXAMPLE 3 PART 1 -GENERAL 4 The following is an example of a Contractor's project schedule that illustrates the data and 5 expectation for schedule content depicting the progress for the project. This version of the 6 schedule is referred to as a "progress" schedule. This example is intended to provide 7 guidance for the Contractor when developing and submitting a progress schedule. See 8 CFW Specification 01 32 16 Construction Schedule for details and requirements regarding 9 the Contractor's project schedule. 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revi sed August 13 , 2021 NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHASE 1 B City Project No. 102687 ;,::, Cl)(') ~ --1 ::i [~~ >->-"'1 ,: :,;, 'Tl ~ 00 :"! (') ~ _;:;:; ~~ N~O s ;,::,~ -C: Q :I: 0 z Cl) "" tTl (') 'Tl n ::'.; 0 z g ~ ~ Cl) I ~ < ~ ~ :I: I i (') Cl) ~-!,!;l ""~ i-~ Z-c, ~~ Ocn NtTl ;oi TP W -Capita l De li ve ry Project ID : CIP-01 P Layo ut: Progress Te mp late ~10 62!]0 8210 8220 8230 B2AO 8250 AD:YtyN~m e ooce lb ?roceed.Pre-Cmsruclon •-tng ?re-<:<Jn!ilnJCUOO • Fu bllc MeeOng M.oll lllza11011 War&stum JO0O Cons'ruct1011 stio War&stum l 10 45 5 5 30 20 10 0 113 63 0 0 0 0 n T ill 230 [ 90 40 0 [_ 25 5 45 s I 5 30 20 10 r 0 I ll 63 EJ.. Pro.)ea Fn~n 100,i; 0<2-/,jlr-20 16 100%102-1,!lf-2.018 13-Apr-201 e 100'!,J l7-l,l)f-2018 11 ~r-20 1a 10 5 OJ-May--20 1a I O•Sep-21>18 113-May--2013 2a.Jim-20 l 8 0 % ~Ila 0 % 03-P/lay--20 18 1o-Ma)~20t8 0 % 17-May-20 18 2I.JII0-2018 0 % 22.jjn-20 18 2d.JLC1-201a C/3.jJl-2018 10-!.ep-21l1 e o~09-.AJl-201a7 13✓,i.201e 0% l 6.jJl-2018 2!1.J~018 3 1..wg-20 18 l1·AU~OUI 10-Sep-2018 10-sep,2018 29...-in-20 18 I O-Oeo-2016 29.Jun-20 18 27-!.ep-20,16 -Tc=-lllJ-•,.,W,-ale,-r------_-_-_-_-_-_-_-_-_-_-_-_-_-_-_-_-_-:_-_-:_-_-_--]J,--1"""0 -""'1"""ij__--r---,,,O%~j 29..,..jj-n-""2~0""'1a,-13.J,.2018 ce& wer and services 3140 Tc~ Pa "1ngRe11'3lr 3150 S1JXmora1n & S1rudlJre.s Pawing _______________________ _ 31&1 -9ccavaUoo 3170 Stulllla~OD 3160 ?a,1ng l1!IO Aal\Vork 3200 Clean u 3210 ~12CD"1'1E-12 Slreet3 War&stum -Actu al Work .ices 20 10 0 60 IJ • a ♦ 20 10 0 6 0 13 : 1 1s...-i1-201a 03-,AU!J-2018 ~,S-AL!g-20 18 10-AU!J-2016 ·AU!J-2018 '·AU!J-2018 011, [_JO-Aug-201 a v-s ep-201 a 1)5-0c;-2018 10-Dio-201 e 'oiT~o ,e E 20,a 0% 12-o,-,-,2018 18-0c:1-20 18 0% 19-0::;-2018 l 5-ND'i'-2018 0%102-Nov-2018 Ol-Deo-2018 ~ 27-Nov-20 18 I O-Deo-201 I! 0%l-.,.._ i t O-Oeo-2015 30-Allg-20 15 2H)eo-21)18 J,J-Allg-2018 l 8•G ep,--20-1B 0%1 JO-Au,g-2018 1 os-seJ>-,201a 0% ll<i·Se_!>-20 18 11-sep-201a Report Print Da te : 20-Jun-2018 Page 1 o f 2 8 llln 02~16A 02-Apr-2018A 17~r-2018A I o 12...-i1-201 I 9-kll-20 1 S Fnl!n IJ-Oeo-20 19 ltl'il •U:11 l 5-May-20 18 I t3-Ap{-20 1a 02--Apr-2.0I~ 17-A!W-20 1~ 29-Aug"'20 l 8 ,,.., =1oo1 110 llQ-Aug-2013 29-Al,g-20 16 1 dO 2J-Aug-201a H 6-Sep--20 1a tdO 06-S~0 l8 r 1d0 27.Jun-2018 o&-Deo-20 1a n 0 ~201a I ll'9-0c:1-201e 10-0cl-20 l 8 16-0cl-2018 17-0cl-20 18 13-tlov-20 1a1 3 I -Ocl-20 16 29-,~0V-20 18 :thNo•,-20 18 06-'!leo-2D t a J 06-,lle0-20 18 28-Au,g-2018 20-Deo-20 18 28-Aug-201a ' ' ' __ : _: __ ; __ --; -: __ : __ t -• l ! I 111 l ! ! ! l ! t i i i i i i ··r-·t·t· ··t·t··t•t-- l. :i ! ! ! I I I I I l ·l--!-···i-1--1 ! ! : ! : ! Trr --rrr--·· ··r·r-·r---r-r-·r•t-- i i i i i i --i--H--···H··+-•·· -, -l. (--+++---+++-•--!t'f iii i ii ! '!.! .... ! .!..! .. ..!.! .. ! ..... : : : : ; : l l l i i l l ! j.. --~-! .. j .. --+-+--i--•-· . l l l ! ! ! ! -!--!----:-:--: : : : : : : i ! i l i i --~-~--{----+-+--~--t-• : : : i ! i l ! ! ! ! l --r-·!--r---r-r-·r•t-- j -!--!----!-!--! ♦ Mil estone -Remaining Wo r k ♦ CIP-OlP -~ei gh bo1·hood Stree t Construction -Cr itical Remainin g Wor k ♦ Progress Schedule Example (') 0 z Cl) --1 ;,::, C: (') --1 6 z "" ;,::, 0 C) ;,::, tTl Cl) Cl) Cl) (') ffi 0 ~ r tTl I "" ;,::, 8 ;,::, trl Cl) Cl) "" ~~ cfcl Cl) N 0 -c,- ...., r,>- .j>. tTlN ;o c,,n ~ >-I :i ;;;· ~-< 8. 0 0 >->-.,, C: :,:, .,, ~ 00 ~ n El _i:: ~~ N~O l3 ;o El -C: q:i:: 5 z Cl) .,, rn n 'Tl n ~ ~ 8 ~ rn ~ Cl) 6 ~ 8 rn < ~ :i:: ~ @ ;o I ~ (")Cll q5 1~ a~ z.,, ~~ Oc,, N(Tl "'-~c:, N- TP W -Capita l Del ivery L ayou t Progress Tem pl ate 10 Am.tt/Name 3240 ~llll Paving ftl>J>.llr Project ID : CIP-01 P Re port Pri nt Date : 20-Jun -2018 Page 2 of 2 O~Rlf7 F11,_,,. I El:.-3Urt P•l. i'n>Jea Fn "'1 I St1r1 I Fh,,,., ,~f•liii, ~i • IT 2DH l W19 I .!020 F ~ ·BL , 1 0 "'1 1a-scp-20 1e j 1a-se~1e 1 1.i.-sep-20 1a 1 1.i.-sep-20 1a 1 01 2 111 1 lt'l I , , , Paving 1w?-J -a~c.wa-"'o'"oo _____________________ .,......,... _ _,_...,.------..,._--,---.-,.-,-50 so 12-=-201 s 24-0e<>-201 e. 1 O-Oc1-201s 20-0,eo-201a 67 2 : 11 : , , , , , , • -· -·• -·. -. -· -•t -• ~ 3 + u,., ,2-0c:1-20 1e 1 1a-0ct-201e I 10-0c1-20 1e ~s-oct-201s J 671 2 : : : : : : J2eo S1aliltza1on J27Q 1>a,1ng J2f0 AalWO rl 3290 J:)00 ~IJ CllltCIIH! Slreet4 war&Stmn S 5 0% 19-0cl-20 18 25-0ct-2018 17-0ct-2018 2J-Oct-20 16 67 2 I I I ' ' ' 20 20 0%,2.6-0C,.20 18 25-NO"l'-2018 1 24-0cl-20 18 20-.'l.ov-20 18 67 2 • .! _! __ ! ____ !_! __ !_., .. 2.0 20 0% 16-NOV-2ll 18 17-0-0 18 14-Nov-20 18 1J-Oeo-20 18 67 2 i i i i i i 10 10 o..-.l n -oeo-2016 2•-oeo-20a 01-0eo-20 1a 20-0eo-201a 67 2 , , , , , , 0 0 0% :!A-Deo-20 1! l 20-D@0-20 18 67 -2 .• L.l-.L _jj __ j__, .. 1J4 134 19-5cp-201a 01-Apr-2019 17-Sep-2018 2B-,Mar~1 9 a 2 i i i i i i ----------~------------------,-----"----..---3310 ~ ··-•-- 69 6 9 19-$Ep-20 1B 27-0eo-21>1! 17-Sep-20 18 _ 24-0eo-20 18 _ 0 _ 2 i i i i i i • • ••~-~" L""'"»" 1 •-1-sep-20 1a j 24-sep-20 ~ 1 2 •. U . .l-. --U-.i--,--= J3J(l 3340 lay&' Se-l/Er Un.e&L..J2Bl lll-ll.346 ama Ser.toe& 3350 t.aye•se-t.erllne&L..J212 & L-i!l3S5 iYla Ser.tees 33€0 ~IYP Paving ftl>J>.l lr Paving mo -Exca-"'1100 33EQ Stlllllz:iUOn 3,350 :?a,1_t19_ 3400 AalWO rl 90 ctO&eOut Coiislnii:tion eootract aose-out As-Built Surwy 9110 COmraCl RE.¢01l.dl130o Jst'r.3Q:s 9120 S-J• (Protect Closeout OOCI.Wllenrauoo 91J.(J 9140 9150 cons:ruco oo c011traaetaad 91 ro l.e.ssan& Le a med -Actu al Work -Rema ining Work ♦ ♦ -Criti cal Remaining Work ♦ ♦ MLlestooe ♦ Critical Mil estorn 20 20 0% 27-5cp-2ll 18 24-0ct-2018 2S-Sep-2.0 1a 22-0ct-20 18 0 2 I I I I I I J 3 0% 25-0:1-2018 29-0ct-20 16 23-0ct-20 18 25-0ct-20 16 0 2 ! ! ! ! ! ! 2-a 20 o..-. 30-0l:!-20 18 :ra-N0\'-21116 2s-oct-20 1e 2~_0v-20 1a o 2 i i i i i i " " ,. -~" I=-" v...,.ro,. "~""" I o , --,-;--;--··r,-·;··•·· s s i o..-. 20-0o0-2ll 111 1 21-0-oa 16-0eo-20 18 2~.oeo-20 1A o :i , , , , , , , 60 6 0 07-J.J ri'.2019 01-Apr-2019 03-Jan-2 0 19 28-Mar-20 19 a 2 l l l l J l J 10 10 0% 07-Jan-2019 [1a✓m-2.019 03-Jan-2019 1 16-J a n-20 19 0 2 ·, . ..~rt -·rr-·t -· 10 10 ->-----o•-feb-2019 17-Jan-20 19 Jl✓an,Zl19 o 2 ! i ! ! ! ! ! ! 8 20 20 OH~t-2019 OH el>-2019 28-fe~19 0 2 I I I I I I I I z 20 2-0 ,. ___ ......,___ ·: ·1 r-·r·r· : : : ~ 10 10 ---+---! ! ! ! ! ! ;o o o r ! i : l l ! C ~ _ __ •t•· •t -·•t•• ........ t -• -· n -,,,,,~w·t1·n ... i i i ; i ; ~ 276 276 T 0% OJ--l~y-2018 05✓II0·2!119 2 i ' i i ' ' ' 0 2:25 225 O'i. OJ--May-20 18 25-Ml r-2019 2 •.• '. , j__j__ :; 10 10 l 0% 02·"'Pf-2!1 19 15-Ap r-2019 29-!.la r-2019 o 2 i i i i ;o 30 30 0% 16·' ·20 19 2:8-1Aa:ti0 19 122'£t·2019 0 .! ! ! ! ! 8 I 0 % 1)5...-in-20 19~1111-2019 T ~u n-201 9 ~ •. .i .)-.;-... ;-I .)__ ;,;:, 0 0 '11, 105✓1111·21119--i-2 l : : : : tT1 ----a · l ! ! i i ! ~ 135 I O%j 06...-in--20 19 ..___~ __ ..... _ 2 •• .i .U_ .. i ... ~ 135 C6~n-2019 17-0eo-201 ~ 04✓un"2019 o 2 i i i l i i @ S C6~n-2D 19 12✓un•2019 04-Jun-2019 l o-Jun-20 19 2S 2 i i i l i i o S S .E!T~n-2 0 19 [12✓im-2019 04-JUn-2019 1o-JUR-3l 19 20L 2 •• .! .LL. . ~ !J. p 135 135 C6~n-20 19 17-0eo-2019 04-Jun-2019 13-0eo-2019 o 2 i i i i : 1 tT1 30 30 0% 06~1l-2019 18✓16-2019 04,.Ju~0 19 •~-20 19 i 2 l " " ! i ! J,, 3a 38 0% 19~1-20 19 11 -$ep--20 19 019 0 2 I I I I I I ;o o o o q_ r -20 19 19 i-o 2 -·-1 -i--i------n--i--·· g 1 I ~-Nov-20 19 14•NIY"'1019 0 19L O 2 ! ! j i ! ! ~ a o air. 1"~cw--201g 019 ~ 2 ! ! ! l l ! C/.l t 1 , § 11--oeo-20 19 }11-oeo-2019 r ,J-Oeo-20 19.E.=o-20 ,91 -o 2 ·tt --rr·t --Cl) .. .,, irn o ~ - "' "' '-" N 0 .,, - IP -01P -N eighbo1·hood Street Cons truction I J'VI\ I f f V'l\ 1 n I ~ ~ i:: Progress Schedule Ex.ample 2 3 4 5 6 DATE NAME July 20 , 2018 M . Jarrell May 7, 2021 MOwen CITY OF FORT WORTH 01 32 16 .2 CONSTRUCT ION PROGRESS SCHEDULE -PROGRESS EXAMPLE Page4of4 END OF SECTION Re\<i.sion Log SUMMARY OFCHANGE Initial Issue Revi sed name due to revising the sc hedule specification STANDARD CONSTRUCT IO N SPECIFICATION DOCUMENTS Revised August 13, 2021 NORTH SIDE IV 24-INCH WATER TRANSMISSION MAIN PHASE 1 B City Proj ect No. 102687 SECTION 01 32 16.3 0132 16.3 -PROGR ESS NARRATfVE Page 1 of 1 CONSTRUCTION PROJECT SCHEDULE PROGRESS NARRATIVE Reporting Period: Date Issued: Project Name: Contractor Company Name : City Project No: Contractor Schedule Contact: City Project Manager: A List of activities changed in the reporting period. 1. (insert text here) 2. (insert text here) 3. (insert text here) 4. (insert text here) 5. (insert text here) 6. (insert text here) B. List any potential delays and provide mitigation actions 1. (insert text here) 2. (insert text here) 3. (insert text here) C. List any actual delays and provide recovery actions 1. (insert text here) 2. (insert text here) 3. (insert text here) City of Fort Worth, Texas Construction Project Schedule Narrative Report for CFW Projects Rev ised Aug us t 13, 2021 Page 1 of 1 01 32 33 -I PRECONSTRUCTION VID EO PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: SECTION 01 32 33 PRECONSTRUCTION VIDEO 1. Administrative and procedural requirements for: a . Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include , but are not necessarily limited to: Page I of2 1. Division O -Bidding Requirements, Contract Forms and Conditions of the Contract 2 . Division I -General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment I. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video I . Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2 . Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITT ALS/INFORMATIONAL SUBMITT ALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITT ALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 -PRODUCTS [NOT USED] CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHASE 1B STANDARD CONSTRUCTION SP EC IFICATION DOCUM ENTS City Project No. 102687 Revised July I , 20 I I PART 3 -EXECUTION [NOT USED] 01 32 33 -2 PRECONSTRUCTION VIDEO Page 2 of2 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FO RT WORTH NORTHSlDE IV 24-INCH WATER TRANSMISSION MAIN PHASE 18 ST AND ARD CONSTRUCT ION SPEClF ICATION DOCUMENTS City Proj ect No . I 02687 Revised July I , 201 I PART 1 -GENERAL 1.1 SUMMARY A . Section Includes: SECTION 01 33 00 SUBMITTALS 01 33 00 -I SUBMITTALS Page I of 8 1. General methods and requirements of submissions applicable to the following Work-related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c . Samples d . Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C . Related Specification Sections include, but are not necessarily limited to : 1. Division 0-Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 -General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid . No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination I. Notify the City in writing, at the time of submittal , of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a . Prepare , prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b . Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to : a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication t) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. C IT Y OF FO RT WORT H NORTH SID E IV 24-INC H WATE R TRANSMISSION MAJN PHAS E 1B STAN DARD CONSTRUCT ION SPEC IFICATIO N DOCU M ENTS C ity Project No . 10268 7 Rev ise d December 20, 20 12 013300-2 SUBMITTALS Page 2 of8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B . Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers O 1-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C =4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B I) 03 3 0 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) Bis the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a . Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2 . Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c . Certification Statement I) "By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions , catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 ½ inches x 11 inches to 8 ½ inches x 11 inches . 2. Bind shop drawings and product data sheets together. 3. Order a . Cover Sheet I) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c . Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FO RT WORTH NO RTHS ID E IV 24-INC H WA TER TRANSMISSION MAIN PHAS E 18 ST AN D ARD CONSTR UCT IO N SPECIF I CA TlON DOCUM ENTS City Project No . 102687 Revised December 20, 2012 OJ 3300-3 SUBMITTALS Page 3 of8 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph( s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11 . An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings I. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom-prepared data such as fabrication and erection/installation (working) drawings b . Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h . Individual system or equipment inspection and test reports including: 1) Performance curves and certifications 1. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b . Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2 . For submittals of product data for products not included on the City 's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing-in diagrams and templates 5) Catalog cuts 6) Product photographs C ITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHAS E 18 STANDARD CONSTRUCTION SPECIF JCA TJON DOCUM ENTS C ity Project No. 102687 Revised December 20, 2012 7) Standard wiring diagrams 8) Printed performance curves and operational-range diagrams 01 33 00 -4 SUBMITTALS Page 4 of 8 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare-parts listing and printed product warranties 12) As applicable to the Work H. Samples 1. As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on-site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3 . Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J . Submittal Distribution 1 . Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site , or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d . Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) C ITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSIO N MAJ N PHAS E 1B ST AND ARD CONSTRUCTION SP ECIFICATION DOCU MENTS City Project No. I 02687 Revised December 20, 2012 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals 013300-5 SUBMITTAL$ Page5of8 c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data I) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review I. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings , data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under I of the following codes: a . Code I 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTH NO RTHSID E IV 24-INCH WATER TRANSMISSION MAIN PHAS E 1B ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No . I 02687 Revi se d December 20, 2012 013300-6 S UBMITTALS Page 6 o f8 I) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture ; however, all notations and comments must be incorporated into the final product. c. Code 3 I) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package . a) The Contractor may release the equipment or material for manufacture ; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non-conforming items that were noted . c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's tran smittal requiring the resubmittal. d . Code 4 I) "NOT APPROV ED" is a ssigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents . 6 . Resubmittals a . Handled in the same manner as first submittals I) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor 's risk if not marked b. Submittals for each item w ill be reviewed no more than twice at the City 's expense . I) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense , based on the City's or City Representative 's then prevailing rates . 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c . The need for more than I resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7 . Partial Submittal s a. City reserves the right to not review submittals deemed partial , at the City 's discretion . b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted . c . The City may at its option provide a li st or mark the submittal directing the Contractor to the areas that are incomplete. 8 . If the Contractor considers an y correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. CIT Y OF FO RT WO RTH NO RTHSID E IV 24-INC H WA T ER TRAN SMISSIO N MA IN PH ASE 18 STAN DARD CONSTR UCT ION S PEC IFICATION DOCU MENTS C ity Proj ect No. 102687 Revised Dece mb e r 20, 2012 013300-7 SU BMI TTA LS Page7of8 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City . I 0 . Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City . L. Mock ups I. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed . M. Qualifications I. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N . Request for Information (RFI) I . Contractor Request for additional information a . Clarification or interpretation of the contract documents b. When th e Contractor believes there is a conflict between Contract Documents c . When the Contractor believes there is a conflict between the Drawings and Specifications I) Identify the conflict and request clarification 2 . Use the Request for Information (RFI) form provided by the City . 3. Numbering of RFI a . Prefi x with "RFI " followed by series number, "-xxx", beginning with "O I " and increasing sequentiall y with each additional transmittal. 4 . Sufficient information shall be attached to permit a written response without further information. 5. The C ity will log each request and will review the request. a . If review of the project information reques t indicates that a change to the Contract Documents is required, the City will issue a Field Order or Change Order, as appropriate. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] C IT Y OF FO RT WO RT H NORTHSID E IV 24-IN C H WATER TRAN SMISSION MAIN PHAS E 1B STAN DARD C O NST RUCTION SPEC IFICATIO N DOCU M ENTS C ity Project No . 102 687 Revi se d De ce mbe r 20, 201 2 PART 2 -PRODUCTS [NOT USED] PART 3 -EXECUTION [NOT USED] END OF SECTION Re vi s ion Lo g DATE N AM E S U MMARY O F CHANG E 12/20/20 12 D. John so n 1.4 .K.8 . Wo rki ng Days mod ifie d to Calend ar Days 0 1 33 00 -8 SU BMITTALS Page 8 o f 8 C ITY OF FORT WO RTH NO RTHSID E IV 24 -TNC H WATER TRANSM ISSI ON MAIN PHAS E 18 STANDARD CONSTRUC T ION SPEC IFICATION DOC UM ENTS C ity Proj ec t No. 102687 Rev ised Dece mb er 20, 20 12 01 35 13 - I SPECIAL PROJ ECT PROC EDURE S Page I of8 I SECTION 01 35 13 2 SPECIAL PROJECT PROCEDURES 3 PARTl-GENERAL 4 1.1 SUMMARY 5 A . Section Includes: 6 1. The procedures for special project circumstances that includes , but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c . Confined Space Entry Program 10 d. Use of Explosives, Drop Weight, Etc. 11 e . Water Department Notification 12 f . Public Notification Prior to Beginning Construction 13 g. Coordination with United States Army Corps of Engineers 14 h. Coordination within Railroad permits areas 15 1. Dust Control 16 J . Employee Parking 17 B. Deviations from this City of Fort Worth Standard Specification 18 I. None. 19 C. Related Specification Sections include, but are not necessarily limited to: 20 1. Division O -Bidding Requirements, Contract Forms and Conditions of the Contract 21 2. Division I -General Requirements 22 3 . Section 33 12 25 -Connection to Existing Water Mains 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A . Measurement and Payment 25 1. Coordination within Railroad permit areas 26 a. Measurement 27 1) Measurement for this Item will be by lump sum. 28 b . Payment 29 I) The work performed and materials furnished in accordance with this Item 30 will be paid for at the lump sum price bid for Railroad Coordination. 31 c. The price bid shall include: 32 1) Mobilization 33 2) Inspection 34 3) Safety training 35 4) Additional Insurance 36 5) Insurance Certificates 37 6) Other requirements associated with general coordination with Railroad , 38 including additional employees required to protect the right-of-way and 39 property of the Railroad from damage arising out of and/or from the 40 construction of the Project. 41 2 . Railroad Flagmen 42 a. Measurement C ITY OF FORT WORTH NORTHSIDE IV 24-fNCH WAT ER TRANSM ISSION MAfN PHA SE 1B STANDARD CONSTR UCT ION SP EC IFICATION DOCUM EN TS City Project No . I 02687 Revised March 11 , 2022 0 I 35 13 - 2 SP ECIAL PROJECT PROCEDURES Page 2 of8 1) Measurement for this Item will be per working day. b. Payment 2 3 4 5 6 7 8 9 1) The work performed and materials furnished in accordance with this Item will be paid for each working day that Railroad Flagmen are present at the Site. 10 11 12 c. The price bid shall include: 1) Coordination for scheduling flagmen 2) Flagmen 3) Other requirements associated with Railroad 3. All other items a. Work associated with these Items is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 13 1.3 REFERENCES 14 A. Reference Standards 15 1. Reference standards cited in this Specification refer to the current reference 16 standard pub I ished at the time of the latest revision date logged at the end of this 17 Specification , unless a date is specifically cited . 18 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 19 High Voltage Overhead Lines. 20 1.4 ADMINISTRATIVE REQUIREMENTS 21 A. Coordination with the Texas Department of Transportation 22 1. When work in the right-of-way which is under the jurisdiction of the Texas 23 Department of Transportation (TxDOT): 24 a. Notify the Texas Department of Transportation prior to commencing any work 25 therein in accordance with the provisions of the permit 26 b. All work performed in the TxDOT right-of-way shall be performed in 27 compliance with and subject to approval from the Texas Department of 28 Transportation 29 B. Work near High Voltage Lines 30 1. Regulatory Requirements 31 a. All Work near High Voltage Lines (more than 600 volts measured between 32 conductors or between a conductor and the ground) shall be in accordance with 33 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 34 2. Warning sign 35 a. Provide sign of sufficient size meeting all OSHA requirements. 36 3. Equipment operating within 10 feet of high voltage lines will require the following 37 safety features 38 a. Insulating cage-type of guard about the boom or arm 39 b. Insulator links on the lift hook connections for back hoes or dippers 40 c. Equipment must meet the safety requirements as set forth by OSHA and the 41 safety requirements of the owner of the high voltage lines 42 4. Work within 6 feet of high voltage electric lines 43 a. Notification shall be given to: 44 I) The power company (example: ONCOR) CITY OF FORT WORTH NORTHSID E IV 24-INCH WAT ER TRANSMISSION MAIN PHAS E 18 STANDARD CONSTRUCTION SP ECIFICATION DOC UM ENTS City Project No . I 02687 Revised March 11 , 2022 013 5 13-3 SP ECIAL PROJ EC T PROC EDURES Page 3 of8 a) Maintain an accurate log of all such calls to power company and record 2 action taken in each case. 3 b. Coordination with power company 4 1) After notification coordinate with the power company to: 5 a) Erect temporary mechanical barriers, de-energize the lines , or raise or 6 lower the lines 7 c . No personnel may work within 6 feet of a high voltage line before the above 8 requirements have been met. 9 C . Confined Space Entry Program IO 1. Provide and follow approved Confined Space Entry Program in accordance with 11 OSHA requirements. 12 2 . Confined Spaces include : 13 a . Manholes 14 b . All other confined spaces in accordance with OSHA's Permit Required for 15 Confined Spaces 16 D. TCEQ Air Permit 17 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ . 18 E. Use of Explosives, Drop Weight, Etc. 19 1. When Contract Documents permit on the project the following will apply : 20 a . Public Notification 21 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 22 prior to commencing . 23 2) Minimum 24 hour public notification in accordance with Section O I 31 13 24 F. Water Department Coordination 25 1. During the construction of this project, it will be necessary to deactivate , for a 26 period of time, existing lines. The Contractor shall be required to coordinate with 27 the Water Department to determine the best times for deactivating and activating 28 those lines . 29 2 . Coordinate any event that will require connecting to or the operation of an existing 30 City water line system with the City's representative . 31 a. Coordination shall be in accordance with Section 33 12 25 . 32 b . If needed, obtain a hydrant water meter from the Water Department for use 33 during the life of named project. 34 c. In the event that a water valve on an existing live system be turned off and on 35 to accommodate the construction of the project is required, coordinate this 36 activity through the appropriate City representative. 37 1) Do not operate water line valves of existing water sy stem. 38 a) Failure to comply will render the Contractor in violation of Texas Penal 39 Code Title 7, Chapter 28 .03 (Criminal Mischief) and the Contractor 40 will be prosecuted to the full extent of the law. 41 b) In addition , the Contractor will assume all liabilities and 42 responsibilities as a result of these actions . 43 G. Public Notification Prior to Beginning Construction C IT Y OF FORT WO RT H NORTHS ID E IV 24-INC H WATER TRANS MI SSION MA IN PHASE I B STA NDA RD CONST R UC TION SPEC IFI CATIO N DOCU M ENTS C ity Proj ect No . I 02687 Revi se d March 11 , 2022 01 35 13 -4 SP EC IAL PROJ ECT PROC EDU RES Page 4 of8 1. Prior to beginning construction on any block in the project, on a block by block 2 basis, prepare and deliver a notice or flyer of the pending construction to the front 3 door of each residence or business that will be impacted by construction. The notice 4 shall be prepared as follows: 5 a. Post notice or flyer and City of Fort Worth Door Hangers, 7 days prior to 6 beginning any construction activity on each block in the project area. 7 1) Prepare flyer on the Contractor's letterhead and include the following 8 information: 9 a) Name of Project 10 b) City Project No (CPN) 11 c) Scope of Project (i .e. type of construction activity) 12 d) Actual construction duration within the block 13 e) Name of the contractor's foreman and phone number 14 t) Name of the City 's inspector and phone number 15 g) City's after-hours phone number 16 2) A sample of the 'pre-construction notification' flyer is attached as Exhibit 17 A. 18 3) City of Fort Worth Door Hangers will be provided to the Contractor for 19 distribution with their notice . 20 4) Submit schedule showing the construction start and finish time for each 21 block of the project to the inspector. 22 5) Deliver flyer to the City Inspector for review prior to distribution . 23 b . No construction will be allowed to begin on any block until the flyer and door 24 hangers are delivered to all residents of the block. 25 H. Public Notification of Temporary Water Service Interruption during Construction 26 1. In the event it becomes necessary to temporarily shut down water service to 27 residents or businesses during construction, prepare and deliver a notice or flyer of 28 the pending interruption to the front door of each affected resident. 29 2. Prepared notice as follows: 30 a. The notification or flyer shall be posted 24 hours prior to the temporary 31 interruption. 32 b . Prepare flyer on the contractor 's letterhead and include the following 33 information: 34 1) Name of the project 35 2) City Project Number 36 3) Date of the interruption of service 37 4) Period the interruption will take place 38 5) Name of the contractor 's foreman and phone number 39 6) Name of the City's inspector and phone number 40 c. A sample of the temporary water service interruption notification is attached as 41 Exhibit B. 42 d. Deliver a copy of the temporary interruption notification to the City inspector 43 for review prior to being distributed . 44 e. No interruption of water service can occur until the flyer has been delivered to 45 all affected residents and businesses . 46 f . Electronic versions of the sample flyers can be obtained from the Project 47 Construction Inspector. 48 I. Coordination with United States Army Corps of Engineers (USA CE) CITY OF FORT WORTH NORTHSIDE IV 24-INC H WATER T RANSMISSION MAIN PHAS E 18 ST AND ARD C ONSTRUCTION SP ECI FICATION DOCUM ENTS City Project No . I 02687 Revi sed March I I, 2022 01 35 13 -5 SPECIAL PROJ ECT PROCEDURES Page 5 of8 2 3 I . At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. 4 J. Coordination within Railroad Permit Areas 5 I . At locations in the project where construction activities occur in areas where 6 railroad permits are required, meet all requirements set forth in each designated 7 railroad permit. This includes, but is not limited to, provisions for: 8 a. Flagmen 9 b. Inspectors 10 c. Safety training 11 d. Additional insurance 12 e. Insurance certificates 13 f. Other employees required to protect the right-of-way and property of the 14 Railroad Company from damage arising out of and/or from the construction of 15 the project. Proper utility clearance procedures shall be used in accordance 16 with the permit guidelines. 17 2 . Obtain any supplemental information needed to comply with the railroad's 18 requirements. 19 3. Railroad Flagmen 20 a. Submit receipts to City for verification of working days that railroad flagmen 21 were present on Site. 22 K. Dust Control 23 I. Use acceptable measures to control dust at the Site. 24 a. If water is used to control dust, capture and properly dispose of waste water. 25 b. If wet saw cutting is performed, capture and properly dispose of slurry. 26 L. Employee Parking 27 I. Provide parking for employees at locations approved by the City . C ITY OF FORT WORTH NORTHSIDE IV 24-fNCH WATER TRANSMISSION MAIN PHAS E I B ST AND ARD CONSTR UCTION SPECIFICATION DOCUMENTS City Project No . I 02687 Revised March 11 , 2022 0 1 35 13 -6 SPEC IAL PROJ ECT PR OC EDU RE S Page 6 of8 1.5 SUBMITT ALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE , AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 -PRODUCTS [NOT USED] 10 PART 3-EXEC UTION [NOT USED] 11 END OF SECTION 12 R evision Lo g DA TE NAM E S UMMARY O F CHA NGE 1.4.B -Ad ded req u ire ment of compli ance with Health and Safety Co de, Title 9 . 8/3 1/20 12 D. Johnson Safety, Subtitle A . Publ ic Safety, C hapter 752 . Hig h Voltage Overh ead Line s. 1.4 .E -Added Contracto r re s pon sib ility fo r o btai n in g a TCEQ Air Permit Remo ve references to Ai r Po llu tion watch Days an d NCTCOG C lean co nstru ction 3/11 /2022 MOwen S pecification requirements . Clarify need fo r Door Hangers un der in addition to co ntracto r no tification of public . 13 C ITY OF FO RT WORTH NORT HSID E IV 24-INCH WATER TRANSM ISSION MAIN PHAS E I B STANDARD C ONSTRUCTION S PEC IFICAT ION DOCUMENTS C ity Project No . 10268 7 Rev ise d Mar ch 11, 2022 013513 -7 SPECIAL PROJECT PROCEDURES 2 3 4 5 6 Date : 7 8 CPN No .: 9 Proj ect Name : 10 Mapsco Location : 11 Limi t s of Construct ion : 12 13 14 15 16 Page7of8 EXHIBIT A (To be printed on Contractor's Letterhead) 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APP ROXI MA TEL Y SEVEN DAYS FROM THE DA TE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 2 8 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> 29 30 OR 31 32 Mr. <CITY INSPECTOR> AT < TELEPHONE NO .> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 37 PLEASE KEEP THIS FL YER HANDY WHEN YOU CALL CITY OF FORT WORTH NORTHSIDE IV 24 -INCH WAT ER TRANSMJSSION MAJN PHASE I B STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS City Project No. I 02687 Revised March 11 , 2022 2 3 4 0 1 35 13 - 8 SPEC IAL PROJ ECT PROCED URES Date:------ EXHIBIT B DOE NO. :XXXX Projeclllame: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON __________ _ B E TWEEN THE HOURS OF _________ AND _______ . IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL: Page 8 of8 MR. ______________ AT ____________ _ (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. ______________ AT ____________ _ (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, -------------~CONTRAC TOR CITY OF FORT WORTH NORTHSID E IV 24 -INCH WAT ER TRANSMISS ION MAIN PHASE I B STANDARD CONSTRUCTION SPEC IFICATION DOCUMENTS C ity Project No. 102687 Revised March 11 , 2022 014523 TESTING AND INSPECTION SERVICES PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: SECTION 014523 TESTING AND INSPECTION SERVICES I. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification I. None . C . Related Specification Sections include, but are not necessarily limited to: Page I of2 1. Division O -Bidding Requirements, Contract Forms and Conditions of the Contract 2 . Division I -General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment I . Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. l) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs . a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED) 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing l. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3 . Distribution of Testing Reports a. Electronic Distribution I) Confirm development of Project directory for electronic submittals to be uploaded to the City's document management system, or another external FTP site approved by the City. CITY OF FORT WORTH NORTHSID E IV 24-INCH WATER TRANSMISSION MAIN PHASE I B STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS City Project No . 102687 Revi sed March 9 , 2020 01 45 23 TESTrNG AND rNSPECTION SERVICES Page 2 of2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting . 3) Hard Copies a) 1 copy for all subrnittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4 . Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a . Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED) 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED) 1.9 QUALITY ASSURANCE [NOT USED) 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED) 1.11 FIELD [SITE) CONDITIONS [NOT USED) 1.12 WARRANTY [NOT USED] PART 2 -PRODUCTS [NOT USED] PART 3 -EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 3/9/2020 D .V . Magafia Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City 's document management system. CITY OF FORT WORTH NO RTHSID E IV 24-INCH WA TE R TRANSMISSION MAJN PHAS E I B STANDARD CONSTRUCTION SPECCFICATION DOCUM ENTS City Project No. 102687 Revised March 9, 2020 OJ 5000-1 TEMPORARY FACILITI ES AND CONTROLS PART 1 -GENERAL 1.1 SUMMARY SECTION 01 50 00 TEMPORARY FACILITIES AND CONTROLS A. Section Includes : Page I of4 1. Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e . Temporary fencing of the construction site B . Deviations from this City of Fort Worth Standard Specification I. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division O -Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 -General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a . Make arrangements with utility service companies for temporary services . b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c . Be responsible for utility service costs until Work is approved for Final Acceptance. I) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination I) Contact City 1 week before water for construction is desired CITY OF FORT WORTH NORTHSID E IV 24-fNCH WATER TRANSMISSION MAIN PHAS E I B STANDARD CONSTRUCTION SPECrFICATION DOCUM ENTS City Project No . 102687 Revised Jul y I , 2011 d . Contractor Payment for Construction Water 01 50 00 -2 TEMPORARY FAC ILI TIES AND C ONTROLS Page 2 o f 4 1) Obtain construction water meter from City for payment as billed by City's established rates . 3. Electricity and Lighting a . Provide and pay for electric powered service as required for Work , including testing of Work. 1) Provide power for lighting, operation of equipment, or other use . b . Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown . 4 . Telephone a . Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site . 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site . a. Comply with regulations of State and local departments of health . 2 . Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities . b . No discharge will be allowed from these facilities . c . Collect and store sewage and waste so as not to cause nuisance or health problem. d . Haul sewage and waste off-site at no less than weekly intervals and properly dispose in accordance with applicable regulation . 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4 . Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated , watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage . 2 . Storage of materials not susceptible to weather damage may be on blocks off ground . 3 . Store materials in a neat and orderly manner. a . Place materials and equipment to permit easy access for identification , inspection and inventory. 4. Equip building with lockable doors and lighting , and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers . 5 . Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance . D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E . Dust Control C ITY OF FORT WORT H NORTHSID E IV 24-INC H W ATER TRAN SMISSION M A IN PHA S E 18 ST AND ARD C O NSTRUCTIO N SP EC IFI CATION DOCUM ENTS City Project No . I 0268 7 Revised July I , 2011 015000-3 TEMPORARY FACILITIE S AND CONTROLS Page 3 of 4 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on-call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USEDJ 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 -PRODUCTS [NOT USED] PART 3 -EXECUTION [NOT USED] 3.1 INST ALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed . 3.5 (REPAIR] / [RESTORATION] 3.6 RE-INSTALLATION 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING (NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities CITY OF FORT WORTH NORTHSIDE IV 24-INCH WAT ER TRANSMISSION MAIN PHAS E 1B STANDARD CONSTRUCTION SP ECIF ICATION DOC UMENTS City Project No. 102687 Revised Jul y I, 20 I I 01 50 00 - 4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED) 3.13 MAINTENANCE [NOT USED) 3.14 ATTACHMENTS [NOT USED) END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHASE 18 ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. l 02687 Revised Ju ly I, 20 I l 01 55 26 -I STREET US E P ERMI T AND MODIFI C ATIONS T OT RAFF IC CONT ROL Page I o f 3 1 SECTION 01 55 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART 1-GENERAL 4 1.1 SUMMARY 5 A Section Includes : 6 I . Administrative procedures for: 7 a . Street Use Permit 8 b. Modification of approved traffic control 9 c . Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 I . None. 12 C. Related Specification Sections include, but are not necessarily limited to : 13 I. Division 0-Bidding Requirements , Contract Forms and Conditions of the Contract 14 2 . Division 1 -General Requirements 15 3 . Section 34 71 13 -Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid . 19 No separate pay ment will be allowed for this Item . 20 1.3 REFERENCES 21 A Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2 . Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMINIS1RA TIVE REQUIREMENTS 27 A Traffic Control 28 1. General 29 a . Contractor shall minimize lane closures and impact to vehicular/pedestrian 30 traffic . 31 b . When traffic control plans are included in the Drawings , provide Traffic 32 Control in accordance with Drawings and Section 34 71 13. 33 c. When traffic control plans are not included in the Drawings , prepare traffic 34 control plans in accordance with Section 34 71 13 and submit to City for 35 review. 36 1) Allow minimum IO working days for review of proposed Traffic Control. C ITY OF FORT W ORTH NORTHSIDE IV 24-INCH WATER TRAN SMI SSIO N MAIN PHAS E 18 STANDARD CONST R UCT ION SP EC IFI CAT IO N DOCUMENTS City Proj ect N o. 1026 87 Rev ised March 22, 2021 0 I 55 26 -2 STREET US E PERMI T AND MODI F IC AT IONS T O TRAFF IC C ONT ROL Page 2 o f 3 2) A traffic control "Typical" published by City of Fort Worth, the Texas 2 Manual Unified Traffic Control Devices (TMUTCD) or Texas Department 3 of Transportation (TxDOT) can be used as an alternative to preparing 4 project/site specific traffic control plan if the typical is applicable to the 5 specific project/site. 6 B. Street Use Permit 7 I . Prior to installation of Traffic Control, a City Street Use Permit is required. 8 a . To obtain Street Use Permit, submit Traffic Control Plans to City 9 Transportation and Public Works Department. 10 I) Allow a minimum of 5 working days for permit review. 11 2) It is the Contractor's responsibility to coordinate review of Traffic Control 12 plans for Street Use Permit, such that construction is not delayed . 13 C. Modification to Approved Traffic Control 14 I . Prior to installation traffic control: 15 a. Submit revised traffic control plans to City Department Transportation and 16 Public Works Department. 17 I) Revise Traffic Control plans in accordance with Section 34 71 13. 18 2) Allow minimum 5 working days for review of revised Traffic Control. 19 3) It is the Contractor 's responsibility to coordinate review of Traffic Control 20 plans for Street Use Permit, such that construction is not delayed. 21 D. Removal of Street Sign 22 1. If it is determined that a street sign must be removed for construction, then contact 23 City Transportation and Public Works Department, Signs and Markings Division to 24 remove the sign. 25 E. Temporary Signage 26 1. In the case of regulatory signs , replace permanent sign with temporary sign meeting 27 requirements of the latest edition of the Texas Manual on Uniform Traffic Cont rol 28 Devices (MUTCD). 29 2. Install temporary sign before the removal of permanent sign . 30 3. When construction is complete, to the extent that the permanent sign can be 31 reinstalled , contact the City Transportation and Public Works Department, Signs 32 and Markings Division , to reinstall the permanent sign . 33 F. Traffic Control Standards 34 I. Traffic Control Standards can be found on the City 's website. 35 1.5 SUBMITIALS [NOT USED] 36 A Submit all required documentation to City 's Project Representative. C ITY OF FORT W ORTH NORTHS ID E IV 24-INCH WA TER TRAN SMISSION MAIN PHASE 1B ST ANDARD C ONSTR UCT ION S P ECIF ICAT ION DOCUM ENTS City Proj ect No. 102687 Revi sed March 22, 2021 01 5526-3 ST R EET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONT ROL Page 3 of3 1.6 ACTION SUBMITIALS/INFORMA TIONAL SUBMITIALS [NOT USED] 2 1. 7 CLOSEOUT SUBMITIALS [NOT USED] 3 1.8 MAINTENANCE MA1ERIAL SUBMITIALS [NOTUSED] 4 1.9 QUALI1Y ASSURANCE [NOT USED] 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.11 FIELD [SI1E] CONDITIONS [NOT USED] 7 1.12 WARRANIY [NOT USED] 8 PART 2 -PRODUCTS [NOT USED] 9 PART 3 -EXECUTION [NOT USED] 10 END OF SECTION 11 Revision Log DATE NAME SUMMARY OF CHANGE 1.4 A. Adde d language to emphasize minimizing of lane closures and impact to traffic . 3/22 /2021 M O\\en 1.4 A. I . c. Added language to a llo w for use of published traffic control "Typicals" if applicabl e to specific project /site. 1.4 F. I) Removed refe rence to Buzz saw 1.5 Added lan guage re: submittal of permit 12 CITY OF FORT WORTH NORTH SIDE IV 24-INCH WATER TRANSMJSSION MAIN PHAS E 1B STANDARD CONSTRUCTION SPECIF ICATION DOCUMENTS City Project No. 102687 Revised March 22, 202 1 0 I 57 I 3 -I STORM WATE R POLLUTION PREVENTION SECTION 01 5713 STORM WATER POLLUTION PREVENTION PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None . C. Related Specification Sections include , but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 -General Requirements 3. Section 31 25 00 -Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance Page I of3 a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 31 25 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination : NOT 3. Storm Water Pollution Prevention Plan : SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change : NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited . 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan . CITY OF FORT WORTH NO RTHSID E IV 24-INCH WATER TRANSMISSION MAIN PHAS E 18 ST AND ARD CONSTRUCTION SPECIFICATION DOC UMENTS City Project No. I 02687 Revised July I , 201 I 015713-2 STORM WA TE R POLLUTION PREVE TION Page 2 of3 B. Construction Activities resulting in: 1 . Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 31 25 00 and Drawings. 2. 1 to less than 5 acres of disturbance a . Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b . Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works , Environmental Division, (817) 392- 6088 . 2) Provide erosion and sediment control in accordance with : a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a . Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b . Complete SWPPP in accordance with TCEQ requirements I) Prepare a TCEQ NOi form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works , Environmental Division, (817) 392 -6088. 2) TCEQ Notice of Change required if making changes or updates to NOi 3) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR 150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted . a) Send copy to City Department of Transportation and Public Works , Environmental Division, (817) 392-6088 . 1.5 SUBMITTALS A. SWPPP 1. Submit in accordance with Section O 1 33 00 , except as stated herein . a . Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: I) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works , Environmental Division for review C ITY OF FO RT WORTH NORTHSIDE IV 24-INCH WA TER TRAN SMISSION MAIN PH ASE 18 STANDARD CONSTRUC TION SPEClFICATION DO CUMENTS City Project No . 102687 Re vised Jul y I , 20 I I 01 57 13 - 3 STORM WA TER POLLUT IO N PREVENTION Page 3 of3 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 01 33 00 . 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USEDI 1.11 FIELD [SITEI CONDITIONS [NOT USEDI 1.12 WARRANTY [NOT USED] PART 2 -PRODUCTS [NOT USED) PART 3 -EXECUTION [NOT USED] END OF SECTION Re vision Log DAT E NAME SUMMARY OF CHANGE C ITY OF FO RT WORTH NO RTHS ID E IV 24-INCH WATER TRANSMIS SI ON MAIN PH ASE 1B ST AN D ARD CONSTR UCTIO N S PECIF ICATION DOCUM ENT S Ci ty Projec t No. I 02687 Rev ised Ju ly I , 20 I I OJ 58 13 -I TEMPORARY PROJECT SIGNAGE PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: SECTION 015813 TEMPORARY PROJECT SIGNAGE 1. Temporary Project Signage Requirements B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include , but are not necessarily limited to: Page I of 3 1. Division O -Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 -General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 -PRODUCTS 2.1 OWNER-FURNISHED (oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City's Standard Details for project signs. CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHASE 18 STANDARD CONSTRUCTION SPECIFICATION DOCUM EN TS City Project No . 102687 Revised July I , 20 I I B. Material s 1. Sign 0158 13 -2 TEMPO RARY PROJECT SIGN AGE Page 2 of 3 a . Constructed of ¾-inch fir plywood , grade A-C ( exterior) or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED) PART 3 -EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED) 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as nee ded, upon reque st of th e City . B . Mounting option s a. Skids b . Post s c . Barricade 3.5 REP AIR/ RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR) SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. General 1. Maintenance will include painting and repairs as ne eded or directed by the City . 3.14 ATTACHMENTS [NOT USED] END OF SECTION C ITY OF FO RT WO RT H NORT HS ID E IV 24-I NCH WATER TRANSM ISSI O N MA IN PHAS E IB STAN DARD CONSTR UCTIO N SP ECIF ICATION DOCUMENTS C ity Project No. 102687 Revised July I , 20 11 DATE NAME Revision Log 01 58 13 -3 TEMPORARY PROJECT SIGNAGE Page 3 of3 SUMMARY OF CHANGE CITY OF FORT WORT H NORTHSID E JV 24-INCH WATER TRANSMISSION MAIN PHAS E 1B ST AND ARD CONSTRUCTION SP ECIFICATION DOCUM ENTS City Project No . I 02687 Revi sed Jul y I , 2011 01 60 00 PRODUCT REQUIREMENTS PART 1-GENERAL 1.1 SUMMARY A. Section Includes : SECTION 01 60 00 PRODUCT REQUIREMENTS 1. References for Product Requirements and City Standard Products List B . Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include , but are not necessarily limited to : Page I of2 1. Division 0-Bidding Requirements, Contract Forms and Conditions of the Contract 2 . Division 1 -General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. A list of City approved products for use is available through the City 's website at: https://apps.fortworthtexas.gov/ProjectResources/ and following the directory path; 02 -Construction Documents/Standard Products List B. Only products specifically included on City 's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City . C . Any specific product requirements in the Contract Documents supersede similar products included on the City 's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City 's Standard Product List. D. Although a specific product is included on City 's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to , that manufacturer 's standard product. E . See Section 01 33 00 for submittal requirements of Product Data included on City 's Standard Product List. 1.5 SUBMITT ALS [NOT USED] 1.6 ACTION SUBMITT ALS/INFORMATIONAL SUBMITT ALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MA TE RIAL SUBMITT ALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH NO RTHSID E IV 24-INCH WATER TRANSMISSION MA1N PHAS E 1B ST AND ARD CONSTRU CTION SPECIFICATION DO CUMENTS City Proj ect No . I 02687 Revi sed March 9, 2020 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED) 1.11 FIELD [SITE] CO NDITIONS [NOT USED) 1.12 WARRANTY [NOT USED) PART 2 -PRODUCTS [NOT USED] PART 3 -EXECUTION [NOT USED) END OF SECTION R evision L o g 0 1 6000 PR O DUCT REQUIREMENTS Page 2 of2 DATE NAME SUMMARY OF CHANGE 10/12 /12 D. Jo hnson Modified Location of City 's Standard Product List 3/9/2020 D.V . Magana Removed reference to Buzzsaw and no ted that the City approved products list is accessi ble through the City 's we bsite . CITY O F FO RT WORTH NO RTH SID E IV 24-INCH WATER TRANSMISS ION MAIN PHAS E I B STANDARD CONSTR UCT ION SPECIF ICATION DOCUM ENTS City Project No. 102687 Revised March 9 , 2020 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page I of4 SECTION 01 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART 1 -GENERAL 1.1 SUMMARY A. Section Includes : 1. Scheduling of product delivery 2. Packaging of products for delivery 3 . Protection of products against damage from : a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification I. None . C. Related Specification Sections include, but are not necessarily limited to : 1. Division O -Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 -General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment I. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITT ALS [NOT USED) 1.6 ACTION SUBMITT ALS/INFORMATIONAL SUBMITT ALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED) 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries . 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH NO RTHSID E IV 24-INCH WATER TRANSMISSION MAIN PH ASE 18 STANDARD CONSTR UCTIO N SPECIF ICATION DOCUMENTS City Project No . 102687 Revised Jul y I , 20 I I 016600 -2 PRODUCT STORAGE AND HANDLING REQ UrREM ENTS Page 2 of4 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a . Arrange storage to provide easy access for inspection. 4 . Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. 5. Provide off-site storage and protection when on-site storage is not adequate. a. Provide addresses of and access to off-site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises . 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9 . Keep public and private driveways and street crossings open. 10 . Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative . a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative . CITY OF FORT WORTH NORTHS ID E IV 24-INCH WATER TRANSMISSION MAIN PHASE I B STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS City Project No. 102687 Re vised Jul y I , 20 I I 016600-3 PRODUCT STORAGE AND HANDUNG REQUIREMENTS 1. 11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 -PRODUCTS [NOT USED) PART 3 -EXECUTION 3.1 INSTALLERS [NOT USED) 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REP AIR/ RESTORATION [NOT USED] 3.6 RE-INSTALLATION (NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading . B. Non-Conforming Work Page 3 of 4 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING (NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A . Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHASE 1B ST AND ARD CONSTRUCTION SPECTFICA TION DOCUM ENTS City Project No. I 02687 Re v ised July I , 201 I 01 66 00 - 4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPEClFICATION DOCUMENTS Revised July I , 20 I I SUMMARY OF CHANGE NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHAS E 18 City Project No . I 02687 01 70 00 - I MOBILIZATION AND REMOBILIZATION 1 SECTION 01 70 00 2 MOBILIZATION AND REMOBILIZATION 3 PARTl-GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Mobilization and Demobilization 7 a. Mobilization Page I of4 8 1) Transportation of Contractor's personnel, equipment, and operating supplies 9 to the Site IO 2) Establishment of necessary general facilities for the Contractor's operation 11 at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor's personnel, equipment, and operating supplies 14 to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor's operation 16 from 1 location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor's personnel, equipment, and operating supplies 19 away from the Site including disassembly 20 2) Site Clean-up 21 3) Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 2. Remobilization 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a . Mobilization and Demobilization C ITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHASE I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C ity Project No . !02687 Revised Novem ber 22 , 2016 01 70 00 - 2 MOBILIZAT IO N AN D REMOBILIZATIO N Page 2 o f 4 I 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor 's personnel , equipment, and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for : 8 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) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b . Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobili zation for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Section s include , but are not necessarily limited to : 22 I. Division O -Bidding Requirements, Contract Forms and Conditions of the 23 Contract 24 2 . Division 1 -General Requirements 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment [Consult City Department/Division for direction on if 27 Mobilization pay item to be included or the item should be subsidiary . Include the 28 appropriate Section 1.2 A. l.] 29 1. Mobilization and Demobilization 30 a. Measure 31 I) This Item is considered subsidiary to the various Items bid . 32 b . Payment 33 I) The work performed and materials furnished in accordance with this Item 34 are subsidiary to the various Items bid and no other compensation will be 35 allowed . 36 2 . Remobilization for suspension of Work as specifically required in the Contract 37 Documents 38 a . Meas urement 39 1) Measurement for this Item shall be per each remobilization performed . 40 b. Payment 41 1) The work performed and materials furnished in accordance with this Item 42 and measured as provided under "Measurement" will be paid for at the unit 43 price per each "Specified Remobili zation" in accordance with Contract 44 Documents . 45 c. The price shall include : 46 I) Demobilization as described in Section 1.1.A .2.a.1) C ITY OF FO RT WO RTH NORT HSID E IV 24-INCH WAT ER T RAN SMI SS ION MA IN PHAS E 18 STAN DARD CONSTRUCT ION SPEC IFICATION DOCU MENTS C ity Project No . 102 687 Revi se d Nove mb er 22 , 20 16 I 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 35 36 37 38 39 01 70 00 -3 MOBILIZATION AND REMOBILIZATION Page 3 of4 2) Remobilization as described in Section 1.1.A.2.a.2) d . No payments will be made for standby, idle time, or lost profits associated this Item. 3. Remobilization for suspension of Work as required by City a . Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item . 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a. l) 2) Demobilization as described in Section 1.1.A.3 .a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b . Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Emergency Mobilization " in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1 .A.4.a) 2) Demobilization as described in Section 1.1.A .3.a.2) d . No payments will be made for standby, idle time, or lost profits associated this Item. 40 1.3 REFERENCES [NOT USED] 41 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 42 1.5 SUBMITTALS [NOT USED] 43 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 44 1.7 CLOSEOUT SUBMITTALS [NOT USED] 45 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH NORTHSID E IV 24-INCH WATER TRANSM ISSION MAIN PHAS E 18 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102687 Revised November 22 , 2016 1.9 QUALITY ASSURANCE [NOT USED] 01 70 00 - 4 MOB ILIZATION AND REMOBILIZATION Page 4 of 4 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 4 1.12 WARRANTY [NOT USED] 5 PART 2 -PRODUCTS [NOT USED] 6 PART 3-EXECUTION [NOT USED] 7 END OF SECTION 8 Revision Log DATE NAME SUMMARY OF CHANGE 11 /22/16 Mic hael Owen 1.2 Price and Payment Procedures -Revised specification, including blue text, to make specification flexible for either subsidiary or paid bid item for Mobilization. 9 CITY OF FORT WORTH NORTHSID E IV 24-INCH WAT ER TRANSMISSION MAIN PHAS E I B STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS City Project No . I 02687 Revised November 22 , 2016 017123 -1 CONSTRUCTION STAKING AND SURVEY Page 1 of8 SECTION 01 7123 CONSTRUCTION STAKING AND SURVEY PART 1 -GENERAL 1.1 SUMMARY A. Section Includes : 1. Requirements for construction staking and construction survey B . Deviations from this City of Fort Worth Standard Specification l. None . C. Related Specification Sections include , but are not necessarily limited to: I . Division O -Bidding Requirements, Contract Forms and Conditions of the Contract 2 . Division 1 -General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Staking a. Measurement 1) Measurement for this Item shall be by lump sum. b . Payment I) The work performed and the materials furnished in accordance with thi s Item shall be paid for at the lump sum price bid for "Construction Staking". 2) Payment for "Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include , but not be limited to the following : I) Verification of control data provided by City. 2) Placement, maintenance and replacement of required stakes and markings in the fi eld. 3) Preparation and submittal of construction staking documentation in the form of "cut sheets" using the City 's standard template . 2. Construction Survey a . Measurement I) This Item is considered subsidiary to the various Items bid. b . Payment I) The work performed and the materials furnished in accordance with this Item are subs idiary to the various Items bid and no other compensation will be allowed . 3 . As-Built Survey a . Measurement 1) Measurement for this Item shall be by lump sum . b . Payment I) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "As-Built Survey". C ITY O F FO RT WORTH NORTHSID E IV 24-IN C H WATER TRA N SMISSION MA IN PH ASE 18 ST AN D ARD CO NSTRUCT ION SP ECIF lCA TIO N DOC UM EN TS City Proj ect No. 102 68 7 Revised February 14, 2018 01 71 23 -2 CONSTRUCTION STAKING AND SURVEY Page 2 of8 2) Payment for "Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c . The price bid shall include , but not be limited to the following:: 1) Field measurements and survey shots to identify location of completed facilities. 2) Documentation and submittal of as-built survey data onto contractor redline plans and digital survey files. 1.3 REFERENCES A. Definitions 1. Construction Survey -The survey measurements made prior to or while construction is in progress to control elevation, horizontal position, dimensions and configuration of structures/improvements included in the Project Drawings . 2 . As-built Survey -The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of a project. 3 . Construction Staking -The placement of stakes and markings to provide offsets and elevations to cut and fill in order to locate on the ground the designed structures/improvements included in the Project Drawings . Construction staking shall include staking easements and/or right of way if indicated on the plans . 4. Survey "Field Checks" -Measurements made after construction staking is completed and before construction work begins to ensure that structures marked on the ground are accurately located per Project Drawings. B. Technical References l . City of Fort Worth -Construction Staking Standards (available on City's Buzzsaw website) -01 71 23 .16.01 _ Attachment A_Survey Staking Standards 2 . City of Fort Worth -Standard Survey Data Collector Library (fxl) files (available on City's Buzzsaw website). 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 4 . Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land Surveying in the State of Texas, Category 5 1.4 ADMINISTRATIVE REQUIREMENTS A. The Contractor's selection of a surveyor must comply with Texas Government Code 2254 (qualifications based selection) for this project. 1.5 SUBMITT ALS A. Submittals, if required , shall be in accordance with Section 01 33 00 . B . All submittals shall be received and reviewed by the City prior to delivery of work. 1.6 ACTION SUBMITT ALS/INFORMA TIONAL SUBMITT ALS A. Field Quality Control Submittals CITY O F FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHAS E I B STANDARD CONSTRUCTION SPEClF ICATION DOCUM ENTS City Proj ec t No. 102687 Revised February 14, 2018 01 71 23 -3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1. Documentation verifying accuracy of field engineering work, including coordinate conversions if plans do not indicate grid or ground coordinates. 2. Submit "Cut-Sheets" conforming to the standard template provided by the City (refer to 01 71 23 .16.01 -Attachment A -Survey Staking Standards). 1.7 CLOSEOUT SUBMITTALS B. As-built Redline Drawing Submittal 1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of constructed improvements signed and sealed by Registered Professional Land Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 -Attachment A -Survey Staking Standards) . 2 . Contractor shall submit the proposed as-built and completed redline drawing submittal one (1) week prior to scheduling the project final inspection for City review and comment. Revisions , if necessary, shall be made to the as-built redline drawings and resubmitted to the City prior to scheduling the construction final inspection . 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction staking will be performed by the Contractor. 2. Coordination a. Contact City's Project Representative at least one week in advance notifying the City of when Construction Staking is scheduled. b . It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a . Contractor is responsible for preserving and maintaining stakes. If City surveyors are required to re-stake for any reason, the Contractor will be responsible for costs to perform staking. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed disturbed or omitted that the contracted Work cannot take place then the Contractor will be required to stake or re-stake the deficient areas. B . Construction Survey 1. Construction Survey will be performed by the Contractor. 2 . Coordination a. Contractor to verify that horizontal and vertical control data established in the design survey and required for construction survey is available and in place. 3. General a . Construction survey will be performed in order to construct the work shown on the Construction Drawings and specified in the Contract Documents . b. For construction methods other than open cut, the Contractor shall perform construction survey and verify control data including, but not limited to , the following : 1) Verification that established benchmarks and control are accurate. CITY OF FORT WORTH NORTHSIDE IV 24-INCH WAT ER TRANSMISSION MAIN PHAS E I B STANDARD CONSTRUCTION SPECIFICATION DOC UMENTS City Project No . 102687 Revised February 14 , 2018 01 71 23 -4 CONSTRUCTION STAKING AND SURVEY Page 4 of8 2) Use of Benchmarks to furnish and maintain all reference lines and grades for tunneling. 3) Use of line and grades to establish the location of the pipe. 4) Submit to the City copies of field notesused to establish all lines and grades, if requested, and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City, if requested, to verify the guidance system and the line and grade of the carrier pipe . 6) The Contractor remains fully responsible for the accuracy of the work and correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to the City. 9) If the installation does not meet the specified tolerances (as outlined in Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct the installation in accordance with the Contract Documents. C. As-Built Survey 1. Required As-Built Survey will be performed by the Contractor. 2. Coordination a . Contractor is to coordinate with City to confirm which features require as- built surveying. b . It is the Contractor's responsibility to coordinate the as-built survey and required measurements for items that are to be buried such that construction activities are not delayed or negatively impacted . c. For sewer mains and water mains 12" and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and take as-built survey after the facility has been buried . The Contractor is responsible for the quality control needed to ensure accuracy . 3. General a. The Contractor shall provide as-built survey including the elevation and location (and provide written documentation to the City) of construction features during the progress of the construction including the following : l) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: ( l) Minimum every 250 linear feet, including (2) Horizontal and vertical points of inflection , curvature, etc. (3) Fire line tee (4) Plugs, stub-outs, dead-end lines (5) Casing pipe (each end) and all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines (non-gravity facilities) at the following locations: (1) Minimum every 250 linear feet and any buried fittings (2) Horizontal and vertical points of inflection , curvature , etc. 3) Stormwater -Not Applicable C ITY OF FORT WORTH NORTH SIDE IV 24-INCH WATER TRANSMISSION MAIN PHAS E 18 ST AND ARD CONSTRUCTION SPECIF ICATION DOCUMENTS City Project No. I 02687 Revised February 14, 2018 01 71 23 -5 CONSTRUCTION STAKING AND SURVEY Page5of8 b . The Contractor shall provide as-built survey including the elevation and location (and provide written documentation to the City) of construction features after the construction is completed including the following : 1) Manholes a) Rim and flowline elevations and coordinates for each manhole 2) Water Lines a) Cathodic protection test stations b) Sampling stations c) Meter boxes /vaults (All sizes) d) Fire hydrants e) Valves (gate, butterfly, etc .) t) Air Release valves (Manhole rim and vent pipe) g) Blow off valves (Manhole rim and valve lid) h) Pressure plane valves i) Underground Vaults (1) Rim and flowline elevations and coordinates for each Underground Vault. 3) Sanitary Sewer a) Cleanouts (1) Rim and flowline elevations and coordinates for each b) Manholes and Junction Structures (1) Rim and flowline elevations and coordinates for each manhole and junction structure . 4) Stormwater -Not Applicable 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY PART 2 -PRODUCTS A. A construction survey will produce, but will not be limited to: 1. Recovery of relevant control points, points of curvature and points of intersection . 2. Establish temporary horizontal and vertical control elevations (benchmarks) sufficiently permanent and located in a manner to be used throughout construction . 3. The location of planned facilities, easements and improvements . a. Establishing final line and grade stakes for piers, floors , grade beams , parking areas , utilities , streets, highways , tunnels, and other construction. b . A record of revisions or corrections noted in an orderly manner for reference . c. A drawing, when required by the client, indicating the horizontal and vertical location of facilities, easements and improvements , as built. 4 . Cut sheets shall be provided to the City inspector and Survey Superintendent for all construction staking projects. These cut sheets shall be on the standard city template which can be obtained from the Survey Superintendent (817-392-7925). 5. Digital survey files in the following formats shall be acceptable : a. AutoCAD (.dwg) b. ESRI Shapefile (.shp) CITY O F FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHAS E 1B ST AND ARD CONSTRUCTION SPECIFICATION DOCUM ENTS City Project No. I 02687 Revised February 14, 2018 0171 23 -6 CO STRUCTIO N STAKING AND SURVE Y Page 6 of 8 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (u se standard templates , if available) 6 . Survey files shall include vertical and horizontal data tied to original project control and benchmarks , and shall include feature descriptions PART 3 -EXECUTION 3.1 INSTALLERS A . Tolerances: 1. The staked location of any improvement or facility should be as accurate as practical and necessary . The degree of precision required is dependent on many factors all of which must remain judgmental. The tolerances listed hereafter are based on generalities and , under certain circumstances , shall yield to specific requirements . The surveyor shall assess any situation by review of the overall plans and through consultation with responsible parties as to the need for specific tolerances. a . Earthwork: Grades for earthwork or rough cut should not exceed 0 .1 ft. vertical tolerance . Horizontal alignment for earthwork and rough cut should not exceed 1.0 ft. tolerance . b. Horizontal alignment on a structure shall be within .0.1 ft tolerance . c . Paving or concrete for streets , curbs, gutters, parking areas, drives , alleys and walkways shall be located within the confines of the site boundaries and, occasionally, along a boundary or any other restrictive line . Away from any restrictive line , these facilities should be staked with an accuracy producing no more than 0.05ft . tolerance from their specified locations. d . Underground and overhead utilities, such as sewers , gas, water, telephone and electric lines , shall be located horizontally within their prescribed areas or easements. Within assigned areas , these utilities should be staked with an accuracy producing no more than 0.1 ft tolerance from a specified location . e . The accuracy required for the vertical location of utilities varies widely . Many underground utilities require only a minimum cover and a tolerance of 0 .1 ft . should be maintained. Underground and overhead utilities on planned profile, but not depending on gravity flow for performance , should not exceed 0 .1 ft . tolerance. B. Surveying instruments shall be kept in close adjustment according to manufacturer 's specifications or in compliance to standards . The City reserves the right to request a calibration report at any time and recommends regular maintenance schedule be performed by a certified technician every 6 months . 1. Field measurements of angles and distances shall be done in such fashion as to satisfy the closures and tolerances expressed in Part 3 . I.A. 2 . Vertical locations shall be established from a pre-established benchmark and checked by closing to a different bench mark on the same datum. 3 . Construction survey field work shall correspond to the client's plans. Irregularities or conflicts found shall be reported promptly to the City. 4. Revisions , corrections and other pertinent data shall be logged for future reference . C ITY O F FORT WORT H NORTHSID E IV 24-rN C H WATER T RA NSMISSION MArN PHAS E IB STANDARD CO NSTRUC TION SP EClF ICATION DOCUM ENTS City Project No . 102687 Revised February 14, 2018 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REP AIR/RESTORATION 01 71 23 -7 CONSTRUCTION STAKING AND SURVE Y Page 7 of 8 A. If the Contractor's work damages or destroys one or more of the control monuments /points set by the City, the monuments shall be adequately referenced for expedient restoration . 1. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. a . Contractor shall perform replacements and/or restorations . b . The City may require at any time a survey "Field Check" of any monument or benchmarks that are set be verified by the City surveyors before further associated work can move forward. 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oRJ SITE QUALITY CONTROL A. It is the Contractor 's responsibility to maintain all stakes and control data placed by the City in accordance with this Specification. This includes easements and right of way, if noted on the plans . B . Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM ST ART UP A. Survey Checks 1. The City reserves the right to perform a Survey Check at any time deemed necessary. 2. Checks by City personnel or 3rd party contracted surveyor are not intended to relieve the contractor of his/her responsibility for accuracy. 3.9 ADJUSTING [NOT USEDJ 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log CITY OF FORT WORTH NORTHSID E IV 24-INCH WATER TRANSMISSION MAIN PHAS E 18 ST AND ARD CON STRUCTION SPECIFICATION DOCUM ENTS City Project No. 102687 Revised February 14, 2018 DATE NAME 8/31 /2012 D. Johnson 8/31 /2017 M . Owen 2/1 4/2 0 18 MOwen 017123-8 CONSTRUCTION STAKING AND SURVEY Page 8 of8 SUMMARY O F CHANGE Added instruction and modified measurement & payment under 1.2; added definitions and references under 1.3 ; modified 1.6 ; added 1.7 closeout submittal requirements; modified 1.9 Quality Assurance; added PART 2 -PRODUCTS ; Added 3 .1 Installers ; added 3.5 Repair/Restoration; and added 3.8 System Startup . Removed "blue text"; revised measurement and payment sections for Construction Staking and As-Built Survey; added reference to selection compliance with TGC 2254; revised action and Closeout submittal requirements ; added acceptable depth measurement criteria; revised list of items requ iring as-built survey "during" and "after" construction; and revised acceptab le digital survey file format CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHASE 1B STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS City Project No . 102687 Revised Febr uary 14, 2018 FORT WORTH ® Section 01 71 23.01 -Attachment A Survey Staking Standards February 2017 O:\Specs -Stds Governance Process\Temporary Spec Files\Cap ita l De livery\Cap Delivery Div 01\01 71 23 .16 .0l_Attachment A_Survey Staking Standards .docx Page 1 of 22 These procedures are intended to provide a standard method for construction staking services associated with the City of Fort Worth projects. These are not to be considered all inclusive, but only as a general guideline. For projects on TXDOT right-of-way or through joint TXDOT participation, adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the TXDOT manual shall prevail. (http://onlinemanuals .txdot.gov/txdotmanuals/ess/ess.pdf) If you have a unique circumstance, please consult with the project manager, inspector, or survey department at 817 -392 -7925 . Table of Contents I. City of Fort Worth Contact Information II. Construction Colors Ill. Standard Staking Supplies IV. Survey Equipment, Control, and Datum Standards V. Water Staking VI. Sanitary Sewer Stak i ng VII. Storm Staking VIII. Curb and Gutter Staking IX . Cut Sheets X. As-built Survey O:\Specs-Stds Governance Process\Tempo rary Spec Fil es\Cap ita l Del ivery\Cap Delivery Div 01\01 71 23 .16 .0l_Attachment A_Survey Stak i ng Standards .docx Page 2 of 22 I. Survey Department Contact Information Physical and mailing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Worth, Texas 76116 Office: (817) 392-7925 Survey Superintendent, direct line : (817) 392-8971 II. Construction Colors The following colors shall be used for staking or identifying features in the field . This includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags if necessary . Utility PROPOSED EXCAVATION ALL ELECTRIC AND CONDUITS POTABLE WATER GAS OR OIL TELEPHONE/FIBER OPTIC SURVEY CONTROL POINTS , BENCHMARKS , PROPERTY CORNERS, RIGHT -OF-WAYS, AND Color RED :, , BLUE . YELLOW ORANGE PINK ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS SANITARY SEWER IRRIGATION AND RECLAIMED WATER Ill. Standard Staking Supplies Item Lath/Stake Wooden Hub (2"x2" min. square preferred) Pin Flags (2 .5" x 3 .5" preferred) Guard Stakes PK or Mag nails Iron Rods (1/2" or greater diameter) Survey Marking Paint Flagging Marking Whiskers (feathers) Tacks (for marking hubs) GREEN PURPLE Minimum size 36" tall 6 11 tall 21" long Not required 1" long 18"1ong Water-based 1" wide 6 11 long 3/4" long O :\Specs -Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Del ivery Div 01\01 71 23 .16 .0l_Attachment A_Survey Staking Standards .docx Page 3 of 22 IV. Survey Equipment, Control, and Datum Standards A. City Benchmarks All city benchmarks can be found here: http://fortworthtexas.gov/itsolutions/GIS/ Look for 'Zoning Maps'. Under 'Layers', expand 'Basemap Layers', and check on 'Benchmarks'. B. Conventional or Robotic Total Station Equipment I. A minimum of a 10 arc-second instrument is required. II. A copy of the latest calibration report may be requested by the City at any time . It is recommended that an instrument be calibrated by certified technician at least 1 occurrence every 6 months. C. Network/V.R.S. and static GPS Equipment I. It is critical that the surveyor verify the correct horizontal and vertical datum prior commencing work. A site calibration may be required and shall consist of at least 4 control points spaced evenly apart and in varying quadrants. Additional field checks of the horizontal and vertical accuracies shall be II. completed and the City may ask for a copy of the calibration report at any time. Network GPS such as the Western Data Systems or SmartNet systems may be used for staking of property/R.O.W, forced-main water lines, and rough-grade only . No GPS staking for concrete, sanitary sewer, storm drain, final grade, or anything that needs vertical grading with a tolerance of 0.25' or less is allowed. D. Control Points Set I. All control points set shall be accompanied by a lath with the appropriate Northing, Easting, and Elevation (if applicable) of the point set. Control points can be set rebar, 'X' in concrete, or any other appropriate item with a stable base and of a semi-permanent nature. A rebar cap is optional, but preferred if the cap is marked 'control point' or similar wording. II. Datasheets are required for all control points set. Datasheet should include: A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone 4202, NAVO 88 Elevations B. Grid or ground distance. -If ground, provide scale factor used and base point coordinate, Example: C.S .F.=0.999125, Base point=North : 0, East=O C. Geoid model used, Example: GEOID12A O :\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23 .16.0l_Attachment A_Survey Staking Standards .docx Page 4 of 22 E. Preferred Grid Datum Although many plan sets can be in surface coordinates, the City's preferred grid datum is listed below. Careful consideration must be taken to verify what datum each project is in prior to beginning work. It is essential the surveyor be familiar with coordinate transformations and how a grid/surface/assumed coordinate system affect a project. Projected Coordinate System: NAD_1983_StatePlane_Texas_North_Central_FIPS_ 4202_Feet Projection: Lambert_ Conformal_ Conic False_Easting : 1968500.00000000 False_Northing: 6561666 .66666667 Central Meridian: -98.50000000 Standard_Parallel_l: Standard_Parallel_2: Latitude_Of_Origin : 32.13333333 33.96666667 31.66666667 Linear Unit : Foot US Geographic Coordinate System : GCS_North_American_1983 Datum: D North American 1983 - -- Prime Meridian: Greenwich Angular Unit: Degree Note: Regardless of what datum each particular project is in , deliverables to the City must be converted/translated into this preferred grid datum . 1 copy of the deliverable should be in the project datum (whatever it may be) and 1 copy should be in the NAD83, TX North Central 4202 zone . See Preferred File Naming Convention below F. Preferred Deliverable Format .txt .csv .dwg .job G. Preferred Data Format P,N,E,Z,D,N Point Number, Northing, Easting, Elevation, Description, Notes (if applicable) H. Preferred File Naming Convention This is the preferred format: City Project Number_Description_Datum.csv Example for a project that has surface coordinates which must be translated : File 1~ C1234_As-built of Water on Main Street_Grid NAD83 TXSP 4202.csv O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23 .16.0l_Attachment A_Survey Staking Standards.docx Page 5 of 22 File 2: C1234_As-built of Water on Main Street_Project Specific Datum.csv Example Control Stakes O :\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23 .16 .0l_Attachment A_Survey Staking Standards .docx Page 6 of 22 V. y u <( QJ ~ z 0 LL LL I f-- .::( u.....J w --. .:__J ...r.. uJ I- -· ..,__:_ ~ <f LL -. LL ,.-u u_-- ') ,:f ,~ LL _.1 Ct:'. w OJ 2 => z 1---z 0 Q_ 0::: w OJ 2 => z t-z 0 Q_ _j 0 Ct:'. 1---z 0 u CP #1 ~ 0::: <( 2 I (/) <( _J (/) w _J [O :=J 0 0 :::,('. ct: <( 2 I (/) <( _J U1 w _J [O ::::i 0 0 (\ V z 0 t- <( > w _J w EL .= 1 oo. oo' U) w I- <( z 0 0::: 0 0 u N =5000.00 E=5000.00 Water Staking Standards oW z 1---=> w 0 Ct:: Ct:'. u 0 6 IU t- 5 z IO (J) w => I _J u LL ~ 0::: ~ <;(X m~ w Ct:: 0::: 0 O:\Specs -Stds Governance Process\Temporary Spec Files\Cap ita l Delivery\Cap Delivery Div 01\01 71 23.16 .0 l _Attachment A_Survey Staking Standards .docx Page 7 of 22 A. Centerline Staking -Straight Line Tangents I. Offset lath/stakes every 200' on even stations II. Painted blue lath/stake only, no hub is required Ill. Grade is to top of pipe {T/P) for 12" diameter pipes or smaller IV. Grade to flow line (F/L) for 16" and larger diameter pipes V. Grade should be 3.50' below the proposed top of curb line for 10" and smaller diameter pipes VI. Grade should be 4.00' below the proposed top of curb line for 12" and larger diameter pipes VII. Cut Sheets are required on all staking and a copy can be received from the survey superintendent Optional: Actual stakes shall consist of a 600 nail or hub set with a whisker B. Centerline Staking -Curves I. If arc length is greater than 100', POC {Point of Curvature) offset stakes should be set at a 25' interval II. Same grading guidelines as above Ill. Staking of radius points of greater than 100' may be omitted C. Water Meter Boxes I. 7 .O' perpendicular offset is preferred to the center of the box II. Center of the meter should be 3.0' behind the proposed face of curb Ill. Meter should be staked a minimum of 4.5' away from the edge of a driveway IV. Grade is to top of box and should be +0.06' higher than the proposed top of curb unless shown otherwise on the plans D. Fire Hydrants I. Center of Hydrant should be 3.0' behind proposed face of curb II. Survey offset stake should be 7.0' from the center and perpendicular to the curb line or water main Ill. Grade of hydrants should be +0.30 higher than the adjacent top of curb E. Water Valves & Vaults I. Offsets should be perpendicular to the proposed water main II. RIM grades should only be provided if on plans Example Water Stakes O:\Specs-Stds Governance Process\Temporary Spec Fi les\Capital De li very\Cap Delivery Div 01\01 71 23 .16 .0l_Attachment A_Survey Staking Standards .docx Page 8 of 22 V, DJ :::s ;:;: DJ ~ V, l'1) ~ l'1) ~ V, .... DJ ~ :::s NO FLAG GIN G RE QUIRED IN LIEU OF BLUE PAINTED LA TH FRONT (SIDE FACING i) BACK (SIDE FACING R.O.W.) POINT /I HUB ELEVA TlON OFFSET DISTANCE CENTERLINE OF W/>..TER LINE STAllONING IDENTIFIES TOP OF PIPE IDENTIFlES CUT - OR FILL + ------- ~ HUB P/>..INTED BLUE, FLUSH 'IVlTH ~ GROUND, WITH T/>..CK OR BLACK DOT (OPTIONAL) HUB PAINTED BLUE ~ITH ,.,..-- BLUE 'wHISKERS OR 60D NAIL Vl1Tl-1 BLUE WHISKER FRONT FRONT (SIDE FACING (i) (S IDE FACING ct) BACK (S IDE FACING R.O. W.) p I ti) ..... )>- II ~ + ~ ~ T/P (") I u< ~ IDENTIFY ANY TEES, ~ETERS GATE VALVES, CROSSES, ETC. ----~ ------- T/P CT I ~ cr, N CONTINUE STAKING E\IERY 200' ----- A. Centerline Staking -Straight Line Tangents I. Inverts shall be field verified and compared against the plans before staking II. Painted green lath/stake WITH hub and tack or marker dot, no flagging required Ill. 1 offset stake between manholes if manholes are 400' or less apart IV . Offset stakes should be located at even distances and perpendicular to the centerline V. Grades will be per plan and the date of the plans used should be noted VI. If multiple lines are at one manhole, each line shall have a cut/fill and direction noted VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 600 nail or hub set with a whisker B. Centerline Staking -Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Sanitary Sewer Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted Ill. RIM grade should only be on the stake when provided in the plans O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23 .16.0l_Attachment A_Survey Staking Standards.docx Page 10 of 22 0 :,;.- Vl "O rt) n V, vi r+ a. V, Gl 0 < rt) ., ::, N DJ w ~ I-' rt) O'I " 0 ., I-' 0 I n l> ~ r+ V, ~-:::; n rt> ~3 3 "O ~ Q " r+ DJ #.: ll> < rt> Vl Vl I-' C: "O I-' < ~ ~~ ~ N Vl ro N r+ v, DJ --;,;-n 5 · ~ OQ -· ~ 0::- DJ ::, 0 a. rt) DJ :.:· c.. rt) ~ 3- 0 n n DJ )( "O 0 rt) :.:· rt) < 0 :.:· 0 I-' --0 I-' '-I I-' FRONT FRONT (SIDE FACIN G ~) 2nd OFFSET STAKE 1\-?. FOR ALIGNMENT O FOR SSMH'S ~ FR ON T (/) (/) (S IDE FA CING ~) (SIDE FACING (t) NO FLA.GGING REQUIRED MH 2nd OFTIET ST AKE IN LIEU OF GREEN PAINTED LATH "! 1st OFFSET ST>'KE FOl ALIGNMENT FDR ALIGNMENT I'-?_ FOR SSMH'S Sl'ME STATIONING AS FIRST OFFSET STAKE 0 ~ ~ (ll 1/l MH 0 I "' l: F/l s ? Ta RIM 0 I 0 II FR ONT (S IDE FACING ~) 1111 CfFSET STAKE FOR >'LJGNMENT ON SSl,iH'S SANITARY SE:'l'lrn LINE IDENTIFIES MANHOLE STATICNING IDENTIFIES FLO\\UNE OF NORTH PIPE GR.oJ:lE IDENTIFlES a.JT - OR FILL t-FOR NOOll1 PIPE I OENTIFlES FL0\1/UN E OF SOUTH PIPE GRADE ~ ~,,, HUB PAINTED GREEN, FLUSH \\1TH '-...~'"';, IDENTIFIES CUT - OR Flll + FOR SOUTH PIPE IDENTIFIES RIIA GRADE GROUND, \\1TH TACK OR BLA~ DOT "( ~~~ ~c>- 9',,., (OPTION.bL) ~ BLUE: 'l',HISKERS OR 800 ---- .,..,..,,..,.,-HUB PAINTED GREEN \lilTH ~ NAIL "111TH BWE \\HISKERS "IE'-::U.'------.. NO 2ND OFFSET sr AKE FOR CENTERU NE NEEDED FRONT ~ I "' t-.... -115 F/L s 0 l. II (S IDE FACING <t_) F/l NE 0 I "' ~ RIM ? 0 • ~,;,. BECAUSE: STATIONING . ¾ BET\\£EN SS1,1H'S WAS ',~}' LESS THAN 400', SPUT "- THE DIFTTREN CE AND SET '-. F<:R SSMH"S (,/) ~ (/) (/) MH IJl ~ II "' + :::I B F/l s n I ... II F/L NE n I .. i: RIM c"l I 0 II 1 STAKE IN THE MIDDLE --_:,-1;----JL __ _ .,..,..,,..,.,- m )C DJ 3 t1) V) DJ :::, ;:;.- DJ ... V) t1) ~ t1) ... V) ,... DJ ~ t1) "' VII. Storm Sewer & Inlet Staking A. Centerline Staking -Straight Line Tangents I. 1 offset stake every 200' on even stations II. Grades are to flowline of pipe unless otherwise shown on plans Ill. Stakes at every grade break IV. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 600 nail or hub set with a whisker B. Centerline Staking -Curves I. If arc length is greater than 100', POC {Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Storm Drain Inlets I. Staking distances should be measured from end of wing II. Standard 10' Inlet= 16.00' total length Ill. Recessed 10' Inlet= 20 .00' total length IV. Standard double 10' inlet = 26 .67' total length V. Recessed double 10' inlet = 30 .67' total length D. Storm Drain Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted Ill. RIM grade should only be on the stake when provided in the plans O:\Specs -Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16 .0l_Attachment A_Survey Staking Standards.docx Page 12 of 22 Example Storm Inlet Stakes FRONT FRONT {SIDE FACING <t_) (SI DE FACING <l) BACK (SICE FAOIC R.C. W.) POIITT I HLE El..E\IATICN HUB 'W1TH TACK BACK Cf" Cllf,13 FLCl,\Ut!E i! n rn 0 Tl z r ,., -i ::E z t·~ 0 FL.A.GGlt·J G REOL. R'ED t·J L,EU rw F'INf F'.A.l~JTED L,A,TH IDENTIFlES 'AHlct-i END OF THE NNO BEING ST/lKED INLET STATION (IF tmTE:D ON PLANS) IDENTiflES GP.AOC TO TOP CF OJRB IDENTIFlES GRADE TO FLO\litJNE BACK ¢;CE FACNC R.O.W_) PONT~ I HUB El.£VA110N z 5 :§ z IDENll fl ES ',\HICH END CE THE 't\,NG BEING STAKED BACK OF CURB FlDl'tUNE: ---------~------------~~----------------~~----------ED<E OF PAVEMENT fl)GE OF PAVEMENT fl)GE OF P~.v19,1ENT O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23 .16 .0l_Attachment A_Survey Staking Standards.docx Page 13 of 22 EDGE ~ PAVEMENT VIII. Curb and Gutter Staking A. Centerline Staking -Straight Line Tangents V. 1 offset stake every 50' on even stations VI. Grades are to top of curb unless otherwise shown on plans VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 600 nail or hub set with a whisker B. Centerline Staking -Curves Ill. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval IV. Staking of radius points of greater than 100' may be omitted O:\Specs-Stds Governance Process\Temporary Spec Fi les\Capital Delivery\Cap Delivery Div 01\01 71 23 .16 .0l_Attachment A_Survey Staking Standards .docx Page 14 of 22 FRONT (SIDE FACING <i.) BACK (SIDE FACING R.O,W.) PaNT II HUB ELEVA TlON Example Curb & Gutter Stakes FRONT (SIDE FACING <i) F:.71 q 0 ~ IB/C IOENTlnES 9lARl ~c PONl Cf" OJRVATIJRE !~ !!.. I ~I ij + 0 ~ FRONT (SIDE FA CING It.) 2l z ..., fB/C NO GR..a: ON 0 AA~IUS POIN~ Example Curb & Gutter Stakes at Intersection FR ONT IDENTIFlES END (SOE FACINC It> ~OINcTJr o_ ID a ~ O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23 .16.0l_Attachment A_Survey Staking Standards .docx Page 15 of 22 V> ,.. QJ :::, 0 a. !!!.. QJ <' a. rt) VI -, . -< .a_,,,,.... o n n n, X -0 0 rt) <' rt) -< 0 <' 0 ,_. ,,,,.... 0 ,_. ...... ,_. 10' 0 /S ST AKE W/GRADE AT EVD--1 STA TION [ ,1 lrJ rt [ T] -I ~I 00' MAX. DI ST AN CE I I 50' t>J AX. DISTANCE I 50' t>J AX. DISTANCE I 50' MAX. DIST AN CE W MAX. DIST.6NC E B AO< Of" OJRB 50' t>J AX. DI STANCE 10' 0 /S Sfl'XE W/GRADE AT Evt:N STA TI ON 30 ' RADIUS POINT W/NO GRAD E I 1·0 I ,-10' o/s STAK E W/GRADE / / ,I AT PC / ~/ S)~/ '<-''?'/ -1/ ")~ / 10· 0/S STAK E 10' 0/S STAK E W/GRA DE ATPT 10, w u z <C ... ls x <( ::, a ... W/GRADE AT 1 o· EYEN STATIO N I BAO< OF" OJRB IF ARC LEN Gll-1 IS GRE ATER TH AN 100', A P OC OFFSE T STAKE SHOIJ LD BE SET a, "' :::, u .... 0 "' 0 <( a, a, 0: ::, u L.. 0 "' u < a, 10' 0 /S STAKE W/GRA OE 10 ' AT PC w u z ~ Cll i5 ~ " .i?l ol 10 · 0 /S ~ I ST.IKE W/GRADE AT PT 1D' 0 /S STAKE 10' W/Gf!.AD E AT EVEN STA TI ON 1D' 0 /S STAKE W/GRA DE AT MN STA TION 50' t>J AX. DI STAN CE BA CK OF CURB so· MAX. D !STAN CE 30' RA DI US POINT W/NO GRA DE 10' 0/S STAKE W/GR ADE AT EYEN STATIO N TYP . FRONT (SIDE FACING ~) C! 0 -;,;- T/C +' 0 13 IDENTIFIES Of fSET IS lO BACK OF CURB IX. Cut Sheets Date: A. Date of field work B. Staking Method {GPS , total station) C. Project Name D. City Project Number (Example : C01234) E. Location (Address, cross streets, GPS coordinate) F. Survey company name G. Crew chief name H. A blank template can be obtained from the survey superintendent (see item I above) Standard City Cut Sheet ----------- City Project Number: Project Name: __________ _ Staking Method: □GPS LOCATION: CONSUL TANT/CONTRACTOR SURVEY CREW INITIALS □ TOTAL STATION □ OTHER ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. PT# OFFSET PROP . STAKED STATION DESCRIPTION -LT/+RT GRADE ELEV. O:\Specs-Stds Governance Process\Temporary Spec Fil es\Capita l Del ivery\Cap Delivery Div 01\01 71 23 .16 .0l_Attachment A_Survey Stak i ng Standards.docx Page 17 of 22 -CUT + FILL X. As-built Survey A. Definition and Purpose The purpose of an as -built survey is to verify the asset was installed in the proper location and grade . Furthermore, the information gathered will be used to supplement the City's GIS data and must be in the proper format when submitted. See section IV. As-built survey should include the following (additional items may be requested): Manholes Top of pipe elevations every 250 feet Horizontal and vertical points of inflection, curvature, etc. (All Fittings) Cathodic protection test stations Sampling stations Meter boxes/vaults (All sizes) Fire lines Fire hydrants Gate valves (rim and top of nut) Plugs, stub-outs, dead-end lines Air Release valves (Manhole rim and vent pipe) Blow off valves (Manhole rim and valve lid) Pressure plane valves Cleaning wyes Clean outs Casing pipe (each end) Inverts of pipes Turbo Meters O:\Specs-Stds Governance Process\Temporary Spec Files\Cap ital Del ivery\Cap Delivery Div 01\01 71 23 .16.0l_Attachment A_Survey Stak i ng Standards .docx Page 18 of 22 B. Example Deliverable A hand written red line by the field surveyor is acceptable in most cases. This should be a copy of the plans with the point number noted by each asset . If the asset is missing, then the surveyor should write "NOT FOUND " to notify the City. O :\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23 .16.0l_Attachment A_Survey Staking Standards .docx Page 19 of 22 ort5IO'ON 1.J3lf"Ol:Jd J.lD 1:J-ffSJA IJCB ..atlJJJl(X) J.Jf31f~ M3AQS Jl/'11/INS OW l/3.UIA O:\Specs -Stds Governance Process\Temporary Spec Fi les\Cap ita l Del ivery\Cap Del ivery Div 01\01 71 23 .16 .0l_Attachment A_Survey Staking Standards .docx Page 20 of 22 srM>OOIXJ -IZ'#l. trt.CUl¥1T)II RDJ • sr>. <MIJXJ -izn <Fwro au s£CIII pWJP.IZ'tllTER l(SfJJb 1-IZ'tlZTEE ® ,-IZ' 8 ta/IL BEJiO .--, I,. ,-,zaDKNDm v lfi JHS17/XU,6JI E•~ CJ'. •H •rCIIT = D£Y. 73CW2 SfA"'5TIX) -IZWL lFU1fD au REJIOIE • SNYICE EXIST. WE VNYE • flEDJCEP. aJIIJls:r ro EXIS'f. 8" WHER /JISrN1z J-IZSOUD SLE£YE 1-/ZXB"REDJCER 1-IZGHE VliYE N-6lHTU!J5JJ940 E·~IT94 sr A o«JDJ -12' lfL lFlJ1fD au /lfSl"NJ., 1-12' ILL SOtJD Sl£EYE 51 tF OF IZWHER PIPE COHNs::r TO EXJST. IZ'lf l!TER N-69(l'US!¥09 E-2296:J09JJTJ6 5'A~2BDI-IZVIL /IISrNl, J-12' €VERT. BEJID ~ E•22!il6JIT9f0 STA<>51.58 • IZ'W. /JISrNl, I-12' 6YERT. BEND N4HlrJ55.!lHT E-2296Jm 281'1 !irA o«ir5 -B"WL /1/ST'Jll, J-IZ X (1 NICIKJII _T]::E l-6'&i<J"E v~- 1-FIRE Hf.ORJi"""'l--.,- 0 IF 6' HfDIWff I.EIIJ 1-IZGHE VNYE ~ E-2296289.2388 IDT I Jl'llQffa ,W •.Nrl""'7.t ..... .,.If 0,.,. ,. STA()(jf),58 -,z,i: lltSOU, 1-IZ 6VERT. B£XD ~ E•~ -·- -B• L•:sm EX. e Sr---- ... PROPOSED SANffARI' S SEE SHE O:\Specs-Stds Governance Process\Temporary Spec Files\Cap ital Delivery\Cap Delivery Div 01\01 71 23.16 .0l_Attachment A_Survey Staking Standards .docx Page 21 of 22 N u., I-' CTI 0 I-' ll> ,... ,... OJ n :r 3 ID ::J ""'O ,... ~ l> ID Iv, NC N < 0 ID ~< N V> N,... OJ ~ ::J OQ V> ,... OJ ::J c.. OJ c.. V1 i:::i.. 0 n X s J cl) I u> ~ \0 ...r, CONSTRVCr "61 LF OF IT PVC SAN ff ARY SEWER IINN BEIICH IIA.RKS, ~i:..----~,.:r'---l.0,flU BU<.29 LDT Z ,r SNiff JRY se,rm 5£Rf/CEW/a£NIWT SfA.1'6UJ -Ir SS UH£ A • EXIST.ST A.<XXJ.L-3/TI • £X/ST.SfA.rTO.L·3654 fl£JDI£ £X/ST.SSI/H W/SfRUCr 5 IF OF Ir SS UK£ CtJNSr.-r Dllt.SSJnf 11/CWDE: aJNC.IXJIJ.NI 1, 1/H INSERr W/ aJRRJS/ON Pf1fff£CT10II aJNHB:r f'/JJP. Ir SS /HWJ aJNIIEcr l'ffJP. Ir ss (J{EASl/fJ TO PROP .ssJJH. N-5E252 £·2296155.923I IDT 3 :s,0.9 °"'1M Ro W.Fo1'1t'or11t ,.__, ttl:t.,•DiD4fr'411'1 go,,,°"""'1 /Wtr,F111T~ _,.,,, 'ld,0616 l"pJta CITY MAP NO. 2018-380 , 2018-3 MAPSCO PAGE NO. 74N,S, T , 23.16 .0l_Attachment A_Survey Staking Standards .docx Page 23 of 23 1\01 71 Obviously the .csv or .txt file cannot be signed/sealed by a surveyor in the format requested . This is just an example and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. POINT NO . NORTHING EASTING ELEV . DESCRIPTION 1 6946257 .189 2296079 .165 726.09 SSMH RIM ttt>k 7.-c> l✓."'lr L 2 6946260.893 2296062.141 725 .668 GV RIM 3 6946307 .399 2296038 .306 726.85 GV RIM COd--t>tµ fh~ s: 4 6946220.582 2296011.025 723 .358 SSMH RIM 5 6946195.23 2296015.116 722 .123 GV RIM 1/J 6 6946190.528 2296022 . 721 722 .325 FH µ -A .D 1'183 7 6946136.012 2295992 .115 719 .448 WM RIM 8 6946002 .267 2295919.133 713 .331 WM RIM "TX . tJ . C£,v ~ L 9 6946003.056 2295933.418 713 .652 CO RIM 2--0t-J£ '12-0-Z.. 10 6945984.677 2295880.52 711 .662 SSMH RIM 11 6945986.473 2295869 .892 710.046 WM RIM 12 6945895.077 2295860.962 707 .72 WM RIM 13 6945896.591 2295862 .188 708 .205 WM RIM Vf-{2---T\C. ,4 L 14 6945934.286 2295841.925 709 .467 WM RIM 15 6945936.727 2295830.441 710.084 CO RIM C C o e--t> 1 r--.,fK'l S 16 6945835.678 2295799.707 707.774 SSMH RIM {tv 17 6945817.488 2295827 .011 708 .392 SSMH RIM 18 6945759 .77 6 2295758.643 711 .218 SSMH RIM µ J+·.v .D. 88 19 6945768.563 2295778.424 710.086 GV RIM 20 6945743 .318 2295788 .392 710.631 GV RIM 21 6945723.219 2295754.394 712 .849 GV RIM 0 {?-22 6945682.21 2295744.22 716.686 WM RIM 23 6945621 .902 2295669.471 723.76 WM RIM --24 6945643.407 2295736.03 719 .737 CO RIM C ,4-t-.t I!;, (Ut T"G--o 25 6945571.059 2295655.195 727 .514 SSMH RIM 26 6945539.498 2295667 .803 729 .123 WM RIM "TD 27 6945519 .834 2295619.49 732 .689 WM RIM Cc.~L-Po,i,Jf""S 28 6945417 .879 2295580.27 740.521 WM RIM 29 6945456 .557 2295643.145 736 .451 CO RIM L-1~Tf.-b ,i--> 30 6945387 .356 2295597.101 740.756 GV RIM -n+£.. ? l fhJS 31 6945370.688 2295606. 793 740.976 GV RIM Foe.. ~u(Lfit-(. £_ 32 6945383.53 2295610.559 740.408 FH 33 6945321.228 2295551.105 746.34 WM RIM 34 6945319.365 2295539.728 746.777 CO RIM 35 6945242 .289 2295570.715 748.454 WM RIM 36 6945233 .624 2295544 .626 749 .59 SSMH RIM ~~.L.S -37 6945206.483 2295529.305 751.058 WM RIM 38 6945142 .015 2295557.666 750.853 WM RIM c;~Pf::b 39 6945113.445 2295520.335 751.871 WM RIM 40 6945049.02 2295527 .345 752 .257 SSMH RIM 41 6945041.024 2295552 .675 7S1 .79 WM RIM 'tf<' 42 6945038.878 2295552 .147 751 .88 WM RIM fn.., 43 6945006 .397 2295518.135 752 .615 WM RIM 44 6944944.782 2295520.635 752.801 WM RIM 45 6944943.432 2295556 .479 752 .156 WM RIM 46 6944860.416 2295534 .397 752 .986 5SMH RIM NY s~yo(L ,~J!o}1b O:\Specs-Stds Governance Proce5s\Temporary Spec Files\Capital Delivery\Cap Del ivery Div 01\01 71 23 .1 6 .0l_Attachment A_Survey Staking Standards .docx Page 24 of 24 C. Other preferred as-built deliverable Some vendors have indicated that it is easier to deliver this information in a different format. Below is an example spreadsheet that is also acceptable and can be obtained by request from the survey superintendent . O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23 .16 .0l_Attachment A_Survey Staking Standards .docx Page 25 of 25 0 ;.,;.- Vl "C rt) n V, V> .-+ C. V, Gl 0 < rt) --, :J N ru w ~ .... rt) CTI ,::, 0 0 I-' n I~~ ru ~ n m ::r 3 3 "C ~ Q ,::, .-+ ru ~ ?"< rt> Vl Vl N C "C CTI < ~ s, ~ "T1 N Vl rt> CTI .-+ v, ru .-" n -· ru ~ ~-~ ~ ru :J 0 C. ~ ~ <" C. rt) ~ 3- 0 n n ru >< "C 0 rt) <" rt) < 0 <" 0 .... --0 .... -.J .... lnurt hgt Layout Fonnul.i s Ditl Rmrw V1tw Aaob1t Calibri .. 11 . A.• ---i,· dwrapTot Gt nt ral PIStt .:J Format Pllnttr 8 I Y. • ·A · IJ . cl!! t~~ Mugt &. Ctntt1 • s . 'I, ' .. , ... ...... Clipboard Font .Allgnmtnt Numbtr Nll /. A D su.r GPS(Grid ) Cooridnatn.Tt us Nut Elevation T/P-250' lntcrv•IH Sta.• GPS(Grid) Cooridnatts, TtklS E~ation(Z) NC420l NC4202 N(Y)•6934779 651a 0.20.0, 718.103 EIJQ•lll0950 1460" 11-53.89 716.&38 N(Y)•6935952.6l40' 1\.92.87 71H89 E(JQ•l320966 6290' 10 N(Y)•6935952.1510' 1"92.93 715. 11 E(JQ •2320897 &260' 12 N(Y)-693597 ,)J.00' 12 •1517 715001 11 El •2320942.3170" l' N(Y)-6936811 2().5169 704155 15 EIJQ •lll0935.907a 16 N(Y)-6937<9'5290' 27-35 .00 697071 l7 E(JQ•2ll09l0 5'la ti sad Good 'eutral lcalwlation =?. .ii Explanatory Followed Hy ... ~ ln~ut lnstrt Otlttt Styles c,ns It M Project Name and Number-(Street Name) Meter Boxes Fire Hydrants Sta .I GPS(Grid) Cooridnatn.Ttxas NC4102 Sta.I GPS(Grid) Coocidnatts, Ttxas HydrantValvt GPS(GridJ Cooridn,tti,TUIS NutEltvation NC4102 NC4202 NIYJ -69347"4 3970" N(Y)•6934790.&950" N{Y)-6934791 OlOa 0.25.00 0.3Ul o.312 718355 E(JQ •lll0914.5750' E(JQ •lll0959 7660' EIJQ•lll095L96'a N(Y)•6934849.4310' N(Y)•6935979.3410' N(Y)•6935979 .1580' MOOS 12 .. 19.71 12 .. 19.58 714431 EIJQ•l3l0922. E(XJ •2321»49 .6250' [(JQ•693597'l.1580' N(Y)•6934"49.&25a N{Y)•6936859.5080' N{Y)•69l .9.9940" 0.-9015 2M9.76 lo.90.25 704241' EIK)•l320960.1410' E!K)•l320960.4650' EIK)•lll09604250' N{Y)•693'95'.8)50" N(Y)•6937492.-2430' N{Y)•6937 918650" M S.20 lhll.65 lhl2.ll 696.59 E(K)•l3l0959 9080' E(JQ •lll09lU970' E!K)•lll09lL5950' M6.07 "99.86 Ml.78 PART 1-GENERAL 1.1 SUMMARY A. Section Includes : SECTION 01 74 23 CLEANING 01 74 23 -I CLEANING Page I of 4 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fart Worth Standard Specification 1. None . C. Related Specification Sections include , but are not necessarily limited to : 1. Division 0 -Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 -General Requirements 3. Section 32 92 13 -Hydro-Mulching , Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Wark associated with this Item is considered subsidiary to the various Items bid . No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedul e cleaning operations so that dust and other contaminants disturbed by cleaning proc ess will not fall on newly painted surfaces . 2 . Schedule final cleaning upon completion of Work and immediately prior to final inspection . 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements I . Store cleaning products and cleaning wastes in containers specifically designed for those materials . · C ITY O F FORT WORTH NO RT HSID E I V 24-INCH WA T ER TRA NSM ISSION MAIN PH AS E 18 STANDARD CO NSTRUC TIO N SP ECIF ICATIO N DOCU MEN TS Ci ty Proj ec t No. I 02687 Rev ised Ju ly I , 20 11 1.11 FIELD [SITE) CONDITIONS [NOT USED) 1.12 WARRANTY [NOT USED) PART 2 -PRODUCTS 2.1 OWNER-FURNISHED (oR) OWNER-SUPPLIEDPRODUCTS [NOT USED) 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3 . For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED) 2.4 SOURCE QUALITY CONTROL [NOT USED) PART 3 -EXECUTION 3.1 INSTALLERS [NOT USED) 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR/ RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED) 3.7 FIELD [oR) SITE QUALITY CONTROL [NOT USED) 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED) 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions . 01 74 23 -2 CLEANING Page 2 of 4 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities . 3 . Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose ofnondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHAS E l B STANDARD CONSTRUCTION SP EcrFICATION DOCUM ENTS City Project No. 102687 Revised July l , 2011 6. Handle materials in a controlled manner with as few handlings as possible . 01 74 23 -3 CLEANING Page 3 of 4 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City , the City reserves the right to have the cleaning completed at the expense of the Contractor. 10 . Do not bum on-site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations . 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4 . Vacuum clean interior areas when ready to receive finish painting. a . Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Interior Final Cleaning 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials from sight-exposed surfaces . 2 . Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 3 . Wash and shine glazing and mirrors. 4 . Polish glossy surfaces to a clear shine. 5 . Ventilating systems a. Clean permanent filters and replace disposable filters if units were operated during construction. b. Clean ducts, blowers and coils if units were operated without filters during construction. 6. Replace all burned out lamps. 7. Broom clean process area floors. 8. Mop office and control room floors. D. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re-seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway . 3 . Clean any interior areas including, but not limited to , vaults, manholes, structures, junction boxes and inlets. CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHAS E I B STANDARD CONSTRUCTION SP EC IFICATION DOCUM ENTS City Project No. 102687 Revi sed July I , 2011 01 7423 -4 CLEANrNG Page 4 of 4 4. If no longer required for maintenance of erosion facilities , and upon approval by City, remove erosion control from site . 5. Clean signs , lights, signals , etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USEDJ 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DAT E NAME SUMMARY OF CHANGE CITY OF FO RT WORTH NORTHSIDE IV 24-IN C H WATER TRANSMISSION MAIN PH ASE IB ST AND ARD C ONSTRUCTION SPEClFICA TIO N DO CUMENTS City Project No. I 02687 Revi sed Jul y I , 2011 1 SECTION 01 77 19 2 CLOSEOUf REQUIREMENTS 3 PART 1-GENERAL 4 1.1 SUMMARY 5 A Section Includes : 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 017719-1 CLOSEOUT R EQUlREMENTS Page I of3 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 -Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 -General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A Guarantees , Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees , bonds , 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City . 25 1.5 SUBMITTALS 26 A Submit all required documentation to City 's Project Representative. 27 28 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 29 30 1. 7 CLOSEOUT SUBMITTALS [NOT USED] 31 PART2-PRODUCTS [NOT USED) 32 C ITY OF FORT WORTH STANDARD CONSTRUCT ION SPECIFICATION DOCUMENTS Revised March 22, 2021 NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHA SE I B City Project No. I 02687 PART 3 -EXECUTION 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXAMINATION [NOT USED] 4 3.3 PREPARATION [NOT USED] 5 3.4 CLOSEOUT PROCEDURE 6 A. Prior to requesting Final Inspection, submit: 01 77 19 -2 CLOSEO UT R EQ UIR EM ENT S Page 2 of 3 7 1. Project Record Documents in accordance with Section 01 78 39 8 2. Operation and Maintenance Data, if required , in accordance with Section 01 78 23 9 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 10 01 74 23. 11 C. Final Inspection 12 1. After final cleaning, provide notice to the City Project Representative that the Work 13 is completed . 14 a. The City will make an initial Final Inspection with the Contractor present 15 b. Upon completion of this inspection , the City will notify the Contractor, in 16 writing within 10 business day s , of any particulars in which this inspection 17 reveals that the Work is defective or incomplete. 18 2 . Upon receiving written notice from the City , immediately undertake the Work 19 required to remedy deficiencies and complete the Work to the satisfaction of the 20 C ity . 21 3 . The Right-of-way shall be cleared of all construction materials , barricades , and 22 temporary signage. 23 4 . Upon completion of Work associated with the items listed in the City's written 24 notice, inform the City that the required Work has been completed. Upon receipt of 25 this notic e, the City , in the presence of th e Contractor, will make a subsequent F inal 26 In s pection of th e project. 27 5 . Provide all special accessories required to place each item of equipment in full 28 operation . These s pecial accessory items include, but are not limited to: 29 a. Spee ified spare parts 30 b. Adequate oil and grease as required for the first lubrication of the equipment 31 c . Initial fill up of all chemical tanks and fuel tanks 32 d. Light bulb s 33 e. Fuses 34 f. Vault ke y s 35 g. Handwheels 36 h. Other expendable items as required for initial start-up and operation of all 37 equipment 38 D . Notice of Project Completion 39 1. Once the City Project Representative finds the Work s ubsequent to Final Inspection 40 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). 41 E. Supporting Documentation C ITY OF FORT W O RTH STANDARD CONSTR UCT ION S P ECIF ICATION DOCUMENTS Revised March 22, 2021 NORTHSID E IV 24-INCH WATER TRANSMI SS ION MAIN PHAS E l B City P roj ect N o . 102687 017719-3 CLOS EOUT R EQUIR EM ENTS Page 3 of3 I. Coordinate with the City Project Representative to complete the following 2 additional forms: 3 a. Final Payment Request 4 b. Statement of Contract Time 5 c. Affidavit of Payment and Release of Liens 6 d . Consent of Surety to Final Payment 7 e. Pipe Report (if required) 8 f. Contractor's Evaluation of City 9 g . Performance Evaluation of Contractor 10 F. Letter of Final Acceptance 11 I. Upon review and acceptance of Notice of Project Completion and Supporting 12 Documentation, in accordance with General Conditions, City will issue Letter of 13 Final Acceptance and release the Final Payment Request for payment. 14 3.5 REPAIR /RES10RATION [NOT USED] 15 3.6 RE-INSTALLATION [NOTUSED] 16 3.7 FIELD !OR] SI'IE QUALI1Y CONIROL [NOT USED] 17 3.8 SYS'IEM STARTIJP [NOT USEDJ 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOTUSED] 20 3.11 CLOSEOUT ACTIVITIFS [NOT USED] 21 3.12 PROJECTION [NOT USED] 22 3.13 MAINfENANCE [NOT USED] 23 3.14 ATTACHMENTS [NOT USED] 24 END OF SECTION 25 26 Revision Log DATE NAME SUMMARY OF CHANGE 3/22/2021 M O\\en 3.4 C. Added language to clarify and emphasize requirement to "Clearing ROW " CITY OF FORT WORTH STANDARD CONSTRUCTION SP ECIFICATION DOCUM ENTS Revised March 22 , 2021 NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHASE I B City Project No. 102687 01 78 23 -I OP ERATION AND MAINTENANC E DATA PART 1 -GENERAL 1.1 SUMMARY SECTION 01 78 23 OPERATION AND MAINTENANCE DATA A. Section Includes : 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b . Irrigation Controllers (to be operated by the City) c. Butterfly Valves B . Deviations from this City of Fort Worth Standard Specification I. None. C . Related Specification Sections include, but are not necessarily limited to : Page I of5 1. Division 0 -Bidding Requirements , Contract Forms and Conditions of the Contract 2. Division 1 -General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A . Submittals shall be in accordance with Section O 1 33 00 . All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2 . Format a. Size : 8 ½ inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic , cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH NORTHSIDE IV 24-INCH WAT ER TRANSMISSION MAIN PHAS E 18 ST AN D ARD CONSTRUCT ION SPECIFICATION DOCUMENTS City Proj ect No. I 02687 Revi sed December 20, 2012 01 78 23 - 2 OPERATION AND MAINTENANCE DATA d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly-leaf for each separate product, or each piece of operating equipment. Page 2 of 5 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b . When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d . Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3 . Drawings a . Supplement product data with drawings as necessary to clearly illustrate: I) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation . c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH NORTHSIDE IV 24-fNCH WATER TRANSMISSION MAJN PHASE 18 ST AND ARD CONSTRUCTION SPEClFICA TION DOCUMENTS City Project No . 102687 Revised December 20 , 2012 0 1 78 23 -3 OP ERATION AND MAINTENANCE DATA Page 3 of 5 5. Copy of each warranty, bond and service contract issued a . Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes : a . Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b . Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3 . Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves , engineering data and tests 3) Complete nomenclature and commercial number ofreplaceable parts b . Operating procedures 1) Start-up , break-in, routine and normal operating instructions 2) Regulation , control , stopping, shut-down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c . Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e . Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHAS E 18 ST AND ARD CONSTRUCTION SP EC IFICATION DOCUM ENTS City Project No. 102687 Rev ised Decembe r 20 , 2012 017823-4 OP ERATION AND MAINTEN ANC E DATA Page 4 of 5 1. Charts of valve tag numbers, with location and function of each valve J . List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a . Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number ofreplaceable parts b. Circuit directories of panelboards l) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d . Operating procedures l) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures l) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts , manufacturer's current prices, and recommended quantities to be maintained in storage h . Other data as required under pertinent Sections of Specifications 4 . Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: l. Trained and experienced in maintenance and operation of described products 2 . Skilled as technical writer to the extent required to communicate essential data 3 . Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHAS E 18 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Proje ct No. 102687 Revi sed De cemb er 20, 2012 01 78 23 -5 OPERATION AND MAINTENANCE DATA 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE) CONDITIONS [NOT USED) 1.12 WARRANTY [NOT USED) PART 2 -PRODUCTS [NOT USED) PART 3 -EXECUTION [NOT USED) END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/3 1/2012 D . Johnson 1.5 .A . l -title of section removed Page 5 ofS CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PH AS E 18 ST AND ARD CONSTRUCTION SPEClFICA TION DOCUM ENTS City Project No . 102687 Revised December 20 , 2012 01 78 39 -1 PROJECT RECORD DOCUMENTS PART 1-GENERAL 1.1 SUMMARY A Section Includes: SECTION 01 78 39 PROJECT RECORD DOCUMENTS Page 1 of4 1. Work associated with the documenting the project and recording changes to project documents , including: a . Record Drawings b. Water Meter Service Reports c . Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division O -Bidding Requirements, Contract Forms and Conditions of the Contract 2 . Division l -General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED) 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHAS E I B ST AND ARD CONSTRUCTION SP ECIFICATION DOCUMENTS City Project No . I 02687 Revi sed July 1, 2011 017839 -2 PROJECT RECORD DOCUMENTS Page 2 of 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4 . Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement , investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents . 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED) 1.12 WARRANTY [NOT USED] PART 2 -PRODUCTS 2.1 OWNER-FURNISHED (oR] OWNER-SUPPLIED PRODUCTS [NOT USED) 2.2 RECORD DOCUMENTS A. Job set I . Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City I complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED) 2.4 SOURCE QUALITY CONTROL [NOT USED) PART 3-EXECUTION 3.1 INSTALLERS [NOT USED) 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED) 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set , identify each of the Documents with the title , "RECORD DOCUMENTS -JOB SET". CITY OF FORT WORTH NORTHSID E IV 24-INCH WATER TRANSMISSION MAIN PHAS E I B ST AND ARD C ONSTRUCTION SP ECIFICATION DOCUM ENTS City Project No. I 02687 Revi sed July I , 20 11 01 78 39 - 3 PROJECT RECORD DOCUM ENTS Page 3 of 4 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3 . Coordination with Construction Survey a . At a minimum, in accordance with the intervals set forth in Section O 1 71 23 , clearly mark any deviations from Contract Documents associated with installation of the infrastructure . 4 . Making entries on Drawings a. Record any deviations from Contract Documents. b . Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d . Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5 . Conversion of schematic layouts a . In some cases on the Drawings , arrangements of conduits , circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b . Show on the job set of Record Drawings, by dimension accurate to within 1 inch , the centerline of each run of items . 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note , the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications . c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose . However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents , coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items . CITY OF FORT WORTH NORTHSIDE IV 24-INC H WATER TRANSMISSION MAIN PHAS E 18 ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. I 02687 Revised July I , 2011 01 78 39 -4 PROJECT RECORD DOCUM ENTS Page 4 of 4 c. Call attention to each entry by drawing a "cloud" around the area or areas affected . d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2 . Transfer of data to other Documents a. If the Documents , other than Drawings , have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents , other than Drawings , will be accepted as final Record Documents . b . If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR/RESTORATION [NOT USED) 3.6 RE-INST ALLA TI ON [NOT USED) 3.7 FIELD [oR) SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED) 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHASE I B ST AND ARD CONSTRUCTION SPEClFICA TJON DOCUMENTS City Project No. I 02687 Revised Jul y I, 2011 I SECTION 22 07 00 2 PLUMBING INSULATION 3 PARTl-GENERAL 4 1.1 SECTION INCLUDES 5 A. Plumbing Insulation 6 1.2 RELATED SECTIONS 7 A . Section 33 12 10-Water Services 1-inch to 2-inch 8 B. Section 33 12 50 -Water Sample Stations 9 1.3 REFERENCES 22 07 00-I Piping Insulation Page I of 3 10 A . ASTM B 209-Standard Specification for Aluminum and Aluminum-Alloy Sheet and 11 Plate; 2006 . 12 B . ASTM B: 209M -Standard Specification for Aluminum and Aluminum-Alloy Sheet 13 and Plate [Metric]; 2006. 14 C. ASTM C 534 -Standard Specification for Preformed Flexible Elastomeric Cellular 15 Thermal Insulation in Sheet and Tubular Form ; 2005. 16 D . ASTM E 84 -Standard Test Method for Surface Burning Characteristics of Building 17 Materials ; 2007. 18 E. ASTM E 96/E 96M -Standard Test Methods for Water Vapor Transmissions of 19 Materials; 2005 . 20 F . NFPA 255 -Standard Method of Test of Surface Burning Characteristics of Building 21 Materials ; National Fire Protection Association ; 2006. 22 G . UL 723 -Standard for Test for Surface Burning Characteristics of Building Materials ; 23 Underwriters Laboratories Inc.; 2003. 24 1.4 SUBMITT ALS 25 A. Submittals shall be prepared and submitted in accordance with Section O I 33 00 26 "Submittals" 27 B. Product Data: Provide product description , thermal characteristics, list of materials and 28 thickness for each service, and locations. 29 1.5 QUALITY ASSURANCE 30 A. Manufacturer Qualifications: Company specializing in manufacturing the Products 31 specified in this section with not less than three years of documented experience . C ITY OF FO RT WORTH NORTHS ID E IV 24-INCH WATER TRANSMISSION MAIN , PHAS E 1B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C ity Project No. 102687 Revised A ugust 14 , 2022 PART 2 -PRODUCTS 2 2.1 REQUIREMENTS FOR ALL PRODUCTS OF TIDS SECTION 22 07 00-2 Piping In s ulation Page 2 of 3 3 A. Surface Burning Characteristics: Flame spread/Smoke developed index of 25/50 , 4 maximum , when tested in accordance with ASTM E 84, NFPA 255 , or UL 723 5 2.2 FLEXIBLE ELASTOMERIC CELLULAR INSULATION 6 A . Manufacturer: 7 1. Armacell International : www.armacell.com . 8 2 . Substitutions: See Section 01 60 00 -Product Requirements . 9 B. Insulation : Minimum 1 inch thick preformed flexible elastomeric cellular rubber 10 insulation complying with ASTM C 53 4 Grade 3 for all hot water and refrigerant piping 11 up to 1.5 inch diameter and minimum 1.5 inch thick for all hot water and refrigerant 12 piping greater than 1.5 inch diameter; use molded tubular material wherever possible . 13 I. Minimum Service Temperature : -40 degrees F. 14 2 . Max imum Service Temperature: 220 Degrees F . 15 3. Connection : Waterproof vapor barrier adhe s ive 16 2.3 JACKETS 17 A . CPVC Plastic: 18 1. Manufacturers: 19 a . Johns Manville Corporation: www.jm .com. 20 2 . Jacket: One piece molded type fitting covers and sheet material , off-white color . 21 a. Minimum Service Temperature: 0 degrees F. 22 b. Maximum Service Temperature: 150 degrees G. 23 c. Moisture Vapor Permeability: 0.002 perm inch , max imum , when tested in 24 accordance with ASTM E 96/E 96M. 25 d . Thickness : 10 mil. 26 e. Connections: Brush on welding adhesive 27 B . Aluminum Jacket : ASTM B 209 (ASTM B 209M) formed aluminum sheet. 28 I. Thickness : 0.016 inch sheet. 29 2 . Finish: Smooth . 30 3 . Joining: Longitudinal slip joints and 2 inch laps. 31 4. Fittings: 0.016 inch thick die shaped fitting covers with factory attached protective 32 liner. 33 5. Metal Jacket Bands: 3/8 inch wide ; 0.010 inch thick stainless steel. 34 PART 3 -EXECUTION 35 3.1 EXAMINATION 36 A. Verify that piping has been tested before appl y ing insulation materials . 37 B. Verify that surfaces are clean and dry , with foreign material removed . C ITY OF FORT WORT H NO RTHS ID E IV 24 -fNC H WATER TRANS MI SS ION MAIN , PHA SE I B STANDARD CONSTR UC TI ON SPEC IFICATION DOCUMENTS C ity Proj ect No. 102687 Rev ise d A ug ust 14, 2022 3.2 INSTALLATION 2 A. Install in accordance with manufacturer's instructions. 22 07 00-3 Piping Insulation Page 3 of3 3 B. Pipe exposed in Mechanical Equipment Rooms of Finished Spaces (less than 10 feet 4 above finished floor): Finish with canvas jacket sized for finish painting. 5 C. Heat Traced Piping: Insulate fittings, joints and valves with insulation of material , 6 thickness, and finish as adjoining pipe. Size large enough to enclose pipe and heat tracer. 7 Cover with aluminum jacket with seams located on bottom side of horizontal piping. CITY OF FORT WORTH NORTHSIDE IV 24 -fNCH WAT ER TRANSMISSION MAfN , PHAS E 18 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102687 Revised A ugust 14 , 2022 PART 1 -GENERAL 1.1 SUMMARY A Section Includes : SECTION 2214 29 SUBMERSIBLE SUMP PUMPS 1. Submersible sump pumps for the dewatering of the Transfer Valve Vault. The sump pumps shall be specifically designed for dewateri ng , heavy duty sump pumping , and or effluent system pumping. B. Related Specification Sect ions include , but are not necessarily limited to : 1. Division O -Bidding Requirements , Con t ract Forms , and Conditions of the Contract 2 . Division 1 -General Requirements 3 . Division 26 -Electrical 1.2 PRICE AND PAYMENT PROCEDURES A Measurement and Payment 1 . Measurement a. Each 2 . Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be pa id for at the unit price bid per each for "Submers ible Sump Pumps ." 3. The price b id shall include all labor, materials , equipment , and incidentals necessary to install , test , and ready for operation the items specified herein . 1.3 REFERENCES A Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification , unless a date is specifically cited . 2 . ANSI/UL 778 -Motor Operated Water Pumps 3 . NEMA MG-1 -Motors and Generators 4 . International Standards Organization , ISO 1940 5 . 40 67 00 -Process Control Systems Control Panels 1.4 SUBMITTALS A Submittals shall be in accordance with COFW Section 01 33 00 . B. See COFW Section 01 78 23 for Operation and Maintenance Data . C. Product Data / Shop Drawings 1. Manufacturer's name and complete product model number, identifying all optional accessories that are included . Equipment shall be identified utiliz ing numbering system and name utilized in the Drawings . 2 . Manufacturer's delivery, storage, handling, and installation instructions SUBMERSIBLE SUMP PUMPS 22 14 29 - 1 NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHASE 18 AVO 34486 3. Dimensions and assembly views 4 . Shipping and operating weights 5 . Materials 6. Linings and coatings 7 . Bearing supports , shafting details , and lubrication provisions . 8. Pump curves showing performance characteristics with pump and system operating point plotted . Include NPSH curve when applicable. 9 . List of recommended spare parts and supplies . List shall include current unit prices and source of supply . 1.5 QUALITY ASSURANCE A. Qual ifications 1. Manufacturers a . All equ ipment shall be installed , adjusted , tested , and placed in operation in conformance with these Specifications, the Manufacturer's recommendations and as shown on the Drawings . b . All equ ipment installed under this Section shall be manufactured by a company with a m i nimum of 10 years of successful experience specializ ing in design , manufacture , assembly , and field performance of pumps . 1.6 DELIVERY, STORAGE, AND HANDLING A. Delivery 1. Provide adequate strutting during transport to prevent damage to the Submersible Sump Pumps in accordance with COFW Section 01 66 00 . B. Storage and Handling Requirements 1. Submers ible Sump Pumps shall be stored and handled in accordance with the manufacturer's guidelines. 2 . Secure and maintain a location to store the material in accordance with COFW Section 01 66 00. PART 2 -PRODUCTS 2.1 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the following manufacturers will be considered : a . Xylem Water Solutions (Goulds}, b . Crane Pumps & Systems (Barnes}, c . Liberty Pumps , d . Sulzer ABS , e . Or approved equal. 2. The manufacturer must comply with this Specification and related Sections . B. General Requirements 1. Pumps shall be corrosion resistant and mounted on legs or a corrosion resistant base . SUBMERSIBLE SUMP PUMPS NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHASE IB AVO 34486 22 14 29 -2 2. Pumps shall be submersible, of a non-clog design , and shall be capable of passing a 3/4-inch spherical solid. 3. Outlet size shall be minimum 2-inch NPT. 4 . Pump shall deliver a minimum flow as indicated in the Schedule that follows in Part 3. C. Materials 1. Pump Casing : Cast iron coated with enamel finish 2 . Fasteners : Stainless steel 3 . Impeller: High -strength thermoplastic 4 . Bearings: Heavy duty ball bearings D. Pump Motor 1. Single phase , 115 VAC , 60 Hz , 13 Amps max (full load) 2 . Motor shall be permanently lubricated , include built-in overload protection , and be hermetically sealed . 3. Power cord to be 3-conductor, waterproof cable of length requ ired , but not less than 6' long , with grounding plug and cable-sealing assembly for connect ion at pump . 4 . Motor shall meet NEMA specifications . 5. Rotating parts shall be statically and dynamically balanced . E. Controls 1. The pump manufacture r shall provide floats / level switches to automatically operate the pump through an interposing switch and 3-prong plug . F. Discharge Valves 1. Ball Check Valve : 1.5-inch NPT , Bronze 2 . Isolat ion Valve : 1.5-inch NPT , Bronze G. Discharge Pipe 1. 1.5-inch Schedule 80 PVC sump drain pipe PART 3 -EXECUTION 3.1 INSTALLATION A General 1. Install Submersible Sump Pumps in accordance with approved shop drawings and Manufacturer's instructions . 2 . Provide access space around pumps for service. Provide no less than minimum as recommended by manufacturer. Both pump and driver must be able to be removed in a safe manner. 3 . Ensure pumps operate at specified fluid temperatures (60 degrees F) without vapor binding and cavitation , are non-overloading in individual operation , and operate within 25 percent of midpoint of the published max imum efficiency curve . SUBMERSIBLE SUMP PUMPS NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHASE IB AVO 34486 221429-3 4. Decrease from line size with eccentric reducers . Support piping adjacent to pump such that no weight is carried on pump casings . Attach pipe supports every 2 feet along the inside of the wall. 5. Provide line sized bronze ball check valve and bronze ball isolation valve on pump discharge. Valves shall be located inside the meter vault above the vault floor . 6 . Coordinate electrical power requirements with Electrical Contractor. 3.2 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. Each pump system shall be field-tested to demonstrate satisfactory operation without excessive no ise, vibration, damaging cavitation , or overheating of bearings and to demonstrate the actual pump discharge meets the requirements of Item 2.1 . 2. Immediately correct or replace all defects or defective equipment revealed by or noted during tests at no additional cost to the Owner. 3.3 SCHEDULE A. Transfer Valve Vault Sump Pump 1. Pump shall deliver a minimum flow of 50 gpm at a TOH of 15 feet. END OF SECTION SUBMERSIBLE SUMP PUMPS NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHASE 18 AVO 34486 221429-4 2600 00 -1 ELECTRICAL -GENERAL PROVISIONS Page 1 of 12 SECTION 26 00 00 2 ELECTRICAL -GENERAL PROVISIONS 3 PART 1 -GENERAL 4 1.1 SCOPE OF WORK 5 A. Furnish all labor, materials and equipment required to install, test and provide an 6 operational, electrical system as specified and as shown on the Drawings . 7 B. All equipment described herein shall be submitted and furnished as an integral part of 8 equipment specified elsewhere in these Specifications. 9 C. All electrical work provided under any Division of the Specifications shall fully comply 10 with the requirements of Division 26 . 11 D . The work shall include furnishing, installing and testing the equipment and materials 12 detailed in each Section of Division 26. 13 E . The work shall include furnishing and installing the following: 14 1. Electrical service from the Power Company , Oncor Electric. 15 2. Provide a complete raceway system , wire and field connections for all motors , 16 motor controllers, control devices , control panels and electrical equipment 17 furnished under other Divisions. Coordinate construction schedule and electrical 18 interface with the supplier of electrical equipment specified under other Divisions 19 as required by the Contract Documents. 20 3 . Provide a complete raceway system, wiring and terminations for all field-mounted 21 instruments furnished and mounted under other Divisions, including process 22 instrumentation primary elements , transmitters, local indicators and control panels. 23 Lightning and surge protection equipment wiring at process instrumentation 24 transmitters. Install vendor furnished cables specified under other Divi sions as 25 required by the Contract Documents . 26 4. Provide a complete raceway system for the Data Cables and specialty cable 27 systems, including those furnished under other Divisions . Install the Data Cables 28 and other specialty cable systems, in accordance with the s ystem manufacturers ' 29 installation instructions. Review the raceway layout, prior to installation , with the 30 Process Control System supplier and the cable manufacturer to ensure raceway 31 compatibility with the systems and materials being furnished . Where redundant 32 cables are furnished, install the cables in separate raceways as required by the 33 Contract Documents . 34 5 . Furnish and install precast electrical and instrumentation manholes, hand holes and 35 light pole foundations as required by the Contract Documents . 36 6 . Pole foundation s shall be designed and installed in accordance with the structural 37 Divisions of these Specifications. 38 7 . All bidders shall vi sit the site of the project, prior to submitting a bid, and satisfy 39 them selves a s to any question that they might have, relating to existing equipment, 40 condition , or construction. CITY OF FORT WORTH NORTHSIDE IV 24" WATER TRANSMISSION , MAIN PH 18 STANDARD CONSTR UCTIO N SPEC IFICATION DOCUM E NTS CITY PROJECT NO. 102687 Rev ise d Augu st 5 , 2022 26 0000 -2 ELECTRICAL -GENERAL PROVISIONS Page 2 of 12 F. Provide all tools, equipment, supplies, and shall perform all labor required to install the 2 equipment specified in the Contract Documents to install, test , and place into 3 satisfactory operation in the time specified for completion in the Contract Documents . 4 Failure of any of the participants in executing the requirements of this Contract to 5 perform the work as specified shall not constitute an acceptable reason for the Owner to 6 grant any change in the Contract Price or additions to the Contract Time. 7 1.2 ELECTRICAL WORK REQUIRED IN OTHER DIVISIONS 8 A. References made to other sections which may contain related work does not negate 9 other related sections which may not be mentioned. The Contract Documents, which is 10 defined to include both the Drawings and the Specifications, shall be taken with every 11 section related to every other section as required to meet the requirements specified . 12 The organization of the Contract Documents into specification divisions and sections is 13 for organization of the documents themselves and does not relate to the division of 14 suppliers or labor which the Contractor may choose to employ in the execution of the 15 Contract. Where references are made to other Sections and other Divisions of the 16 Specifications, provide such information or additional work as may be required in those 17 references, and include such information or work as may be specified. Examine all 18 Sections of the Specifications and Drawings and determine the power and wiring 19 requirements and provide external wiring and raceways, as required to provide a fully 20 functioning power , control and process control systems. If the equipment requires more 21 conductors and/or wiring, due to different equipment being supplied, provide the 22 additional conductors , raceways and/or wiring , and include in the Contract Price and 23 Schedule. 24 B. Process Divisions 25 1. Examine all Process Equipment Specifications and Drawings, determining power 26 and wiring requirements. Provide external wiring and raceways, as required to 27 provide a fully functioning Process Control System. If the equipment requires more 28 conductors and/or wiring, due to different equipment being supplied, furnish the 29 additional conductors , raceways and/or wiring, with no change in Contract Price or 30 Schedule . 31 C. Mechanical Divisions 32 1. Examine all Mechanical Equipment Specifications and Drawings , determining 33 power and wiring requirements . Provide external wiring and raceways, as required 34 to provide fully functioning Mechanical Equipment Control Systems. If the 35 equipment requires more conductors and/or wiring, due to different equipment 36 being supplied, furnish the additional conductors, raceways and/or wiring with no 37 change in Contract Price or Schedule. 38 1.3 SUBMITTALS 39 A. Submit Shop Drawings, in accordance with Division 1 requirements, for equipment, 40 materials and all other items furnished under each Section of Division 26, except where 41 specifically stated otherwise . An individually packaged submittal shall be made for 42 each Section and shall contain all the information requ ired by the Section . Partial 43 submittals will not be accepted and will be returned without review. 44 B. Submittals will not be accepted for Section 26 00 00. CITY OF FORT WORTH NORTHSrDE IV 24" WATER TRANSMISSION , MAIN PH 1B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102687 Revi sed August 5 , 2022 26 00 00 -3 ELECTRICAL -GENERAL PROVISIONS Page 3 of 12 1 C. Each Section submittal shall be complete, contain all the items listed in the 2 Specification Section , and shall be clearly marked to indicate which items are 3 applicable on each cut sheet page. The Submittal shall list any exceptions to the 4 Specifications and Drawings , and the reason for such deviation. Shop drawings , not so 5 checked and noted, will be returned without review. 6 D . Check shop drawings for accuracy and contract requirements prior to submittal to the 7 Owner/Engineer. Errors and omissions on approved shop drawings shall not provide 8 relief from the responsibility of providing materials and workmanship required by the 9 Specifications and Drawings . Shop drawings shall be stamped with the date checked 10 and a statement indicating that the shop drawings conform to Specifications and 11 Drawings. Only one Specification Section may be made per transmittal. 12 E . Material shall not be ordered or shipped until the shop drawings have been approved. 13 No material shall be ordered, or shop work started if the related shop drawings are 14 marked "APPROVED AS NOTED CONFIRM", "APPROVED AS NOTED 15 RESUBMIT", "REVISE AND RESUBMIT", "REJECTED", or "NOT APPROVED ". 16 F. All approved shop drawings shall be maintained on site for the Owner's Inspector and 17 for the Owner's Engineer to verify at the time of delivery of equipment to the job site . 18 G . Up-to-date Record Drawings shall be promptly furnished when the equipment 19 installation is complete. Payment will be withheld until Record Drawings have been 20 furnished and approved. 21 H . All shop drawing submittals and all O&M submittals shall be submitted in hard copy 22 format and in electronic format using PDF files including a Table of Contents which is 23 indexed and hyperlinked to the various sections submitted on flash drives . Electronic 24 submittals are mandatory and those which are received not indexed as specified will be 25 returned without review . Hard copy submittals may not be required if so stipulated in 26 the Contract Documents. No change in Contract Amount or Contract Time will be 27 allowed for delays due to unacceptable submittals . 28 1.4 REFERENCE CODES AND STANDARDS 29 A. Electric equipment, materials and installation shall comply with the National Electrical 30 Code (NEC) and with the latest edition of the following codes and standards: 31 l. National Electrical Safety Code (NESC) 32 2 . Occupational Safety and Health Administration (OSHA) 33 3. National Fire Protection Association (NFPA) 34 4 . National Electrical Manufacturers Association (NEMA) 35 5 . American National Standards Institute (ANSI) 36 6 . Insulated Cable Engineers Association (ICEA) 37 7. International Society of Automation (ISA) 38 8 . Underwriters Laboratories (UL) 39 9. Factory Mutual (FM) 40 10. City of Fort Worth Electrical Code 41 B. Where reference is made to one of the above standards , the revision in effect at the time 42 of bid opening shall apply. 43 C. All material and equipment, for which a UL standard exists, shall bear a UL label. No 44 such material or equipment shall be brought onsite without the UL label affixed. CITY OF FORT WORTH NORTHS IDE IV 24" WATER TRANSMISSION , MAIN PH 1 B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 1026 87 Re vised Augu st 5 , 2022 26 0000 -4 ELECTRICAL -GENERAL PROVISIONS Page 4 of 12 I D . If the issue of priority is due to a conflict or discrepancy between the provisions of the 2 Contract Documents and any referenced standard, or code of any technical society, 3 organization or association, the provisions of the Contract Documents will take 4 precedence if they are more stringent. If there is any conflict or discrepancy between 5 standard specifications, or codes of any technical society, organization or association, or 6 between Laws and Regulations, the hi gher performance requirement shall be binding, 7 unless otherwise directed by the Owner/Engineer. 8 E. In accordance with the intent of the Contract Documents, compliance with the priority 9 order specified shall not justify an increase in Contract Price or an extension in Contract IO Time nor limit in any way, full compliance with all Laws and Regulations always, 11 1.5 SERVICE AND METERING 12 A. The power company serving this project is _Oncor Electric. Service shall be obtained 13 at 480 volts, 3 phase , 4 wire, 60 Hz from an overhead line furnished and installed by 14 Oncor Electric . 15 B. The power company will. be responsible for the following work: 16 1. Furnishing and installing the primary overhead conductors and pole line. 17 2. Furnishing and installing the riser pole , primary cutouts , lightning arresters and 18 grounding . 19 3 . Furnishing and installing transformer . 20 4 . Termination of secondary cables to the service transformer. 21 5 . Furnishing overhead service lateral conductors and support messenger from utility 22 service pole to service entrance weather-head. 23 C. Include the following work in the Contract Price and Schedule: 24 1. Obtain an estimate from the power company for the work described in this 25 SERVICE AND METERING paragraph and include the cost of the power company 26 work in the Contract Price. 27 2 . Furnish and install the riser pole. 28 3. Furnish and install secondary conduits in a steel reinforced concrete-encased duct 29 bank and cables . 30 4. Furnish and Install power company approved meter base. 31 5. Coordinate the electrical service installation with the Power Company. 32 D. Submit shop drawings for the following items to the power company for approval : 33 1. Meter base . 34 1.6 HAZARDOUS AREAS 35 A. Equipment, materials and installation in areas designated as hazardous on the Drawings 36 shall comply with NEC Articles 500, 501, 502 and 503. 37 B. Equipment and materials installed in hazardous areas shall be UL listed for the 38 appropriate hazardous area classification. 39 1.7 CODES, INSPECTION AND FEES 40 A. Equipment, materials and installation shall comply with the requirements of the local 41 authority having jurisdiction . 42 B. Obtain all necessary permits and pay all fees required for permits and inspections. CITY OF FORT WORTH NORTHSIDE IV 24" W ATER TRANSMISSION, MAIN PH I B ST ANDA RD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. I 02687 Rev ised Augu st 5, 2022 26 0000-5 ELECTRICAL -GENERAL PROVISIONS Page 5 of 12 C. The Owner will negotiate with the electric utility for the costs of new or revised 2 services and will include in the Contract Documents an allowance item to cover the 3 cost. Include in the Contract Price and Schedule the time and expense to make all 4 arrangements with the power company and coordinate with the power company to 5 obtain electrical service. The cost of all power company charges shall be included in 6 the Contract Price. Provide all labor and material required for electrical service. 7 1.8 SIZE OF EQUIPMENT 8 A. Investigate each space in the structure through which equipment must pass to reach its 9 final location . Coordinate shipping splits with the manufacturer to permit safe handling 10 and passage through restricted areas in the structure . 11 B. The equipment shall be kept upright at all times during storage and handling. When 12 equipment must be tilted for passage through restricted areas, brace the equipment to 13 ensure that the tilting does not impair the functional integrity of the equipment. 14 1.9 RECORD DRAWINGS 15 A. As the work progresses, legibly record all field changes on a set of Project Contract 16 Drawings, hereinafter called the "Record Drawings". The Record Drawings and 17 Specifications shall be kept up to date throughout the project. 18 B . The Record Drawings shall be reviewed in a meeting with the Owner/Engineer 19 monthly. 20 C. Record Drawings shall accurately show the installed condition of the following items: 21 1. One-line Diagram(s). 22 2. Raceways and pull boxes . 23 3 . Conductor sizes and conduit fills. 24 4. Panel Schedule(s). 25 5. Control Wiring Diagram(s). 26 6. Lighting Fixture Schedule(s). 27 7. Lighting fixture , receptacle , and switch outlet locations . 28 8. Underground raceway and duct bank routing . The drawings shall include the 29 following: 30 a. The measured width and height of the duct bank. 31 b. Survey the centerline of the duct bank at intervals not to exceed 50 feet along 32 the entire length of the duct bank with the coordinates tied to the project 33 coordinates shown on the Civil Drawings. 34 c . Survey the elevation of the top of the duct bank at intervals not to exceed 50 35 feet along the entire length . 36 d . Changes in direction between termination points shall be surveyed and recorded 37 on the record drawings . 38 9. Planview, measured dimensions and locations of switchgear, distribution 39 transformers, substations, motor control centers and panel boards. 40 10. Modifications to controls systems or any piece of electrical equipment including 41 field-verified existing controls and all changes clearly identified. 42 11. All protective device and electrical system monitoring device settings. 43 D . Submit a typical example of a schedule of control wiring raceway s and wire numbers , 44 including the following information: CITY OF FORT WORTH NORTHSIDE IV 24" WATER TRANSMISSION, MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102687 Revised August 5, 2022 2600 00 -6 ELECTRICAL -GENERAL PROVISIONS Page 6 of 12 I . Circuit origin, destination, and wire numbers. 2 2. Field wiring terminal strip names and numbers. 3 E. As an alternate, submit a typical example of point to point connection diagrams in place 4 of the schedule of control wiring raceways and wire numbers . 5 F. Submit as a part of the record drawings and the schedule of control wiring raceways 6 and wire numbers ( or the point to point connection diagram) to the Owner/Engineer. 7 G. The point-to-point connection diagrams are a required line item on the contractors pay 8 estimate will not be considered complete until all of the documentation has been 9 submitted to and approved by the Owner/Engineer. 10 H . Review shop drawings of equipment furnished under other related Divisions and 11 prepare coordinated wiring interconnection diagrams or wiring tables. Submit copies of 12 wiring diagrams or tables with Record Drawings. 13 1.10 EQUIPMENT INTERCONNECTIONS 14 A. Furnish and install all equipment interconnections. 15 1.11 MATERIALS AND EQUIPMENT 16 A. Materials and equipment shall be new, except where specifically identified on the 17 Drawings to be re-used. 18 B. Material or equipment from a manufacturer, not submitted and approved for this project 19 shall not be brought on site. Use of any such material or equipment, will be rejected, 20 and shall be removed and replaced, with the approved material and equipment, with no 21 change allowed in the Contract Price or Schedule. 22 C. Material and equipment shall be UL listed, where such listing exists. 23 D . All material, products, equipment and workmanship being furnished for the project 24 shall be replaced if it does not meet the requirements of Contract Documents even if 25 installed, with no change in Contract Price or Schedule. 26 1.12 JOBSITE DELIVERY, STORAGE AND HANDLING 27 A. Prior to jobsite delivery, successfully complete all submittal requirements , and present 28 to the Owner/Engineer upon delivery of the equipment, an approved copy of all such 29 submittals. Delivery of incomplete constructed equipment, or equipment which failed 30 any factory tests , will be rejected and shall be removed and replaced with no change in 31 Contract Price or Schedule. 32 B. Equipment and materials shall be handled and stored in accordance with the 33 manufacturer's instructions, and as specified in the individual Specification Sections. 34 1.13 WARRANTIES 35 A. Manufacturer's warranties shall be provided as specified in each of the Specification 36 Sections. 37 1.14 EQUIPMENT IDENTIFICATION 38 A. Identify all equipment (disconnect switches, separately mounted motor starters, control 39 stations, etc.) furnished under Division 26 with the name of the equipment it serves. 40 Motor control centers, control panels, panelboards, switchboards, switchgear, junction 41 or terminal boxes, transfer switches , etc., shall have nameplate designations as shown 42 on the Drawings . CITY OF FORT WORTH NORTHSIDE IV 24 " WATER TRANSMISSION, MAIN PH 1 B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Revised August 5 , 2022 26 00 00 -7 ELECTRICAL -GENERAL PROVISIONS Page 7 o f 12 PART 2-PRODUCTS (NOT USED) 2 PART 3-EXECUTION 3 3.1 INTERPRETATION OF DRAWINGS 4 A. The Drawings do not show exact locations of conduit runs. Coordinate the conduit 5 installation with other trades and the actual supplied equipment. 6 B. Install each three-phase circuit in a separate conduit unless otherwise shown on the 7 Drawings . 8 C. Unless otherwise approved by the Owner/Engineer, conduit shown exposed shall be 9 in stalled exposed ; conduit shown concealed shall be installed concealed. Submit a IO Request for Information for any conduit route which is not clearly identified as 11 concealed or exposed in the Contract Documents prior to its installation . 12 D . Circuits are shown as "home-runs" shall be field routed. The raceway system provided 13 shall include all necessary fittings, supports and boxes for a complete code-compliant 14 raceway installation . Field routed raceway shall avoid blocking access to equipment 15 either existing or spaces planned for future equipment and shall avoid blocking 16 personnel egress through doors or access hatches . 17 E. Verify the exact locations and mounting heights of lighting fixtures, switches and 18 receptacles prior to installation. 19 F. Except where dimensions are shown, the locations of equipment, fixtures, outlets and 20 similar devices shown on the Drawings are approximate only. Determine exact 21 locations and obtain approval from the Owner/Engineer during construction . Obtain 22 information relevant to the placing of electrical work and in case of any interference 23 with other work, proceed as directed by the Owner/Engineer and furnish all labor and 24 materials necessary to complete the work in an approved manner. 25 G. Circuit layouts are not intended to show the number of fittings, or other installation 26 details . Furnish all labor and materials necessary to install and place in satisfactory 27 operation all power, lighting and other electrical systems shown. 28 H . Redesign of electrical or mechanical work, which is required due to the use of a pre- 29 approved alternate item shall include the arrangement of equipment and/or layout other 30 than that which is specified or shown herein. All additional work and materials required 31 shall be provided with no change in the contract price or schedule. Redesign and 32 detailed plans shall be submitted to the Owner/Engineer for approval. 33 I. Raceways and conductors for lighting, switches, receptacles and other miscellaneous 34 low voltage power and signal systems as specified are not shown on the Drawings. 35 Raceways and conductors shall be provided as required for a complete and operating 36 system. Refer to riser diagrams for signal system wiring. Homeruns , as shown on the 37 Drawings , identify raceways to be run exposed and raceways to be run concealed. 38 Raceways installed exposed shall be near the ceiling or along walls of the areas through 39 which they pass and shall be routed to avoid conflicts with HY AC ducts, cranes hoists , 40 monorails, equipment hatches, doors, windows, etc . Raceways installed concealed shall 41 be run in the center of concrete floor slabs , above suspended ceilings, or in partitions as 42 required. CITY OF FORT WORTH NORTHS IDE IV 24" WATER TRANSMISSION, MAIN PH 1 B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Revised Aug ust S, 2022 26 00 00 -8 ELECTRICAL -GENERAL PROVISIONS Page 8 of 12 J. Provide all conduit and conductors or data highway cables to RTU and/or PLC 2 termination cabinets , where designated on the Drawings or otherwise required by the 3 Specifications , the manufacture of the equipment, or submitted and approved systems . 4 The conduit and conductors or data highway cables as shown on the interface drawings 5 may not necessarily be shown on the floor plan . 6 K. Install conductors carrying low voltage signals (typically twisted shielded pair cables) 7 in raceways totally separate from all other raceways containing power or 120-Volt 8 control conductors. Do not combine conductors carrying low voltage signals in 9 wireways without barriers or NEC code-compliant separation for their entire length in 10 the wire way, and/or provide separate wireways to provide separation of the conductors. I I Low voltage signal conductors routed through manholes or hand holes shall be bundled 12 and separated from other conductors. 13 L. Raceways and conductors for thermostats controlling HY AC unit heaters, exhaust fans 14 and similar equipment are not shown on the Drawings. Provide raceways and 15 conductors between the thermostats, the HY AC equipment and the motor starters for a 16 complete and operating system. All raceways and power conductors shall be in 17 accordance with Division 26 . Raceways shall be installed concealed in all finished 18 space and may be installed concealed or exposed in process spaces. Refer to the HV AC 19 drawings for the locations of the thermostats and controls . 20 M. Raceways and conductors for the fire alarm, sound and page party systems are not 21 shown on the Drawings. Provide raceways and conductors as required by the system 22 manufacturer for a complete and operating system. All raceways and power conductors 23 shall be in accordance with Division 26 . Raceways shall be installed concealed in all 24 finished spaces and may be installed exposed or concealed in process spaces . 25 3.2 EQUIPMENT PADS AND SUPPORTS 26 A. Electrical equipment pads and supports, of concrete or steel including structural 27 reinforcing and lighting pole foundations , are shown on the Structural Drawings. 28 B. Electrical equipment or raceways shall not be attached to or supported from , sheet metal 29 walls. 30 C . Electrical equipment pads shall be provided for all free-standing equipment. 31 Dimensions shall be 3¾ -inches high . With 3-inch extension from front of equipment 32 for equipment mounted against the wall and 3-inch extension on front and rear sections 33 when equipment is rear accessible. Include a ¾-inch chamfered edge on all exposed 34 sides . 35 3.3 SLEEVES AND FORMS FOR OPENINGS 36 A. Provide and place all sleeves for conduits penetrating floors , walls , partitions, etc. 37 Install sleeves perpendicular to the finished surface . Locate all necessary slots for 38 electrical work and form before concrete is poured. Coordinate the location of sleeves 39 to match the location of the slots so conductors enter without having to bend them . 40 B . Unless measurements are shown on the drawings , the locations for stubbing up and 41 terminating concealed conduits which are shown on the drawings are approximate. 42 Exact locations are required for stubbing-up and terminating concealed conduit. Obtain 43 shop drawings and templates and locate the concealed conduit before the floor slab is 44 poured. CITY OF FORT WORTH NORTHS IDE IV 24" WATER TRANSMISSION, MAIN PH 1 B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Revi sed Augu st 5 , 2022 2600 00 -9 ELECTRICAL -GENERAL PROVISIONS Page 9 of 12 I C. Where setting drawings are not available in time to avoid delay in scheduled floor slab 2 pours , the Owner/Engineer may allow the installations of such conduit to be exposed . 3 Requests for this deviation must be submitted in writing . No change in Contract Price 4 or Schedule for such change will be allowed. 5 D. Seal all openings, sleeves, penetration and slots as specified in Section 26 05 33 . 6 3.4 CUTTING AND PATCHING 7 A. Coordinate with Divisions 2 and 3 for cutting and patching. 8 B. Core drill holes in concrete floors and walls as required . Obtain written permission from 9 the Owner/Engineer before core drilling any holes larger than two inches . IO C. Schedule the installation of work to provide the minimum amount of cutting and 11 patching. 12 D. Cutting or drilling holes for the installation of raceway through joists, beams, girders , 13 columns or any other structural members is strictly prohibited. If a structural member is 14 cut or drilled, restore the structural member to its previous condition in complete 15 accordance with the instructions of the Structural Engineer, with no change in contract 16 price or schedule regardless of the extent of the repairs required to restore the member 17 to its previous condition . 18 E . Cut opening only large enough to allow easy installation of the conduit. 19 F. Patching shall be of the same kind and quality of material as was removed. 20 G . The completed patching work shall restore the surface to its original appearance or 21 better. 22 H. Patching of waterproofed surfaces shall render the area of the patching completely 23 waterproofed. 24 I. Remove rubble and exces s patching materials from the premises. 25 J . Fill existing conduits cut at the floor line of a wall with a suitable patching ground 26 material approved by the Structural Engineer. 27 3.5 INSTALLATION 28 A . Any work not installed according to the Drawings and this Section shall be subject to 29 change as directed by the Owner/Engineer. No change in Contract Price or Schedule 30 will be allowed for making these changes. 31 B . All dimensions shall be field verified at the job site and coordinated with the work of all 32 other trades. 33 C. Electrical equipment shall always be protected against mechanical or water damage. 34 Electrical equipment shall not be stored outdoors . Electrical equipment shall be stored 35 in dry permanent shelters as required by each Specification Section. Do not install 36 electrical equipment in its permanent location until structures are weather-tight. If any 37 apparatus has been subject to possible injury by water, it shall be thoroughly dried out 38 and tested as directed by the Owner/Engineer or shall be replaced with no change in 39 Contract Price or Schedule, at the Owner/Engineer's discretion . 40 D . Equipment that has been damaged shall be replaced or repaired by the equipment 41 manufacturer, at the Owner/Engineer's discretion. CITY OF FORT WORTH NORTHSIDE IV 24" WATER TRANSMISSION, MAIN PH 1 B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102687 Revised August S, 2022 26 0000 - 10 ELECTRICAL -GENERAL PROVISIONS Page 10 of 12 E. Repaint any damage to the factory applied paint finish using touch-up paint furnished 2 by the equipment manufacturer. If the metallic portion of the panel or section is 3 damaged, the entire panel or section shall be replaced, at no additional cost to the 4 Owner. 5 F. NEMA 3R, 4 or 4X enclosures shall not have raceways entering from the top if the 6 enclosure is installed in a damp or wet area. Should raceways be installed entering the 7 top, the enclosure shall be replaced, and raceways re-routed to enter the side or bottom. 8 Conductors, if installed, shall be removed, and replaced. Correction of raceways 9 entering the top and conductor replacement shall be provided with no change in IO Contract Price or Schedule. 11 G. Conduits exiting tray in airconditioned indoor electrical rooms will enter the top of 12 electrical enclosures. The location of these conduits shall be coordinated with the 13 HY AC duct vents such that cold air will not blow on the conduits causing condensation 14 which will enter the electrical enclosures. After installation, inspect the conduits while 15 the HY AC system is running to ensure no condensation is forming and entering any 16 electrical enclosure. Re-direct the air flow if possible or re-route the conduits to avoid 17 condensation. Conductors in re-routed conduits shall be replaced, re-terminated. 18 retested and the operation of the equipment retested with no change in the Contract 19 Price or Schedule. 20 3.6 PHASE BALANCING 21 A . The Drawings do not attempt to balance the electrical loads across the phases. Circuits 22 on motor control centers and panelboards shall be field connected to result in evenly 23 balanced loads across all phases . 24 B. Field balancing of circuits shall not alter the conductor color coding requirements as 25 specified in Section 26 05 19. 26 3.7 MANUFACTURER'S SERVICE 27 A. Provide manufacturer's services for testing and start-up of the equipment as listed in 28 each individual Specification Section. All settings, including those settings required by 29 the Power System Study, shall be made to the equipment, and approved by the 30 Owner/Engineer prior to energizing of the equipment. 31 B. Provide arc flash labels with the settings from the power system study on electrical 32 equipment as specified. 33 C. Testing and startup shall not be combined with training. Testing and start-up time shall 34 not be used for manufacturer's warranty repairs. 35 3.8 TESTS AND SETTINGS 36 A. Test systems and equipment furnished under Division 26 and repair or replace all 37 defective work. Adjust the systems as specified and/or required. 38 B. All tests required by the individual specification Sections shall be completed prior to 39 energizing electrical equipment. Submit a sample test form or procedure. and submit the 40 required test reports and data to the Owner/Engineer for approval at least two weeks 41 prior to the startup of the tested equipment. Include names of all test personnel and 42 initial each test. 43 C. Check motor nameplates for correct phase and voltage. Check bearings for proper 44 lubrication . CITY OF FORT WORTH NORTHS ID E IV 24" WATER TRANSMISSION, MAIN PH I B ST AND ARD CONSTRUCTION SPEClFICA TION DOCUM ENTS CITY PROJECT NO . I 02687 Re vi sed Augu st 5 , 2022 260000 -11 ELECTRICAL -GENERAL PROVISIONS Page 11 of 12 D. Check wire and cable terminations for tightness. 2 E. Check rotation of motors prior to energization. Disconnect driven equipment if damage 3 could occur due to wrong rotation . If the motor rotates in the wrong direction , the 4 rotation shall be immediately corrected, or tagged and locked out until rotation is 5 corrected. 6 F. Verify all terminations at transformers, equipment, capacitor connections, panels, and 7 enclosures by producing a I 2 3 rotation on a phase sequenced meter when connected to 8 "A", "B" and "C" phases. 9 G. Provide mechanical inspection , testing and setting of circuit breakers , disconnect 10 switches , motor starters , control equipment, etc . for proper operation . 11 H . Check interlocking , control, and instrument wiring for each system and/or part of a 12 system to prove that the system will function properly as indicated by schematic and 13 wiring diagram s . 14 I. Check the ampere rating of thermal overloads for motors and submit a typed record to 15 the Owner/Engineer of same, including MCC cubicle location and load designation, 16 motor service factor, horsepower, full load current, temperature rise rating and starting 17 code letter. If incons istencies are found, new thermal elements shall be supplied and 18 in stalled. 19 J. Verify motor power factor capacitor ratings . 20 K. Testing shall be scheduled and coordinated with the Owner/Engineer at least two weeks 21 in advance . Provide qualified test personnel , instruments and test equipment. 22 L. Refer to the individual equipment sections for additional specific testing requirements. 23 M . Adjust the systems and instruct the Owner's personnel in the proper operation of the 24 systems . 25 3.9 TRAINING 26 A. Provide manufacturer's training as specified in each individual section of the 27 Specifications . 28 END OF SECTION 29 CITY OF FORT WORTH NORTHSIDE IV 24" WATER TRANSMISSION, MAIN PH I 8 ST AND ARD CONSTRUCTION SPECIFICATION DOCUM E NTS CITY PROJECT NO . I 02687 Rev ised Aug ust 5 , 202 2 2 260000-12 ELECTRICAL -GENERAL PROVISIONS Page 12 of 12 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH NO RTHSID E IV 24" WATER TRANSMISSION, MAIN PH l B STANDARD CONSTRUC TION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Revised August 5 , 2022 26 05 19 -I LOW-VOLTAGE WIRES AND CABLES (1000 VOLTS MAXIMUM ) Page I of 10 l SECTION 26 05 19 2 LOW-VOLTAGE WIRES AND CABLES (1000 VOLTS MAXIMUM) 3 PARTl-GENERAL 4 1.1 SCOPE OF WORK 5 A. Furnish, install and test all wire, cable and appurtenances as shown on the Drawings 6 and as specified herein. 7 1.2 RELATED WORK 8 A. Refer to Division 26 00 00 and the Contract Drawings, for related work and electrical 9 coordination requirements. 10 1.3 SUBMITTALS 11 A. Subrnittals shall be made in accordance with the requirements of Division 1, Section26 12 00 00, the Contract Documents and as specified herein the following: 13 1. The manufacturers' names and product designation or catalog numbers for the types 14 of materials specified or shown on the Drawings. 15 2. Cut sheets for each individual item shall be submitted. 16 3. All cut sheets shall be clearly marked to indicate which products are being 17 submitted for use on this project. 18 4. Unmarked cut sheets will cause the submittal to be rejected and returned for 19 revision . 20 B. All shop drawing submittals and all O&M subrnittals shall be submitted Division 1. No 21 change in Contract Price or Schedule will be allowed for delays due to unacceptable 22 subrnittals. 23 C. Submit to the Owner/Engineer, shop drawings and product data, for the following: 24 1. Submittals shall also contain information on related equipment to be furnished 25 under this Specification. Incomplete subrnittals not containing the required 26 information on the related equipment will also be returned without review. 27 2. Submit catalog data of all wire and cable, connectors, lugs, and accessories, 28 specified under this Section with all selections, options and exceptions clearly 29 indicated. All cut sheets shall be clearly marked to indicate which products are 30 being submitted for use on this project. Catalog data shall show compliance with 31 the referenced codes and standards. 32 D. Certified Tests 33 1. Submit a report of pulling tensions for all wire and cable installed with mechanical 34 means monitored by pulling tension equipment. 35 2. Submit a test report of all installed wire insulation tests. 36 1.4 REFERENCE CODES AND STANDARDS 37 A. The equipment in this specification shall be designed and manufactured according to 38 latest revision of the following standards (unless otherwise noted): 39 l. NFPA 70 -National Electrical Code (NEC) CITY OF FORT WORTH NORTHSIDE TV 24" WATER TRANSMISSION, MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . I 02687 Revi se d August 5 , 2022 26 OS 19 -2 LOW-VOLTAG E WIRES AND CAB LES (1000 VOLTS MAXIMUM) Pag e 2 of 10 2 3 2. NEMA WC-5 -Thermoplastic-Insulated Wire and Cable for the Transmission and Distribution of Electrical Energy 3 . ANSiffIA/EIA 606A-Standard for telecommunications Infrastructure 4 1.5 QUALITY ASSURANCE 5 A. The general construction of the wire, cables and the insulation material us~d shall be 6 similar to that used for cable of the same size and rating in continuous production for at 7 least 15 years and successfully operating in the field in substantial quantities. 8 B. Wire and cable with a manufacture date of greater than 12 months previous will not be 9 acceptable . 10 C . Wire and cable shall be in new condition, with the manufacturer's packaging intact, 11 stored indoors since manufacture, and shall not have been subjected to the weather. 12 Date of manufacture shall be clearly visible on each reel. 13 D . The manufacturer of these materials shall have produced similar electrical materials for 14 a minimum period of five years . When requested by the Owner/Engineer, an acceptable 15 list of installations with similar equipment shall be provided demonstrating compliance 16 with this requirement. 17 1.6 JOBSITE DELIVERY, STORAGE AND HANDLING 18 A. Prior to jobsite delivery, complete all submittal requirements, and present to the 19 Owner/Engineer prior to delivery of the equipment, an approved copy of all such 20 submittals. Delivery of incomplete constructed equipment, or equipment which failed 21 any factory tests , will not be permitted ., 22 B . Check for reels not completely restrained, reels with interlocking flanges or broken 23 flanges, damaged reel covering or any other indication of damage. Do not drop reels 24 from any height. 25 C . Unload reels using a sling and spreader bar. Roll reels in the direction of the arrows 26 shown on the reel and on surfaces free of obstructions that could damage the wire and 27 cable. 28 D. Store cable on a solid, well drained location . Cover cable reels with plastic sheeting or 29 tarpaulin . Do not lay reels flat. 30 1.7 WARRANTY 31 A. Provide warranties , including the manufacturer's warranty, for the equipment specified 32 and the proper installation thereof, to be free from defects in material and workmanship 33 for one years from date of final acceptance of the equipment and its installation. Within 34 such period of warranty , all material and labor necessary to return the equipment to new 35 operating condition shall be provided. Any warranty work requiring shipping or 36 transporting of the equipment shall be provided at no expense to the Owner. 37 .PART 2 -PRODUCTS 38 2.1 GENERAL 39 A . Wires and cables shall be annealed , 98% conductivity, soft drawn copper. 40 B. All conductors shall be Class B stranded. CITY OF FORT WORTH NORTHSfDE IV 24 " WATER TRANSMISSION , MAIN PH 18 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102687 Revi sed Augu st 5 , 2022 26 05 19 -3 LOW-VOLTAGE WIRES AND CABLES (1000 VOLTS MAXIMUM) Page 3 of 10 C. Except for control, signal and instrumentation circuits, wire smaller than # 12 A WG 2 shall not be used. 3 2.2 POWER & BUILDING WIRE 4 A. All building wire shall be stranded copper conductors, Type XHHW-2 5 2.3 GROUNDING ELECTRODE CONDUCTOR 6 A. Grounding electrode conductor shall be stranded copper conductor, Type XHHW-2 7 with green insulation . 8 2.4 BONDING JUMPER 9 A. Bonding Jumper shall be bare tinned stranded copper conductor. 10 2.5 CONTROL WIRE AND CABLE 11 A. Control wire shall be NEC Type XHHW-2 . 12 B. Multi-conductor control cable , shall be stranded, #14 AWG 600-volt, XHHW-2, 13 insulated, PVC outer jacket overall, Type TC, UL rated for underground wet location. 14 2.6 INSTRUMENTATION CABLE 15 A. Cables for 4-20 ma, RTD, potentiometer and similar signals shall be PLTC rated and 16 shall be: 17 1. Single pair cable: 18 a. Conductors: Two # 16 A WG stranded , tinned and twisted on two-inch lay 19 b. Insulation: PVC with 600-volt, 90°C rating 20 c. Shield: 100% Mylar tape with drain wire 21 d. Jacket: PVC with manufacturer's identification 22 e. UL 1685 listed for underground wet location use 23 2. Three conductor (triad) cable: 24 a. Conductors: Three #16 A WG stranded, tinned and twisted on two-inch lay 25 b. Insulation: PVC with 600-volt, 90°C rating 26 c. Shield: 100% Mylar tape with drain wire 27 d. Jacket: PVC with manufacturer's identification 28 e. UL 1685 listed for underground wet location use 29 3. Multiple pair cables (where shown on the Drawings): 30 a. Conductor: Multiple pairs, #16 A WG stranded, tinned and twisted on a two- 31 inch lay 32 b . Insulation : PVC with 600-volt, 90°C rating 33 c. Shield: Individual pairs shielded with 100% Mylar tape and drain wire 34 d. Jacket: PVC with manufacturer's identification 35 e . ULI 685 listed for underground wet location use 36 2.7 COMMUNICATION CABLES 37 A. Cables for Ethernet and RS485 shall be rated and shall be: 38 1. Category 5e above Grade shielded Cable 39 a. Conductors: Four bonded pair #24 A WG Bare Copper 40 b . Insulation: Polyolefin 41 c. Shield: 100% aluminum foil polyester tape with drain wire 42 d . Jacket: PVC with 600-volt rated and manufacturer's identification CITY OF FORT WORTH NORTHS IDE IV 24" WATER TRANSMISSION, MAIN PH 1 B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Revised Augu st 5 , 2022 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 35 36 37 38 39 40 41 42 43 44 45 46 47 48 B . 26 05 19 -4 LOW-VOLTAGE WIRES AND CABLES (1000 VOLTS MAXIMUM) Page 4 of 10 e. UL21047 and UL1666 listed for indoor and dry locations use 2 . Category 5e above Grade un-shielded Cable a. Conductors: Four bonded pair #24 AWG Bare Copper b. Insulation: Polyolefin c. Jacket: PVC with 300-volt rated and manufacturer's identification d . NECCMR e . UL1666 listed for indoor and dry locations use 3. Category 6 above Grade shie lded Cable a. Conductors: Four bonded pair #23 A WG Bare Copper b. Insulation: Polypropylene c . Shield: 100% aluminum foil polyester tape with drain wire d . Jacket: PVC with 600-volt rated and manufacturer's identification e . Transmission Standards: Category 6 -TIA 568.C.2 f. NEC CMR g. Flame Test Method: UL 1666 Vertical Riser listed for indoor and dry locations use 4 . Category 6 above Grade un-shielded Cable a. Conductors: Four bonded pair #23 A WG Bare Copper b. Insulation: Polyolefin c . Jacket: PVC with 300-volt rated and manufacturer's identification d . Transmission Standards : Category 6 -TIA 568 .C.2 e . Nominal Velocity of Propagation: 72 % f. Flame Test Method: UL 1666 Vertical Riser listed for indoor and dry locations use 5. Category 5e below Grade shielded Cable a . Conductors : Four pair #24 A WG Bare Copper b . Insulation: Po lyolefin c . Shield: 100% aluminum foil polyester tape with drain wire d . Jacket: LLPE (Linear Low Density Polyethylene) with 300-volt rated and manufacturer's identification e . Misc.: NEMA WC-63 .1, listed for outdoor and wet locations use f. Water Blocking compound and listed for direct bury applications . 6. Category 5e below Grade unshielded Cable a . Conductors: Four pair #24 A WG Bare Copper b. Insulation: Polyolefin c . Jacket: LLPE (Linear Low-Density Polyethylene) with 300-volt rated and man ufact urer's identification d . Misc.: NEMA WC-63 .1, listed for outdoor and wet locations use . e . TIA-568-C.2 Category 5e compliance f. Water Blocking compound and listed for direct bury applications. 7. 485 Communications Cable a. Conductors: O ne pair #24 A WG Tinned Copper b. Insulation: Polyethylene c . Shield: 100% aluminum foi l polyester tape with tinned copper drain wire d . Jacket: PVC with 300-volt rated and manufacturer 's identification e. Misc .: UL2919 listed for indoor and dry locations use Color code for Ethernet communications cables shall be as follows. 1 . Green -CA T5e Phone / Data CITY OF FORT WORTH NORTHS IDE IV 24" WATER TRANSMISSION, MAIN PH l B ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Rev ised Augu st 5 , 2022 2 . Red -CAT5e SCAD A 2 3. Blue-CAT6-Phone/ Data 3 4. White -CAT6 -SCADA 4 2.8 TERMINATION MATERIALS 26 05 19 -5 LOW-VOLTAGE WIRES AND CABLES (1000 VOLTS MAXIMUM) Page 5 of 10 5 A. Power Conductors: Termination materials, of conductors at equipment, shall be as 6 specified in the relevant equipment Section. 7 B. Control and Instrumentation Conductors (including graphic panel, alarm, low-and 8 high-level signals): Termination connectors shall be DIN-rail-mounted one-piece 9 molded plastic blocks with tubular-clamp-screw type, with end barriers, dual side 10 terminal block numbers and terminal group identifiers. Terminals to be UL Listed for 11 stranded conductor terminations . Rated for a maximum of 2 #14 stranded conductors. 12 Color of terminals to comply with NFPA 79. 13 C. Motor Conductors: Motor connections with conductors # 12 A WG up to #6 A WG shall 14 be ring type compression terminations on the motor leads and secured with bolt, nut and 15 spring washer. Connections shall be -3O°C rubber insulated, half lap, and two layers 16 minimum of Scotch 33 or equal vinyl tape. Motor terminations for conductors #8 17 A WG and larger shall be in accordance with paragraph "Lugs and Connectors" below. 18 Motors provided on this project per specification 26 05 50 and shall have motor 19 terminals enclosures with bus and NEMA one-hole or two-hole pads to accommodate 20 the conductor terminals specified herein. 21 D. Lugs and Connectors 22 1. All lugs and connectors shall meet the following requirements: 23 a. Tin plated copper. 24 b . Crimped type, installed with standard industry tooling. 25 c. Lugs and connectors shall match the wire size used and shall be clearly 26 identified and color coded on the connector. 27 d. All connections shall be made for stranded wire and shall be made electrically 28 and mechanically secured . 29 e. The lugs and connectors shall have a current carrying capacity equal to the 30 conductors for which they are rated and meet UL 486 requirements for 75 °C. 31 f. Lugs for # 14 A WG up to #6 A WG shall be ring terminals. 32 g. Conductors #4 A WG and larger shall be terminated with two-hole long barrel 33 lugs with NEMA spacing. 34 h. All lugs shall be the closed end construction to exclude moisture migration into 35 the cable conductor. 36 2.9 SPLICE MATERIALS 37 A. Power Conductors 38 l . Circuits shall be pulled from terminal to terminal, without splicing, except where 39 splicing is shown on the Drawings. 40 2 . No other splicing will be permitted. 41 3. For wires sizes #8 A WG and smaller, provide color coded wire nuts, with metal 42 inserts, 3M or Ideal, rubber insulated with half lap and two layers minimum of 43 Scotch 33 tape. CITY OF FORT WORTH NORTHS IDE IV 24" WATER TRANSMISSION , MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Revised Augu st 5 , 2022 26 05 19 -6 LOW-VOLTAGE WIRES AND CABLES (1000 VOLTS MAXIMUM) Page 6 of 10 4. For wires greater than #8 A WG, provide a heat shrink insulated, color-coded, die- 2 crimped splice lug, T&B 54XXX, or equal, rubber insulated, with half lap and two 3 layers minimum of Scotch 33 tape. 4 B . Control and Instrumentation Conductors (including graphic panel, alarm, low-and 5 high-level signals): 6 1. No splicing of control and instrumentation conductors will be permitted. 7 2.10 WALL AND FLOOR SLAB OPENING SEALS 8 A. Wall and floor slab openings shall be sealed with "FLAME-SAFE" as manufactured by 9 the Thomas & Betts Corp. or equal. IO 2.11 WIRE AND CABLE TAGS 11 A. Use the tagging formats for wire and cable as shown on the Drawings. 12 B. Wire tags for wire sizes, #2 A WG and smaller, shall be heat shrink type Raychem 13 TMS-SCE, or approved equal with the tag numbers typed with an indelible marking 14 process . Character size shall be a minimum of 1/8-inch in height. Hand written tags 15 shall not be acceptable. Where ends are not available, attach cable tags with nylon tie 16 cord . 17 C. Tags for wires larger than #2 A WG and all cables shall be thermally printed 18 polyethylene type, Brady TLS 2200 or approved equal, nylon zip tied in accordance 19 with the manufacturer's instructions. 20 D. Tags relying on adhesives or taped-on markers are not acceptable. 21 E . Tagging shall be done in accordance with the execution portion of these Specifications. 22 2.12 WIRE COLOR CODE 23 A. All wire shall be color coded or coded using electrical tape in sizes #8 or greater, where 24 colored insulation is not available. Where tape is used as the identification system, it 25 shall be applied in all junction boxes, manholes and other accessible intermediate 26 locations as well as at each termination . 27 B. The following coding shall be used : System Wire ]-Phase, 3 Wire Phase A Phase B Neutral 208Y/120 , Volts 3-Phase, 4 Wire 480/277 , Volts 3-Phase, 4 Wire Phase A Phase B Phase C Neutral Phase A Phase B Phase C Neutral Color Black Blue White Black Red Blue White Brown Orange Yellow Gray/White with one or more colored stripes CITY OF FORT WORTH NORTHSrDE rv 24 " WATER TRANSMISSION , MAIN PH l B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . l 02687 Rev ised Augu st 5, 2022 2.13 CABLE TAG COLOR CODE 26 05 19 -7 LOW-VOLT AG E WIRES AND CABLES (1000 VOL TS MAXIMUM) Page 7 o f 10 2 A. All cable tags shall be white in color with black printing. 3 PART 3-EXECUTION 4 3.1 GENERAL 5 A. Do not install conductors until the raceway system is in place. No conductor shall be 6 installed between outlet points, junction points or splicing points, until raceway sections 7 have been completed, and raceway covers are installed for protection of conductors 8 from damage or exposure to the elements . Any conductor installed in an incomplete 9 raceway system shall be removed from the raceway system and from project site . A 10 complete inspection of such raceway sections shall be completed before new 11 conductors are installed. 12 B. Installed unapproved wire shall be removed and replaced at no additional cost to the 13 Owner . 14 C. Completely swab raceway system before installing conductors . Do not use cleaning 15 agents and lubricants which have a deleterious effect on the conductors or their 16 insulation. 17 D . Pull all conductors into a raceway at one time , u sing wire pulling lubricant as needed to 18 protect the wire . 19 E. Except for hand-pulled conductors into raceways, all wire and cable installation shall be 20 installed with tension-monitoring equipment. 21 I . Wire and cables shall not be installed using winches , vehicles or any other 22 mechanical device s not intended for the installation of wire or cables. The use of 23 pulling tension monitoring equipment for the installation of wire or cable pulled in 24 using mechanical means is mandatory . 25 2. Submit pulling tension record s for each wire or cable pull done using mechanical 26 mean s monitored by pulling tension equipment. 27 3 . Conductors which are found to have been installed using mechanical means without 28 tension-monitoring shall be immediately removed from the raceways, permanently 29 identified a s rejected material, and removed from the jobsite. New conductors and 30 cables shall be reinstalled , tagged and raceway s resealed , with no change in the 31 Contract Price or Schedule allowed. 32 F . Do not exceed cable manufacturer's recommendations for maximum pulling tensions 33 and minimum bending radii. Where pulling compound is used, use only UL listed 34 compound compatible with the cable outer jacket and with the raceway involved . 35 G . Tighten all screws and terminal bolts using torque type wrenches and/or drivers to 36 tighten to the inch-pound requirements of the NEC and UL. 37 H . Single conductors and cables in manholes, hand holes, vaults , cable tray s , and other 38 indicated locations are not wrapped together by some other means such as arc and 39 fireproofing tapes, shall be bundled throughout their exposed length with nylon , self- 40 locking, releasable, cable ties placed at intervals not exceeding four inches on centers. 41 I. All wire and cable installed in cable trays shall be UL Listed as Type TC , for cable tray 42 use . CITY OF FORT WORTH NORTHSIDE fV 24" WATER TRANSMISSION, MAIN PH 1 B STANDARD CONSTRUCTION SPECIFIC ATION DOCUME NTS CITY PROJECT NO . 102687 Revise d Augu st 5 , 2022 26 05 19 -8 LOW-VOLT AGE WIRES AND CABLES (I 000 VOL TS MAXlMUM) Page 8 of 10 3.2 CONDUCTORS 1000 VOL TS AND BELOW 2 A. Provide conductor sizes indicated on Drawings, as a minimum. 3 B. Use crimp connectors on all stranded conductors. 4 C. Soldered mechanical joints insulated with tape are not acceptable. 5 D. Arrange wiring in cabinets and panels neatly cut to proper length Surplus wire shall be 6 removed unless noted otherwise. Conductors shall be bridled or bundled and secured in 7 an acceptable manner. Identify all circuits entering motor control centers and all other 8 control enclosures in accordance with the conductor identification system specified 9 herein. 10 E. Terminate control and instrumentation wiring with methods consistent with terminals 11 provided, and in accordance with terminal manufacturer's instructions. 12 F. Attach compression lugs, larger than #6 A WG, with a too l specifically designed for that 13 purpose which provides a complete, controlled crimp where the tool will not release 14 until the crimp is complete. Use of plier type crimpers is not acceptable. 15 G. Cap spare conductors and conductors not terminated with the UL listed end caps. 16 H. Remove all burrs, chamfer all edges, and install bushings and protective strips of 17 insulating material to protect the conductors passing through holes or over edges in 18 sheet metal enclosures. 19 I. Provide at least 6 feet spare conductors in freestanding panels and at least two feet spare 20 in other assemblies for all conductors which are to be terminated by others. Provide 21 additional conductor length in any assembly where it is obvious that more conductor 22 will be needed to reach the termination point. 23 J. Do not combine power conductors in the same raceway unless shown on Drawings. Do 24 not run signal conductors carrying voltages less than 120 volts AC in the same raceway 25 as conductors carrying higher voltages regardless of the insulation rating of the 26 conductors. Do not share neutrals on branch circuits. 27 3.3 GROUNDING 28 A. Conduits and other raceways shall contain wire type equipment grounding conductor 29 whether the raceway is metallic or not. Conduits, motors, cabinets, outlets, and other 30 equipment shall be properly grounded in accordance with NEC requirements and 31 specification 26 05 26. Ground wires exposed to mechanical damage shall be installed 32 in rigid aluminum conduit. Make connections to equipment with solderless connections. 33 Connections to ground rods shall be of the fused type equal to the Cadweld process. 34 3.4 TERMINATIONS AND SPLICES 35 A. No splices of wire and cable will be permitted, except where specifically permitted by 36 the Owner/Engineer in writing, or as shown on the Drawings. 37 B. Power conductors: Terminations shall be made with connectors as specified. Splices, 38 where specifically allowed as stated above, shall be made in a Termination Cabinet 39 (TC). 40 C. Control Conductors: Splices of control conductors will not be permitted between 41 terminal points. Terminations shall be made with approved terminals as specified. CITY OF FORT WORTH NORTHSIDE IV 24 " WATER TRANSMISSION , MAIN PH 1B ST ANDA RD CONSTRUCTION SPECrFICA TION DOCUMENTS CITY PROJECT NO . I 02687 Revised August 5 , 2022 26 OS 19 -9 LOW-VOLTAGE WIRES AND CABLES (1000 VOL TS MAXIMUM) Page 9 of 10 D. Instrumentation Signal Conductors (including graphic panel, alarm, low-and high-level 2 signals): Splices of Instrumentation conductors will not be permitted between terminal 3 points . Terminations shall be made with connectors as specified. The shield of pair 4 shielded, and triad shielded shall be terminated on terminal strips. Provide dedicated 5 terminal block to every conductor including shields. Double lugging terminations is not 6 acceptable . 7 3.5 INSTRUMENTATION CABLES 8 A. Instrumentation cables shall be installed in raceways as specified. Unless specifically 9 shown on the Drawings, all instrumentation circuits shall be installed as single shielded IO twisted pair cables or single shielded twisted triads. In no case shall a circuit be made 11 up using conductors from different pairs or triads . Triads shall be used wherever three 12 wire circuits are required. 13 B. Terminal blocks shall be provided at all instrument cable junction boxes, and all circuits 14 shall be identified at such junctions . 15 C. Shielded instrumentation wire, coaxial cable, data highway cable, discrete 1/0, multiple 16 conductor cable , and fiber optic cables shall be run without splices between 17 instruments, terminal boxes, or panels . The shield shall be continuous for the entire run . 18 D . Shields shall be grounded at the PLC/RTU . Terminal blocks shall be provided for 19 inter-connecting shield drain wires at all junction boxes . Individual circuit shielding 20 shall be provided with its own block. 21 E . Shield wire shall be wrapped and taped at the transmitter end of the signal run. Before 22 termination, peel back the outer sheath, leaving the shield intact. Wrap the drain wire 23 around the conductors, leaving approximately two inches exposed . Wrap the drain wire 24 with two layers of Scotch 33 tape . 25 3.6 WIRE TAGGING 26 A. All wiring shall be tagged at all termination points and at all major access points in the 27 electrical raceways . A termination point is defined as any point or junction where a wire 28 or cable is physically connected . This includes terminal blocks and device terminals. A 29 major access point to a raceway is defined as any enclosure; box or space designed for 30 wire or cable pulling or inspection and includes pull boxes, manholes, and junction 31 boxes. 32 B. Wire tags shall show both origination and destination information to allow for a wire or 33 cable to be traced from point in the field. Information regarding its origination shall be 34 shown in parenthesis . 35 C . For multiconductor cables, both the individual conductors and the overall cable shall be 36 tagged. Conductors that are part of a multiconductor cable shall reference the cable 37 identification number that they are a part of, as well as a unique conductor number 38 within the cable . 39 3.7 CABLE TAGGING 40 A. All cables shall be tagged at all termination points and at all major access points in the 41 electrical raceways as defined in the wire tag section of this Specification. CITY OF FORT WORTH NORTHS ID E IV 24" WATER TRANSMISSION, MArN PH 1 B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102687 Revised August S, 2022 26 05 19 -10 LOW-VOLTAGE WIRES AND CABLES (1000 VOLTS MAXIMUM ) Page 10 of 10 B. The cable tag shall be installed where the cable enters and leaves each access point 2 (e.g., junction box, manhole, etc.). In cases of limited access space, a single tag may be 3 used that shows both equipment tag origination and destination. In the case where the 4 jacket is stripped for terminations, the tag shall be installed at the end of the jacket. 5 3.8 RACEWAY SEALING 6 A. Raceways entering junction boxes or control panels containing electrical or 7 instrumentation equipment shall be sealed with 3M IO00NS Watertight Sealant or 8 approved equal. 9 B. This requirement shall apply to for all raceways in the conduit system. IO 3.9 FIELD TESTS 11 A . Conductors under 600 volts 12 1. Perform insulation resistance testing of all power circuits below 1000 volts with a 13 1000-volt megger, in accordance with the recommendations of the wire 14 manufacturer. 15 2. Prepare a written test report of the results and submit to the Owner/Engineer prior 16 to final inspection. Provide a written description of the megger testing procedure 17 that will be used for testing and the model and type of megger tester that will be 18 used. Include this description in the wire and cable submittal. 19 3 . Minimum acceptable value for insulation resistance is 100 megohms. Lower values 20 shall be acceptable only by the Owner/Engineer's specific written approval. 21 4 . Disconnect equipment that might be damaged by this test. Perform tests with all 22 other equipment connected to the circuit. 23 B. Tests : After instrumentation cable installation and conductor termination by the 24 instrumentation and control supplier, perform tests to ensure that instrumentation cable 25 shields are isolated from ground , except at the grounding point in the instrumentation 26 control panel. Remove all improper grounds . 27 END OF SECTION CITY OF FORT WORTH NORTHSIDE IV 24 " WATER TRANSMISSION , MAIN PH 1 B ST AND ARD CONSTRUCTION SPECIF ICATION DOCUMENTS CITY PROJECT NO . 102687 Revised August 5, 2022 I SECTION 26 05 26 26 05 26 -I GROUNDlNG AND BONDlNG SYSTEM Page I of6 2 GROUNDING AND BONDING SYSTEM 3 PARTl-GENERAL 4 1.1 SCOPE OF WORK 5 A. Furnish all labor, materials, equipment and incidentals required to install a complete 6 Grounding and Bonding System, in strict accordance with Article 250 of the National 7 Electrical Code (NEC), and as shown on the Drawings and specified herein . 8 B. The system shall include ground wires , ground rods , exothermic connections , 9 mechanical connectors , structural steel connections , all as shown on the Drawings, and 10 as specified herein, to provide a bonding to earth ground of all metallic material s likely 11 to become energized. 12 1.2 RELATED WORK 13 A. No references are made to any other section which may contain work related to any 14 other section. The Contract Documents shall be taken with every section related to 15 every other section as required to meet the requirements specified. The organization of 16 the Contract Documents into specification divisions and sections is for organization of 17 the documents themselves and does not relate to the division of suppliers or labor which 18 the Contractor may choose to employ in the execution of the Contract. Where 19 references are made to other Sections and other Divisions of the Specifications, provide 20 such information or additional work as may be required in those references , and include 21 such information or work as may be specified. 22 B . Other Divisions 23 l . The contractor to be responsible for examining all Sections of the Specifications 24 and Drawings . Determine the power and wiring requirements. Provide external 25 wiring and raceways as required for fully functioning power, control and process 26 control systems. If the equipment requires more conductors and/or wiring, due to 27 dissimilar equipment being supplied, furnish the additional conductors, raceways 28 and/or wiring, with no change in the Contract Price, and with no increase in 29 Contract Time . 30 1.3 SUBMITT ALS 31 A. Submittals shall be made in accordance with the requirements of Division 1, Section 26 32 00 00, the Contract Documents and as specified herein the following : 33 1. The manufacturers' names and product designation or catalog numbers for the types 34 of materials specified or shown on the Drawings. 35 2 . Cut sheets for each individual item shall be submitted. 36 3. All cut sheets shall be clearly marked to indicate which products are being 37 submitted for use on this project. 38 4 . Unmarked cut sheets will cause the submittal to be rejected and returned for 39 revision. CITY OF FORT WORTH NORTHSIDE fV 24" WATER TRANSMISSION , MAlN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102687 Revised August 5 , 2022 26 OS 26 -2 GROUNDING AND BO DING SYSTEM Page 2 of 6 B . All shop drawing submittals and all O&M submittals shall be submitted Division 1. No 2 change in Contract Price or Schedule will be allowed for delays due to unacceptable 3 submittals. 4 C. Submittals shall also contain information on related equipment to be furnished under 5 this Specification . Incomplete submittals not containing the required information on the 6 related equipment will also be returned without review . 7 D . Submit to the Owner/Engineer, shop drawings and product data, for the following : 8 l. Grounding electrodes and conductors 9 2 . Grounding conduit hubs . 10 3 . Waterpipe ground clamps . 11 4. Buried grounding connections. 12 5. Compression lugs. 13 6. Exothermic bonding system . 14 7 . Soil resistivity measurements 15 8. Grounding system resistance to earth measurements of the completed grounding 16 systems at each separate structure where grounding wells are present, at each 17 structure if no grounding wells are present, and at each pad mounted equipment 18 location remote from main structures. 19 9 . Soil resistivity measurements for each structure having a counterpoise grounding 20 system and for each structure having a lighting protection system specified or 21 shown to be installed . 22 1.4 REFERENCE CODES AND STANDARDS 23 A . All products and components shown on the Drawings and listed in this specification 24 shall be designed and manufactured according to latest revision of the following 25 standards (unless otherwise noted): 26 1. NFPA 70 -National Electrical Code (NEC) 27 2. UL 467-2007 --Grounding and Bonding Equipment 28 3. NFPA 70E -Standard for Electrical Safety in the Workplace 29 B. All equipment components and completed assemblies specified in this Section of the 30 Specifications shall bear the appropriate label of Underwriters Laboratories. 31 1.5 QUALITY ASSURANCE 32 A. The manufacturer of these materials shall have produced similar electrical materials and 33 equipment for a minimum period of five years. When requested by the Owner/Engineer, 34 an acceptable list of installations with similar equipment shall be provided 35 demonstrating compliance with this requirement. 36 1.6 JOBSITE DELIVERY, STORAGE AND HANDLING 37 A. Prior to jobsite delivery, complete all submittal requirements, and present to the 38 Owner/Engineer prior to delivery of the equipment, an approved copy of all such 39 submittals. Delivery of incomplete constructed equipment, onsite factory work, or 40 failed factory tests will not be permitted . 41 B . Protect equipment during shipment, handling, and storage by suitable complete 42 enclosures. Protect equipment from exposure to the elements and keep thoroughly dry . CITY OF FORT WORTH NORTHS ID E rv 24" WATE R TRANSMISSION, MAIN PH l B STANDARD CONSTRUCTION SPECIFICATION DOCUM E NTS CITY PROJECT NO. 102687 Re vised Augu st S, 2022 1.7 WARRANTY 26 05 26 -3 GROUNDING AND BONDING SYSTEM Page 3 of 6 2 A. Provide warranties, including the manufacturer's warrantee, for the equipment specified 3 and the proper installation thereof, to be free from defects in material and workmanship 4 for one years from date of final acceptance of the equipment and its installation . Within 5 such period of warranty, all material and labor necessary to return the equipment to new 6 operating condition shall be provided . Any warranty work requiring shipping or 7 transporting of the equipment shall be provided at no expense to the Owner 8 PART2-PRODUCTS 9 2.1 RACEWAYS 10 A. Conduit shall be provided as specified under Section 26 05 33 . 11 B. All raceways , conduits and ducts shall contain equipment grounding conductors sized in 12 accordance with the NEC . Minimum sizes shall be #12 AWG unless otherwise 13 indicated on the drawings. 14 2.2 CONDUCTORS 15 A. Conductors shall be as specified under Section 26 05 19. 16 B. Equipment grounding conductors shall be tinned insulated XHHW-2 conductors. 17 Conductors shall be green where available from the wire manufacturers or marked with 18 green tape as specified under 26 05 19. 19 C. Grounding electrode conductors shall be bare tinned copper where direct buried, or 20 encased in concrete . Bare grounding electrode conductors or lightning protection 21 conductors where exposed to damage shall be installed in conduit. Grounding electrode 22 conductors or lightning protection down lead conductors shown, specified or required to 23 be installed in conduit per the NEC with no other conductors shall be bare tinned 24 copper. Bare conductors installed in metallic conduits shall be bonded to the metallic 25 conduit at both ends. 26 D. Grounding electrode conductors routed between concealed grounding electrodes or 27 interconnecting grounding electrode counterpoise loop conductors to exposed (IE 28 "Pigtails") shall be bare tinned copper. 29 2.3 GROUNDING ELECTRODES 30 A. Ground rods shall be 3/4-inch by 10-foot copper clad steel and constructed in 31 accordance with UL 467 . The minimum copper thickness shall be 10 mils . 32 B. Manufacturers for ground rods 33 l. ERICO 34 2. Copperweld 35 3. Approved equal 36 2.4 CONNECTORS AND CONNECTIONS 37 A . Waterpipe ground clamps , and other ground clamps where specified, shall be cast 38 bronze. 39 B. Provide the correct size for the pipe. CITY OF FORT WORTH NORTHSIDE [V 24 " WATER TRANSMISSION, MAIN PH I 8 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Rev ised Augu st 5 , 2022 2 3 4 5 6 7 8 C. Manufacturers 1. Thomas & Betts Co. Cat. JPT 2. Burntly 3. O .Z. Gedney Co. 4 . Cooper Power Systems 5. Erico 6. Harger 7 . Approved equal 26 05 26 -4 GROUNDING AND BONDING SYSTEM Page 4 of6 9 D . All concealed grounding system or lightning protection system connections shall be by 10 an exothermic weld process 1 I 1. Manufacturers 12 a. T &B Furseweld SCR 1 13 b . Burntly Thermoweld 14 c. Cadweld 15 d. Approved equal 16 2 . Exothermic welded connections shall be used in exposed locations as specified 17 herein . 18 E. Provide a Burntly Hyground Irreversible Compression System or equal in areas where 19 the Owner's operations prevent the use of an exothermic welded connection. The use 20 of a compression system ground connection is otherwise prohibited without written 21 approval on a case-by-case basis from the Owner or Engineer. Permission shall be 22 submitted through the RFI process. Compression connectors installed without 23 permjssion shall be removed and replaced with exothermic weld connections with no 24 change in the Contract Price or change in the Contract Schedule allowed. 25 F. All grounding connections which would require exothermic welrung in a Class 1 26 Division 1 Area as determined by NFPA 820, or the Engineer, or the NEC Authority 27 Having Jurisdiction shall use a Burntly Hyground Irreversible Compression System , or 28 equal. 29 PART 3 -EXECUTION 30 3.1 INSTALLATI ON 31 A. Route exposed grounding electrode conductors in rigid aluminum conduits to protect 32 the conductors from damage. The rigid conduits shall be aluminum or PVC-coated 33 aluminum conduits as specified in26 05 33 . Bond the protecting conduits to the 34 grounding electrode conductors at both ends. Water pipe grounding connections shall 35 not be painted . Painted connections shall be disassembled, replaced, and reconnected. 36 B . Install wire type equipment grounding conductors in all raceways for the power, control 37 and instrumentation systems. Grounding conductors shall be independent conductors 38 and shall be separate from all shield drain wires . 39 C. Conduits and other raceways shall contain a wire type equipment grounding conductor 40 whether the raceway is metallic or not. Conduits , motors, cabinets , outlets, and other 41 equipment shall be properly bonded in accordance with NEC requirements. Where 42 ground wire is exposed to mechanical damage , install wire in rigid aluminum conduit. CITY OF FORT WORTH NO RTHS ID E IV 24 " WATER TRANSMISSION, MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS CITY PROJECT NO . 102687 Revi se d August 5, 2022 26 05 26 -5 GROUNDrNG AND BONDrNG SYSTEM Page 5 of 6 D. In NEC classified areas, connection of grounding electrode connections to structural 2 steel columns shall be made with long barrel type one-hole heavy duty copper 3 compression lugs, bolted through 1/2-inch maximum diameter holes drilled in the 4 column web, with stainless steel hex head cap screws and nuts . 5 E. In new construction, bond each building column to the grounding electrode 6 counterpoise system whether nor not specifically shown on the Drawings using 7 grounding electrode conductors. 8 1. Grounding electrode conductors rising from the counterpoise to bond to a column 9 shall be made using an insulated conductor the same size as the conductors used to 10 form the counterpoise. Exposed grounding electrode conductors shall be routed in 11 rigid conduit. Bond metallic conduits as specified. 12 F. Metal conduits stubbed into a motor control center shall be terminated with insulated 13 grounding bushings and connected to the motor control center ground bus. Bond boxes 14 mounted below motor control centers to the motor control center ground bus. Size the 15 grounding wire in accordance with NEC Table 250.122, except that a minimum #12 16 A WG shall be used. 17 G. Liquid tight flexible metal conduit in sizes 1-1 /2-inch and larger shall have bonding 18 jumpers. Bonding jumpers shall be external, run parallel (not spiraled) and fastened 19 with plastic tie wraps . 20 H. Ground transformer neutrals to the nearest available grounding electrode with a 21 conductor sized as shown with a minimum size in accordance with NEC Article 250.66 . 22 I. Provide power system grounding electrodes (ground rods) no closer than twice the 23 length of the ground rod. Where a lightning protection is specified to be provided, 24 provide a dedicated lightning protection system grounding electrode (ground rod) at the 25 end of every down lead if no counterpoise is present or shall connect directly to the 26 power system counterpoise without driving a separate ground rod. Refer to Section 26 27 41 00 for lightning protection system specifications. 28 J. Provide a #1/0 A WG bare tinned grounding conductor the full length of each cable tray 29 system, bond each section and tray fitting to the tray grounding conductor. Route the 30 tray grounding conductor along the outside of the cable tray. Install no grounding 31 clamps on the inside of the tray to avoid damage to tray conductors. Bond the tray 32 grounding conductor to the power system counterpoise grounding electrode system at 33 the end of the tray, or for tray systems installed in a loop configuration, bond in at least 34 two locations at opposite sides of the tray loop. Bond every enclosure to which tray 35 conductors are routed to the tray grounding conductor. Bond every conduit or raceway 36 routing tray conductors away from or to the tray system to the cable tray and to the 37 cable tray grounding conductor. 38 K. All equipment enclosures, motor and transformer frames, conduits systems, cable tray, 39 cable armor, exposed structural steel and all other equipment and materials required by 40 the NEC to be grounded, shall be grounded and bonded in accordance with the NEC. 41 L. Seal exposed connections between different metals with no-oxide paint, Grade A or 42 equal. 43 M. Lay all underground grounding conductors' slack and, where exposed to mechanical 44 injury, protect by pipes or other substantial guards. If guards are iron pipe, or other 45 magnetic material, electrically connect conductors to both ends of the guard. Make 46 connections as specified herein . CITY OF FORT WORTH NORTHS IDE IV 24" WATER TRANSMISSION , MA[N PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. I 02687 Revi sed August 5 , 2022 26 05 26 -6 GROUNDING AND BONDING SYSTEM Page 6 of6 N. Care shall be taken to ensure good ground continuity, between the conduit system and 2 equipment frames and enclosures. Where necessary, bonding jumper conductors shall 3 be provided. 4 0. Ground all grounding type receptacles to the outlet boxes with a minimum, #12 A WG 5 XHHW-2 stranded green conductor, connected to the ground terminal of the receptacle 6 and bonded to the outlet box by means of a green colored grounding screw . 7 3.2 INSPECTION AND TESTING 8 A. Inspect the grounding and bonding system conductors and connections for tightness and 9 proper installation . 10 B. Use Biddle Direct Reading Earth Resistance Tester or equivalent test instrument to 11 measure resistance earth resistivity. Measure the earth-to-ground resistance of each 12 system having a counterpoise grounding system, or a lightning protection system 13 installed. Perform testing in accordance with test instrument manufacturer's 14 recommendations using the fall-of-potential method. 15 C. All test equipment shall be provided under this Section and approved by the 16 Owner/Engineer. 17 D. Resistance to ground testing shall be preceded by no precipitation for a minimum of 18 five days . Submit test results in the form of a graph showing the number of points 19 measured (12 minimum) and the numerical resistance to ground 20 E. Testing shall be performed before energizing the electrical distribution system. 21 F. A separate test shall be conducted for each building or system . 22 G . Perform soil re sistivity measurements prior to the installation of any grounding system s 23 and submit the results to the Engineer. 24 H. Perform ground resistance tests after underground installation and connections to 25 building steel and electrical raceways and equipment are complete. Where measured 26 values exceed this figure, install additional ground rods as required to reduce the 27 resistance to the specified limit. 28 1. Make tests at each ground test well using a "fall of potential" test method . Each 29 ground test well shall not exceed a maximum resistance of 5 ohms. 30 2. Make tests at each remotely pad mounted equipment location. 31 3 . Make tests at each structure where no ground wells are present. 32 I. Submit the results of the ground-to-earth tests to the Owner and the Engineer. 33 J. Notify the Engineer immediately if the resistance to ground for any building or system 34 is greater than five ohms. 35 END OF SECTION CITY OF FORT WORTH NORTHS ID E IV 24" WATER TRANSMISSION , MAIN PH 1 B STANDARD CONSTRUCTION SPECfFICATIO N DOCUMENTS CITY PROJECT NO. 102687 Revi sed Augu st 5 , 2022 SECTION 26 OS 29 26 05 29 -I ELECTRICAL SUPPORT HARDWARE Pag e I of 6 2 ELECTRICAL SUPPORT HARDWARE 3 PARTl-GENERAL 4 1.1 SCOPE OF WORK 5 A. Furnish and install electrical support hardware, as shown on the Drawings and as 6 specified herein. 7 B. Hardware shall include anchor systems, adhesive anchor systems, metal framing 8 systems, and other electrical support systems, as shown on the Drawings and specified 9 herein . 10 1.2 RELATED WORK 11 A. No references are made to any other section which may contain work related to any 12 other section. The Contract Documents shall be taken as a whole with every section 13 related to every other section as required to meet the requirements specified. The 14 organization of the Contract Documents into specification divisions and sections is for 15 organization of the documents themselves and does not relate to the division of 16 suppliers or labor which the Contractor may choose to employ in the execution of the 17 Contract. Where references are made to other Sections and other Divisions of the 18 Specifications, provide such information or additional work as may be required in those 19 references, and include such information or work as may be specified. 20 B. Other Division s 21 1. The contractor responsible for examining all Sections of the Specifications and 22 Drawings. Determine the power and wiring requirements . Provide external wiring 23 and raceways as required for fully functioning power, control and process control 24 sys tems . If the equipment requires more conductors and/or wiring, due to dissimilar 25 equipment being supplied, furnish the additional conductors , raceway s and/or 26 wiring, with no change in the Contract Price , and with no increase in Contract 27 Time . 28 1.3 SUBMITTALS 29 A. Submittal s shall be made in accordance with the requirements of Division l , Section 26 30 00 00, the Contract Documents and as specified herein the following : 31 l . The manufacturers' names and product designation or catalog numbers for the types 32 of materials specified or shown on the Drawings . 33 2. Cut sheets for each individual item shall be submitted . 34 3. All cut sheets shall be clearly marked to indicate which products are being 35 submitted for use on this project. 36 4. Unmarked cut sheets will cause the submittal to be rejected and returned for 37 revi sion . 38 B. All shop drawing submittals and all O&M submittals shall be submitted in accordance 39 with the requirements of Division 1. No change in Contract Price or Schedule will be 40 allowed for delays due to unacceptable submittals. CITY OF FORT WORTH NORTHSIDE IV 24 " WATER TRANSMISSION, MAIN PH 1B STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS CITY PROJECT NO. 102687 Revised August 5, 2022 26 05 29 -2 ELECTRICAL SUPPORT HARDWARE Page 2 of 6 C. Submittals shall also contain information on related equipment to be furnished under 2 this Specification. Incomplete submittals not containing the required information on the 3 related equipment will also be returned without review . 4 D. Shop Drawings 5 1. Submit catalog data of all support hardware components specified under this 6 Section. Catalog data shall show compliance with the referenced codes and 7 standards. All selections, options and exceptions shall be clearly indicated. 8 2. The submittal information for anchor systems shall contain manufacturer's 9 specifications and technical data as follows: 10 a . Acceptable base material conditions (i.e . cracked, un-cracked concrete) 11 b. Acceptable drilling methods 12 c. Acceptable bore hole conditions (dry, water saturated, water filled, under water) 13 d . Manufacturer's installation instructions including bore hole cleaning procedures 14 and adhesive injection. 15 e. Cure and gel timetables 16 f. Temperature ranges (storage, installation, and in-service). 17 1.4 REFERENCE CODES AND STANDARDS 18 A. All products and components shown on the Drawings and listed in this specification 19 shall be designed and manufactured according to latest revision of the following 20 standards (unless otherwise noted): 21 1. NFPA 70 National Electrical Code (NEC) 22 2. NFPA 70E Standard for Electrical Safety in the Workplace 23 3 . ASTM E 488-96 (2003); Standard Test Method for Strength of Anchors in 24 Concrete and Masonry Elements, ASTM International. 25 4. ASTM E 1512-93, Standard Test Methods for Testing Bond Performance of 26 Adhesive-Bonded Anchors, ASTM International 27 5 . AC308; Acceptance Criteria for Post-Installed Anchors in Concrete Elements, 28 Latest revision . 29 6 . SAE 316 Stainless Steel Grades 30 B . All equipment components and completed assemblies having a UL standard specified in 31 this Section of the Specifications , shall bear the appropriate label of Underwriters 32 Laboratories. 33 1.5 QUALITY ASSURANCE 34 A. The manufacturer of these materials shall have produced similar electrical materials and 35 equipment for a minimum period of five years. When requested by the Owner/Engineer, 36 a list of installations with similar equipment shall be provided demonstrating 37 compliance with this requirement. 38 1.6 JOBSITE DELIVERY, STORAGE AND HANDLING 39 A . Prior to jobsite delivery , all submittal requirements shall be complete, and an approved 40 copy of all such submittals shall be available to the Owner/Engineer prior to delivery of 41 the equipment. Delivery of equipment not completely constructed, onsite factory work, 42 or failed factory tests will not be permitted. 43 B. Materials shall be handled and stored in accordance with manufacturer's instructions . CITY OF FORT WORTH NORTHSIDE IV 24" WATER TRANSMISSION , MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. I 02687 Revised August 5, 2022 C. Adhesive Anchor Systems. 26 05 29 -3 ELECTRICAL SUPPORT HARDWARE Page 3 of 6 2 1. Deliver materials undamaged in Manufacturer's clearly labeled, unopened 3 containers, identified with brand, type, and ICC-ES Evaluation Report number. 4 2. Coordinate delivery of materials with scheduled installation date, minimizing 5 storage time at job-site. 6 3 . Store materials under cover and protect from weather and damage in compliance 7 with Manufacturer's requirements, including temperature restrictions. 8 4 . Comply with recommended procedures, precautions or remedies described in 9 material safety data sheets as applicable. 5 . Do not use damaged or expired materials. 11 6. Storage restrictions (temperature range) and expiration date must be supplied with 12 product 13 D. Metal Framing Systems 14 1. Material shall be new and unused, with no signs of damage from handling. 15 1.7 WARRANTY 16 A. Provide warranties, including the manufacturer's warranty, for the equipment specified 17 and the proper installation thereof, to be free from defects in material and workmanship 18 for one year from date of final acceptance of the equipment and its installation. Within 19 such period of warranty, all material and labor necessary to return the equipment to new 20 operating condition shall be provided. Any warranty work requiring shipping or 21 transporting of the equipment shall be provided at no expense to the Owner. 22 PART 2-PRODUCTS 23 2.1 ANCHORING SYSTEMS 24 A. Acceptable Manufacturers 25 1. Subject to compliance with the Contract Documents, the following Manufacturers 26 are acceptable: 27 a. HILTI Kwik Bolt 3 28 b . Approved equal 29 2 . The listing of specific manufacturers above does not imply acceptance of their 30 products that do not meet the specified ratings, features and functions. 31 Manufacturers listed above are not relieved from meeting these specifications in 32 their entirety . 33 B . Product Description 34 1. Torque controlled expansion anchor consisting of anchor body, expansion element 35 (wedges), washer and nut. Anchor shall be used for anchor sizes less than 3/8 inch. 36 2 . All parts shall be 316 stainless steel materials conforming to SAE 316. 37 3 . UL 203 Rated . 38 2.2 ADHESIVE ANCHORING SYSTEMS 39 A. Acceptable Manufacturers 40 1. Subject to compliance with the Contract Documents, the following Manufacturers 41 are acceptable: CITY OF FORT WORTH NORTHSfDE IV 24" WATER TRANSMISSION , MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Revi sed August 5, 2022 a. HILTI HIT-RTZ with HIT-HY 200 MAX. 2 b. Approved equal 26 OS 29 -4 ELECTRICAL SUPPORT HARDWARE Page 4 of 6 3 2 . The listing of specific manufacturers above does not imply acceptance of their 4 products that do not meet the specified ratings, features and functions . 5 Manufacturers listed above are not relieved from meeting these specifications in 6 their entirety. 7 B. Product Description 8 1. Anchor body with helical cone shaped thread on the embedded end and standard 9 threads on the exposed end, with washer and nut, inserted into Injection adhesive. 10 Anchor shall be use'1 for anchor sizes 3/8 inch and larger. 11 2. All parts shall be 316 stainless steel materials conforming to SAE 316 standards. 12 2.3 STRUT SUPPORT SYSTEMS 13 A. Acceptable Manufacturers 14 1. Subject to compliance with the Contract Documents, the following Manufacturers 15 are acceptable: 16 a. Tyco Unistrut 17 b. B-Line 18 c . Super-Strut 19 d. Approved equal 20 2. The listing of specific manufacturers above does not imply acceptance of their 21 products that do not meet the specified ratings, features and functions. 22 Manufacturers listed above are not relieved from meeting these specifications in 23 their entirety. 24 B. Product Description 25 1. Metal framing system for use in the mounting or support of electrical systems, 26 panels and enclosures, and including lighting fixture supports, trapeze hangers and 27 conduit supports . 28 2 . Components shall consist of telescoping channels, slotted back-to-back channels, 29 end clamps all threads and conduit clamps. 30 3. Minimum sizes shall be 13/16-inch through 3-1/4 inch. 31 4. Components shall be assembled by means of flat plate fittings, 90-degree angle 32 fittings, braces, clevis fittings, U-fittings , Z-fittings, Wing-fittings , Post Bases , 33 channel nuts , washers, etc . 34 5. Field welding of components will not be permitted . 35 6. Unless otherwise specified or shown on the Drawings , all parts shall be 316 36 stainless steel material conforming to SAE 316. 37 7 . Framing systems for chlorine and ammonia rooms shall be manufactured of 38 structural fiberglass. 39 PART 3-EXECUTION 40 3.1 GENERAL 41 A . Install all equipment strictly in accordance with the manufacturer's instructions and the 42 Contract Drawings . CITY OF FORT WORTH NORTHS IDE fV 24" WATER TRANSMISSION, MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102687 Revised August 5, 2022 26 05 29 -5 ELECTRICAL SUPPORT HARDWARE Page 5 of6 1 B . The locations of devices are shown as general on the Drawings and may be varied 2 within reasonable limits as to avoid any piping or other obstruction without change in 3 the Contract Price or Schedule , subject to the approval of the Owner and Engineer. 4 Coordinate the installation of the devices for piping and equipment clearance. 5 C. No electrical equipment or raceways shall be attached to or supported from, sheet metal 6 walls. 7 D. Install required safety labels. 8 E . Electrical support channel shall be used to construct support assemblies as shown on the 9 drawings. Horizontal braces attached to concrete or CMU walls or structural building 10 steel are permitted if the space between the back of the support structures and the 11 attachment points are too small to permit a walk space. No attachments to sheet metal 12 are permitted as specified above . Incorporate additional channel materials and/or 13 provide assemblies of double channel with enough vertical and horizontal members to 14 from a rigid structure whether such additional materials or the use of double channel 15 materials are shown or specified. Support structures shall be rigid without the use of 16 channels to from angle supports between the back or front of the assembly and the 17 ground. Angle supports are strictly prohibited because they provide tripping hazards. 18 Support system may include 316 stainless steel C-channel or square channel 2-inches or 19 larger welded or bolted together where the weight of the equipment supported requires 20 a stronger support system. Changes to C or square channel in lieu of single or double 21 Unistrut supports shall be provided with no change in contract price or schedule. 22 3.2 FIELD QUALITY CONTROL 23 A. Inspect installed equipment for anchoring, alignment, grounding and physical damage. 24 B. Check tightness of all accessible electrical connections. Minimum acceptable values are 25 specified in manufacturer's instructions. 26 3.3 POST INSTALLED ANCHOR SYSTEMS 27 A. Prior to installation of the anchor systems, the hole shall be clean and dry in accordance 28 with the manufacturer's instructions. 29 3.4 CLEANING 30 A. Remove all rubbish and debris from inside and around the installation. Remove dirt, 31 dust, or concrete spatter from the interior and exterior of the equipment using brushes, 32 vacuum cleaner, or clean, lint free rags . Do not use compressed air. 33 END OF SECTION 34 CITY OF FORT WORTH NORTHS IDE IV 24" WATER TRANSMISSION, MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Revi sed August 5, 2022 26 05 29 -6 ELECTRICAL SUPPORT HARDWARE Page 6 of6 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH NORTHS IDE IV 24" WATER TRANSMISSION , MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Revised Augu st 5, 2022 26 05 33 -I RAC EWAYS , BOXES, ENCLOSURES , AND FITTINGS Page I of 16 SECTION 26 05 33 2 RACEWAYS, BOXES , ENCLOSURES, AND FITTINGS 3 PARTl-GENERAL 4 1.1 SCOPE OF WORK 5 A . Furnish and install complete raceway systems as shown on the Drawings and as 6 specified herein. A raceway system shall consist of materials designed expressly for 7 containing wires and cables , including but not limited to, conduit, device bodies, 8 conduit bodies , raceway boxes, enclosures containing electrical devices, controls and 9 related materials. 10 B. Raceways and conductors that are listed on the raceway and conductor schedules are 11 generally not shown on the Drawings, except where they are required to pass through a 12 restricted or designated space . Raceways indicated to be run "exposed" on the schedules 13 shall be run near the ceilings or along the walls of the areas through which they pass 14 and shall be routed to avoid conflicts with HVAC ducts, cranes and hoists, lighting 15 fixtures, doors and hatches , etc. Raceways indicated to be run concealed shall be run in 16 the center of concrete floor slabs, in partitions , or above hung ceilings , as required . 17 1.2 RELATED WORK 18 A. No references are made to any other section which may contain work related to any 19 other section. The Contract Documents shall be taken as a whole with every section 20 related to every other section as required to meet the requirements specified. The 21 organization of the Contract Documents into specification di visions and sections is for 22 organization of the documents themselves and does not relate to the division of 23 suppliers or labor which the Contractor may choose to employ in the execution of the 24 Contract. Where references are made to other Sections and other Divisions of the 25 Specifications, the Contractor shall provide such information or additional work as may 26 be required in those references and include such information or work as may be 27 specified. 28 B. Other Divisions 29 1. The contractor be responsible for examining all Sections of the Specifications and 30 Drawings. Determine the power and wiring requirements . Provide external wiring 31 and raceways as required for fully functioning power, control and process control 32 systems. If the equipment requires more conductors and/or wiring, due to dissimilar 33 equipment being supplied, furnish the additional conductors, raceways and/or 34 wiring, with no change in the Contract Price, and with no increase in Contract 35 Time . 36 1.3 SUBMITT ALS 37 A. Subrnittals shall be made in accordance with the requirements of Division 1, Section26 38 00 00, the Contract Documents and as specified herein the following: 39 1. The manufacturers' names and product designation or catalog numbers for the types 40 of materials specified or shown on the Drawings . 41 2 . Cut sheets for each individual item shall be submitted. CITY OF FORT WORTH NORTHS IDE IV 24" WATER TRANSMISSION, MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. I 02687 Revised August 5, 2022 26 05 33 - 2 RACEWAYS , BOXES , ENCLOSURES , AND FITTINGS Page 2 of 16 3. All cut sheets shall be clearly marked to indicate which products are being 2 submitted for use on this project. 3 4. Unmarked cut sheets will cause the submittal to be rejected and returned for 4 rev1s1on . 5 B . All shop drawing submittals and all O&M submittals shall be submitted Division 1. No 6 change in Contract Price or Schedule will be allowed for delays due to unacceptable 7 submittals. 8 C. Submittals shall also contain information on related equipment to be furnished under 9 this Specification. Incomplete submittals not containing the required information on the 10 related equipment will also be returned without review . 11 D. Submit to the Owner/Engineer, shop drawings and product data, for the following: 12 1. Submit catalog data of all conduits , conduit fittings , boxes, enclosures, and 13 accessories , specified under this Section . 14 2 . Catalog data shall show compliance with the referenced codes and standards. 15 3 . All selections, options and exceptions shall be clearly indicated. 16 E. Submit to the Owner/Engineer, certification that the electricians installing the PVC 17 coated conduit have a five-year minimum experience, in the installation of the product. 18 1.4 REFERENCE CODES AND STANDARDS 19 A. All products and components shown on the Drawings and listed in this specification 20 shall be designed and manufactured according to latest revision of the following 21 standards (unless otherwise noted): 22 1. NFPA 70 -National Electrical Code (NEC) 23 2 . NFPA 70E -Standard For Electrical Safety in the Workplace 24 3. UL 6A-Electrical Rigid Metal Conduit 25 4. ANSI C80.5 -Electrical Rigid Aluminum Conduit 26 5. UL 514 B -Outlet Bodies 27 B . All equipment components and completed assemblies specified in this Section of the 28 Specifications shall bear the appropriate label of Underwriters Laboratories . 29 1.5 QUALITY ASSURANCE 30 A. The manufacturer of these materials shall have produced similar electrical materials and 31 equipment for a minimum period of five years . When requested by the Owner/Engineer, 32 an acceptable list of installation s with similar equipment shall be provided 33 demonstrating compliance with this requirement. 34 B. The manufacturer of the assembly shall be the manufacturer of the major components 35 within the assembly. All assemblies shall be of the same manufacturer. 36 C. The installer of materials specified herein , shall have a minimum of five years' 37 experience in the installation of each type of material. Proof of experience shall be 38 submitted, upon request of the Owner/Engineer, prior to installation. CITY OF FORT WORTH NORTHS IDE fV 24" WATER TRANSMISSION , MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. I 02687 Revised Au gust 5 , 2022 26 05 33 - 3 RACEWAYS , BOXES , ENCLOSURES , AND FITTINGS Page 3 of 16 D . Used materials are unacceptable , will be rejected and shall be removed from the job 2 site. Used materials, if installed, shall be removed and replaced with new materials . If 3 new materials are installed with used materials, and the removal of the used materials 4 renders the new materials in an unacceptable condition, such as new conductors 5 installed in used raceway components, (determined by the Engineer/Owner alone) then 6 the new materials shall be removed along with the used materials and replaced . No 7 increase in the Contract Price nor in Contract Schedule will be allowed. 8 1.6 JOBSITE DELIVERY, STORAGE AND HANDLING 9 A . Prior to jobsite delivery , complete all submittal requirements, and present to the 10 Owner/Engineer prior to delivery of the equipment, an approved copy of all such 11 subrnittals. Delivery of incomplete constructed equipment, or equipment which failed 12 any factory tests, will not be permitted . 13 B . Materials shall be handled and stored in accordance with manufacturer's instructions. 14 C. Materials shall not be stored exposed to sunlight. Such materials shall be completely 15 covered. 16 D. Materials showing signs of previous use , jobsite storage at another location, or exposure 17 to the elements or other damage will be rejected . 18 1.7 WARRANTY 19 A. Provide warranties, including the manufacturer's warranty, for the equipment specified 20 and the proper installation thereof, to be free from defects in material and workmanship 21 for one year from date of final acceptance of the equipment and its installation . Within 22 such period of warranty , all material and labor necessary to return the equipment to new 23 operating condition shall be provided. Any warranty work requiring shipping or 24 tran s porting of the equipment shall be provided at no expense to the Owner. 25 PART 2-PRODUCTS 26 2.1 GENERAL 27 A. Raceway s and fittings shall be as shown on the Drawings, with a minimum 3/4-inch 28 trade size . 29 B . Device entries less than 3/4 inch shall be provided with an adaptor to connect ¾-inch or 30 larger conduit. The following adaptors are acceptable: 31 I. REA12SA, Cooper Crouse Hinds for aluminum 32 2 . ADAPT ADU302930, REDAPT for 316 stainless. 33 3 . Approved equal 34 2.2 CONDUIT RACEWAY 35 A. PVC Coated Rigid Aluminum Conduit (CRMC) 36 1. PVC coated rigid aluminum conduit shall have a minimum 0 .040-inch thick, 37 polyvinyl chloride coating permanently bonded to rigid aluminum conduit and an 38 internal chemically cured urethane or enamel coating which shall be a minimum of 39 2 mil thicknes s on the interior of the conduit and the interior of fitting s, condulet, 40 covers, and bodies. CITY OF FORT WORTH NORTHS ID E IV 24" WATER TRANSMISSION, MAIN PH 1 B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Revised August 5, 2022 26 05 33 -4 RACEWAYS , BOXES , ENCLOSURES , AND FITTINGS Pag e 4 of 16 2. Rigid Aluminum conduit shall be extruded from AA 6063 alloy in temper 2 designation T-1 and shall conform to FED Spec WW-C-540C, ANSI C80.5 and UL 3 6A. 4 3 . The ends of all couplings , fittings, etc . shall have a minimum of one pipe diameter 5 in length of PVC overlap . 6 4. Elbows and couplings shall be PVC coated by the same manufacturer supplying the 7 conduit PVC coating system. Elbows and couplings used with PVC coated conduit 8 shall be furnished with a PVC coating bonded to the aluminum, the same thickness 9 as used on the coated aluminum conduit. 10 B . Liquid tight Aluminum Flexible Metal Conduit (LFMC) 11 1. Liquid tight aluminum flexible metal conduit shall have an interlocked aluminum 12 core, PVC jacket rated for 60 degrees C. and meeting NEC Article 351 . 13 2. Fittings used with liquid tight flexible aluminum conduit shall be copper-free 14 aluminum and shall conform to FEDSPEC AA50552 , and UL-514B. 15 C. Rigid Aluminum Conduit (RMC) 16 1. Rigid Aluminum conduit shall be extruded from AA 6063 alloy in temper 17 designation T-1 and shall conform to FED Spec WW -C-540C , ANSI C80.5 and UL 18 6A. 19 D. Rigid PVC Schedule 80 Conduit (RNC) 20 1. Schedule 80 PVC Rigid Nonmetallic Conduit (RNC) shall be designed for use 21 above ground and underground as described in the NEC, resistant to sunlight. The 22 conduits and fittings shall be manufactured to NEMA TC-2, Federal Specification 23 WC1094A and UL 651 specifications. Fittings shall be manufactured to NEMA 24 TC-3, Federal Specification WC1094A and UL 514B. Conduit shall have a UL 25 Label. 26 2.3 WIREW A YS 27 A . All wireways shall be NEMA 4X 316 stainless steel, with gasketed hinged covers and 28 stainles s-steel screws. Wireway shall have two Breather/Drains for each ten feet of 29 wireway . Breather/Drain shall be in the bottom , near the ends of the wireway . 30 Wireways shall have integral welded mounting lugs . Bolted-on mounting lugs are 31 unacceptable. 32 B . Manufacturers 33 I . Industrial Enclosure Corporation 34 2 . Cooper B Line 35 3. Approved equal 36 C . Breather/Drain s 37 1. Eaton Crouse-Hinds 316 stainle ss steel 38 2 . Approved equal C ITY OF FORT WORTH NORTHSIDE IV 24" WATER TRANSM ISSIO N, MAIN PH 1B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . I 02687 Revised August 5 , 2022 26 05 33 -5 RACEWAYS, BOXES , ENCLOSURES , AND FrITINGS Page 5 of 16 2.4 RACEWAY BOXES AND EQUIPMENT ENCLOSURES 2 A. The term box and enclosure are synonymous for this specification . Boxes and 3 enclosures specified herein, include terminal boxes, junction boxes pull boxes, and 4 boxes for switch, receptacles and lighting. Enclosures used for electrical and 5 instrumentation equipment, other than terminal boxes, shall be provided as described in 6 this section with references to this specification in other specification sections. All 7 raceway boxes and equipment enclosures shall be provided with a common ground 8 point and shall be UL rated. 9 B . NEMA Type 4X boxes shall be 316 stainless steel or aluminum only as otherwise 10 specified or shown with mounting lugs or brackets welded on the box, suitable for wall 11 mounting, or have mounting feet where self-standing. Boxes for wall-mounting shall 12 have integral welded-on mounting lugs. Enclosures with mounting feet shall have the 13 mounting feet brackets for the attachment of mounting feet welded on. Boxes 14 manufactured with holes intended for mounting using bolted-on mounting lugs or feet 15 are not acceptable. Drilling through the back of the box to mount is strictly prohibited. 16 Drilled boxes shall be removed and replaced. All boxes shall have continuously welded 17 seams ground smooth, and shall have continuous hinged, gasketed doors . Box bodies 18 shall not be less than 16 gauge. Boxes larger than 24 inches X 20 inches shall have a 19 three-point type latch with handle. Boxes 24 inches X 20 inches or smaller shall have 20 316 stainless steel luggage type quick release latches, or three-point latch system with 21 all components 316 stainless steel. Latch systems requiring tools to open or close are 22 unacceptable. 23 C. Manufacturers 24 1. The listing of specific manufacturers above does not imply acceptance of their 25 products that do not meet the specified ratings, features and functions. 26 Manufacturers listed above are not relieved from meeting these specifications in 27 their entirety. 28 2 . Enclosures housing electrical equipment may be constructed by the manufacturer of 29 that equipment but shall meet the all the physical requirements specified herein . 30 a. Eaton Crouse Hinds 31 b. Hoffman 32 c . Appleton Electric 33 d. EMF Company 34 e. NEMA Enclosures Company 35 f. Cooper B Line 36 g . Rittal EMF Company 37 h. NEMA Enclosures Company 38 1. Approved equal 39 J. The following are non-metallic enclosure manufacturers: 40 1) Allied Molded Products, Inc . 41 2) Cantex 42 3) Hubbell-Wiegmann Non-Metallic 43 4) Approved equal 44 D. NEMA 4X 316 Stainless Steel enclosures 45 1. Use for all locations unless otherwise shown or specified 46 2. Type 316 stainless steel, body and door 47 3. Stainless steel continuous hinge, latches , and other hardware CITY OF FORT WORTH NORTHS IDE rv 24" WATER TRANSMISSION, MAIN PH I B ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. I 02687 Revi sed Augu st 5 , 2022 4 . Foam in-place gasket 26 05 33 - 6 RACEWAYS , BOXES , ENCLOSURES , AND FITTINGS Page 6 of 16 2 5 . Single point quarter-tum latches (20" X 24" and smaller). All others shall have 3 three-point latches 4 E . NEMA 4X Aluminum were shown on the Drawings boxes shall be constructed as 5 follows: 6 1. Type 5052 aluminum, body and door 7 2 . Stainless steel continuous hinge 8 3. Foam in-place gasket 9 4. Single point quarter tum latches (20-inch X 24-inch and below). All others three- IO point latch 11 F. Chemical Rooms NEMA 4X boxes shall be constructed as follows: 12 I . PVC or Fiberglass reinforced polyester body and door. 13 2. UV inhibitors 14 3. UL Listed 15 4 . RoHS compliant 16 5 . Formed in place polyurethane gasket in continuous channel. 17 6 . 316 Stainless steel quarter tum cover bolts with metallic handles. 18 G . Classified Areas, NEMA 7/4X boxes (Class 1, Division 1 and 2, Groups A , B, C, and 19 D , or as defined in NFPA 70) shall be constructed as follows: 20 1. Copper free cast aluminum body and cover 21 2. Stainless steel hinges 22 3. Watertight neoprene gasket 23 4. Stainless steel quarter tum cover bolts with metallic handles. 24 H. NEMA 12 boxes Were shown on the Drawings shall be constructed as follows : 25 1. Type 5052 aluminum, body and door 26 2. Stainless steel continuous hinge 27 3 . Foam in-place gasket 28 4 . Single point quarter tum latches (20-inch X 24-inch and below). All others three- 29 point latch 30 I. NEMA l or NEMA 1 A boxes shall not be used. 31 J . Malleable iron boxes shall not be used. 32 2.5 DEVICE BOXES 33 A. Device boxes installed in aluminum raceway systems for switches and receptacle, etc ., 34 shall be copper free cast aluminum, and shall have tapered, threaded, hubs, with integral 35 bushings. Boxes shall have internal grounding screw, and a minimum of two mounting 36 feet. Boxes shall be type FD . 37 B . Manufacturers 38 1. Eaton Crouse-Hinds 39 2. Appleton 40 3. Approved equal CITY OF FORT WORTH NORTHSIDE IV 24 " WATER TRANSMISSION , MAIN PH l B STANDARD CONSTRUCTION SPECIFICATION DOCUM E NTS CITY PROJECT NO . 102687 Rev ised Augu st 5 , 2022 2.6 CONDUIT OUTLET BODIES 26 05 33 -7 RACEWAYS , BOXES , ENCLOSURES , AND FITTINGS Page 7 o f 16 2 A. Conduit outlet bodies and covers shall be Form 7, copper-free aluminum, with captive 3 screw-clamp cover, neoprene gasket and stainless-steel screws and clamps for conduits 4 up to and including 2-1/2 inches. 5 B. Manufacturers 6 1. Eaton Crouse-Hinds Form 7 with Mark 7 wedge-nut cover 7 2. Appleton 8 3. Approved equal 9 C. Provide junction boxes for conduits larger than 2-1/2 inches. 10 D . All outlet boxes and covers for Class 1 Division 2 areas shall be rated NEMA 4X I I aluminum or 316 stainless steel. 12 1. Manufacturers 13 a. Eaton Crouse-Hinds EA Series 14 b. Approved equal 15 2.7 CONDUIT HUBS 16 A. Conduit hubs for use on raceway system pull and junction boxes shall be watertight, 17 threaded aluminum , insulated throat, stainless steel grounding screw 18 B . Manufacturers 19 1. T&B Hl50GRA Series 20 2. Approved equal 21 2.8 GROUNDING BUSHINGS 22 A. Grounding bushings shall be insulated lay-in lug grounding bushings with tin-plated 23 copper grounding path. Bushings shall have integrally molded noncombustible phenolic 24 insulated surfaces rated 150°C. Each bushing shall be furnished with a plastic insert 25 cap. The size of the lug shall be sufficient to accommodate the maximum ground wire 26 size required by the NEC for the application. 27 B. Manufacturers 28 1. 0-Z/Gedney Type ABLG 29 2. Approved equal 30 2.9 RACEWAY SEALANT 31 A. Raceway sealant for use in the sealing of raceway hubs, entering or terminating in 32 boxes or enclosures where such sealing is shown or specified, shall be 3M 1 OOONS 33 Watertight Sealant, or approved equal. 34 B. For cable bundles up to seven cables, in a duct entering a building, use Tyco RDSS 35 Duct Sealing Product. For cable bundles of more than seven cables, in a duct entering a 36 building, use 3M lOOONS Watertight Sealant. 37 2.10 CONDUIT PENETRATION SEALS 38 A . Conduit wall and floor seals 39 1. O .Z./Gedney Co. Series CSM CITY OF FORT WORTH NORTHS IDE IV 24" WATER TRANSMISSION, MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Revised Augu st 5, 2022 26 05 33 -8 RACEWAYS , BOXES , ENCLOSURES , AND FITTINGS Page 8 of 16 a. Type CSML-XXXP shall be used for all applications that do not require a 2 recessed sealing bushing. 3 b . Type CSMI-XXXP shall be used for all applications that require a recessed 4 sealing bushing. 5 2 . Approved equal 6 2.11 EXPANSION-DEFLECTION COUPLING 7 A. Combination expansion-deflection fittings with 3/4-inch axial expansion and 8 contraction movement, 3/4-inch parallel misalignment movement, and up to 30 degrees 9 of angular movement in any direction. It shall be copper-free aluminum, with exterior 10 tinned copper braid bonding jumper and 316 stainless grounding straps 11 B. Manufacturers 12 1. Eaton Crouse-Hinds Model XD 13 2. Robroy 14 3 . Approved equal 15 C. Provide an aluminum cover over the fitting to protect the rubber portions from exposure 16 to direct sun li ght. Secure the aluminum sun shield with a minim of two stainless steel 17 tie wraps. 18 D. Nylon tie wraps are not acceptable . 19 2.12 EXPANSION FITTINGS 20 A. Expansion fittings shall provide eight-inch movement, shall be made of copper-free 21 aluminum, with exterior tinned copper braid bonding jumper and 316 stainless 22 grounding straps. Provide internal grounding. Nylon tie wraps are not acceptable. 23 B. Manufacturers 24 I . Eaton Crouse-Hinds Co . Type XJGSA 25 2 . Robroy 26 3 . Approved equal 27 2.13 EXPLOSION-PROOF SEALS, BREATHERS AND DRAINS 28 A. Explosion proof fittings shall be designed for Class I Division I, Group D , hazardous 29 locations . Fittings shall be copper-free aluminum, with seals, breathers and drains . 30 Provide type ED , or as required for the application. 31 B. Manufacturers 32 1. Eaton Crouse-Hinds Co. 33 2. Appleton Electric Co . 34 3. O.Z./Gedney Co. 35 4. Approved equal 36 2.14 KELLEMS GRIPS 37 A. Kellems grips cables supports shal l be 316 stainless steel. CITY OF FORT WORTH NORTHS IDE rv 24 " WATER TRANSMISSION, MAIN PH l B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102687 Re vi sed Augu st 5 , 2022 2.15 CONDUIT MOUNTING EQUIPMENT 26 05 33 -9 RACEWAYS , BOXES , ENCLOSURES, AND FITTINGS Page 9 of 16 2 A. Pull and junction box supports, spacers, conduit support rods, clamps, hangers, channel , 3 nut, bolts, washers, etc. and shall be 316 stainless steel. Nylon tie wraps are not 4 acceptable. 5 2.16 CONDUIT IDENTIFICATION TAGGING 6 A. Tag all underground conduits at all locations exiting and entering from underground, 7 including manholes and handholes. 8 B. Use the tagging formats for conduits as shown on the Drawings. 9 C. Conduit identification plates shall be embossed stainless steel with stainless steel band, 10 permanently secured to the conduit without screws. Nylon tie wraps are not acceptable. 11 D . Identification plates shall be as manufactured by the Panduit Corp. or equal. 12 PART 3-EXECUTION 13 3.1 RACEWAY APPLICATIONS 14 A. Unless exact locations are shown on the Drawings, coordinate the placement of 15 raceway systems and related components with other trades and existing installations. 16 B. Raceway Systems for the installation of Fiber Optic Cables shall not contain conduit 17 bodies , device boxes, or raceway boxes containing less than twelve inches of bend 18 radius . 19 C. Unless shown on the Drawings or specified otherwise, the raceway type installed with 20 h I h II b f II . I d" II . I respect to t e ocat10n s a e as o ows, me u mg a matena s: Raceway System Location 1. Rigid Galvanized (RSC) Type Not acceptable for use on this Project 2. PVC Coated Aluminum (CRMC) Type All embedded raceway bends, underground duct bank bends of more than 20 degrees, and all raceway stub-ups to a minimum of six inches above finished floor or grade and in Chlorine and Caustic rooms . 3. Liquid tight Flexible Aluminum (LFMC) Type Raceway connection to vibrating equipment, and as shown on the Drawings in all areas . 4. Rigid Non-metallic, Schedule 80 PVC (RNC) Underground encased in red dyed reinforced Type concrete. 5. Rigid Non-metallic , Schedule 80 PVC (RNC) For use only in Chlorine and Caustic Rooms . Type 6. Flexible Aluminum (FMC) Type Not Acceptable for use on this project. CITY OF FORT WORTH NORTHSIDE IV 24 " WATER TRANSMISSION, MAIN PH I B ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. I 02687 Revised August 5, 2022 Raceway System 7. Aluminum Rigid Metal (RMC) Type 8 Electric Metallic Tubing (EMT) Steel Type 9. Liquid tight Steel Flexible Metal Conduit (LFMC) Type 26 OS 33 -10 RACEWAYS, BOXES , ENCLOSURES, AND FITTINGS Page 10 of 16 Location All above grade areas, except for concrete embedded and those areas described in Locations 2 through 6 above. Not Acceptable for use on this project. Raceway connection to vibrating equipment, and as shown on the Drawings in all areas . D . All conduit of a given type shall be the product of one manufacturer. 2 3.2 BOX APPLICATIONS 3 A . All raceway junction, pull, and terminal boxes and electrical equipment enclosures shall 4 have NEMA ratings for the location in which they are installed, and as specified herein . 5 B. The distance between each raceway entry inside the box and the opposite wall of the 6 box shall not be less than eight times the metric designator (trade size) of the largest 7 raceway in a row . This distance shall be increased for additional entries by the amount 8 of the sum of the diameters of all other raceway entries in the same row on the same 9 wall of the box. Each row shall be calculated individually, and the single row that 10 provides the maximum distance shall be used. 11 C. Provide cast aluminum conduit fittings for exposed switch, receptacle and lighting 12 outlet boxes. 13 D. All raceway boxes and wall -mounted electrical equipment enclosures shall be 14 provided with factory mounting integral welded mounting lugs. Bolt-on gasketed 15 mounting lugs attached through factory-drilled holes are not acceptable for any raceway 16 box or electrical equipment enclosure . Drilling through the back of any box or 17 enclosure is prohibited, and if so installed, shall be removed, and replaced, with no 18 increase in the Contract Price or Construction Schedule. 19 E. No penetrations shall be made in the top of boxes or electrical equipment enclosures in 20 wet locations. 21 3.3 DEVICE BOX APPLICATIONS 22 A . Device boxes shall be used for mounting wiring devices such as receptacles , switches, 23 thermostats, lighting, and other permanently mounted devices . All device boxes shall be 24 installed with a minimum of 1/4-inch air space between the back of the box and the wall 25 or back panel on which it is installed. The space may be created with enough 316 26 stainless steel washers to provide the required air space or may be mounted using 316 27 stainless steel slotted channel. 28 3.4 CONDUIT OUTLET BODIES APPLICATIONS 29 A. Conduit outlet bodies may be used on conduits up to and including 2-1/2 inches, except 30 where junction boxes are shown or otherwise specified . For conduits larger than 2-1/2 31 inches, junction boxes shall be provided. CITY OF FORT WORTH NORTHSrDE rv 24 " WATE R TRANSMlSSION , MAIN PH 18 STANDARD CONSTRUCTION SPEClFJCATION DOCUMENTS CITY PROJECT NO . 102687 Re vi sed August 5, 2022 3.5 CONDUIT HUB APPLICATIONS 26 05 33 -11 RACEWAYS , BOXES , ENCLOSURES , AND FITTINGS Page 11 of 16 2 A. Unless specifically stated herein or described on the Drawings, all raceways shall 3 terminate at an outlet with a conduit hub. Locknut or double locknut terminations will 4 not be permitted. 5 B. When conduits contain equipment grounding conductors the wire shall be grounded to 6 the hub(s) associated with that grounding conductor. 7 3.6 INSULATED GROUNDING BUSHING APPLICATIONS 8 A. Insulated grounding bushings shall be provided and used to terminate raceways where 9 the raceways enter pad-mounted electrical equipment or switchgear from the bottom 10 where there is no wall or floor pan on which to anchor or terminate the raceway. 11 B. All other raceways shall terminate on enclosures with a conduit hub, except for NEMA 12 7/4X areas. 13 C. Grounding bushing caps shall remain on the bushing until the wire is ready to be pulled. 14 3.7 CONDUIT FITTINGS APPLICATIONS 15 A. Combination expansion-deflection fittings shall be installed where conduits cross 16 structure expansion joints , and where installed in exposed conduit runs such that the 17 distance between expansion-deflection fittings does not exceed 150 feet of conduit run. 18 Expansion-deflection fittings are acceptable in indoor locations out of exposure to 19 direct sunlight or other outdoor locations which are shaded. 20 B. Expansion-deflection fittings are not acceptable for use outdoors unless approved in 21 writing on a case-by-case basis from the Engineer/Owner. Where combination 22 expansion-deflection fittings with exposed non-metallic sections, are approved by the 23 Engineer/Owner for use where exposed to sunlight or other outdoor locations which are 24 shaded, an aluminum wrap shall be installed loosely over the non-metallic portion, 25 extending at least two inches beyond the ends. The wrap shall be loosely secured, to 26 permit movement, with at least two 316 SS fasteners. Nylon tie-wraps are not 27 acceptable. 28 C. Provide an expansion fitting with a minimum of six inches available movement shall be 29 installed on the exposed side of under to above grade conduit transitions. Expansion- 30 deflection fittings shall not be provided unless approved and protected as specified 31 above . 32 3.8 CONDUIT PENETRATION SEALS APPLICATIONS 33 A. Conduit wall seals shall be used where underground conduits penetrate walls or at other 34 locations shown on the Drawings. 35 B. Conduit sealing bushings shall be used to seal conduit ends exposed to the weather and 36 at other locations shown on the Drawings. 37 3.9 EXPLOSION-PROOF SEALS, BREATHERS AND DRAINS APPLICATIONS 38 A. Fittings consisting of sealing fittings, breathers, drains, with sealing compound and 39 fiber, as specified herein, shall be used as required to meet all the requirements of the 40 National Electrical Code. CITY OF FORT WORTH NORTHSIDE IV 24" WATER TRANSMISSION, MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Revi sed Augu st 5 , 2022 3.10 CONDUIT TAG APPLICATIONS 26 05 33 -12 RACEWAYS , BOXES , E NCLOSURES , AND FITTINGS Page 12 of 16 2 A. All conduits shall be tagged within one foot of the entry of equipment, and wall and 3 floor penetrations . 4 B. Tag all underground conduits and ducts at all locations , exiting and entering from 5 underground , including manholes and handholes . 6 3.11 RACEWAY SEALING 7 A. All raceways entering junction boxes , terminal junction boxes , electrical equipment 8 enclosures or control panels containing electrical, or instrumentation equipment shall be 9 connected to the box, enclosure or panel using conduit hubs and shall be sealed with 10 Raceway Sealant, as specified herein. 11 3.12 PVC RACEWAY TO PVC COATED ALUMINUM RACEWAY TRANSITIONS IN 12 CONCRETE ENCASEMENT 13 A. Transitions from PVC raceway to PVC coated aluminum raceway in concrete 14 encasements shall be made as follows : 15 1. Terminate the PVC conduit in a threaded PVC female adapter. 16 2 . Terminate the PVC coated aluminum conduit in a threaded male adaptor. 17 3 . Thread the male PVC-coated aluminum conduit adaptor into the female threaded 18 PVC adapter. 19 B. Tighten the joint securely , then double layer wrap the joint with two-inch vinyl 20 electrical tape for a distance of two inches each side of the threaded joint to prevent any 21 contact between any exposed aluminum threads and concrete. 22 3.13 RACEWAY INSTALLATION 23 A . Do not install pull wires and conductors until the raceway system is in place . No wire 24 shall be installed between outlet points, junction points or splicing points, until all 25 raceway sections are complete, and all raceway covers are installed for protection of 26 conductors from damage or exposure to the elements . Conductors installed into 27 incomplete raceway system s are con sidered improperly installed and are in violation of 28 the NEC. The occurrence of wire installed in an incomplete in stallation , shall requi re 29 the removal of such conductors from the project site, and replacement of the conductors 30 at with no increase in Contract Price or Schedule. The raceway system shall be 31 completed and inspected by the Engineer/Owner before new conductors are installed . 32 B. No conduit smaller than 3/4-inch electrical trade size, shall be used, nor shall any have 33 more than the equivalent of three 90-degree bends in any one run . Pull boxes shall be 34 provided as necessary . Conduit reducers which are the same type of the raceway shall 35 be in stalled where manufacturer-provided enclosures are not available with conduit 36 hubs larger than 1/2-inch at the enclo s ure to terminate 3/4-inch conduit. The raceway 37 fill shall be adju sted to accommodate the smaller opening in the manufacturer-prov ided 38 enclosure. Notify the Engineer/Owner prior to the installation of the raceway into 39 enclosure s with openings smaller than the specified minimum. Raceways in stalled 40 without notice are considered unacceptable and may be required to be removed at th e 41 Engineer's/Owner's di scretion with no increase in the Contract Price or Schedule 42 allowed . C ITY OF FORT WORTH NORTHSIDE rv 24" W ATE R T R ANS MISSION , MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUM E NTS CITY PROJE CT NO . 1026 87 Revised Augu st 5, 2022 2605 33 -13 RACEWAYS , BOXES, ENCLOSURES , AND FITTINGS Page 13 of 16 C. All raceways , installed underground, shall be installed in accordance with Section 26 05 2 43 Underground System, and be a minimum size of two-inch trade size unless 3 otherwise shown in the plans. 4 D. Raceways entering or leaving the raceway system, which could be subjected to the 5 entry of moisture, rain or liquid of any type , shall be tightly sealed, using 3M l 00ONS 6 Watertight Sealant, or approved equal at any possible moisture entry point both before 7 and after the installation of cables to prevent the entry of water or moisture to the 8 Raceway System at any time. Any damage to new or existing equipment, due to the 9 entrance of moisture from unsealed raceways, shall be corrected by complete IO replacement of such equipment. No increase in the Contract Price or Schedule will be 11 allowed. Cleaning or drying of such damaged equipment will not be acceptable. 12 E. Conduit supports, other than for underground raceways, shall be spaced at intervals no 13 further apart than as required by the NEC and closer together as required to obtain rigid 14 construction . Conduits shall be supported near the entry into any enclosure in 15 accordance with the NEC. Conduits shall not be used to support other conduits, nor 16 shall conduits be supported from cable tray. 17 F . Single conduits shall be supported by means of one-hole conduit clamps in combination 18 with one-screw back plates, to raise conduits from the surface. 19 G. Multiple runs of conduits shall be supported on trapeze type hangers with horizontal 20 members and threaded hanger rods . The rods shall be not less than 3/8-inch diameter. 21 Multiple conduits mounted on walls shall be supported using strut and 316 stainless 22 steel conduit clamps, screws, nuts and washers . 23 H. Surface mounted panel boxes, junction boxes, conduit, etc. shall be supported as 24 specified herein. 25 I. Conduit hangers shall be attached to structural steel by means of beam or channel 26 clamps. Where attached to concrete surfaces, anchors shall be as specified in Section26 27 05 29 Electrical Support Hardware. 28 J. No electrical equipment enclosures, boxes, terminal junction boxes or raceways shall be 29 attached to or supported from, sheet metal walls . 30 K. All conduits on exposed work shall be run at right angles to and parallel with the 31 surrounding wall and shall conform to the form of the ceiling. No diagonal runs will be 32 allowed. Bends in parallel conduit runs shall be concentric . Offsets in conduit runs shall 33 all be done at the same point, and shall all be the same angle, so the entire installation 34 appears to be parallel or concentric at every point. All conduits shall be run perfectly 35 straight and true. 36 L. Conduits terminated into enclosures shall be perpendicular to the walls where flexible 37 liquid tight or rigid conduits are required . The use of short seal tight elbow fittings for 38 such terminations will not be permitted, except for connections to instrumentation 39 transmitters, where multiple penetrations are required. 40 M. Conduits containing equipment grounding conductors and terminating in boxes shall 41 have insulated throat grounding bushings . The grounding conductor shall be grounded 42 to the box . 43 N. Conduits shall be installed using threaded fittings. Running threads will not be 44 permitted. 45 0. Provide glued type conduit fittings on PVC conduit. CITY OF FORT WORTH NORTHS IDE IV 24" WATER TRANSMISSION, MAIN PH 1 B ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Revised August S, 2022 260533-14 RACEWAYS, BOXES , ENCLOSURES , AND FITTINGS Page 14 of 16 P. Conduits installed which are not in compliance with these requirements shall be 2 removed and reinstalled at the Engineer's/Owner's discretion. If conductors are 3 installed when the improper installation is discovered, the conductors shall be removed 4 from the raceway, discarded and removed them from the job site, replaced, re- 5 terminated, retagged, and retested in accordance with the specifications. The function 6 of the system shall be retested in its entirety. No increase in Contract Time or Schedule 7 will be allowed. 8 Q. Liquid tight flexible metallic conduit shall be used for the primary and secondary of 9 transformers , generator terminations and other equipment where vibration is present. 10 Use in other locations is not permitted, except for connections to instrumentation 11 transmitters, where multiple penetrations are required. Liquid tight flexible metallic 12 conduit shall have a maximum length not greater than that of a factory manufactured 13 elbow of the conduit size being used. The maximum bending radius shall not be less 14 than that shown in the NEC Chapter 9 , Table 2, "Other Bends". BX or AC type 15 prefabricated cables will not be permitted. 16 R. Seal the remaining openings or spaces of conduits passing through openings in walls or 17 floor slabs to prevent the passage of flame or smoke where additional openings or space 18 around the conduits are present. 19 S . Conduit ends exposed to the weather or corrosive gases shall be sealed with conduit 20 sealing bushings. 21 T . Raceways terminating in Control Panels or enclosures which contain electrical 22 equipment or terminal blocks , shall not enter from the top of the enclosure. 23 I. Locations : Outdoors or any wet or damp location or any location where plant 24 process equipment is located or any location not otherwise specifically designated 25 as a dry electrical room, control room or office space. 26 2. All raceways entering the enclosures specified above shall be sealed with a 27 watertight sealant as specified herein . 28 3 . Enclosures entered from the top where top entry is prohibited, will be rejected and 29 shall be removed and replaced regardless of the Division which contains the 30 specification for the enclosure. The use of UL Listed conduit closures to restore the 31 NEMA rating of the enclosure will not be accepted. 32 4. Conduit entering the top of the enclosures shall be removed and re-routed to enter 33 the enclosure from the side or bottom. Conductors installed in top entering 34 conduits shall be pulled back to the nearest conduit body or junction box and re- 35 routed with the conduit, provided the conductors are long enough to be re- 36 terminated. Conductors found to be insufficient in length to be re-terminated shall 37 be completely removed and replaced, re-tested, re-tagged, re-tested and the control 38 function of the panel shall be re-tested. 39 5. If the enclosure is provided by an OEM, the enclosure and its contents shall be 40 returned to the OEM for a new enclosure . 41 6. No increase in Contract Price or Schedule will be allowed for making these 42 corrections. 43 U. All conduits from external sources entering or leaving a multiple compartment 44 enclosure shall be stubbed up into the bottom horizontal wire way or other 45 manufacturer designated area, directly below the vertical section in which the 46 conductors are to be terminated . Conduits entering from cable tray shall be stubbed into 47 the upper section . CITY OF FORT WORTH NORTHSIDE IV 24" WATER TRANSMISSION, MAIN PH 1 B ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Revised August 5, 2022 26 05 33 -15 RACEWAYS , BOXES , ENCLOSURES , AND FITTINGS Page 15 of 16 I V. Conduit sealing and drain fittings shall be installed in areas designated as NEMA 4X or 2 7 and all wet locations . 3 W. A conduit identification plate shall be installed on all power, instrumentation, alarm and 4 control conduits at each end of the run and at intermediate junction boxes, manholes, 5 etc. Conduit plates shall be installed before conductors are pulled into conduits. Exact 6 identification plate location shall be coordinated with the Owner/Engineer at the time of 7 installation to provide uniformity of placement and ease of reading. Conduit numbers 8 shall be exactly as shown on the Drawings. 9 X . Mandrels shall be pulled through all existing conduits that will be reused and through 10 all new conduits two inches in diameter and larger prior to installing conductors. 11 Y. 3/16-inch polypropylene pull lines shall be installed in all new conduits noted as spares 12 or designated for future equipment. 13 Z . All conduit that may under any circumstance contain liquids such as water, 14 condensation, liquid chemicals, etc . shall be arranged to drain away from the equipment 15 served. If conduit drainage is not possible, conduit seals shall be used to plug the 16 conduits at the point of attachment to the equipment. 17 AA . Conduits shall not cross pipe shafts, access hatches or vent duct openings. They shall 18 be routed to avoid such present or future openings in floor or ceiling construction . 19 BB. The use of running threads is prohibited . Where such threads are necessary , a 20 three-piece union shall be used . 21 CC. Conduits passing from heated to unheated spaces , exterior spaces, refrigerated spaces, 22 cold air plenums, etc . shall be sealed with Watertight Sealant as specified herein. 23 DD . Conduits shall be located a minimum of three inches from steam or hot water piping . 24 Where crossings are unavoidable, the conduit shall be kept at least one inch from the 25 covering of the pipe crossed. 26 EE . All changes of direction on PVC coated conduit greater than 20 degrees shall be 27 accomplished using long radius bends. Any field bends shall be made using equipment 28 designed to prevent damage to the PVC coating. 29 END OF SECTION 30 CITY OF FORT WORTH NORTHS IDE IV 24 " WATER TRANSMISSION , MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Revi sed Augu st 5 , 2022 2605 33 -16 RACEWAYS , BOXES , ENCLOSURES , AND FITTINGS Page 16 of 16 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH NORTHS IDE [V 24" WATER TRANSMISSION, MAIN PH 1 B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Revised Augu st 5 , 2022 l SECTION 26 05 43 2 UNDERGROUND SYSTEM 3 PARTl-GENERAL 4 1.1 SCOPE OF WORK 26 05 43 -I UNDERGROUND SYSTEM Page I of 8 5 A. Furnish and install a complete underground system of raceways, manholes and 6 handholes as shown on the Drawings and as specified herein. 7 B. Raceways for use in structural concrete or direct buried installation shall meet the 8 requirements specified in Section 26 05 33 Raceways, Boxes Enclosures and Fittings. 9 1.2 RELATEDWORK 10 A. No references are made to any other section which may contain work related to any 11 other section. The Contract Documents shall be taken as a whole with every section 12 related to every other section as required to meet the requirements specified. The 13 organization of the Contract Documents into specification divisions and sections is for 14 organization of the documents themselves and does not relate to the division of 15 suppliers or labor which the Contractor may choose to employ in the execution of the 16 Contract. Where references are made to other Sections and other Di visions of the 17 Specifications, the Contractor shall provide such information or additional work as may 18 be required in those references and include s uch information or work as may be 19 specified. 20 B. Other Divisions 21 C. The Contractor shall be responsible for examining all Sections of the Specifications and 22 Drawings and shall determine the power and wiring requirements and shall provide 23 external wiring and raceways, as required to provide a fully functioning power, control 24 and process control systems. If the equipment requires more conductors and/or wiring, 25 due to different equipment being supplied, the Contractor shall furnish the additional 26 conductors, raceways and/or wiring, with no change in the Contract Price, and with no 27 increase in Contract Time . 28 1.3 SUBMITTALS 29 A. Submittals shall be made in accordance with the requirements of Division 1, Section 26 30 00 00, the Contract Documents and as specified herein the following: 31 1. The manufacturers' names and product designation or catalog numbers for the types 32 of materials specified or shown on the Drawings. 33 2. Cut sheets for each individual item shall be submitted . 34 3. All cut sheets shall be clearly marked to indicate which products are being 35 submitted for use on this project. 36 4. Unmarked cut sheets will cause the submittal to be rejected and returned for 37 rev1s1on. 38 B. All shop drawing submittals and all O&M submittals shall be submitted Division 1. No 39 change in Contract Price or Schedule will be allowed for delays due to unacceptable 40 s ubmittal s. CITY OF FORT WORTH NORTHSIDE IV 24" WATER TRANSMISSION , MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102687 Revised September 28 , 2022 26 OS 43 -2 UNDERGROUND SYSTEM Page 2 of 8 C. Submittals shall also contain information on related equipment to be furnished under 2 this Specification. Incomplete submittals not containing the required information on the 3 related equipment will also be returned without review. 4 D. Submit to the Owner/Engineer, shop drawings and product data, for the following: 5 1. Manholes , handholes and associated hardware. 6 2. Plastic duct spacers. 7 3 . Rebar 8 4. Duct bank concrete design . 9 5. Manhole submittals. Include traffic ratings, entry hatches or openings for each 10 manhole. Identify each manhole by the tag or designation shown on the drawings . 11 a . For manholes with off center entries, include any structural modifications to 12 accommodate their off-center placement. 13 6. Provide proof load test conducted per AASHTO M-306 on each manhole and 14 handhole size/design shown or required. Provide a report from an independent test 15 lab . 16 7 . Calculated pulling tensions for each direction of pull as specified. 17 8. Recorded pulling tensions for each pull as specified. 18 1.4 REFERENCE CODES AND STANDARDS 19 A . All products and components shown on the Drawings and listed in this specification 20 shall be designed and manufactured according to latest revision of the following 21 standards (unless otherwise noted): 22 1. NFPA 70 -National Electrical Code (NEC) 23 2 . NFPA 70E -Standard For Electrical Safety in the Workplace 24 3. ASTM A615/ A615M-06a -Standard Specification for Deformed and Plain 25 Carbon-Steel Bars for concrete Reinforcement 26 4. ASTM A48 -Standard Specification for Gray Iron Castings 27 5. ASTM A536 -Standard Specification for Ductile Iron Castings 28 6. AASHTO M306-04/ ASTM A48 -Drainage Structure Castings, Section 7.0 Proof 29 Load Testing 30 7 . ASTM C-850-Specifications for underground precast concrete utility structures 31 8. ANSI-ASC Al4.5 American National Standard for Ladders -Portable Reinforced 32 Plastic -Safety Requirements 33 B. All excavation , trenching , and related sheeting , bracing, etc ., as shown on the Drawings 34 and listed in these Specifications, shall comply with the following standards (unless 35 otherwise noted): 36 I . Occupational Safety and Health Administration (OSHA) 37 a . Excavation safety standards (29 CFR Part 1926.650 Subpart P) -Excavation. 38 2 . American Society for Testing and Materials (ASTM) 39 a . ASTM D 698a -Standard Test Methods for Laboratory Compaction 40 Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3 (600kN-rn/m3)). 41 C. All equipment components and completed assemblies specified in this Section of the 42 Specifications shall bear the appropriate label of Underwriters Laboratories. CITY OF FORT WORTH NORTHSIDE IV 24" WATER TRANSMISSION, MAIN PH I B STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS CITY PROJECT NO . 102687 Revi sed Septe mber 28 , 2022 1.5 QUALITY ASSURANCE 26 05 43 -3 UNDERGROUND SYSTEM Page 3 of 8 2 A. The manufacturer of these materials shall have produced similar electrical materials and 3 equipment for a minimum period of five years . When requested by the Owner/Engineer, 4 an acceptable list of installations with similar equipment shall be provided 5 demonstrating compliance with this requirement. 6 B. The precast manholes shall be manufactured in a NPCA (National Precast Concrete 7 Association) Certified Plant. 8 1.6 JOBSITE DELIVERY, STORAGE AND HANDLING 9 A. Prior to jobsite delivery, complete all submittal requirements, and present to the 10 Owner/Engineer upon delivery of the equipment, an approved copy of all such 11 submittals. Delivery of incomplete constructed equipment, onsite factory work, or 12 failed factory tests will not be permitted. 13 B . Materials shall be handled and stored in accordance with manufacturer's instructions . 14 C. Materials shall not be stored exposed to sunlight. Such materials shall be completely 15 covered. 16 D . Materials showing signs of previous , or jobsite exposure will be rejected . 17 1.7 WARRANTY 18 A. Provide warranties , including the manufacturer's warranty , for the equipment specified 19 and the proper installation thereof, to be free from defects in material and workmanship 20 for one years from date of final acceptance of the equipment and its installation . Within 21 such period of warranty , all material and labor necessary to return the equipment to new 22 operating condition shall be provided. Any warranty work requiring shipping or 23 transporting of the equipment shall be provided at no expense to the Owner. 24 PART 2 -PRODUCTS 25 2.1 MATERIALS 26 A. Raceway System 27 1. All raceways shall meet the requirements of Section 26 05 33 Raceways , Boxes 28 Enclosures and Fittings. 29 2. Raceway system shall be Schedule 40 PVC Rigid Nonmetallic Conduit (RNC), 30 designed for use aboveground and underground as described in the NEC, resistant 31 to sunlight. The conduits and fittings shall be manufactured to NEMA TC-2, 32 Federal Specification WC1094A and UL 651 specifications . Minimum raceway 33 size shall be 2 inch. Fittings shall be manufactured to NEMA TC-3 , Federal 34 Specification WC1094A and UL 514B. Conduit shall have a UL Label. Conduit 35 shall be Carlon, Kraloy, or approved equal. 36 3. PVC coated rigid aluminum conduit shall have a minimum 0 .040-inch thick , 37 polyvinyl chloride coating permanently bonded to rigid aluminum conduit and an 38 internal chemically cured urethane or enamel coating . The ends of all couplings , 39 fittings , etc. shall have a minimum of one pipe diameter in length of PVC overlap. 40 PVC coated conduit and fittings shall be as manufactured by Perma-Cote, Robroy 41 Industries, Calbond or Ocal. Any field bends shall be made using equipment 42 designed to prevent damage to the PVC coating. CITY OF FORT WORTH NORTHS1DE fV 24'" WATER TRANSMISSION, MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Rev ised September 28, 2022 26 05 43 -4 UNDERGROUND SYSTEM Page 4 of 8 4. All underground raceways of the underground system, terminating in manholes or 2 handholes shall use terminators of the same size and type as the raceway 3 5. Blank Duct Plugs shall be sized for the duct installed on and shall be TYCO Type 4 JM-BLA-XXDXXXCR, with rubber gasket, or approved equal. 5 6 . Duct spacers shall be as manufactured by Carlon or equal. 6 7 . Where raceways terminate into existing and new manholes, handholes or structures , 7 the duct bank steel shall be anchored into the manhole, handhole or structure with a 8 Hilti HIT 200 epoxy anchoring system. The termination of the duct bank steel shall 9 utilize a minimum 24-inch length of reinforcing bar anchored not less than four LO inches into the manhole, handhole or structure wall , and lapped into each 11 reinforcing bar in the duct bank. 12 8 . Concrete encasement for raceways and duct banks shall be normal weight concrete 13 weighing not more than 145 pounds per cubic foot with compressive strength, a 14 minimum of 3000 pounds per square inch , or greater if required by other Divisions 15 of the Specifications, at 28 days , 16 a . Concrete shall have crushed aggregate with a maximum size of 3/4-inch , a 17 slump of four to six inches and flow freely without the use of vibrators . 18 b . In stall red dye of 40 pounds per 10 cubic yards . of concrete, installed in the 19 truck at the concrete plant. 20 c. Submit concrete design . 21 9 . Reinforcing steel shall comply with ASTM A615 Grade 60 and of a size and 22 installation as shown on the Drawings. 23 B . Polyethylene Warning Tape 24 1. Subject to compliance with the Contract Documents, the following Manufacturers 25 are acceptable: 26 a . Brady Detectable Identoline 27 b. Approved Equal 28 2. The listing of specific manufacturers above does not imply acceptance of their 29 products that do not meet the specified ratings , features , and functions . 30 Manufacturers listed above are not relieved from meeting these specifications in 31 their entirety . 32 3 . Warning tape shall be metal detectable polyester with subsurface graphics , black 33 letters on red tape. The tape shall meet the OSHA 1926.956(c)(l), two-inch 34 minimum width , for location tracing. 35 PART 3-EXECUTION 36 3.1 GENERAL 37 A. Field verify the routing of all underground duct banks before placement. Modify the 38 routing as necessary to avoid underground utilities or above ground objects. 39 Modification or rerouting for convenience , or to reduce the length of duct run as 40 designed, will not be permitted . Provide any alternate routing of the duct banks to the 41 Owner/Engineer and, after approval, shall proceed with the installation. 42 B. All changes of direction, less than 20 degrees, shall be made using a hotbox , strictly in 43 conformance with the conduit manufacturer's instructions . Changes of direction greater 44 than 20 degrees shall be accomplished using long radius bends of PVC coated rigid 45 aluminum conduit. CITY OF FORT WORTH NORTHSIDE IV 24" WATER TRANSMISSION, MAIN PH I B STANDARD CONSTRUC TION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Revised Septe mber 28, 2022 26 05 43 -5 UNDERGROUND SYSTEM Page 5 of 8 C. Saw cut and repair existing pavements above new and modified existing duct banks. 2 Saw cut the pavement 2-feet wider than the width of the duct bank to provide a shoulder 3 to support the pavement where it is repaired. 4 D . Install raceways to drain away from buildings. Raceways between manholes or 5 handholes shall drain toward the manholes or handholes. Raceway slopes shall not be 6 less than 3 inches per l 00 feet. 7 E. Reinforce raceway banks as shown on the Drawings. 8 F. A #4/0 stranded bare tinned copper ground conductor shall be installed along the top of 9 the rebar cage, as shown on the Drawings, for the full length of each duct run between 10 manholes and handholes and bonded to a ground rod in the vicinity of each manhole 11 and handhole. The 4/0 ground conductor shall also be connected to any existing 12 grounding system at existing manholes. Connect the duct bank ground conductor to the 13 structure grounding system where duct banks terminate at the building or structure. 14 Connect the duct bank ground conductor in duct banks terminating at a buildings or 15 structures to the building counterpose whether existing or new. Dead end terminations 16 at a grounding rod are not permitted. 17 G . Lay raceway lines in trenches on compacted earth as specified herein. 18 H. Use plastic spacers located not more than four feet apart to hold raceways in place. 19 Spacers shall provide not less than two-inch clearance between raceways. 20 I. Place 3-inch by 3-inch by 3-inch blocks under the duct bank at each spacer location to 21 hold the duct bank and reinforcing rebars off the floor of the duct bank trench so the 22 concrete envelope can surround the duct bank assembly. 23 J. The minimum cover for raceway banks shall be 24 inches unless otherwise permitted 24 by the Owner/Engineer. 25 K. Raceway terminations at all manholes, existing and new, shall be with terminator for 26 PVC conduit. 27 L. Blank duct plugs shall be used to seal the ends of all unused ducts in the duct system. 28 Plugs shall be installed at all locations where the ducts enter and leave the manholes or 29 handholes, and all entrances and exits to the underground system. 30 M. Raceways entering or exiting the Underground System, and the raceways rising to a 31 higher elevation upon entering or leaving the System, such raceways shall be tightly 32 sealed at the higher elevation, both before and after the installation of cables, such that 33 there shall be no entry of water or moisture to the Underground System at any time. 34 Raceways shall be sealed with 3M IO00NS Watertight Sealant or approved equal. 35 N. No wire shall be pulled until the duct system has been completed in every detail. 36 Manholes and handholes shall be cleaned of debris and any trash before any conductors 37 are installed. 38 0. Swab all raceways clean before installing cable. 39 P. Train cables in manholes and handholes and support and restrain them on cable racks . 40 All cables passing manhole duct entrances in the manhole or handhole shall pass above 41 all duct entrances. No cable shall pass in front of or below duct bank entrances. 42 Q. Isolate analog and other low voltage signal cables from all other cables that carry AC 43 voltages when passing through the manhole or hand hole. CITY OF FORT WORTH NORTHSIDE IV 24" WATER TRANSMISSION, MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . I 02687 Revi sed September 28 , 2022 26 05 4 3 -6 UNDERGROUND SYSTEM Page 6 of 8 R. Polyethylene Warning Tape shall be installed in the trench above each raceway or duct 2 bank and located at the elevations shown on the Drawings . 3 S. Tag all underground conduits at all locations , exiting and entering from underground, 4 including manholes and handholes . The conduit tag shall have the same identification 5 inside the MH as the conduit has where it is exposed above ground or terminates within 6 a structure . 7 T. The minimum raceway size shall be 2-inch unless otherwi se shown on the plans. 8 3.2 PULLING TENSIONS 9 A. Calculate the pulling tensions for each direction of pull for each the cables in each duct IO prior to the installation of the conductors . Submit the calculations to the Engineer prior 11 to starting the installation of the conductors. 12 B. All installations that are not done by hand which require mechanical pulling machines 13 shall be monitored . The maximum pulling tension recorded for each pull shall be 14 recorded and submitted to the Owner and Engineer for record . 15 3.3 TRENCH EXCAVATION 16 A . The excavation shall extend to the width and depth as shown on the Drawings , or as 17 s pecified, and shall provide suitable room for installing manholes , handholes , ducts and 18 appurtenances. 19 B . Furnish and place all sheeting, bracing and supports . 20 C. Excavation shall include material of every description and of whatever substance 2 1 encountered, regardless of the methods or equipment required to remove the material. 22 Pavement shall be cut with a saw, wheel , or pneumatic chisel along straight lines before 23 excavating. The saw cut for paved areas to be 1 ft wider than the measured duct bank 24 width on each side so that at lea st I-foot of undisturbed sub-base on each side is 25 exposed to support the pavement patching . 26 D . Strip and stockpile topsoil from grassed areas crossed by trenches . Optionally , the 27 topsoil may be otherwi se di sposed of and replaced, when required, with approved 28 topsoil of equal quality . 29 E. While excavating and backfilling is in progress , traffic shall be maintained , and all 30 utilitie s and other property protected, as provided for in the Contract Documents . 31 F. Materials shall be excavated to the depth indicated on the Drawings and in widths 32 s ufficient for installing manholes and laying the ducts . Coordinate the trench width the 33 Detail s shown on the Drawings. The bottom of the excavations shall be firm and dry in 34 all respects acceptable to the Owner/Engineer. Trench width shall be a practical 35 minimum , but not less than 6 inches greater on each side , than the total duct section 36 arrangement, including reinforcing steel. 37 G . Excavation and dewatering shall be accomplished by methods which preserve the 38 undi sturbed state of sub grade soil s . 39 1. The trench may be excavated by machinery to, or just below , the de signated sub 40 grade, if material remaining in the bottom of the trench is no more than slightly 41 di sturbed . C ITY OF FORT WORTH NORTHSID E IV 24 " WATER TRAN SMISSION, MAIN PH 1 B STANDARD CONSTRUCTION SPECIFICATION DO CUMENTS CITY PROJECT NO . 102687 Rev ised Se ptember 28 , 2022 26 05 43 -7 UNDERGROUND SYSTEM Page 7 of 8 2 3 4 2. Sub grade soils which become soft, lose or otherwise unsatisfactory because of inadequate excavation, dewatering or other construction methods, shall be removed and replaced by gravel fill , of aggregate as specified herein, as required by the Owner/Engineer. No change in the Contract Price will be allowed. 5 3.4 EXCAVATION BELOW GRADE AND REFILL 6 A. Regardless of the nature of unstable material encountered, or the groundwater 7 conditions, trench and excavation drainage shall be complete and effective. 8 B. If deemed necessary by the Owner/Engineer, or as shown on the Drawings, deposit pea 9 gravel for duct bedding or gravel refill for excavation below grade, directly on the IO bottom of the trench immediately after excavation has reached the proper depth and 11 before the bottom of the trench has become softened or disturbed by any cause 12 whatsoever. All excavation shall be made in open trenches. Gravel used for this 13 purpose, shall be aggregate, as specified that is no larger than one-half the minimum 14 clear spacing between electrical ducts, and a maximum coarse aggregate size of 3/4- 15 inch. 16 3.5 BACKFILLING 17 A. Remove from the excavation all materials which the Owner/Engineer may deem 18 unsuitable for backfilling. 19 B. Backfilling shall not commence until, not less than 48 hours after placing of any 20 concrete embedment, have lapsed. 21 C. Where the duct banks are laid in the yard, the remainder of the trench, after concrete 22 encasement, shall be filled with common fill material, void of rock or other non-porous 23 material, in layers not to exceed eight inches in loose measure and compacted to 90% 24 standard Proctor density at optimum moisture content of+/-4%. The backfill shall be 25 mounded six inches above the existing grade or as directed by the Owner/Engineer. 26 Where a grass , loam or gravel surface exists prior to excavations in the yard, it shall be 27 removed, conserved, and replaced to the full original depth as part of the work under 28 the duct items . In some areas, it may be necessary to remove excess material during the 29 cleanup process, so that the ground may be restored to its original level and condition . 30 D. Where the duct banks are laid in paved areas or designated future paved areas, existing 31 or designated future structures, or other existing or future utilities, the remainder of the 32 trench above the encasement, shall be backfilled with select common fill or select fill 33 material in layers not to exceed eight inches loose measure and compacted at optimum 34 moisture content ( +/-3%) to 95% standard Proctor density . 35 E. Compaction shall be by use of hand or pneumatic tamping with tools weighing at least 36 20 pounds . The material being spread and compacted shall be placed in layers not over 37 eight inches loose thick. If necessary, sprinkling shall be employed in conjunction with 38 rolling or ramming. 39 F. Bituminous paving shall not be placed in backfill. 40 G . Water jetting will not be accepted as a means of consolidating or compacting backfill. 41 H . All road surfaces shall be broom finished and hose-cleaned immediately after 42 backfilling. Dust control measures shall be always employed. CITY OF FORT WORTH NORTHS IDE IV 24'" WATER TRANSMISSION , MAIN PH I B ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . I 02687 Revi sed September 28 , 2022 3.6 RESTORING TRENCH AND ADJACENT SURF ACES 26 OS 43 -8 UNDERGROUND SYSTEM Page 8 of 8 2 A. In paved areas , the edge of the existing pavement above the duct bank which is to be 3 removed shall be cut along straight lines, and the pavement replaced with the same type 4 and quality of the existing paving. 5 B. In sections where the duct bank passes through grassed areas, remove, and replace the 6 sod, or shall loam and reseed the surface to the satisfaction of the Owner/Engineer. No 7 change in the Contract Price will be allowed for the sod or reseeding. 8 3.7 CLEANING 9 A . Remove all rubbish and debris from inside and around the underground system. IO Remove dirt, dust, or concrete spatter from the interior and exterior of manholes, 11 handholes and structures, using brushes, vacuum cleaner, or clean, lint free rags. Do not 12 use compressed air. 13 END OF SECTION CITY OF FORT WORTH NORTHSrDE IV 24" WATER TRANSMISSION, MAIN PH 1B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102687 Revi sed September 28, 2022 I SECTION 26 24 16 2 PANELBOARDS 3 PARTl-GENERAL 4 1.1 SCOPE OF WORK 262416 -1 PANELBOARDS Pagel of6 5 A. Furnish and install panelboard(s) as specified herein and as shown on the Drawings. 6 B. The provisions of this Section shall apply to all panelboards, except as indicated 7 otherwise. 8 1.2 RELATED WORK 9 A . No references are made to any other section which may contain work related to any 10 other section. The Contract Documents shall be taken as a whole with every section I I related to every other section as required to meet the requirements specified. The 12 organization of the Contract Documents into specification divisions and sections is for 13 organization of the documents themselves and does not relate to the division of 14 suppliers or labor which the Contractor may choose to employ in the execution of the 15 Contract. Where references are made to other Sections and other Divisions of the 16 Specifications, the Contractor shall provide such information or additional work as may 17 be required in those references , and include such information or work as may be 18 specified. 19 B. Other Divisions 20 1. The Contractor shall be responsible for examining all Sections of the Specifications 21 and Drawings, and shall determine the power and wiring requirements and shall 22 provide external wiring and raceways, as required to provide a fully functioning 23 power, control and process control systems. If the equipment requires more 24 conductors and/or wiring, due to different equipment being supplied, the Contractor 25 shall furnish the additional conductors , raceways and/or wiring, with no change in 26 the Contract Price, and with no increase in Contract Time. 27 1.3 SUBMITTALS 28 A. Submittals shall be made in accordance with the requirements of Division 1, Section 26 29 00 00, the Contract Documents and as specified herein the following: 30 1. The manufacturers' names and product designation or catalog numbers for the types 31 of materials specified or shown on the Drawings. 32 2. Cut sheets for each individual item shall be submitted. 33 3 . All cut sheets shall be clearly marked to indicate which products are being 34 submitted for use on this project. 35 4 . Unmarked cut sheets will cause the submittal to be rejected and returned for 36 revision. 37 B. All shop drawing submittals and all O&M submittals shall be submitted Division 1. No 38 change in Contract Price or Schedule will be allowed for delays due to unacceptable 39 submittals. CITY OF FORT WORTH NORTHS IDE IV 24" WATER TRANSMISSION, MAIN PH l B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Revised August 5, 2022 26 24 16 -2 PANELBOARDS Page 2 of 6 C . Provide systems engineering to produce coordination curves, showing coordination 2 between breakers and/or fuses submitted, such that protective device coordination is 3 accomplished. Such curves and settings shall be included as a part of these submittals. 4 D. Submittals shall also contain information on related equipment to be furnished under 5 this Specification. Incomplete submittals not containing the required information on the 6 related equipment will also be returned without review 7 E. Submittals shall be made in accordance with the requirements of the process equipment 8 division of these Specifications, and as specified herein. 9 F . Submittals for equipment specified herein shall be made as a part of equipment 10 furnished under other Sections. Individual submittals for equipment specified herein 11 will not be accepted and will be returned without review . 12 G . The original equipment manufacturer, (OEM) shall create all equipment shop drawings , 13 including all wiring diagram s, in the manufacturer's Engineering department. All 14 equipment shop drawings shall bear the original equipment manufacturer's logo, 15 drawing file numbers, and shall be maintained on file in the OEM 's archive file system . 16 Photocopies of the Engineer 's ladder schematic s are unacceptable as shop drawings. 17 H. Shop Drawing s and Product Data. The following information shall be submitted to the 18 Engineer: 19 1. Master drawing index 20 2 . Front view elevation 21 3 . Top vi e w 22 4. Nameplate schedule 23 5 . UL Li sting of the completed assembly 24 6 . Conduit entry/exit locations 25 7. Ass embly rating s including: 26 a . Short-circuit rating 27 b. Voltage 28 c . Continuous current 29 8. Major component ratings including: 30 a. Voltage 31 b. Continuous current 32 c. Interrupting rating s 33 9 . De scriptive bulletins 34 10. Product data sheets. 35 11 . Cable terminal sizes. 36 I. Operation and Maintenance Manuals . 37 1. Operation and maintenance manuals shall include the following information: 38 a . Manufacturer 's contact addre s s and telephone number for parts and service . 39 b. In struction books and/or leafl e ts 40 41 42 c. Recommended renewal parts li st d. Record Documents for the information required by the Submittals paragraph above . C ITY OF FORT WORTH NORTHSID E fV 24 " WATER TRANSMISSION , MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS CITY PROJECT NO . I 02 6 87 Re vised Au g ust 5 , 2022 1.4 REFERENCE CODES AND STANDARDS 26 24 16 -3 PANELBOARDS Page 3 of 6 2 A. The low voltage panelboard assembly and all components in this specification shall be 3 designed and manufactured according to latest revision of the following standards 4 (unless otherwise noted): 5 1. UL 67 -Panelboards 6 2. UL 50 -Cabinets and Boxes 7 3. NEMA PB-1 2006 -Panelboards 8 4. Fed.Spec.W-P-115C 9 1.5 QUALITY ASSURANCE IO A. The manufacturer of this equipment shall have produced similar equipment for a 11 minimum period of ten years. When requested by the Engineer, an acceptable list of 12 installations with similar equipment shall be provided demonstrating compliance with 13 this requirement. 14 B. The manufacturer of the assembly shall be the manufacturer of the major components 15 within the assembly. All assemblies shall be of the same manufacturer. Equipment that 16 is manufactured by a third party and "brand labeled" shall not be acceptable. 17 C. All components and material shall be new and of the latest field proven design and in 18 current production. Obsolete components or components scheduled for immediate 19 discontinuation shall not be used . 20 D . For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified. 21 E. Equipment submitted shall fit within the space shown on the Drawings. Equipment 22 which does not fit within the space is not acceptable. 23 1.6 JOBSITE DELIVERY, STORAGE AND HANDLING 24 A. Prior to jobsite delivery complete all submittal requirements , and present to the 25 Owner/Engineer upon delivery of the equipment, an approved copy of all such 26 submittals. Delivery of incomplete constructed equipment, onsite factory work, or 27 failed factory tests will not be permitted . 28 B. Equipment shall be handled and stored in accordance with manufacturer's instructions. 29 Two copies of these instructions shall be included with the equipment at time of 30 shipment, and shall be made available to the Contractor and Owner. The instructions 31 shall include detailed assembly instructions including but not limited to wiring 32 interconnection diagrams, rigging for lifting, skidding, jacking and moving using 33 rolling equipment to place the equipment, bolt torquing requirements for bus and all 34 other components which require the installation of bolted connections , and instructions 35 for storing the equipment prior to energizing. 36 C. Equipment shall be stored indoors and protected from moisture, dust and other 37 contaminants. 38 D. Equipment shall not be installed until the location is finished and protected from the 39 elements . CITY OF FORT WORTH NORTHS IDE IV 24" WATER TRANSMISSION, MAIN PH 1 B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Revised August 5 , 2022 1.7 WARRANTY 26 24 16 -4 PANELBOARDS Page 4 of6 2 A. Provide warrantees, including the manufacturer's warranty, for the equipment specified 3 and the proper installation thereof, to be free from defects in material and workmanship 4 for two years except for variable frequency drives which shall be for one years, from 5 date of final acceptance of the equipment and its installation. Within such period of 6 warranty, all material and labor necessary to return the equipment to new operating 7 condition shall be provided. Any warranty work requiring shipping or transporting of 8 the equipment shall be provided at no expense to the Owner. 9 PART 2-PRODUCTS 10 2.1 MANUFACTURERS 11 A. Subject to compliance with the Contract Documents, the following Manufacturers are 12 acceptable. 13 1. ABB 14 2 . Eaton 15 3 . Schneider Electric Company 16 4 . Approved equal 17 B . The listing of specific manufacturers above does not imply acceptance of their products 18 that do not meet the specified ratings , features and functions. Manufacturers listed 19 above are not relieved from meeting these specifications in their entirety. 20 2.2 RA TINGS 21 A. The service voltage, overall short circuit withstand and interrupting rating of the 22 equipment and components shall be as shown on the Drawings, except that the 23 minimum interrupting rating shall be 22,000 amperes RMS symmetrical for 240/120 24 volt single-phase or 208Y /120 volt three-phase. The minimum interrupting for 25 480Y/277 volt three-phase shall be 65,000 amperes RMS symmetrical. Panelboards 26 employing series connected ratings for main , feeder and branch devices are not 27 acceptable and shall not be provided. 28 B. Panelboards shall be UL listed and labeled as suitable for use as service equipment. 29 C. Where the panelboard is shown or specified to contain a surge protective device (SPD), 30 the complete panelboard, including the SPD, shall be UL67 listed. 31 D. Panelboards shall be designed for continuous operation, at rated current, in a 40°C 32 ambient. 33 E. For additional ratings and construction notes, refer to the Drawings . 34 2.3 CONSTRUCTION 35 A. General 36 1. Refer to the Drawings for actual layout and location of equipment and components, 37 and other required details. CITY OF FORT WORTH NORTHS ID E IV 24" WATER TRANSMISSION , MAIN PH I B ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . I 02687 Revised Au gust 5, 2022 26 24 16 -5 PANELBOARDS Page 5 of6 2. A nameplate shall be provided listing manufacturer's name, panel type and rating. 2 Nameplates shall be engraved, laminated impact acrylic, matte finish, not less than 3 1/16-inch thick by 3/4-inch by 2-1/2-inch, Rowmark 322402, or equal. Nameplates 4 shall be 316 SS screw mounted to all enclosures except for NEMA 4 and 4X. 5 Nameplates for NEMA 4 and 4X enclosures shall be attached with double faced 6 adhesive strips, TESA TUFF TAPE 4970, .009 X 1/2 inch , or equal. Prior to 7 installing the nameplates , the metal surface shall be thoroughly cleaned with 70% 8 alcohol until all residues has been removed. Epoxy adhesive or foam tape is not 9 acceptable. IO B. Enclosures I I 1 . General 12 a . Each enclosure shall be provided with a legend pocket on the inner door. 13 b . Enclosures shall not have holes or knockouts. 14 2 . Not otherwise Defined 15 a. Where an enclosure is not otherwise defined or shown on the Drawing 16 1) NEMA 4X Stainless Steel 17 2) Type 316 stainless steel, body and door 18 3) Stainless steel hinges 19 4) Foam in-place gasket 20 3 . NEMA 1 or NEMA lA boxes shall not be used. 21 C. Surge Protective Devices (SPDs) 22 1. Provide a factory installed internal Type 2 SPD on panelboards shown or specified 23 to include an SPD. Refer to Section26 43 13 for specifications of the SPDs. The 24 required submittals for the SPD shall be included under this Section. Submittals not 25 containing the required information in Section26 43 13 will be returned un- 26 reviewed. 27 2. The SPD shall be installed immediately following the load side of the main breaker. 28 SPDs installed in main lug only panelboards shall be installed immediately 29 following the incoming main lugs. The SPD shall be inside the panelboard via a 30 direct bus bar connection . The SPD shall not limit the use of through-feed lugs, 31 sub-feed lugs , and sub-feed breaker option s. 32 D. Exteriors 33 l . Unless otherwise noted, all panels shall be designed for surface mounting. 34 2 . Hinged doors covering all circuit breaker handles shall be provided on all panels. 35 3 . Doors shall have semi flush type cylinder lock and catch , except that doors over 48 36 inches in height shall have a vault handle and three-point latch, complete with lock, 37 arranged to fasten door at top, bottom and center. Door hinges shall be concealed. 38 Furnish two keys for each lock. All locks shall be keyed alike; directory frame and 39 card having a transparent cover shall be furnished on each door. 40 E . Interiors 41 1. At least four studs for mounting the panelboard interior shall be furnished. 42 2. Interiors shall be so designed that circuit breakers can be replaced without 43 disturbing adjacent units and without removing the main bus connectors and shall 44 be so designed that circuits may be changed without machining, drilling or tapping . CITY OF FORT WORTH NORTHS IDE IV 24" WATER TRANSMISSION, MAIN PH 1 B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Revised August 5, 2022 26 24 16 -6 PANELBOARDS Page 6 of 6 3. All interiors shall be completely factory assembled with circuit breakers, wire 2 connectors, etc. All wire connectors, except screw terminals, shall be of the anti- 3 tum solderless type and all shall be suitable for copper wire of the sizes indicated . 4 F. Busses 5 I . All busses, including neutral busses and ground bars, shall be of tin plated copper. 6 Neutral busses shall be full size. Phase bussing shall be full height without 7 reduction. Cross connectors shall be tin plated copper. 8 2 . Neutral bussing shall have a suitable lug for each outgoing feeder requiring a 9 neutral connection . 10 3 . Spaces for future circuit breakers shall be bussed for the maximum device that can 11 be fitted into them. 12 4 . Equipment ground bars, of tin-plated copper, shall be furnished . 13 5 . Branch circuits shall be arranged using double row construction except when 14 narrow column panels are indicated. Branch circuits shall be numbered by the 15 manufacturer. 16 2.4 CIRCUIT BREAKERS 17 A. Panelboards shall be equipped with circuit breakers with frame size and trip settings as 18 shown on the Drawings . 19 B . Circuit breakers shall be molded case , bolt-on type. 20 C . Each circuit breaker used in 208Y /120-volt, three phase, or 120/240 volt single phase, 21 panelboards shall have an interrupting capacity of not less than 22,000 amperes, RMS 22 symmetrical. 23 D . Each circuit breaker used in 480Y/277 volt and 480 volt panelboards shall have an 24 interrupting capacity of not less than 65,000 amperes, RMS symmetrical. 25 E. Provide ground fault interrupters (GFI) with trip rating as shown on the Drawings. 26 1. GFI breakers connected to receptacles shall have a 5-milliarnp ground fault trip. 27 2. GFI breakers connected to equipment shall have a 30-milliamp ground fault trip . 28 PART 3-EXECUTION 29 3.1 INSTALLATION 30 A. Mount boxes for surface mounted panelboards so there is at least 1/2-inch air space 31 between the box and the wall. 32 B. Connect panelboard branch circuit loads so that the load is distributed as equally as 33 possible between the phase busses. 34 C. Type circuit directories giving location and nature of load served. Install circuit 35 directories in each panelboard. 36 END OF SECTION CITY OF FORT WORTH NORTHSIDE IV 24 " WATER TRANSMlSSJON , MAIN PH 1B STANDARD CONSTRUCTION SPECCFICATION DOCUMENTS CITY PROJECT NO . I 02687 Re vi sed Augu st 5 , 2022 SECTION 26 27 26 26 27 26 -1 LIGHT SWITCHES AND RECEPTACLES Page 1 of 8 2 LIGHT SWITCHES AND RECEPTACLES 3 PART 1 -GENERAL 4 1.1 SCOPE OF WORK 5 A. Furnish all labor, materials, equipment, and install wiring devices as shown on the 6 Drawings and as specified herein. 7 B . Provide all interconnecting conduit and branch circuit wiring for receptacle circuits in 8 accordance with the NEC. 9 1.2 RELATED WORK IO A. No references are made to any other section which may contain work related to any 11 other section. The Contract Documents shall be taken as a whole with every section 12 related to every other section as required to meet the requirements specified . The 13 organization of the Contract Documents into specification divisions and sections is for 14 organization of the documents themselves and does not relate to the division of 15 suppliers or labor which the Contractor may choose to employ in the execution of the 16 Contract. Where references are made to other Sections and other Divisions of the 17 Specifications, the Contractor shall provide such information or additional work as may 18 be required in those references, and include such information or work as may be 19 specified. 20 B . Other Divisions 21 I. The contractor to be responsible for examining all Sections of the Specifications 22 and Drawings . Determine the power and wiring requirements . Provide external 23 wiring and raceways as required for fully functioning power, control and process 24 control systems . If the equipment requires more conductors and/or wiring, due to 25 dissimilar equipment being supplied, furnish the additional conductors, raceways 26 and/or wiring , with no change in the Contract Price, and with no increase in 27 Contract Time. 28 1.3 SUBMITT ALS 29 A. Submittals shall be made in accordance with the requirements of Division 1, Section 26 30 00 00, the Contract Documents and as specified herein the following: 31 1. The manufacturers' names and product designation or catalog numbers for the types 32 of materials specified or shown on the Drawings. 33 2. Cut sheets for each individual item shall be submitted. 34 3 . All cut sheets shall be clearly marked to indicate which products are being 35 submitted for use on this project. 36 4 . Unmarked cut sheets will cause the submittal to be rejected and returned for 37 revision. 38 B. All shop drawing submittals and all O&M submittals shall be submitted Division 1. No 39 change in Contract Price or Schedule will be allowed for delays due to unacceptable 40 submittals. 41 C. Submit to the Owner/Engineer, shop drawings and product data, for the following: CITY OF FORT WORTH NORTHS IDE IV 24 " WATER TRANSMISSION, MAIN PH 1 B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 26 27 26 -2 LIGHT SWITCHES AND RECEPTACLES Pag e 2 of 8 1 2 3 1. Submittals shall also contain information on related equipment to be furnished under this Specification . Incomplete submittals not containing the required information on the related equipment will also be returned without review . 4 5 2. Submit catalog data of all switches , receptacles, and other specified items under this Section , with all options, application locations and exceptions clearly indicated. 6 1.4 REFERENCE STANDARDS 7 A. Wiring devices shall comply with the requirements of the National Electrical Code 8 (NEC) and shall be Underwriters Laboratories (UL) labeled. 9 1.5 QUALITY ASSURANCE 10 A. The manufacturer of these materials shall have produced similar electrical material s and 11 equipment for a minimum period of five years . When requested by the Owner/Engineer, 12 an acceptable list of installations with similar equipment shall be provided 13 demonstrating compliance with thi s requirement. 14 B . The manufacturer of the assembly shall be the manufacturer of the major components 15 within the assembly . All assemblies shall be of the same manufacturer. 16 1.6 JOBSITE DELIVERY, STORAGE AND HANDLING 17 A. Prior to jobsite delivery complete all submittal requirements , and present to the 18 Owner/Engineer upon delivery of the equipment, an approved copy of all such 19 submittal s. Delivery of incomplete constructed equipment, or equipment which failed 20 any factory tests , will not be permitted., 21 B. Equipment shall be handled and stored in accordance with manufacturer's instruction s. 22 C . Equipment shall be stored indoors and protected from moi sture, dust and other 23 contaminants. 24 D. Equipment shall not be installed until the location is finished and protected from the 25 elements. 26 1.7 WARRANTY 27 A. Provide warranties , including the manufacturer 's warranty , for the equipment specified 28 and the proper in stallation thereof, to be free from defects in material and workmanship 29 for one years from date of final acceptance of the equipment and its in stallation . W ithin 30 such period of warranty , all material and labor necessary to return the equipment to new 31 operating condition shall be provided. Any warranty work requiring shipping or 32 transporting of the equipment shall be provided at no expense to the Owner. 33 PART 2-PRODUCTS 34 2.1 MANUFACTURERS 35 A . Subject to compliance with the Contract Documents, the Manufacturers listed in each 36 product category are acceptable . 37 B. The listing of specific manufacturers does not imply acceptance of their products that 38 do not meet the specified rating s, features and function s . Manufacturers listed are not 39 relieved from meeting these specification s in their entirety . CITY OF FORT WORTH NOR T HSID E IV 24" WA TE R TRANSMIS S ION , MAIN PH 18 STANDARD CO NSTRUCTIO N SPECIFICA TIO N DOCUMENTS CITY PROJECT NO . 102687 2.2 RATINGS 26 27 26 -3 LIGHT SWITCHES AND RECEPTACLES Page 3 of 8 2 A. The service voltage shall be as shown on the Drawings. The overall short circuit 3 withstand, and interrupting rating of the equipment and devices shall be equal to or 4 greater than the overall short circuit withstand and interrupting rating of the feeder 5 device immediately upstream of the equipment. 6 2.3 MATERIALS 7 A. Wall switches shall be heavy duty, industrial specification grade, toggle action, flush 8 mounting quiet type. All switches shall conform to the latest revision of Federal 9 Specification WS 896. 10 1. Manufacturer 11 a. Cooper (catalog number as listed) 12 b. Hubbell, Inc. 13 c . Pass & Seymour, Inc . 14 d. Approved equal 15 2. Single pole, 20 Amp, 120/277 Volt-(Cooper 2221 V) 16 3. Double pole, 20 Amp, 120/277 Volt -(Cooper. 2222V) 17 4. Three way, 20 Amp, 120/277 Volt -(Cooper 2223V) 18 5. Four way , 20 Amp, 120/277 Volt-(Cooper 2224V) 19 6. Single pole, 20 Amp, 120/277 Volt-key operated-(Cooper AHi 191N) 20 7 . Single pole, 20 Amp, 120 Volt -red pilot-lighted handle -(Cooper 2221PL) 21 8. Single pole, 20 Amp, 120 Volt, clear lighted handle-(Cooper 2221LTV) 22 9 . Momentary contact, three position , 2 circuit, center off -(Cooper 1995V) 23 B. Fluorescent wall box dimmer switch for 120/277 Volt control of rapid start fluorescent 24 lamps with a dimming range of 100 % to 0 .5% light for 120-volt and 100% to l % light 25 for 277-volt. 26 1. Manufacturers 27 a. Lutron Electronics Co., Inc . 28 b . Lithonia Control Systems 29 c. Valmont Electric, Inc . 30 d. Approved equal 31 C. Explosion-proof single pole factory sealed switches shall be for 20 Amps , 120/277 32 volts , mounted in copper free aluminum boxes . 33 1. Manufacturers 34 a. Eaton Crouse-Hinds 35 b . Appleton Electric Co . 36 c. Killark 37 d. Approved equal 38 D. Receptacles shall be heavy duty, corrosion resistant, specification grade of the 39 following types and manufacturer or equal. Receptacles shall conform to Fed Spec 40 WC596. 41 1. Duplex, 20 Amp , 125 Volt , 2 Pole , 3 Wire Grounding, high impact , arc and 42 moisture resistant yellow nylon construction, heavy nickel plating on metal parts; 43 2 . Single, 20 Amp , 250 Volt, 2 Pole, 3 Wire 44 3 . GFI or GFCI (ground fault circuit interrupter) receptacles : CITY OF FORT WORTH NORTHS IDE rY 24" WATER TRANSMISSION , MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102687 26 27 26 -4 LIGHT SWITCHES AND RECEPTACLES Page 4 of 8 I a. Provide feed-through type with test and reset button. GFCI must be self-testing 2 per NEC. 3 b . Provide 5 milliamp ground fault trip for personnel protection. 4 c. Provide 30 milliamp ground fault trip for equipment protection 5 4 . Manufacturers 6 a. Cooper (Cooper 5461GY) 7 b. Hubbell, Inc . 8 c. Pass & Seymour, Inc. 9 d . Approved equal 10 E . Weatherproof covers 11 1. Die cast aluminum. Plastic or other non-metallic in-use covers are not acceptable . 12 2. Weatherproof while-in-use rating 13 3 . Manufacturers 14 a. Eaton Catalog No . WIUMHN 15 b . Thomas & Betts 16 c. Approved equal 17 F. Special purpose 18 1. Clock hanger single, 15 Amp, 125 Volt, 2 Pole, 3 Wire, with hanging hook on 19 device plate. 20 2 . Single, corrosion resistant locking, 20 Amp, 125 Volt, 2 Pole, 3 Wire; Cooper, 21 Catalog No. CRL520R and plug (Cooper CRL520P) 22 3. Single twist-lock, 30 Amp, 125 Volt, 1 Phase, 3 Wire; Cooper, Catalog No. 23 CRL530R; plug. 24 4. Single twist-lock , 20 Amp, 250 Volt, 1 Phase, 3 Wire 25 5. Single twist-lock, 30 Amp, 250 Volt, 1 Phase, 3 Wire; Cooper, Catalog No. 26 CRL630R; plug 27 6 . Manufacturers 28 a . Cooper (catalog number as listed) 29 b . Hubbell 30 c . Pass & Seymour 31 d . Approved equal 32 G. Explosion-proof receptacles and plugs 33 1. Single, 20 Amp, 125 Volt, 1 Phase, 3 Wire. 34 2. Duplex , 20 Amp, 125 Volt, 1 Phase, 3 Wire . 35 3. Single, 20 Amp, 250 Volt, 1 Phase, 3 Wire. 36 4 . Duplex, 20 Amp, 250 Volt, I Phase, 3 Wire. 37 5. Manufacturers 38 a. Appleton Electric (Catalog number as listed) 39 b. Crouse-Hinds 40 c. Hubbell Inc. 41 d . Approved equal 42 H. Device Plates 43 l. Plates for indoor flush mounted devices shall be of the required number of gangs 44 for the application involved and shall be as follows : CITY OF FORT WORTH NORTHSIDE IV 24" WATER TRANSMISSION, MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 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 35 36 37 38 39 40 4 1 42 43 44 45 46 47 I. 26 27 26 -5 LIGHT SWITCHES AND RECEPTACLES Page 5 of 8 a. Administration type buildings: Smooth, high impact nylon of the same manufacturer and color as the device . Final color to be as selected by the Architect. b . Where permitted in other areas of the plant, flush mounted devices in cement block construction shall be Type 302 high nickel (18-8) stainless steel of the same manufacturer as the devices . 2. Plates for indoor surface mounted device boxes shall be cast metal of the same material as the box, Crouse-Hinds or equal. 3. Oversized plates shall be installed where standard plates do not fully cover the wall opening . 4. Device plates for switches mounted outdoors or indicated as weatherproof shall be gasketed, cast aluminum with provisions for padlocking switches "On" and "Off', Crouse Hinds or equal. 5. Multiple surface mounted devices shall be ganged in a single, common box and provided with an adapter, if necessary, to allow mounting of single gang device plates on multi-gang cast boxes . 6. Engraved device plates shall be provided where required. 7. Weatherproof, gasketed cover for GFI receptacle mounted in a FS/FD box a. Manufacturers 1) Cooper 2) Hubbell, Inc. 3) Pass & Seymour, Inc. 4) Approved equal Three Phase Power Receptacles 1. Three phase power receptacles and plugs shall be rated for the voltage and current ratings of the connected load unless otherwise shown on the Drawings . 2. Receptacles and plug housings shall be constructed of copper free aluminum listed to UL standard 498 for watertight construction . Hardware shall be stainless steel. 3. Performance a . Maximum working voltage: 600 volts RMS . b. Dielectric withstand voltage : 3000 volts . c. Full load break capability at rated current. d. 5000 connect/disconnect cycles at rated voltage and current. 4 . Furnish and install one mating plug with each receptacle. 5 . Provide the following features : a. Color coded by voltage . b. One-piece housing/angled back box c . Shrouded pins d. Self-closing gasketed cover. e. Watertight cable entrances/stress relief grips. f. Mating keys. g. All current carrying components shall be tin plated including contacts. 6. Acceptable manufacturers: a . Hubbell b . General Electric c . Cooper d . Meltric CITY OF FORT WORTH NORTHSIDE IV 24 " WATER TRANSMISSION , MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 I 2 3 4 5 6 7 8 26 27 26 -6 LIGHT SWITCHES AND RECEPTACLES Page 6 of 8 7. The disconnect switch shall be unfused or fused, as shown on the Drawings, or otherwise specified herein or if required by the NEC, with ratings as hereinbefore specified. Provide lockout provisions on the disconnect switch handle. 8. Manufacturers a. Crouse-Hinds b. Appleton C. Killark d. Hubbell 9 J. 30 Amp, 480-volt Receptacles 10 1. 30 Amp, 480 Volt receptacles shall be 3 Pole, 4 Wire, grounding pin and sleeve 11 type, with circuit breaking capability. The receptacle shall meet the requirements of 12 Power Receptacles specified herein. 13 2. Manufacturers 14 a. Crouse Hinds Arktite style 2, Catalog No. ARE 3423 15 b. Approved equal 16 3. The listing of specific manufacturers above does not imply acceptance of their 17 products that do not meet the specified ratings, features and functions . 18 Manufacturers listed above are not relieved from meeting these specifications in 19 their entirety . 20 4. All current carrying components shall be tin plated including contacts. 21 5 . Conductor clamping screws shall be stainless steel. 22 6. Furnish and install one matching plug for each receptacle shown on the Drawings. 23 K. Welding Receptacles and Disconnect Switches 24 1. Provide in accordance with Section26 28 16 Low Voltage Enclosed Circuit 25 Breakers and Safety Switches 26 2 . Welding receptacles and disconnect switches shall be rated 600 Volts, 100 Amp, 3- 27 pole, 4-wire, 60 Hz. Receptacle shall be mechanically interlocked with its 28 disconnect switch to prevent breaking the circuit with the receptacle and plug. 29 Ground wire shall be bonded to the plug and receptacle housings. Enclosure type 30 shall be NEMA 4. The receptacle shall meet the requirements of Power Receptacles 31 specified herein. 32 a. All current carrying components shall be tin plated including contacts. 33 b . Conductor clamping screws shall be stainless steel. 34 3. Furnish and install one matching plug for the welder. 35 L. Poke-Through Service Fittings 36 1. Poke-through service fittings shall be installed in a two-inch core drilled hole, fit 37 floor thicknesses of 2-1/2 inches to 7 inches and be fire rated. 38 2. Poke-through service fittings shall be provided with barriers to handle both high 39 and low tension services and be designed for both new construction and building 40 retrofit. 41 3. Service fitting heads shall each contain a 20 Amp, 125-volt, 2-pole, 3-wire duplex 42 receptacle on one side and provisions for up to two-25 pair telephone cables on the 43 remaining side. 44 4 . Manufacturers 45 a. Raceway Components 46 b. Walker CITY OF FORT WORTH NORTHSIDE IV 24" WATER TRANSMISSION, MAIN PH l B ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . I 02687 c. Square D 2 d . Approved equal 3 PART 3 -EXECUTION 4 3.1 INSTALLATION 26 27 26 -7 LIGHT SWITCHES AND RECEPTACLES Page 7 of 8 5 A. Switches and receptacles shall be installed flush with the finished wall surfaces in areas 6 with stud frame and gypsum board construction, in dry areas with cement block 7 construction or when raceways are shown as concealed on the Drawings. 8 B. Do not install flush mounted devices in areas designated DAMP, WET or 9 WET/CORROSIVE on the Drawings. Provide surface mounted devices in these areas. 1 O C. Provide weatherproof devices covers in areas designated WET or WET/CORROSIVE 11 on the Drawings. 12 D. Unless otherwise shown on the Drawings, wall switches and other wall mounted 13 controls shall be installed at 54 inches AFF. 14 E. Convenience receptacles shall be 36 inches above the floor unless otherwise shown. 15 F . Convenience receptacles installed outdoors and in rooms where equipment may be 16 hosed down shall be 36 inches above floor or grade. Switches shall be ganged together 17 under one cover plate . 18 G . The location of all devices is shown, in general, on the Drawings and may be varied 19 within reasonable limits so as to avoid any piping or other obstruction without extra 20 cost, subject to the approval of the Owner. Coordinate the installation of the devices for 21 piping and equipment clearance. 22 H. Convenience receptacles and light switches shall be connected using stranded pig tails 23 and spring fork insulated lugs. Feed-through wiring of receptacles is prohibited. 24 3.2 FIELD QUALITY CONTROL 25 A. Test wiring devices to ensure electrical continuity of grounding . Energize the circuit to 26 demonstrate compliance with the requirements. 27 END OF SECTION 28 CITY OF FORT WORTH NORTHSIDE IV 24" WATER TRANSMISSION, MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 26 27 26 -8 LIGHT SWITCHES AND RECEPTACLES Page 8 of 8 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH NORTHSIDE IV 24 " WATER TRANSMISSION , MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 262816 -1 LOW VOLTAGE ENCLOSED ClRCUIT BREAKERS AND SAFETY SWITCHES Page 1 of 10 SECTION 26 28 16 2 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND SAFETY SWITCHES 3 PARTl-GENERAL 4 1.1 SCOPE OF WORK 5 A. Furnish and install low voltage enclosed circuit breakers and disconnect switches, 6 together with appurtenances, complete and operable, as specified herein and as shown 7 on the Contract Drawings. 8 B . All equipment specified in this Section of the Specifications shall be the product of one 9 manufacturer and shall be factory constructed and assembled by that manufacturer. 10 1.2 RELATED WORK 11 A. No references are made to any other section which may contain work related to any 12 other section. The Contract Documents shall be taken as a whole with every section 13 related to every other section as required to meet the requirements specified. The 14 organization of the Contract Documents into specification divisions and sections is for 15 organization of the documents themselves and does not relate to the division of 16 suppliers or labor which the Contractor may choose to employ in the execution of the 17 Contract. Where references are made to other Sections and other Divisions of the 18 Specifications, the Contractor shall provide such information or additional work as may 19 be required in those references, and include such information or work as may be 20 specified. 21 B. Other Divisions 22 1 . The Contractor shall be responsible for examining all Sections of the Specifications 23 and Drawings , and shall determine the power and wiring requirements and shall 24 provide external wiring and raceways, as required to provide a fully functioning 25 power, control and process control systems. If the equipment requires more 26 conductors and/or wiring, due to different equipment being supplied, the Contractor 27 shall furnish the additional conductors , raceways and/or wiring, with no change in 28 the Contract Price, and with no increase in Contract Time. 29 1.3 SUB MITT ALS 30 A. Submittals shall be made in accordance with the requirements of Division 1, Section 26 31 00 00, the Contract Documents and as specified herein the following: 32 I . The manufacturers' names and product designation or catalog numbers for the types 33 of materials specified or shown on the Drawings. 34 2. Cut sheets for each individual item shall be submitted. 35 3. All cut sheets shall be clearly marked to indicate which products are being 36 submitted for use on this project. 37 4. Unmarked cut sheets will cause the submittal to be rejected and returned for 38 rev1s10n. 39 B. All shop drawing submittals and all O&M submittals shall be submitted Division 1. No 40 change in Contract Price or Schedule will be allowed for delays due to unacceptable 41 submittals. CITY OF FORT WORTH NORTHS IDE IV 24" WATER TRANSMISSION, MAIN PH 1 B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Revised August 5, 2022 262816 -2 LOW VOLTAGE ENCLOSED CrRCUIT BREAKERS AND SAFETY SWITCHES Page 2 of 10 C. Submittals shall also contain information on related equipment to be furnished under 2 this Specification. Incomplete submittals not containing the required information on the 3 related equipment will also be returned without review 4 D . Subrnittals shall be made in accordance with the requirements of the process equipment 5 division of these Specifications, and as specified herein. 6 E. Submittals for equipment specified herein shall be made as a part of equipment 7 furnished under other Sections. Individual submittals for equipment specified herein 8 will not be accepted and will be returned without review. 9 F. The original equipment manufacturer, (OEM) shall create all equipment shop drawings , 10 including all wiring diagrams, in the manufacturer's Engineering department. All 11 equipment shop drawings shall bear the original equipment manufacturer's logo, 12 drawing file numbers, and shall be maintained on file in the OEM's archive file system. 13 Photocopies of the Engineer's ladder schematics are unacceptable as shop drawings. 14 G. The following information shall be submitted to the Engineer: 15 1. Product data sheets and catalog numbers for overcurrent protective trip devices on 16 circuit breakers and switches, relaying, meters, pilot lights, etc. The manufacturer's 17 name shall be clearly visible on each cut sheet submitted. List all options, trip 18 adjustments and accessories furnished specifically for this project. 19 2 . Provide control systems engineering to produce custom unit elementary drawings 20 showing interwiring and interlocking between components and to remotely 21 mounted devices. Include and identify all connecting equipment and remote devices 22 on the schematics. The notation "Remote Device" will not be acceptable. Show 23 wire and terminal numbers. Indicate special identifications for electrical devices 24 per the Drawings. 25 3. Provide plan and elevation drawings of each controller or enclosure, with 26 dimensions, exterior and interior views, showing component layouts, controls, 27 terminal blocks, etc .. 28 4. Schematic diagram 29 5. Nameplate schedule 30 6. UL Listing of the completed assembly. 31 7. Component list with detailed component information, including original 32 manufacturer's part number. 33 8 . Conduit entry/exit locations 34 9. Assembly ratings including: 35 a. Short-circuit rating 36 b. Voltage 37 c. Continuous current 38 10. Major component ratings including: 39 a. Voltage 40 b. Continuous current 41 c. Interrupting ratings 42 11. Number and size of cables per phase , neutral if present, ground and all cable 43 terminal sizes. 44 12. Instruction and renewal parts books. 45 H. Factory Tests. Submittals shall be made for factory tests specified herein. CITY OF FORT WORTH NORTHS IDE IV 24" WATER TRANSMISSION, MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Revised August 5 , 2022 262816 -3 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND SAFETY SWITCHES Page 3 of 10 I. Field Test Reports. Submittals shall be made for field tests specified herein. 2 J. Operation and Maintenance Manuals. 3 1. Operation and maintenance manuals shall include the following information: 4 a . Manufacturer's contact address and telephone number for parts and service. 5 b. Instruction books and/or leaflets 6 c . Recommended renewal parts list 7 d. Record Documents for the information required by the Subrnittals paragraph 8 above. 9 K. The manufacturer shall submit for approval, a training agenda for all training specified IO herein. Training agenda shall not be submitted until final approval of the Operation and 11 Maintenance Manual. 12 1.4 REFERENCE CODES AND STANDARDS 13 A. All products and components shown on the Drawings and listed in this specification 14 shall be designed and manufactured according to latest revision of the following 15 standards (unless otherwise noted): 16 1. NEMA Standard AB 1 -Molded Case Circuit Breakers, Molded Case Switches and 17 Circuit Breaker Enclosures 18 2. NFPA 70 -National Electrical Code (NEC) 19 3. NFPA 70E -Standard For Electrical Safety in the Workplace 20 4 . IEEE 242 -Protection and Coordination of Industrial and Commercial Power 21 Systems 22 5. IEEE 399-Power Systems Analysis 23 6. UL 489 -Molded Case Circuit Breakers and Circuit Breaker Enclosures 24 7 . UL 1066-Low Voltage AC and DC Power Circuit Breakers Used in Enclosures . 25 B . All equipment components and completed assemblies specified in this Section of the 26 Specifications shall bear the appropriate label of Underwriters Laboratories. 27 1.5 QUALITY ASSURANCE 28 A. The manufacturer of this equipment shall have produced similar equipment for a 29 minimum period of ten years. When requested by the Engineer, an acceptable list of 30 installations with similar equipment shall be provided demonstrating compliance with 31 this requirement. 32 B. The manufacturer of the assembly shall be the manufacturer of the major components 33 within the assembly . All assemblies shall be of the same manufacturer. Equipment that 34 is manufactured by a third party and "brand labeled" shall not be acceptable . 35 C. All components and material shall be new and of the latest field proven design and in 36 current production. Obsolete components or components scheduled for immediate 37 discontinuation shall not be used . 38 D. For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified. 39 E. Equipment submitted shall fit within the space shown on the Drawings. Equipment 40 which does not fit within the space is not acceptable. CITY OF FORT WORTH NORTHS IDE IV 24 " WATER TRANSMISSION, MAIN PH 1 B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Revi sed Augu st 5 , 2022 262816 -4 LOW VOLT AG E ENCLOSED CIRCUIT BREAKERS A D SAFETY SWITCHES Page 4 o f 10 1.6 JOBSITE DELIVERY, STORAGE AND HANDLING 2 A. Prior to jobsite delivery complete all submittal requirements, and present to the 3 Owner/Engineer upon delivery of the equipment, an approved copy of all such 4 submittals. Delivery of incomplete constructed equipment, or equipment which failed 5 any factory tests, will not be permitted . 6 B . Equipment shall be handled and stored in accordance with manufacturer's instructions . 7 Two copies of these instructions shaJI be included with the equipment at time of 8 shipment and shaJI be made available to the Contractor and Owner. The instructions 9 shall include detailed assembly instructions including but not limited to wiring 10 interconnection diagrams, rigging for lifting, skidding, jacking, and moving using 11 rolling equipment to place the equipment, bolt torquing requirements for bus and all 12 other components which require the installation of bolted connections, and instructions 13 for storing the equipment prior to energizing . 14 C. Equipment shall be stored indoors and protected from moisture, dust and other 15 contaminants. 16 D. Equipment shall not be installed until the location is finished and protected from the 17 elements. 18 1.7 WARRANTY 19 A. Provide warrantees, including the manufacturer's warranty , for the equipment specified 20 and the proper installation thereof, to be free from defects in material and workmanship 2 1 for two years from date of final acceptance of the equipment and its installation. Within 22 s uch period of warranty, all material and labor necessary to return the equipment to new 23 operating condition shall be provided. Any warranty work requiring shipping or 24 tran s porting of the equipment shall be provided at no expen se to the Owner. 25 PART 2-PRODUCTS 26 2.1 MANUFACTURERS 27 A. Subject to compliance with the Contract Documents, the following Manufacturers are 28 acceptable: 29 1 . ABB 30 2 . Eaton 31 3. Schneider Electric Company 32 B . The li sting of specific manufacturers above does not imply acceptance of their products 33 that do not meet the specified ratings , feature s and function s. Manufacturers listed 34 above are not relieved from meeting these specifications in their entirety . 35 C. All equipment furnished under this Section shall be from the same manufacturer. 36 2.2 RATINGS 37 A. The service voltage shall be as shown on the Drawings. The overall short circuit 38 withstand , and interrupting rating of the equipment and devices shall be equal to or 39 greater than the overall short circuit with stand and interrupting rating of the feeder 40 device immediately upstream of the circuit breaker or switch. Sy stems employing series 41 connected ratings for main and feeder device s shall not be used . CITY OF FORT WORT H NORT HS IDE fV 24" W ATER TRANSMISSION, MAIN PH I B STANDARD CONSTRUCTION SPEC rFI C ATION DOC UMENTS CITY PROJECT NO . 102687 Rev ised Augu st 5 , 2022 262816 -5 LOW VOLT AGE ENCLOSED CIRCUIT BREAKERS AND SAFETY SWITCHES Page 5 of IO 1 B . Circuit breakers, safety switches and associated devices shall be designed for 2 continuous operation at rated current in a 40°C ambient temperature. 3 C. Furnish heavy duty devices. 4 D. For additional ratings and construction notes, refer to the Drawings. 5 2.3 CONSTRUCTION 6 A. General 7 I. Refer to Drawings for: actual layout and location of equipment and components ; 8 current ratings of devices, components; protective relays, voltage ratings of devices, 9 components, and assemblies ; and other required details . 10 2. Furnish lugs for incoming wiring, sizes as shown on the Drawings. Allow adequate 11 clearance for bending and terminating of cable size and type specified, Lugs for #12 12 A WG up to #6 A WG shall be ring terminals. Conductors #4 A WG and larger shall 13 be two-hole long barrel lugs with NEMA spacing. All lugs shall be the closed end 14 construction to exclude moisture migration into the cable conductor. See also 15 Section 26 05 19 Wires and Cables ( 1000 Volt Maximum) for additional 16 requirements . 17 3. Built in control stations and indicating lights shall be furnished where shown on the 18 Drawings. 19 4. Furnish nameplates for each device as indicated in Drawings. Nameplates shall be 20 engraved, laminated impact acrylic , matte finish, not less than 1/16-inch thick by 21 3/4-inch by 2-1/2-inch, Rowmark 322402. Nameplates shall be 316 SS screw 22 mounted to all enclosures except for NEMA 4 and 4X. Nameplates for NEMA 4 23 and 4X enclosures shall be attached with double faced adhesive strips, TESA TUFF 24 TAPE 4970, .009 X 1/2 inch, or equal. Prior to installing the nameplates, the metal 25 surface shall be thoroughly cleaned with 70 % alcohol until all residue has been 26 removed. Epoxy adhesive or foam tape is not acceptable . 27 B. Enclosures 28 1. General 29 a. Enclosures shall meet the requirements specified in Section26 05 33 Raceways , 30 Boxes Enclosures and Fittings . 31 b. Provide 316 SS hardware for all enclosures. 32 c. All enclosure doors shall have bonding studs. The enclosure interior shall have 33 a bonding stud . 34 d. Enclosures shall not have holes or knockouts for conduit entry. 35 e. All panels installed outdoors shall have a factory applied, suitable primer and 36 final coat of weatherproof white paint. 37 f. All enclosures shall be provisioned with hardware for a padlock . 38 g . All enclosures shall have integral welded mounting lugs. 39 2 . NEMA 7/4X 40 a . Class 1, Division 1, Groups A , B, C, and D, as defined in NFPA 70. Boxes 41 shall be constructed as follows : 42 1) Copper free cast aluminum body and cover 43 2) Stainless steel hinges 44 3) Watertight neoprene gasket 45 4) Stainless steel cover bolts 46 5) All penetrations shall be factory drilled and tapped . CITY OF FORT WORTH NORTHS IDE IV 24" WATER TRANSMISSION , MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Rev ised August 5, 2022 3 . NON-METALLIC 262816 -6 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND SAFETY SWITCHES Page 6 of 10 2 a. Chemical Rooms. NEMA 4X constructed as follows: 3 1) PVC or Fiberglass reinforced polyester body and door. 4 2) UV inhibitors 5 3) Luggage type quick release latches 6 4) Foam-in-place gasketed doors 7 4 . ALUMINUM 8 a. NEMA 4X Aluminum 9 1) Type 5052 aluminum, body, and door 10 2) Stainless steel hinge 11 3) Foam in-place gasket 12 4) Single point quarter turn latches 13 5. NEMA 12 14 a. NEMA 12 Steel 15 1) Mild steel body and door 16 2) Stainless steel hinges 17 3) Foam in-place gasket 18 4) Single point quarter turn latches 19 6 . NEMA 4X Stainless Steel were not otherwise Defined 20 a . Where an enclosure is not otherwise defined or shown on the Drawing 21 l) NEMA 4X Stainless Steel 22 2) Type 316 stainless steel, body and door 23 3) Stainless steel hinge 24 4) Foam in-place gasket 25 5) Single point quarter turn latches 26 7 . NEMA 1 or NEMA l A boxe s shall not be used. 27 8 . Malleable iron boxes shall not be used . 28 9 . Provide a disconnect operating handle with mechanical interlock having a bypass 29 that will allow the enclosure door to open only when the circuit breaker or switch is 30 in the OFF position. The circuit breaker or switch shall have the capability of being 3 I bypassed after the door has been opened . 32 C. Internal Wiring 33 I. Wiring: Stranded copper, minimum size No . 14 AWG, with 600 Volt, 90°C , flame 34 retardant, Type MTW thermoplastic 600-volt insulation, NEMA Class II , Type B 35 wiring. Line side power wiring shall be sized for the full rating or frame size of the 36 connected device . 37 2 . All wiring shall be tagged and coded with an identification number as shown on the 38 Drawings. Coding shall be typed on a heat shrinkable tube applied to each end 39 showing origination and destination of each wire . The marking shall be permanent, 40 non-smearing , solvent-resistant type like Raychem TMS-SCE, or equal. Wire tags 41 shall be machine-printed . Wire tags relying on adhesives of any type are 42 unacceptable . 43 3. All wiring shall be neatly bundled with tie wraps and supported to wire way 44 supports. Control wiring shall be bundled separately from power wiring . In 45 addition, low signal wiring (millivolt and milliamp) shall be bundle separately from 46 the rest of the control wiring. 47 D. Field Installed Internal Wiring CITY OF FORT WORTH NOR T HSID E IV 24" WATER TRANSMISSION , MAIN PH 1B STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS CITY PROJECT NO . 102687 Revised Augu st 5, 2022 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 26 28 16 -7 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND SAFETY SWITCHES Page 7 of 10 1. Field installed interior wiring shall be neatly grouped by circuit and bound by plastic tie wraps. Circuit groups shall be supported so that circuit terminations are not stressed. In addition, low signal wiring (millivolt and milliamp) shall be bundle separately from the rest of the control wiring. Wiring shall not be 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. 2. All field wiring shall be tagged and coded with an identification number. Coding shall be typed on a heat shrinkable tube applied to each end of the wire. The marking shall be a permanent, non-smearing, solvent-resistant type similar to Raychem TMS-SCE, or equal. Wire tags shall be machine-printed . Wire tags relying on adhesives of any type are unacceptable. 3. In general, all conduit entering or leaving equipment shall be stubbed up into the bottom of the enclosure directly below the area in which the conductors are to be terminated, or from the top if shown on the Drawings and not located in a wet, damp or any process area. Conduits shall not enter the side unless approved in writing by the Owner/Engineer. 18 2.4 CIRCUIT BREAKERS 19 A. Molded Case Circuit Breakers (MCCB's) 20 1. Unless otherwise shown on the Drawings, circuit breakers 225 ampere frame rating 21 and larger, shall be molded case (MCCB), three-Pole, 600-volt, fixed type, with 22 stored energy closing mechanism. Breakers shall be manually operated unless 23 indicated as electrically operated (EO) on the Drawings. Trip device shall be solid 24 state with adjustable long time pickup, and delay; adjustable short time pickup and 25 delay; short time i2t switch; adjustable instantaneous pickup, adjustable ground 26 fault pickup and delay, and ground fault delay and pickup trips for selective 27 tripping . 28 2 . Unless otherwise shown on the Drawings, circuit breakers less than 225 ampere 29 frame rating shall be molded case, three-Pole, 600-volt, fixed type, manually 30 operated with stored energy closing mechanism. Circuit breakers shall have inverse 31 time and instantaneous tripping characteristics. 32 2.5 SAFETY SWITCHES 33 A . Safety switches shall be heavy duty, quick make, quick break, visible blades, 600-volt, 34 three-pole with full cover interlock, interlock defeat and flange mounted operating 35 handle. 36 2.6 FUSED SAFETY SWITCHES 37 A . Fused safety switches shall be heavy duty, quick make, quick break, visible blades, 600 38 volt, three-pole with full cover interlock, interlock defeat and flange mounted operating 39 handle. 40 B. Fuses shall be rejection type, 600 volts, 200,000 A.LC., dual element, time delay. 41 C. Fuses 42 1. Eaton 43 2 . Ferraz Shawmut Fuses 44 3 . Littlefuse Incorporated CITY OF FORT WORTH NORTHS IDE rv 24" WATER TRANSMISSION, MAIN PH 1 B ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Revi sed Augu st 5 , 2022 4. Busman 2 5. Approved equal 26 28 16 -8 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND SAFETY SWITCHES Pag e 8 of 10 3 2.7 MOTOR ISOLATION SWITCHES 4 A. For motors up to and including 100 horsepower, the isolating switch shall be a 5 horsepower rated , quick make, quick break, visible blades , 600 volt, three pole motor 6 circuit switch, in an enclosure as listed above and sized for the motor as shown on the 7 Drawings. The switch shall be plainly marked "Do not operate under load". 8 B. Auxiliary contacts shall be early break (opens before the switch is opened) and early 9 make (closes before the switch is closed). The auxiliary contact shall be rated 5 amperes 10 at 480 volts. 11 2.8 SPARE PARTS 12 A. Provide the following spare parts: 13 l . Three -Fuses of each type used. 14 B . Spare parts shall be boxed or packaged for long term storage and clearly identified on 15 the exterior of package. Identify each item with manufacturers name, description and 16 part number 17 2.9 FACTORY TESTING 18 A. The circuit breakers and all switches shall be completely assembled, wired, and 19 adjusted at the factory and shall be given the manufacturer's routine shop tests and any 20 other additional operational test to insure the workability and reliable operation of the 21 equipment. 22 B . Factory test equipment and test methods shall conform with the latest applicable 23 requirements of ANSI, IEEE, UL , and NEMA standards, and shall be subject to the 24 Owner/Engineer's approval. 25 PART 3-EXECUTION 26 3.1 INSTALLER'S QUALIFICATIONS 27 A. Installer shall be specialized in installing low voltage circuit breakers and disconnect 28 switches with minimum five years documented experience . Experience documentation 29 shall be submitted for approval prior to beginning work on this project. 30 3.2 EXAMINATION 31 A. Examine installation area to assure there is enough clearance to install the equipment. 32 B. Verify that the equipment is ready to install. 33 C. Verify field measurements are as instructed by manufacturer. 34 3.3 INSTALLATION 35 A . Install all equipment per the manufacturer's recommendations and Contract Drawings. 36 B . Install required safety labels. CITY OF FORT WORTH NORTHS IDE fV 24 " WATER TRANSMISSION, MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. I 02687 Revised Au g ust S, 2022 262816-9 LOW VOLT AGE ENCLOSED CIRCUIT BREAKERS AND SAFETY SWITCHES Page 9 of 10 l C. Conduit entry into the top of any NEMA 4/4X rated enclosure in any outdoor, damp, 2 wet or process area is strictly prohibited. Any enclosure entered from the top will be 3 removed, the conduit and conductors re-routed, or conductors replaced if too short. No 4 increase in Contract Price or Contract Time will be allowed. 5 3.4 FIELD QUALITY CONTROL 6 A. Inspect installed equipment for anchoring, alignment, grounding and physical damage. 7 B. Check tightness of all accessible electrical connections. Minimum acceptable values are 8 specified in manufacturer's instructions . 9 3.5 FIELD ADJUSTING 10 A. Adjust all circuit breakers, switches, access doors, operating handles for free 11 mechanical and electrical operation as described in manufacturer's instructions. 12 3.6 FIELD TESTING 13 A. Perform all electrical field tests recommended by the manufacturer. Disconnect all 14 connections to solid-state equipment prior to testing. 15 B. Megger and record phase to phase and phase to ground insulation resistance. Megger, 16 for one minute, at minimum voltage of 1000 volts DC. Measured Insulation resistance 17 shall be at least 100 megohms . In no case shall the manufacturer's maximum test 18 voltages be exceeded . 19 C. Test the ground fault protection system using a high current injection method. 20 D. Test the rating plug for correct rating . 21 3.7 CLEANING 22 A. Remove all rubbish and debris from inside and around the equipment. Remove dirt, 23 dust, or concrete spatter from the interior and exterior of the equipment using brushes, 24 vacuum cleaner, or clean, lint free rags . Do not use compressed air. 25 3.8 EQUIPMENT PROTECTION AND RESTORATION 26 A. Touch-up and restore damaged surfaces to factory finish, as approved by the 27 manufacturer. If the damaged surface cannot be returned to factory specification, the 28 surface shall be replaced. 29 END OF SECTION 30 CITY OF FORT WORTH NORTHSIDE IV 24" WATER TRANSMISSION , MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Revised Augu st 5, 2022 262816 -10 LOW VOLT AGE ENCLOSED CIRCUIT BREAKERS AND SAFETY SWITCHES Page 10 of 10 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH NORTHSIDE IV 24 " WATER TRANSMISSION , MAIN PH 1 B ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Revised August 5, 2022 26 43 13 -I LOW VOLTAGE AC SURGE PROTECTIVE DEVICES (SPDs) Page I of 8 SECTION 26 43 13 2 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES (SPDs) 3 PARTl-GENERAL 4 1.1 SCOPE OF WORK 5 A. This Section of the Specifications describes the requirements for low voltage AC surge 6 protective devices (SPDs 1 K v and less), to be furnished under other Sections of the 7 Specifications. 8 B. All equipment described herein shall be submitted, and factory installed, as an integral 9 part of equipment specified elsewhere in these Specifications. 10 1.2 RELATED WORK 11 A . No references are made to any other section which may contain work related to any 12 other section. The Contract Documents shall be taken as a whole with every section 13 related to every other section as required to meet the requirements specified. The 14 organization of the Contract Documents into specification divisions and sections is for 15 organization of the documents themselves and does not relate to the division of 16 suppliers or labor which the Contractor may choose to employ in the execution of the 17 Contract. Where references are made to other Sections and other Divisions of the 18 Specifications, provide such information or additional work as may be required in those 19 references, and include such information or work as may be specified. 20 B. Other Divisions 21 1. The contractor responsible for examining all Sections of the Specifications and 22 Drawings. Determine the power and wiring requirements. Provide external wiring 23 and raceways as required for fully functioning power, control and process control 24 systems . If the equipment requires more conductors and/or wiring, due to dissimilar 25 equipment being supplied, furnish the additional conductors, raceways and/or 26 wiring, with no change in the Contract Price, and with no increase in Contract Time 27 1.3 SUBMITTALS 28 A. Subrnittals for equipment specified herein shall be made as a part of equipment 29 furnished under other Sections. Individual submittals for equipment specified herein 30 will not be accepted and will be returned unreviewed. Unmarked cut sheets will cause 31 rejection of the submittal and its return for revision. 32 B . Submit to the Owner/Engineer, shop drawings and product data, for the following: 33 l. Submit catalog data for all items supplied from this specification Section as 34 applicable. Submittal shall include catalog data, functions, ratings, inputs, outputs, 35 displays, etc., enough to confirm that the SPD provides every specified 36 requirement. Any options or exceptions shall be clearly indicated, with the reason 37 for such deviations. Acceptance of any deviation will be at the sole discretion of the 38 Owner/Engineer. Shop drawings, not so checked and noted, will be returned 39 unreviewed. 40 2. Dimensional drawing of each SPD type. CITY OF FORT WORTH NORTHSIDE IV 24" WATER TRANSMISSION , MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Revised August 5, 2022 26 4 313 -2 LOW VOLTAGE AC SURGE PROTECTNE DEVICES (SPDs) Page 2 of 8 3. UL 1449 Third Edition Listing, Standard for Safety , Surge Protective Devices, 2 documentation. Provide verification that the SPD complies with the required 3 ANSI/UL 1449 3rd Edition listing by Underwriters Laboratories (UL) or other 4 Nationally Recognized Testing Laboratory (NRTL). 5 4. UL 1283 Listing , Electromagnetic Interference Filters , documentation . 6 5 . ANSI/IEEE C6241 and C6245 , Category C3 (20kV-1.2/50, 10kA-8/20µs 7 waveform) clamping voltage test results. 8 C. Operation and Maintenance Manuals . 9 1. Operation and Maintenance manuals shall include the following information: IO a . Manufacturer's contact address and telephone number for parts and service . 11 b . Instruction books and/or leaflets 12 c . Recommended renewal parts list 13 d . Record Documents for the information required by the Subrnittals above . 14 1.4 REFERENCE CODES AND STANDARDS 15 A . The equipment in this specification shall be designed and manufactured according to 16 latest revision of the following standards (unless otherwise noted): 17 1. UL 1449 Third Edition -Surge Protective Devices 18 2 . UL 1283 Electromagnetic Interference Filters 19 3 . ANSI/IEEE C62.41.2-2002 -IEEE Recommended Practice on Characterization of 20 Surge Voltages in Low Voltage AC Power Circuits 21 4 . ANSI/IEEE C62.45-2002 -IEEE Recommended Practice on Surge Testing for 22 Equipment Connected to Low-Voltage AC Power Circuits . 23 5 . NEC Article 285 -Surge Protective Devices 24 6 . NEMA/ISCI -109 Transient Overvoltage Withstand Test 25 7. IEEE Std . 472/ANSI C37 .90A Surge Withstand Capability Tests 26 8 . IEC 255.4 Surge Withstand Capability Tests 27 B. All SPDs and their installation shall comply with the requirements of the National 28 Electric Code and Underwriters Laboratories (UL) where applicable. 29 C. Each s pecified device s hall also conform to the standards and codes listed in the 30 individual device paragraphs . 31 1.5 QUALITY ASSURANCE 32 A. The manufacturer of this equipment shall have produced similar electrical equipment 33 for a minimum period of five years . When requested by the Owner/Engineer, an 34 acceptable list of in stallations with similar equipment shall be provided demonstrating 35 compliance with thi s requirement. 36 B. The manufacturer of the SPD shall be the same as the manufacturer of the service 37 entrance and distribution equipment in which the devices are installed and shipped . The 38 protected electrical equipment, after installation of the SPD , shall be fully tested and 39 certified to the following UL standards: 40 1. UL 67 -Panelboards . 41 2 . UL 845 -Motor Control Centers . 42 3. UL 891 -Switchboards . 43 4. UL 1558 -Low Voltage Switchgear. CITY OF FORT WORTH NORTHSID E IV 24" WA TER TRANSMISSION , MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUM E NTS CITY PROJECT NO . 102687 Revised Augu st 5 , 2022 264313-3 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES (SPDs) Page 3 of 8 C. For the equipment specified herein, the manufacturer shall be ISO 9001 or 9002 2 certified. 3 1.6 WARRANTY 4 A. Provide warrantees, including the manufacturer's warranty, for the equipment specified 5 and the proper installation thereof, to be free from defects in material and workmanship 6 for five years from date of final acceptance of the equipment and its installation. Within 7 such period of warranty, all material and labor necessary to return the equipment to new 8 operating condition shall be provided. Any warranty work requiring shipping or 9 transporting of the equipment shall be provided at no expense to the Owner. 10 PART 2 -PRODUCTS 11 2.1 MANUFACTURERS 12 A. Subject to compliance with the Contract Documents, the following Manufacturers are 13 acceptable (Type I and Type 2): 14 1. Eaton 15 2. ABB 16 3 . Schneider Electric Company 17 4 . Rockwall 18 5. Approved equal. 19 B. Subject to compliance with the Contract Documents, the following Manufacturers are 20 acceptable (Type 3): 21 I . Edco SLAC Series 22 2. Phoenix Contact 23 3 . Brick Wall Model PWOM20 24 4 . Approved equal. 25 2.2 SERVICE ENTRANCE AND DISTRIBUTION EQUIPMENT 26 A . General 27 I . All SPDs shall be internal to the equipment being protected. Externally housed 28 SPDs will not be acceptable . 29 2. All SPDs shall be marked with a short-circuit current rating and shall meet or 30 exceed the available fault current at the connection point. 31 3. UL 1449 Usage Classifications. 32 a. Type 1 -Permanently connected SPDs intended for installation between the 33 secondary of the service transformer and the line side of the service equipment 34 overcurrent device and intended to be installed without an external overcurrent 35 protective device. 36 b. Type 2 -Permanently connected SPDs intended for installation on the load side 37 of service equipment overcurrent device; including SPDs located at the branch 38 panel. CITY OF FORT WORTH NORTHS IDE IV 24" WATER TRANSMISSION, MAIN PH 1 B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102687 Revi sed August 5 , 2022 I 2 3 4 5 6 7 8 9 10 II 12 13 14 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 50 4. 26 43 13 -4 LOW VOLT AGE AC SURGE PROTECTIVE DEVICES (SPDs) Page 4 of 8 c. Type 3 -Point of utilization SPDs, installed at a minimum conductor length of IO meters (30 feet) from the electrical service panel to the point of utilization, for example cord connected, direct plug-in, receptacle type and SPDs installed at the utilization equipment being protected. The distance (10 meters) is exclusive of conductors provided with or used to attach SPDs . Construction of Type 1 and Type 2. a. Fully Integrated Component Design: All the SPD 's components and diagnostics shall be contained within one discrete assembly. SPDs or individual SPD modules that must be ganged together in order to achieve higher surge current ratings or other functionality will not be accepted . b . Overcurrent Protection : The unit shall contain thermally protected MOYs . The thermally protected MOVs shall have a thermal protection element packaged together with the MOY in order to achieve overcurrent protection of the MOY . The thermal protection element shall disconnect the MOV(s) from the system in a fail-safe manner should a condition occur that would cause them to enter a thermal runaway condition . c . Maintenance Free Design : The SPD shall be maintenance free and shall not require any user intervention throughout its life . SPDs containing items such a s replaceable modules , replaceable fuses, or replaceable batteries are not acceptable . SPDs requiring any maintenance of any sort such as periodic tightening of connections are not acceptable . d . Balanced Suppression Platform: The surge current shall be equally distributed to all MOY components to ensure equal stressing and maximum performance . The surge suppression platform must provide equal impedance paths to each matched MOY . Designs incorporating replaceable SPD modules are not acceptable . e . Electrical Noise Filter: Each unit shall include a high-performance EMI/RFI noi se rejection filter. Noise attenuation for electric line noise shall be up to 50 dB from 10 kHz to 100 MH z using the MIL-STD-220A insertion loss test method. f. Internal Connections: No plug-in component modules or printed circuit boards shall be used as surge current conductors . All internal components shall be soldered, hardwired with connections utilizing low impedance conductors . g. Power and ground connections shall be prewired within the protected equipment. h . Local Monitoring: Vi sible indication of proper SPD connection and operation shall be provided. The indicator lights shall indicate which phase as well as which module is fully operable. The status of each SPD module shall be monitored on the front cover of the enclosure as well as on the module. A pu sh-to-test button shall be provided to test each phase indicator. Push-to-test button shall activate a state change of dry contacts for testing purposes. 1. Surge Counter: The SPD shall indicate user how many surges have occurred at the location . The surge counter shall trigger each time a surge event with a peak curre nt magnitude of a minimum of 50 ± 20A occurs . A reset pushbutton shall al so be standard, allowing the surge counter to be zeroed . The reset button shall contain a mechanism to prevent accidental resetting of the counter via a single, short-duration button press. To prevent accidental resetting, the s urge counter re set button shall be depresse d for a minimum of two seconds in order to clear the surge count total. The ongoing surge count shall be stored in non-volatile memory or UPS backup. CITY OF FORT WORTH NORTHS ID E IV 24" WATER TRANSMISSION , MACN PH l B STANDARD CO NSTRUCTION SPECIFICATIO N DO CUM ENTS CITY PROJECT NO. 1026 87 Rev ised Augu st 5 , 2022 26 43 13 -5 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES (SPDs) Page 5 of 8 1 J. Remote Monitoring: For remote monitoring, the SPDs shall provide the same 2 discrete and analog signal and control functions as specified for local 3 monitoring and the surge counter, to a terminal strip for outgoing connection to 4 a PLC as shown on the Drawings. The functions shall be converted as specified 5 for interface to the monitored equipment. 6 k . The voltage surge suppression system shall incorporate thermally protected 7 metal-oxide varistors (MOVs) as the core surge suppression component for the 8 service entrance and all other distribution levels. The system shall not utilize 9 silicon avalanche diodes, selenium cells, air gaps, or other components that may IO crowbar the system voltage leading to system upset or create any environmental 11 hazards. 12 l. SPD shall be Listed in accordance with UL 1449 Third Edition and UL 1283 , 13 Electromagnetic Interference Filters. 14 m. Integrated surge protective devices (SPD) shall be Component Recognized in 15 accordance with UL 1449 Third Edition, Section 37.3 .2 and 37.4 at the 16 standard's highest short circuit current rating (SCCR) of 200 kA, including 17 intermediate level of fault current testing. 18 n. SPD shall be tested with the ANSI/IEEE Category C High exposure waveform 19 (20kV-l .2/50µs, 1 0kA-8/20µs). 20 o. SPD shall provide suppression for all modes of protection : L-N, L-G, and N-G 21 in WYE systems (7 Mode). 22 5. Construction of Type 3. 23 a . Fully Integrated Component Design: All the SPD's components and diagnostics 24 shall be contained within one discrete assembly . SPDs or individual SPD 25 modules that must be ganged together in order to achieve higher surge current 26 ratings or other functionality will not be accepted. 27 b . Maintenance Free Design : The SPD shall be maintenance free and shall not 28 require any user intervention throughout its life. SPDs containing items such as 29 replaceable modules, replaceable fuses, or replaceable batteries are not 30 acceptable. SPDs requiring any maintenance of any sort such as periodic 31 tightening of connections are not acceptable . 32 c . Electrical Noise Filter: Each unit shall include a high-performance EMI/RFI 33 noise rejection filter. Noise attenuation for electric line noise shall be up to 50 34 dB from 10 kHz to 100 MHz using the MIL-STD-220A insertion loss test 35 method. 36 d. Internal Connections: No plug-in component modules or printed circuit boards 37 shall be used as surge current conductors . All internal components shall be 38 soldered, hardwired with connections utilizing low impedance conductors . 39 e . Power and ground connections shall be prewired within the protected 40 equipment. 4 I f . Local Monitoring: Visible indication of proper SPD connection and operation 42 shall be provided. The indicator light shall indicate that the module is fully 43 operable. The status of each SPD module shall be monitored on the front cover 44 of the module . 45 g. SPD shall be Listed in accordance with UL 1449 Third Edition and UL 1283 , 46 Electromagnetic Interference Filters. 47 h. SPD shall be tested with the ANSI/IEEE Category C High exposure waveform 48 (20kV-1.2/50µs, 10kA-8/20µs). 49 B . Applications . 50 I. Service Entrance Rated Equipment (Type 1). CITY OF FORT WORTH NORTHSIDE IV 24 " WATER TRANSMISSION , MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102687 Revised August 5 , 2022 I 2 3 4 5 6 7 8 9 10 II 12 13 14 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 50 264313 -6 LOW VOLT AGE AC SURGE PROTECTIVE DEVICES (SPDs) Page 6 of 8 a. This applies to switchgear, switchboards, panelboards, motor control centers, and other devices installed as service entrance equipment where the SPD is to be permanently connected between the secondary of the service transformer and the line side of the service equipment overcurrent device . b . Service entrance located SPDs shall be tested and demonstrate suitability for application within ANSI/IEEE C62.4 l Category C environments . c. The SPD shall be of the same manufacturer as the equipment d. The SPD shall be factory installed inside the equipment, at the assembly point, by the original equipment manufacturer e. Locate the SPD on the load side of the main disconnect device , as close as possible to the phase conductors and the ground/neutral bars . f. The SPD shall be connected through a UL approved disconnecting means . The disconnect shall be in immediate proximity to the SPD. Connection shall be made via bus, conductors, or other connections originating in the SPD and shall be kept as short as possible. g . The SPD shall be integral to the equipment as a factory standardized design . h. All monitoring and diagnostic features shall be visible from the front of the equipment. 2. Distribution Equipment Applications (Type 2). a . This applies to switchgear, switchboards, panelboards, motor control centers, and other non-service entrance equipment where the SPD is to be permanently connected on the load side of the equipment overcurrent device. b. The SPD shall be of the same manufacturer as the equipment. c. The SPD shall be included and mounted within the equipment by the manufacturer . d. The manufacturer shall size and provide the overcurrent and disconnecting means for the SPD. e. The SPD units shall be tested and demonstrate suitability for application within ANSI/IEEE C62.41 Category B environments. f. The SPD shall be located within the panelboard, unless otherwise shown on the Drawings . SPDs shall be installed immediately following the load side of the main breaker. SPDs installed in main lug only panelboards shall be installed immediately following the incoming main lugs . g . The SPD shall not limit the use of through-feed lugs, sub-feed lugs , and sub- feed breaker options. h. All monitoring and diagnostic features shall be visible from the front of the equipment. 3. Individual Control Panel and Related Equipment Protection (Type 3). a. Locate the SPD on the load side of the ground and neutral connections. b. The SPD shall be connected through a disconnect circuit breaker or fuse as shown on the drawings. The disconnecting means shall be in immediate proximity to the SPD. Connection shall be made via bus, conductors, or other connections originating in the SPD and shall be kept as short as possible. c. All monitoring and diagnostic features shall be visible from the front of the equipment. 4 . Mechanical Equipment Manufacturer's Provided Control Panels (MEMs) and Electrical Manufacturer's Provided Control Panels (OEMs) Applications (Type I , Type 2, and Type 3) a. Where any such panel is installed as service entrance equipment, a Type I SPD shall be in stalled. CITY OF FORT WORTH NORTHSIDE IV 24" WATER TRANSMISSION , MAIN PH 1B STANDARD CONSTRUCTION SPECIFICATION DOCUM E NTS CITY PROJECT NO. 102687 Revised August 5, 2022 I 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 C. 26 43 13 -7 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES (SPDs) Page 7 of 8 1) The same requirements for other service entrance equipment listed above apply to this application except for the requirement that the Type l SPD shall not be required to be of the same manufacturer as the panel. b. Where any such panel is installed as non-service entrance equipment, but within 50' of wire length of the incoming power line w h en that line is overhead. 1) The same requirements for other non-service entrance equipment listed above apply to this application except for the requirement that the Type 2 SPD shall not be required to be of the same manufacturer as the panel. 2) Where a Type 1 SPD is installed, a Type 2 SPD is not required on the same panel unless otherwise specifically shown on the drawings. c. Where any such panel includes a PLC, a Type 3 SPD shall be installed. 1) The same requirements for other individual control panel and related equipment listed above apply to this application . 2) The SPD shall be integral to the MEM or OEM panel, as a factory standardized design. Ratings 1. Unit Operating Voltage: Refer to drawings for operating voltage and unit configuration. 2. SPD shall be designed to withstand a maximum continuous operating voltage (MCOY) of not less than 115% of nominal RMS voltage. 3 . Minimum surge current rating shall be 240 kA per phase (120 kA per mode) for service entrance and 120 kA per phase (60 kA per mode) for distribution applications. 4. UL 1449 clamping voltage must not exceed the following : Voltage Protection Rating (VPR) Voltage 240/120 208Y/120 480Y.277 600Y/347 L-N 1200/800Y 800V 1200V 1500V L-G 800V 800V 1200V 1500V 800V 800V 1200V 1500V 5. Pulse life test: Capable of protecting against and surviving 5000 ANSI/IEEE Category C High transients without failure or degradation of clamping voltage by more than 10%. 6 . Minimum UL 1449 3rd edition withstand Nominal Discharge Current (In) rating to be 20kA per mode 32 2.3 ACCESS ORIES 33 A. Furnish nameplates for each device as indicated on drawings. Color schemes shall be as 34 indicated on Drawings. CITY OF FORT WORTH NORTHS IDE IV 24" WATER TRANSMISSION , MAIN PH 1 B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Re vised Augu st 5 , 2022 PART 3 -EXECUTION 2 3.1 INSTALLATION 26 43 13 -8 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES (SPDs) Page 8 of 8 3 A. All equipment specified herein shall be factory installed, field adjusted, tested and 4 cleaned as an integral part of equipment specified elsewhere in the individual 5 equipment Specification. 6 B. Types 1 and 2 shall be grounded and bonded as a part of the individual equipment as 7 specified in the individual equipment Section. Type 3 shall be grounded and bonded in 8 accordance with the SPD manufacturer's instructions. 9 END OF SECTION CITY OF FORT WORTH NORTHSIDE IV 24" WATER TRANSMISSION , MAIN PH 1 B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102687 Revised August 5 , 2022 1 SECTION 26 50 00 2 LIGHTING SYSTEM 3 PARTl-GENERAL 4 1.1 SCOPE OF WORK 26 50 00 -I LIGHTING SYSTEM Page I of 12 5 A. Furnish all labor, materials, equipment and incidentals required and install a complete 6 lighting system ready for operation as shown on the Drawings and as specified herein. 7 1.2 RELATED WORK 8 A. No references are made to any other section which may contain work related to any 9 other section. The Contract Documents shall be taken as a whole with every section 10 related to every other section as required to meet the requirements specified. The 11 organization of the Contract Documents into specification divisions and sections is for 12 organization of the documents themselves and does not relate to the division of 13 suppliers or labor which the Contractor may choose to employ in the execution of the 14 Contract. Where references are made to other Sections and other Divisions of the 15 Specifications, the Contractor shall provide such information or additional work as may 16 be required in those references, and include such information or work as may be 17 specified. 18 B. Other Divisions 19 1. The Contractor shall be responsible for examining all Sections of the Specifications 20 and Drawings, and shall determine the power and wiring requirements and shall 21 provide external wiring and raceways, as required to provide a fully functioning 22 power, control and process control systems. If the equipment requires more 23 conductors and/or wiring, due to different equipment being supplied, the Contractor 24 shall furnish the additional conductors, raceways and/or wiring, with no change in 25 the Contract Price, and with no increase in Contract Time. 26 1.3 SUBMITTALS 27 A. Submittals shall be made in accordance with the requirements of Division 1, Section 26 28 00 00, the Contract Documents and as specified herein the following: 29 1. The manufacturers' names and product designation or catalog numbers for the types 30 of materials specified or shown on the Drawings. 31 2. Cut sheets for each individual item shall be submitted. 32 3. All cut sheets shall be clearly marked to indicate which products are being 33 submitted for use on this project. 34 4. Unmarked cut sheets will cause the submittal to be rejected and returned for 35 revision. 36 B. All shop drawing submittals and all O&M submittals shall be submitted Division 1. No 37 change in Contract Price or Schedule will be allowed for delays due to unacceptable 38 submittals. 39 C. Submittals shall also contain information on related equipment to be furnished under 40 this Specification. Incomplete submittals not containing the required information on the 41 related equipment will also be returned without review CITY OF FORT WORTH NORTHSIDE IV 24 " WATER TRANSMISSION , MAIN PH 18 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102687 Revised August 5, 2022 26 50 00 - 2 LIGHTING SYSTEM Page 2 of 12 D. Submittals shall be made in accordance with the requirements of the process equipment 2 · division of these Specifications , and as specified herein. 3 E. Submittals for equipment specified herein shall be made as a part of equipment 4 furnished under other Sections . Individual submittals for equipment specified herein 5 will not be accepted and will be returned without review . 6 F . Submit for approval , a manufacturer's conducted training agenda for all training 7 specified herein . Training ag~nda shall not be submitted until final approval of the 8 Operation and Maintenance Manual. 9 G. Submit to the Owner/Engineer, shop drawings and product data, for the following : 10 1. Manufacturer's technical information for the materials proposed for use in the 11 systems . 12 2 . For all light pole foundations shown to be installed in earth, provide installation and 13 anchoring drawings that are stamped and sealed by a licensed engineer in the state 14 of Texas . The soil condition shall be assumed to be disturbed earth . If compaction 15 is assumed , a compaction test shall be performed on all foundation locations , 16 showing the minimum field density assumed in the foundation design . 17 3 . Submit manufacturer's name and catalog data for all lighting equipment specified in 18 this Section and on the lighting fixture schedule . 19 4 . Clearly indicate luminaire type , name of the job. Contractor shall endeavor to 20 submit all luminaires, drivers and integral controls shop drawings at one time , in 21 one package . Any re-submittals shall include all luminaire , driver and integral 22 controls previously rejected or requiring further information . Specialty SSL, 23 custom, or modified fixtures may be submitted as a separate package . 24 5 . Reproductions of the Contract Drawings are not acceptable as shop drawings . 25 6 . Provide dimension s, ratings and specific catalog number and identification of items 26 and acces sories and performance data. 27 7. Indicate any dimensions and components for each luminaire that are not a standard 28 product of the manufacturer. 29 8. Wiring Diagrams -as needed for special operation or interaction with other 30 system(s). 31 9 . Photometric Data : Where indicated below or for substitutions , supply complete 32 photometric data for the fixture , including optical performance , rendered by 33 NVLAP approved laboratory deve loped according to the methods of the 34 Illuminating Engineering Society of North America. Submit electronically, in 35 IESNA LM-63 standard format. Types XX and YY. 36 10 . Submit photometric data for all substitute luminaries . Photometric reports are not 37 required from specified manufacturer unless noted in paragraph H above . 38 11. If lacking sufficient detail to indicate compliance with Contract Documents , 39 standard specification sheets will not be accepted. This includes, but is not limited 40 to, luminaire type designation , manufacturer's complete catalog number, voltage , 41 LED type , CCT, CRI , specific driver information, system efficacy , L70 life rating , 42 and any modifications necessary to meet the requirements of the Contract 43 Documents. C ITY OF FORT WORTH NORT HSID E IV 24" WATER T RANSMISSIO N, MAIN PH I B ST ANDARD CONSTRUC TION SPEC IFI CATIO N DOCUM ENTS CITY PROJ ECT NO . I 026 87 Revised August 5, 2022 26 50 00 - 3 LIGHTING SYSTEM Page 3 of 12 1 12. Substitutions shall include complete photometric data as outlined in paragraph H 2 above, and point-by-point calculations for the specific conditions on the project. 3 Samples shall be required for consideration of any substitutions and must be 4 submitted in accordance with the terms outlined in paragraph below. 5 13. Working Samples of all substitutions: Samples shall be 120-volt with cord and plug 6 attached and shall include specified LEDs and all modifications necessary to meet 7 the requirements specified in the Contract Documents. 8 H. Energy Efficiency: 9 1. Submit documentation for Energy Star qualifications for equipment provided under IO work of this Section. 11 2. Submit data indicating luminaire efficiency. 12 3 . Submit data indicating Ballast Efficacy Factor (BEF). 13 4. Submit data indicating Luminaire Efficacy rating (LER). 14 5 . Submit data indicating color rendition index of light source. 15 I. Submit environmental data in accordance with Table 1 of ASTM E2129 for products 16 provided under work of this Section . 17 J. Manufacturer's technical information for the materials proposed for use in the systems . 18 1.4 REFERENCE CODES AND STANDARDS 19 A. All lighting fixtures shall be in accordance with the National Fire Protection 20 Association (NFPA) NFPA 70 "National Electrical Code" (NEC), and shall be 21 constructed in accordance with the latest edition of the Underwriters Laboratories (UL) 22 "Standards for Safety, Electric Lighting Fixtures". 23 B . National Energy Policy Act of 2005, Public Law No. 109-58. 24 C. IESNA LM-63 -ANSI Approved Standard File Format for Electronic Transfer of 25 Photometric Data and Related Information; 2002. 26 D . NFPA 70 -National Electrical Code; National Fire Protection Association; 2008 . 27 E. IESNA LM-79-08 IESNA -Approved Method for Electrical and Photometric. 28 F . Measurements of Solid State Lighting Products; 2008. 29 G. IESNA LM-80-08 IESNA -Approved Method for Measuring Lumen Maintenance of 30 LED Light Sources. 31 H . IESNA LM-80-08 IESNA -Approved Method for Measuring Lumen Maintenance of 32 LED Light Sources. 33 I. IESNA TM-21-2011 -Projecting Long Term Lumen Maintenance of LED Light 34 Sources. 35 J. UL 8750 -Light Emitting Diode (LED) Equipment for Use in Lighting Products. 36 K . OSHA 29CFR1910.7 -Luminaires shall be listed by national recognized testing 37 laboratory approved by United Stated Department of Labor, Occupational Safety and 38 Health Administration (OSHA). 39 1.5 QUALITY ASSURANCE 40 A. All fixtures shall energy-efficient type. CITY OF FORT WORTH NORTHSIDE IV 24" WATER TRANSMISSION, MAIN PH 18 STANDARD CONSTRUCTION SP ECIFICATION DOCUM ENTS CITY PROJECT NO . I 02687 Revised Augu st 5, 2022 26 50 00 - 4 LIGHTING SYSTEM Page 4 of 12 B. The manufacturer of these materials shall have produced similar lighting fixtures for a 2 minimum period of five years. When requested by the Owner/Engineer, an acceptable 3 list of installations with similar systems shall be provided demonstrating compliance 4 with this requirement. 5 C. The luminaires shall be manufactured in accordance w ith a manufacturer quality 6 assurance (QA) program . The QA program shall include two types of quality assurance: 7 ( 1) design quality assurance and (2) production quality assurance. The production 8 quality assurance shall include statistically controlled routine tests to ensure minimum 9 performance levels of the modules built to meet this specification. These tests shall JO include: CCT, CRI, Lumen output and wattage . Tests shall be recorded , analyzed and 11 maintained for future reference. 12 D. QA process and test results documentation shall be kept on file for a minimum period 13 of seven years . 14 E. LED luminaire designs not satisfying design qualification testing and the production 15 quality assurance testing performance requirements described below shall not be 16 labeled, advertised, or sold as conforming to this specification. 17 F. Equipment submitted shall fit within the space shown on the Drawings . Equipment 18 which does not fit within the space is not acceptable . 19 1.6 JOBSITE DELIVERY, STORAGE AND HANDLING 20 A. Prior to jobsite delivery, complete all submittal requirements, and present to the 21 Owner/Engineer upon delivery of the equipment, an approved copy of all such 22 submittals. Delivery of incomplete constructed equipment, onsite factory work, or 23 failed factory tests will not be permitted. 24 B. Protect equipment during shipment, handling, and storage by suitable complete 25 enclosures . Protect equipment from exposure to the elements and keep thoroughly dry. 26 C. Protect painted surfaces against impact , abrasion, discoloration, and other damage . 27 Repaint damaged painted surfaces to the satisfaction of the Owner/E ngineer. 28 D . Equipment shall be installed in its permanent location shown on the Drawings within 29 seven calendar days of arriving onsite . If the equipment cannot be installed within seven 30 calendar days , the equipment shall be stored on site in a dry heated and air conditioned 31 space. If there is no such storage space on site, the equipment shall not be delivered to 32 the site, but stored offsite, until such time that the site is ready for permanent 33 installation of the equipment. No change in the Contract Price will be allowed for 34 storage or transportation. 35 1.7 WARRANTY 36 A. Provide warranties , including the manufacturer's warranty , for the equipment specified 37 and the proper installation thereof, to be free from defects in material and workmanship 38 for one years from date of final acceptance of the equipment and its installation . Within 39 such period of warranty , all material and labor necessary to return the equipment to new 40 operating condition shall be provided. Any warranty work requiring shipping or 41 transporting of the equipment shall be provided at no expense to the Owner. C ITY OF FO RT WORTH NORTHSIDE IV 24 " WATER T RANSMISSION , MAIN PH 18 STANDARD CONSTRUCTIO N SPECIFICATlON DO CUMENTS CITY PROJECT NO . 102687 Revised August 5, 2022 PART 2 -PRODUCTS 2 2.1 MANUFACTURERS 26 50 00 - 5 LIGHTING SYSTEM Page 5 of 12 3 A. Subject to compliance with the Contract Documents, the following Manufacturers are 4 acceptable : 5 I . Lighting fixture manufacturers and types as required by the "Lighting Fixture 6 Schedule" on the Drawings. 7 B . The listing of specific manufacturers above does not imply acceptance of their products 8 that do not meet the specified ratings , features and functions. Manufacturers listed 9 above are not relieved from meeting these specifications in their entirety. 10 C. Where specified to match existing fixtures , fixtures of the same manufacturer and type 11 shall be installed. 12 2.2 LIGHTING FIXTURES 13 A. General 14 1. All lamps shall be of one manufacturer. 15 2 . Manufacturers: 16 a . Osram/Sylvania Electric Products, Inc . 17 b. General Electric Co. 18 c . North American Philips Lighting Corp . 19 d. Approved equal 20 3 . All ballasts shall be UL listed, ETL certified, Class "P", high power factor 21 (minimum 0 .90). 22 4. Ballasts shall have an "A" sound rating or better. 23 5 . All ballasts used in exterior applications shall have a minimum starting temperature 24 of 0 °F unless otherwise spec ified . 25 6 . All interior ballasts shall have a minimum starting temperature of 50°F. 26 7. Ballasts shall be parallel wired type and designed to operate the number and length 27 oflamps specified. 28 8 . The total harmonic distortion (THD) of each ballast shall be 10 % or less . 29 9 . Ballasts shall have a minimum ballast factor of 0 .88 = N and as specified in the 30 fixture schedule . 31 10 . Ballasts shall have nominal power factor 0 .90 or higher. 32 11 . Ballasts shall have a maximum lamp current crest factor of 1.4 . 33 12 . Ballast shall provide normal rated life for the lamp specified. 34 13 . All electronic ballasts shall be warranted for parts and replacement for five full 35 years from the date of installation . 36 14 . All ballasts shall be as manufactured by G.E., Advance, Model Mark V , similar by 37 Osram/Sylv ania ; MagneTek or equal. 38 15 . Where the equipment contains a programmable logic controller (PLC) or an 39 uninterruptible power supply (UPS), the equipment manufacturer shall furnish 40 factory installed, a dedicated Point of Utilization Device (SPD), as specified in 41 Section 26 43 13, Individual Control Panel and Related Equipment Prote ction 42 (Type 3). 43 B . Fixed Mount CITY O F FORT WORTH NO RT HSID E IV 24 " WATER TRA NS MISSIO N, MAI N PH I B ST ANDARD CON STRUC TI ON SP EC IFI CATION DOCUMENTS C ITY PROJECT NO . I 02687 Rev ise d August 5, 2022 1. Fluorescent Fixtures 2 a . Lamps 3 1) Furnish high lumen fluorescent lamps where listed . 26 50 00 -6 LI G HTING SYSTEM Page 6 of 12 4 2) Linear fluorescent lamps shall be T8 or TS as required by the fixture , 5 rapid/instant start, tri-phosphor, minimum CRI 86 , and compact types all as 6 shown on the Fixture Schedule" 7 b . Ballasts 8 1) All linear fluorescent light fixtures shall have an electronic ballast unless 9 otherwise noted on the Lighting Fixture Schedule. IO 2 . High Pressure Sodium Fixtures 11 a. Lamps 12 1) Dual arc tube HPS as shown on the "Lighting Fixture Schedule ." 13 2) High pressure sodium lamps shall be clear, non-cycling , and of the size and 14 type as shown on the Lighting Fixture Schedule . 15 b . Ballasts 16 1) High pressure sodium ballasts shall be of the constant wattage type, with 17 multi-tap windings , of the correct size and voltage for the fixture it is to 18 serve as shown on the Lighting F ixture Schedule. 19 3 . Metal Halide Fixtures 20 a . Lamps 21 1) Metal halide lamp s shall be clear puls e-start, and of the size and type as 22 shown on the Lighting Fixture Schedule . 23 b . Ballasts 24 1) Pulse-start metal halide ballasts shall be of the constant wattage auto- 25 transformer type , with a minimum efficiency of 88 %, for lamp wattage s 26 from 150 watts to 500 watts . 27 2) Non-pulse start electronic ballasts shall have an efficiency of 92 % for 28 wattage s greater than 250 watts and a minimum efficiency of 90 % for 29 wattage s less than or equal to 250 watts. 30 4 . Incandescent Fixtures 31 a . Lamps 32 I) Incande scent lamps shall be compact fluorescent self-ballasted, minimum 33 1000 hours . 34 C. LED Luminaires 35 1. Each luminaire shall consist of an assembly that utilizes LEDs as the light source. 36 In addition , a complete luminaire shall consist of a housing , LED array , and 37 electronic driver (power supply) and integral controls as per th is specification. 38 2. Each luminaire shall be designed to operate at an average operating temperature of 39 25 °c. 40 3. The operating temperature range shall be 0°C to +25 °C. Each luminaire shall meet 41 all parameters of this specification throughout the minimum operational life wh en 42 operated at the average operating temperature . 43 4 . Nominal luminaire dimensions: refer to light fixture schedules . 44 D. Luminaire Construction : 45 1. Luminaire housing to have no visible welding , screws , springs , hooks , rivets , bare 46 LEDs or plastic supports . C IT Y O F FORT WORT H NORTHS ID E IV 24" WATER T RANSM ISS IO N, MAIN PH 18 ST AN DARD CO NS TRUCTIO N SP EC IFI CA TION DOCUM EN TS C ITY PROJECT NO. I 026 87 Revised Augus t 5, 2022 26 50 00 - 7 LIGHTING SYSTEM Page 7 of 12 2. The luminaire shall be a single, self-contained device, not requiring onsite assembly 2 for installation. The power supply and circuit board for the luminaire shall be 3 integral to the unit. 4 3 . Luminaires shall be fabricated from post painted cold rolled steel and shall be a 5 rigid structure with integral T-bar clips. 6 4 . Finish : Polyester powder coat painted with 92% high-reflective paint after 7 fabrication. 8 5 . Reflector : rugged one-piece cold rolled steel with embossed multi-facets, echoing 9 the frequency of the refractor prisms to distribute soft light at multiple angles, IO without flashing thus reducing high luminance contrast. 11 6 . End caps shall be sloped at 70 degrees to create depth. 12 7 . Luminaire to have smooth transition between T-bar and reflector arch. No 13 doorframe or exposed hardware. 14 8 . Polymeric materials (if used) of enclosures containing either the power supply or 15 electronic components of the luminaire shall be made of UL94VO flame retardant 16 materials. Luminaire lenses are excluded from this requirement. 17 9. Integral Grid Clips required on recessed mounted luminaires along with integral tie 18 wire mounting points. 19 10. Luminaire to have air removal capability as specified. 20 11. The assembly and manufacturing process for the SSL luminaire shall be designed to 21 assure all internal components are adequately supported to withstand mechanical 22 shock and vibration. 23 E . LED Sources 24 1. LEDs shall be manufactured by: 25 a. Nichia 26 b . Samsung 27 c. Osram 28 2. Lumen Output -minimum initial lumen output of the luminaire shall be as follows 29 for the lumens exiting the luminaire in the 0-90 degree zone -as measured by 30 IESNA Standard LM-79-08 in an accredited lab. Exact tested lumen output shall be 3 l clearly noted on the shop drawings. 32 3 . Lumen output shall not decrease by more than 20% over the minimum operational 33 life of 50,000 hours. 34 4 . Individual LEDs shall be connected such that a catastrophic loss or the failure of 35 one LED will not result in the loss of the entire luminaire. 36 5. LED Boards shall be suitable for field maintenance or service from below the 37 ceiling with plug-in connectors. LED boards shall be upgradable . 38 6 . Light Color/Quality 39 a. Correlated Color temperature (CCT) range as per specification, between 40 3500K, 4100K and 5000K shall be correlated to chromaticity as defined by the 41 absolute (X,Y) coordinates on the 2-D CIE chromaticity chart. 42 b . The color rendition index (CRI) shall be 80 or greater. 43 c. Color shift over 6,000 hours shall be <0.007 change in u' v' as demonstrated in 44 IES LM80 report. 45 F. Power Supply and Driver CITY OF FORT WORTH NORTHSIDE IV 24" WATER TRANSMISSION, MAIN PH 18 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. I 02687 Revised August 5, 2022 26 50 00 -8 LIGHTING SYSTEM Page 8 of 12 1. Driver: AccuDrive, 120-277 Volt, UL Listed, CSA Certified, Sound Rated A+. 2 Driver shall be greater than 80% efficient at full load across all input voltages. Input 3 wires shall be #18 AWG solid copper minimum. 4 2. Driver shall be suitable for full-range dimming. The luminaire shall be capable of 5 continuous dimming without perceivable flicker over a range of 100% to 5% of 6 rated lumen output with a smooth shutoff function. Dimming shall be controlled by 7 a 0-10 volt signal. 8 3. Driver shall be UL listed. 9 4 . Maximum stand-by power shall be one watt. 10 5. Driver disconnect shall be provided where required to comply with codes. 11 6 . The electronics/power supply enclosure shall be internal to the SSL luminaire and 12 be accessible per UL requirements. 13 7 . The surge protection which resides within the driver shall protect the luminaire 14 from damage and failure for transient voltages and currents as defined in 15 ANSI/IEEE C64.41 2002 for Location Category A, where failure does not mean a 16 momentary loss of light during the transient event. 17 G. Electrical 18 1. Operation Voltage -The luminaire shall operate from a 50 or 60 Hertz ±3 Hertz AC 19 line over a voltage ranging from 120 volts AC to 277 volts AC . The fluctuations of 20 line voltage shall have no visible effect on the luminous output. The standard 21 operating voltages are 120 volts AC , 277 volts AC , 347 volts AC. 22 2 . Power Factor: The luminaire shall have a power factor of 90% or greater at all 23 standard operating voltages and full luminaire output. 24 3. THD : Total harmonic distortion (current and voltage) induced into an AC power 25 line by a luminaire shall not exceed 20% at any standard input voltage . 26 4 . Surge Suppression : The luminaire shall include surge protection to withstand high 27 repetition noise and other interference . 28 5. RF Interference : The luminaire and associated onboard circuitry must meet Class A 29 emission limits referred in Federal Communications Commission (FCC) Title 47 , 30 Subpart B, Section 15 Non-Consumer requirements for EMI/RFI emissions. 31 6. Electrical connections between normal power and driver must be modular utilizing 32 a snap fit connector. All electrical components must be easily accessible after 33 installation and be replaceable without removing the fixture from the ceiling . 34 7 . All electrical components shall be RoHS compliant. 35 H. Exit Sign: UL listed. Provide with automatic power failure device with integral self- 36 testing module and fully automatic high/low trickle charger in a self-contained power 37 pack . Battery shall be sealed electrolyte type; shall operate unattended; and require no 38 maintenance, including no additional water, for a period of not less than five years . 39 LED exit sign shall have emergency run time of 1-1/2 hours (minimum). The light 40 emitting diodes shall have rated lamp life of 70 ,000 hours (minimum). All exit sign 41 fixtures shall be rated maximum of five watts per fixture. 42 I. Photometric Requirements 43 1. Luminaire performance shall be tested as described herein. 44 45 2 . Luminaire performance shall be judged against the specified minimum illuminance in the specified pattern for a particular application . CITY OF FORT WORTH NORTHSIDE IV 24 " WATER TRANSMISSION, MAIN PH I B ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ ECT NO . I 02687 Re vised Augu st 5 , 2022 26 50 00 -9 LIGHTfNG SYSTEM Page 9 of 12 1 3 . Luminaire lighting performance shall be adjusted (depreciated) for the minimum 2 life expectancy (Section 2.2.5). 3 4 . The performance shall be adjusted (depreciated) by using the LED manufacturer's 4 data or the data from the !ESNA Standard TM-21 test report, which ever one results 5 in a higher level of lumen depreciation . 6 5. The luminaire may be determined to be compliant photometrically, if: 7 a. The initial minimum illuminance level is achieved in 100% of the area of the 8 specified lighting pattern. 9 b. The measurements shall be calibrated to standard photopic calibrations. 10 c. Add specific project requirements. 11 J. Thermal Management 12 l. The thermal management ( of the heat generated by the LEDs) shall be of sufficient 13 capacity to assure proper operation of the luminaire over the expected useful life 14 (Section 1.2.9 c). 15 2 . The LED manufacturer's maximum junction temperature for the expected life 16 (Section 1.2.9 c) shall not be exceeded at the average operating ambient (Section 17 1.2.4). 18 3 . The LED manufacturer's maximum junction temperature for the catastrophic 19 failure shall not be exceeded at the maximum operating ambient (Section 1.2.5). 20 4. The luminaire shall have an UL IC rating. 21 5 . The Driver manufacturer's maximum case temperature shall not be exceeded at the 22 maximum operating ambient. Thermal management shall be passive by design. The 23 use of fans or other mechanical devices shall not be allowed. 24 K . Emergency Lighting Battery Units 25 1. Emergency lighting units shall be as specified in the Lighting Fixture Schedule 26 shown on the Drawings. 27 2 . Battery units shall be of the self-contained, fully automatic type with sealed lead 28 acid batteries, volt-meters . 29 3. Unit enclosures shall be compatible to their environment and units shall comply 30 with the requirements ofNFPA 70 (NEC). 31 4 . It shall be the responsibility of the contractor to provide all necessary mounting 32 hardware . 33 5 . Shall be factory installed and provide a range of 800 to 1400 lumens of light for 90 34 minutes. Output is based on the size and wattage of the luminaire. 35 6 . Integral or remote test switch shall be provided as per specification . 36 L. Flexible Fixture Hangers 37 1. Flexible fixture hangers used in non-hazardous areas shall be type ARB and 38 flexible fixture supports used in hazardous areas shall be Type EFH as 39 manufactured by the Crouse-Hinds Co ., similar by Appleton Electric Co; Killark a 40 Division of Hubbell Inc .; or equal. 41 2. All pendent-mounted and recessed in suspended ceilings, recessed lighting fixtures 42 shall be provided with four anti-sway supports to meet Type II seismic 43 requirements. 44 M. Portable Fixtures 45 l . Explosion-proof Portable Handlamp CITY OF FORT WORTH NORTHSIDE IV 24 " WATER TRANSMISSION , MAfN PH 1B STANDARD CONSTRUCTION SP ECIFICATION DOCUM ENTS CITY PROJECT NO. I 02687 Revised August 5 , 2022 26 50 00-10 LIGHTING SYSTEM Page IO of 12 a. An explosion-proof handlamp complete with heavy duty, Type SO, 50-foot cord 2 and plug shall be furnished. The handlamp shall be manufactured by Appleton 3 Electric Co.; the plug shall be manufactured by Appleton Electric Co., similar 4 to Daniel Woodhead Co. or equal. 5 2. Vapor-tight Portable Handlamp 6 a. A vapor-tight handlamp with reflector shall be furnished complete with 50-foot 7 cord and grounding plug. The handlamp shall be manufactured by Daniel 8 Woodhead Co ., similar by Appleton Electric Co . or equal. 9 N . Emergency Lighting Battery Units 10 1. Emergency lighting units and remote lighting heads shall be as specified in the 11 Lighting Fixture Schedule shown on the Drawings. 12 2 . Battery units shall be of the self-contained, fully automatic type with sealed lead 13 acid batteries , volt-meters and time delay relays where used in H.I.D . lighted areas. 14 3. Unit enclosures shall be compatible to their environment and units shall comply 15 with the requirements ofNFPA 70 (NEC). 16 4. All necessary mounting hardware shall be provided. 17 0 . Flexible Fixture Hangers 18 1. Flexible fixture hangers used in non-hazardous areas shall be type ARB and 19 flexible fixture supports used in hazardous areas shall be Type ECHF as 20 manufactured by the Crouse-Hinds Co ., s imilar by Appleton Electric Co .; Killark 21 Electrical Mfg. Co . or equal. 22 P. Lamp Changing Equipment 23 1. Lamp changing equipment shall be able to handle BT-37, ED-18 , ED-23-1/2 and 24 ED-28 type H .I.D . lamps in open luminaries . 25 2 . Equipment shall consist of three five-foot steel poles each similar and equal to 26 McGill Catalog No. 160-P and two lamp holders similar and equal to McGill 27 Catalog Nos. 158C and l61C. 28 PART 3-EXECUTION 29 3.1 INST ALLA TI ON 30 A . The location of lighting fixtures shown on the Drawings is approximate . The Contractor 31 shall install the lighting fixtures after major ducts and piping are installed, to avoid 32 conflicts . He shall install the fixtures to avoid shadows and blocking of light, relocating 33 the fixtures as necessary, at no cost to the Owner. 34 B. Each fixture shall be a completely finished unit with all components, mounting and/or 35 hanging devices necessary, for the proper installation of the particular fixture in its 36 designated location and shall be completely wired ready for connection to the branch 37 circuit wires at the outlet. 38 C. All flush mounted fixtures shall be supported from the structure and shall not be 39 dependent on the hung ceilings for their support. C ITY O F FORT WORT H NO RTHSID E IV 24 " WATER T RANSMISSIO N, MAI N PH 18 STANDARD CONSTRUC TION SP EC IFI CATION DOCUMENTS CITY PROJ ECT NO . I 0268 7 Revised Au gust 5, 2022 26 50 00 -11 LIGHTING SYSTEM Page 11 of 12 D. Fixtures noted to be installed flush in suspended ceilings shall be of mounting types 2 suited for the type ceiling involved. Troffers (2 X 4), provided in suspended ceiling 3 grids, shall be installed with safety clips to hold the fixture securely in the ceiling grid. 4 It shall be the responsibility of the Contractor to verify the ceiling types prior to 5 ordering fixtures. 6 E. Flexible fixture hangers shall be used for all pendant mounted fixtures. Fixtures two 7 feet long and larger shall be supported with a minimum of two fixture hangers. 8 F . Conduit run in areas with hung ceilings shall be installed in the space above the hung 9 ceiling as close to the structure as possible. Conduits shall be supported from the IO structure. 11 G. Exterior lighting poles shall be mounted plumb. 12 H. Fixture locations are shown on the Drawings in approximate locations; however exact 13 locations shall be coordinated so as to avoid conflicts with HY AC ducts, equipment and 14 other obstacles. 15 3.2 REPLACEMENT 16 A. Lamps (except for H.I.D .) used during the building construction, prior to two weeks 17 from completion of the work, shall be removed and replaced with new lamps. 18 3.3 CLEANING UP 19 A. Clean electrical parts to remove conductive and deleterious materials. 20 B . Remove dirt and debris from lens enclosures. 21 I. For cleaning acrylic lenses or diffusers, use a feather duster or dry cotton 22 cheesecloth to rid the lens/diffuser of any minor dust. For fingerprints, smudges, or 23 other dirt present, use an ammonia-based cleaner (such as Windex) and wipe 24 carefully with cotton cheesecloth (so as to avoid injury from any prismatic texture 25 of the lens). 26 2. Job site contamination may not necessarily be removed using the above 27 recommendations. In that case the lens would need to be replaced . 28 C. Clean photometric control surfaces as recommended by manufacturer. 29 D. Plastic dust cover bags to be provided with new parabolic reflector lighting fixtures 30 shall be removed after all construction activity that may cause dust formation on 31 reflector surfaces has been completed. 32 E. All fixtures shall be left in a clean condition, free of dirt and defects , before acceptance 33 by the Owner/Engineer. 34 END OF SECTION 35 CITY OF FORT WORTH NORTHSIDE IV 24" WATER TRANSMISSION, MAIN PH 18 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102687 Revised August 5, 2022 THIS PAGE INTENTIONALLY LEFT BLANK 26 50 00-12 LIGHTING SYSTEM Page 12 of 12 CITY OF FORT WORTH NORTHSIDE IV 24 " WATER TRANSMISSION , MAIN PH 18 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ ECT NO . 102687 Revised August 5, 2022 406100 -1 PROCESS CONTROL SYSTEMS GENERAL PROVISIONS Page I of 14 SECTION 40 61 00 2 PROCESS CONTROL SYSTEMS GENERAL PROVISIONS 3 PART 1-GENERAL 4 1.1 SCOPE OF WORK 5 A. Furnish all labor, materials and equipment required to provide, install, test and make 6 operational, a Process Instrumentation and Control System as specified herein and 7 related specifications, and as shown on the Drawings. 8 B. The work shall include furnishing, installing and testing the equipment and materials 9 detailed in each Section of Division 40 Process Control System Sections . 10 C. Throughout the Process Control System Sections of Division 40, the term Contractor 11 shall refer to the General Contractor. 12 D. Equipment furnished as a part of other Divisions and shown on the Instrumentation 13 and/or Electrical Drawings shall be integrated into the overall Instrumentation System 14 under the Process Control System Sections of this Division. Instrumentation specified 15 in other Divisions shall meet the Specification requirements of the Process Control 16 System Sections of this Division . 17 E. The Contractor shall provide the services of specialized personnel that meet all of the 18 qualifications of a Process Control Systems Integrator (PCSI) who shall perform all 19 work necessary to select, furnish, configure, customize, debug, install, connect, 20 calibrate, and place into operation all process control system instrumentation hardware 21 specified within this Division, except for application software programming, which is 22 specified for Programmable Logic Controllers (PLCs), as described in Section 40 68 60 23 Application Services Provider. The PCSI shall coordinate with the Owner/ Engineer 24 and ASP, for all scheduling, installation, and startup services . The PCSI shall have 25 qualifications as described herein . the personnel meeting these qualifications shall be 26 submitted as part of the project plan submittal as described below. The personnel need 27 not be direct employees of the contractor but shall be employed by a firm with a direct 28 subcontract to the contractor. 29 F. The Contractor shall provide the services of an Application Services Provider (ASP) for 30 all work as specified in Section 40 68 60. The ASP shall have qualifications as 31 described herein. 32 G. The Contractor shall coordinate, and schedule all required testing with the General 33 Contractor, Owner, Engineer, PCSI and ASP. 34 H . The work shall include the following: 35 1. Make connections, including field connections and interfacing between 36 instrumentation, controllers, control devices, control panels and instrumentation 37 furnished under other Divisions. The Contractor shall coordinate his construction 38 schedule and instrumentation and control interface with the supplier of 39 instrumentation and control equipment specified under other Divisions . CITY OF FORT WORTH NORTHSIDE IV 24" WATER TRANSMISSION , MAIN PH l B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102687 Revi sed September 28 , 2022 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 406100-2 PROCESS CONTROL SYSTEMS GENERAL PROVISIONS Page 2 of 14 2 . Make wiring terminations for all field-mounted instruments furnished and mounted under other Divisions, including process instrumentation primary elements, transmitters, local indicators and control panels. Install vendor furnished cables specified under other Divisions. 3 . Auxiliary and accessory devices necessary for system operation or performance to interface with existing equipment or equipment provided by other suppliers under other Sections of these specifications, shall be included whether they are shown on the Drawings. These devices include, but are not limited to, transducers, current isolators, and signal conditioners, interposing relays or protocol converters. 4. System design shall allow removing individual devices from service without disrupting other unrelated devices in service. 5. Equipment shall be fabricated, assembled, installed, and placed in proper operating condition in full conformity with detail drawings, specifications, engineering data, instructions, and recommendations by the equipment manufacturer as approved by the Engineer. 6. Actual installation of the system need not be performed by the Contractor's PCSI employees; however, the PCSI shall provide the on-site technical supervision of the installation. 7. The PCSI shall furnish equipment which is the product of one manufacturer to the maximum practical extent. Where this is not practical, all equipment of a given type shall be the product of one manufacturer. 8. All materials , equipment, labor, and services necessary to achieve the monitoring and control functions described herein shall be provided in a timely manner so that the monitoring and control functions are available when the equipment is ready to be placed into service. 26 1.2 RELATED WORK 27 A. Wherever references are made to Related Work in other Specification Sections of the 28 Specifications , the Contractor is to provide such information or work as may be 29 required in those references and include such information or work as may be specified. 30 B. All Instrumentation work related to Process and Mechanical Divisions equipment that is 31 shown on the Instrumentation Drawings shall be provided under Division 40 Process 32 Control System Sections unless otherwise explicitly shown. 33 C. All instrumentation Equipment and work provided under any Division of the 34 Specifications shall fully comply with the requirements of Division 40 Process Control 35 Systems Sections . 36 D . No references are made to any other section which may contain work related to any 37 other section. The Contract Documents shall be taken as a whole with every section 38 related to every other section as required to meet the requirements specified. The 39 organization of the Contract Documents into specification divisions and sections is for 40 organization of the documents themselves and does not relate to the division of 41 suppliers or labor which the Contractor may choose to employ in the execution of the 42 Contract. Where references are made to other Sections and other Divisions of the 43 Specifications, the Contractor shall provide such information or additional work as may 44 be required in those references and include such information or work as may be 45 specified. 46 E. Other Divisions CITY OF FORT WORTH NORTHSIDE fV 24"' WATER TRANSMISSION, MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . I 02687 Revi sed September 28 , 2022 2 3 4 5 6 406100-3 PROCESS CONTROL SYSTEMS GENERAL PROVISIONS Page 3 of 14 1. The Contractor shall be responsible for examining all Sections of the Specifications and Drawings and shall determine the power and wiring requirements and shall provide appurtenances, as required to provide a fully functioning process control system . If the equipment requires added options, due to different equipment being supplied, the Contractor shall furnish the additional appurtenances and/or wiring , with no change in the Contract Price, and with no increase in Contract Time. 7 1.3 SUBMITT ALS 8 A. Submittal Process 9 I. Submit Shop Drawings, in accordance with Division 1 requirements, for equipment, 10 materials and all other equipment specified under each Instrumentation Section of 11 Division 40, except where specifically stated otherwise. An individually packaged 12 submittal shall be made for each Section and shall contain all of the information 13 required by that Section, unless specifically directed otherwise by the submittal 14 requirements of that section . Partial submittals will not be accepted and will be 15 returned un-reviewed. 16 B . No submittals will be accepted for Section 40 61 00, except for the qualifications of the 17 Contractor's PCSI and the Contractor's ASP, as specified herein, and the Project Plan, 18 Schedule and Deviation List Submittal. 19 C . Each Section submittal shall be complete, contain all of the items listed in the 20 Specification Section, and shall be clearly marked to indicate which items are 21 applicable on each cut sheet page. The Submittal shall list any exceptions to the 22 Specifications and Drawings, and the reason for such deviation. Shop drawings, not so 23 checked and noted, will be returned un-reviewed. 24 D. The Contractor shall check shop drawings for accuracy and Contract Requirements 25 prior to submittal to the Engineer. Errors and omissions on approved shop drawings 26 shall not relieve the Contractor from the responsibility of providing materials and 27 workmanship required by the Specifications and Drawings . Shop drawings shall be 28 stamped with the date checked and a Statement indicating that the shop drawings 29 conform to Specifications and Drawings. Only one Specification Section submittals will 30 be allowed per transmittal unless sections are indicated for grouping in the individual 31 sections . 32 E. Material shall not be ordered or shipped until the shop drawings have been approved. 33 No material shall be ordered, or shop work started if shop drawings are marked 34 "APPROVED AS NOTED CONFIRM", "APPROVED AS NOTED RESUBMIT" or 35 "NOT APPROVED". 36 F. Shop Drawings, O&M Manuals, and other documentation shall be submitted as listed in 37 each of the individual Instrumentation Specification Sections. 38 1. Submit operations and maintenance data for equipment furnished under this 39 Division, in accordance with Division 1. The manuals shall be prepared specifically 40 for this installation and shall include catalog data sheets, drawings, equipment lists, 41 descriptions, parts lists and operating and maintenance instructions. 42 2. Manuals shall include the following as a minimum: 43 a. A comprehensive index. 44 b. A complete "As-Built" set of approved shop drawings. 45 c. A complete list of the equipment supplied, including serial numbers , ranges and 46 pertinent data. CITY OF FORT WORTH NORTHSIDE IV 24" WATER TRANSMISSION, MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102687 Revi sed September 28 , 2022 2 3 4 5 6 7 8 9 10 11 406100 -4 PROCESS CONTROL SYSTEMS GENERAL PROVISIONS Page 4 of 14 d. A table listing of the "as left" settings for all timing relays and alarm and trip setpoints. e . System schematic drawings "As-Built", illustrating all components , piping and electric connections of the systems supplied under this Division . f. Detailed service, maintenance and operation instructions for each item supplied. g. Special maintenance requirements particular to this system shall be clearly defined, along with special calibration and test procedures . h. The operating instructions shall also incorporate a functional description of the entire system, with references to the systems schematic drawings and instructions . 1. Complete parts list with stock numbers, including spare parts. 12 G. Record Drawings shall be promptly furnished when the equipment installation is 13 complete. Payment will be withheld until Record Drawings have been furnished and 14 approved . The PCSI shall provide markups on all Process and Instrumentation Contract 15 Drawings. 16 H. At the time of delivery of the equipment, the Contractor shall have an approved shop 17 drawing in his possession for the Owner's Inspector and Owner's Engineer's 18 verifications. 19 I. Project Plan, Schedule and Deviation List Submittal 20 1. Submit, as soon as possible following PCSI's receipt of Notice to Proceed, a Project 21 Plan, Schedule and Deviation List Submittal. The Project Plan, Schedule and 22 Deviation List Submittal shall be made and approved before any further submittals 23 will be accepted and prior to scheduling of the first PCSI coordination meeting. The 24 Project Plan , Schedule and Deviation List Submittal shall, as a minimum, contain 25 the following: 26 a. Overview of the Process Control System, clearly describing the PCSI's 27 understanding of the project work and interfaces to other systems; and 28 including a preliminary system architecture drawing and proposed project work 29 schedule detailing all PCSI's work activities. Description of PCSI's 30 understanding of the work shall be an original write-up authored by the PCSI. 31 Copying of the Scope of Work included herein or utilizing contract drawings in 32 any form shall not be acceptable . 33 b. Approach to work clearly describing how the PCSI intends to execute the work, 34 including detailed discussion of switchover, startup, replacement of existing 35 equipment with new, and other tasks as required by these specifications as 36 applicable . 37 c. Preliminary HMI software, PLC software, and PLC hardware list submittal 38 information shall be included solely for determining compliance with the 39 requirements of the Contract Documents prior to beginning development of 40 application programming . Review and approval of software and hardware 41 systems as part of this Project Plan stage shall not relieve the PCSI of meeting 42 all the functional and performance requirements of the system as specified 43 herein. Substitution of manufacturer or model of these systems after the 44 submittal is approved shall not be permitted without prior Engineer approval. 45 d. Details of personnel assigned to the project and organizational structure 46 including the PCSI's project manager, project engineer, and lead project 47 technicians . Include resumes of each key individual and specify in writing their 48 commitment to this project. 49 e. Preliminary coordination meeting agendas as specified herein. CITY OF FORT WORTH NORTHSlDE IV 24" WATER TRANSMISSION, MACN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. I 02687 Revi sed September 28 , 2022 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 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 f. Preliminary training plan 406100 -5 PROCESS CONTROL SYSTEMS GENERAL PROVISIONS Page 5 of 14 g. Samples of shop drawings to be submitted in conformance with the requirements of the Specifications shall be submitted. At a minimum include samples of panel fabrication drawings, loop, and 1/0 wiring diagrams. 2. Exceptions to the Specifications or Drawings shall be clearly defined in a separate Deviation List. The Deviation List shall consist of a paragraph by paragraph review of the Specifications indicating acceptance or any proposed deviations, the reason for exception, the exact nature of the exception and the proposed substitution so that an evaluation may be made by the Engineer. The acceptability of any device or methodology submitted as an "equal' or "exception" to the specifications shall be at the sole discretion of the Engineer. If no exceptions are taken to the Specifications or Drawings, the PCSI 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 Project Schedule shall be prepared and submitted using an ISO/IEC 26300:2006 formatted file. The schedule shall be prepared in Gantt chart format clearly showing task linkages for all tasks and identifying critical path elements. The PCSI's schedule shall be based on and coordinated with the Contractor's and ASP' s schedules and must meet all field installation, testing, and startup milestones in those schedules. Updates to this schedule when approved shall be resubmitted for record before each construction milestone, or every month whichever is greater 4. The PCSI schedule shall illustrate all major project milestones including the following: a. Schedule for all subsequent project submittals: include in the time allotment, the time required for Contractor submittal preparation, Engineer's review, and a minimum of two complete review cycles. b . Proposed dates for all required project Coordination Meetings. c. Hardware purchasing, fabrication, and assembly (following approval of related submittals) d. Software purchasing and configuration (following approval of related submittals) e. Shipment of all instrumentation and control system equipment f. Installation of all instrumentation and control system equipment g. Duration and dates for all required testing activities. Testing schedule shall include submittal of test procedures a minimum of 30 days prior to commencement of testing. Schedule shall also include submittal of completed documentation of testing activities for 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, troubleshoot, and train the Owner's staff on the PLC and HMI application and systems. The timing of these coordination efforts shall be jointly determined by the ASP and PCSI; however, the PCSI shall include all necessary costs to accommodate the minimum time slots in their overall project schedule. All time allotments shall exclude any legal holidays, or days lost due to delays caused by the Contractor or PCSI. 1. Include a schedule for system cutover, startup, and/or placing in service for each major system. At a minimum, include the schedule for each process controller and HMI server/workstation provided under this Contract. J. Schedule for all training including submittal and approval of O&M manuals, factory training, and field training CITY OF FORT WORTH NORTHSIDE IV 24 " WATER TRANSMISSION, MAIN PH 1 B STANDARD CONSTRUCTION SPECTFICATION DOCUMENTS CITY PROJECT NO. 102687 Revised September 28 , 2022 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 35 36 37 38 39 40 41 42 406100 -6 PROCESS CONTROL SYSTEMS GENERAL PROVISIONS Page 6 of 14 1.4 REFE REN CE CODE S AND ST ANDA RDS A. Instrumentation equipment, materials and installation shall comply with the National Electrical Code (NEC and with the latest edition of th e following codes and standards: l. National Electrical S afety Code (NESC) 2. O ccupational Safety and Health Administration (OSHA) 3 . National Fire Protection Association (NFPA) 4 . National Electrical Manufacturers Association (NEMA) 5. American National Standards Institu te (ANSI) 6. Insulated Cable Engineers Association (ICEA) 7 . The International Society of Automation (ISA) 8 . Underwriters Laboratories (UL) 9. UL 508, the Standard of Safety for Industrial Control Equipment I 0 . UL 50 8A , the Standard of Safety for Industrial Control Panels 11 . UL 50, the Standard of Safety for E nclosures for Electrical Equipment. 12 . NFPA 79, E lectrical Standard for Industrial Machi nery 13 . Factory Mutual (FM) 14 . All equipment and installations shall satisfy applicab le Federal, State, and local codes . B. Where reference is made to one of the above standards , the revision in effect at the time of bid opening shall apply . C. All material and equipment, for which a UL standard exists , shall bear a UL label. No such material or equipment s hall be brought onsite without the UL label affixed. D. If the issue of priority is d ue to a conflict or discrepancy between the provisions of the Contract Documents and any referenced standard, or code of any technical society, organization or association , the provisions of the Contract Documents shall take precedence if they are more stringent or presumptively cause a high er level of performance. If there is any conflict or discrepancy between standard specifications, or codes of an y technical society, organization or association , or between Laws and Regulation s, the higher performance requirement shall be binding on the Contractor, unless otherwise directed by the Owner/Engineer. E. In accordance with the intent of the Contract Document s , the Contractor accepts the fact that compliance with t he priority order specified sh all not j u stify an increas e in Contract Price or an extension in Contract Time nor limit in any way, th e Contractor's res ponsibility to comply with all Laws and Regulations at all times F. All control panels shall be cons tructed and the labeling shall be affixed in a UL 508 facility . 1.5 PROCESS CO NTROL SYSTEMS INTEGRATOR (P CSI) A . The Contractor shall provide the services of a City of Fort Worth pre-approved Process Control Systems Integrator (PCSI) for all work under the instrumentation sections of thi s and related Divi s ions , as described in this s ection and related sections . B . Where shown on th e Bid Documents, the Contractor shall name the proposed PCSI. O nly approved suppliers, as listed herein, will be accepted . CITY OF FORT WORTH NOR THSIDE IV 24 " WATER TRANSMISSIO N, MAIN PH I B STANDARD CONSTR UCTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO . I 02687 Revised September 28 , 2022 1 C. Qualifications 406100 -7 PROCESS CONTROL SYSTEMS GENERAL PROVISIONS Page 7 of 14 2 1. The PCSI shall be a "systems house," regularly engaged in the design and 3 installation of control and instrumentation systems and their associated subsystems 4 as they apply to the municipal water or wastewater industry. For the purposes of 5 this and other applicable Divisions, a "systems house" shall be interpreted to mean 6 an organization that complies with all of the following criteria: 7 2. Employs a registered professional Control Systems Engineer or Electrical Engineer 8 in the state of Texas to supervise or perform the work required by this Specification 9 Section. 10 3 . Employs personnel on this project who have successfully completed a 11 manufacturer's training course on the hardware configuration and implementation 12 of the specific programmable controllers, computers , and software proposed for this 13 project. 14 4. Has been in the water/wastewater industry performing the type of work specified in 15 this specification section for a minimum of five (5) continuous years . 16 5 . The PCSI shall maintain a fully equipped office/production facility with full-time 17 employees capable of fabricating, configuring, installing, calibrating, 18 troubleshooting, and testing the system specified herein . Qualified repair personnel 19 shall be available and capable of reaching the facility within 24 hours. 20 6 . PCSI shall have an Electrical Contractor's license in the State of Texas. 21 D. The PCSI shall be one of the following : 22 1. Prime Controls 23 815 Office Park Circle 24 Lewisville, Texas 75057 25 Attn: Brian Poarch 26 Phone: 972.221.4849 27 2. Richardson Logic Control 28 8115 Hicks Hollow 29 McKinney, Texas 75071 30 Attn: Michel Cunningham 31 Phone : 972 .542.7375 32 3 . WHECO Control s 33 8501 Jacksboro Highway 34 Fort Worth, TX. 76135 35 Attn: Kent Meyerhoeffer 36 Phone : 817-244-6660 37 E. The listing of specific PCSI organizations above does not imply acceptance of their 38 products and capabilities that do not meet the specified ratings , features and functions . 39 PCSI's listed above are not relieved from meeting these specifications in their entirety . 40 1.6 APPLICATION SERVICES PROVIDER (ASP) 41 A. The Contractor shall provide an Application Services Provider (ASP) for application 42 software programming for Programmable Logic Controllers (PLC) and Human 43 Machine Interface (HMI) computers and other equipment as specified. The ASP may be 44 drawn from within one of the listed PSCI' s forces. CITY OF FORT WORTH NORTHSIDE IV 24" WATER TRANSMISSION, MAIN PH l B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Revi sed September 28, 2022 406100 -8 PROCESS CONTROL SYSTEMS GENERAL PROVISIONS Page 8 of 14 B. All other programming, configuration, and integration, including but not limited to, 2 loading of software for process devices , Ethernet configuration and communications 3 shall be by the PCSI as specified in other Sections. 4 C. Qualifications 5 1. The ASP shall perform all work necessary to configure , customize, debug, install, 6 connect, and place into operation all HMI and PLC software specified within this 7 Division and other related divisions . The ASP shall coordinate with the PCSI all 8 scheduling, installation, and startup services. 9 2. The ASP shall meet the following qualification and/or submit the following 10 documentation as specified: 11 a . Shall secure an independent performance bond and provide documentation of 12 same from a bonding agency. 13 b. Shall present an adequate Certificate of Insurance. 14 c. Shall submit resumes of team members with completed training and 15 certifications . 16 d. Shall submit a team organization chart. I 7 e . Shall have completed five projects of this size or larger in dollar value and shall I 8 provide project names, client name , and reference contacts of same. 19 f. Shall demonstrate five years of experience working on projects in water or 20 wastewater plant work. 21 g. Shall provide project names, client names , time period of work and reference 22 contacts 23 h. Staff proposed shall have any and all certifications as provided from the 24 manufactures of the equipment supplied. 25 1. ASP shall have an electrical or control systems professional engineer, licensed 26 in the State of Texas, on staff or under contract for this project. 27 J . ASP shall provide 24-hour Service Contract for the length of the warranty 28 period . The service contract requirements shall include telephone support as far 29 as possible . If necessary, ASP shall provide on-site support for correction of 30 any errors and/or omissions in order to fully meet all requirements of the 31 Contract Documents . 32 1.7 HAZARDOUS AREAS 33 A. Equipment, material s and installation in areas designated as hazardous on the Drawings 34 shall comply with NEC Articles 500 , 501, 502 and 503. 35 B. Equipment and materials installed in hazardous areas shall be UL listed for the 36 appropriate hazardous area classification . 37 1.8 CODES, INSPECTION AND FEES 38 A. Equipment, materials and installation shall comply with the requirements of the local 39 authority having jurisdiction. 40 B . Obtain all necessary permits and pay all fee s required for permits and inspections. 41 1.9 SIZE OF EQUIPMENT 42 A. Investigate each space in the structure through which equipment must pass to reach its 43 final location. Coordinate shipping splits with the manufacturer to permit safe handling 44 and passage through restricted areas in the structure . CITY OF FORT WORTH NORTHSIDE IV 24" WATER TRANSMISSION, MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Revised September 28 , 2022 406100-9 PROCESS CONTROL SYSTEMS GENERAL PROVISIONS Page 9 of 14 I B . The equipment shall be kept upright at all times during storage and handling. When 2 equipment must be tilted for passage through restricted areas, brace the equipment to 3 ensure that the tilting does not impair the functional integrity of the equipment. 4 1.10 RECORD ORA WINGS 5 A. As the work progresses , legibly record all field changes on a set of Project Contract 6 Drawings, hereinafter called the "Record Drawings". The Record Drawings and 7 Specifications shall be kept up to date throughout the project. 8 B. Record Drawings shall accurately show the installed condition of the following items: 9 1. One-line Diagram(s). 10 2 . Raceways and pull boxes. 11 3. Conductor sizes. 12 4. Panel Schedule(s). 13 5. Control Wiring Diagram(s) including all wire tags. 14 6. Process Instrumentation Diagram(s) 15 7. Mounting Details 16 C. Submit a typical example of a schedule of control wiring raceways and wire numbers , 17 including the following information : 18 1. Circuit origin, destination and wire numbers . 19 2 . Field wiring terminal strip names and numbers with field connection wire color. 20 D . As an alternate, submit a typical example of point-to-point connection diagrams 21 showing the same information , may be submitted in place of the schedule of control 22 wiring raceways and wire numbers. 23 E . Submit the record drawings and the schedule of control wiring raceways and wire 24 numbers (or the point-to-point connection diagram) to the Owner/Engineer. 25 F. The Contractor's retainage shall not be paid until the point-to-point connection 26 diagrams have been furnished to the Owner/Engineer. 27 1.11 EQUIPMENT INTERCONNECTIONS 28 A. Review shop drawings of equipment furnished under other related Divisions and 29 prepare coordinated wiring interconnection diagrams or wiring tables. Submit copies of 30 wiring diagrams or tables with Record Drawings . 31 B . Furnish and install all equipment interconnections. 32 1.12 MATERIALS AND EQUIPMENT 33 A . Materials and equipment shall be new, except where specifically identified on the 34 Drawings to be re-used . 35 B. The Contractor shall not bring onsite, material or equipment from a manufacturer, not 36 submitted and approved for this project. Use of any such material or equipment, will be 37 rejected, removed and replaced by the Contractor, with the approved material and 38 equipment, at his own expense. 39 C. Material and equipment shall be UL listed, where such listing exi sts . CITY OF FORT WORTH NORTHSIDE IV 24" WATER TRANSMISSION , MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Revi sed September 28 , 2022 4061 00 -10 PROCESS CONTROL SYSTEMS GENERAL PROVISIONS Page IO of 14 D. The Contractor shall be responsible for all material, product, equipment and 2 workmanship being furnished by him for the duration of the project. He shall replace 3 the equipment if it does not meet the requirements of the Contract Documents . 4 1.13 DELIVERY, STORAGE AND HANDLING 5 A. Equipment shall be handled and stored in accordance with manufacturer's instructions. 6 Two (2) copies of these instructions shall be included with the equipment at time of 7 shipment and shall be made available to the Contractor and Owner. 8 B. Shipping groups shall be designed to be shipped by truck, rail , or ship . Indoor groups 9 shall be bolted to skids . Accessories shall be packaged and shipped separately . 10 C. Equipment shall be equipped to be handled by crane. Where cranes are not available , 11 equipment shall be suitable for skidding in place on rollers using jacks to raise and 12 lower the groups. 13 D. Equipment shall be installed in its permanent, finished location shown on the Drawings 14 within seven (7) calendar days of arriving onsite . If the equipment cannot be installed 15 within seven (7) calendar days, the equipment shall not be delivered to the site , but 16 stored offsite , at the Contractor's expense, until such time that the site is ready for 17 permanent installation of the equipment. 18 E. Where space heaters are provided in equipment or control panels , provide temporary 19 electrical power and operate space heaters during jobsite storage and after equipment is 20 installed in permanent location, until equipment is placed in service . 21 1.14 WARRANTIES 22 A. Manufacturer's warranties shall be as specified in each of the Specification Sections. 23 1.15 EQUIPMENT IDENTIFICATION 24 A. Identify equipment (control panels, control stations, instruments, etc) furnished under 25 instrumentation sections of Division 40 with the name of the equipment it serves . 26 Control panels, Instruments, meters junction or terminal boxes, etc, shall have 27 nameplate designations as shown on the Drawings . 28 B. Nameplates shall be engraved, laminated impact acrylic, black lettering on a white 29 background, matte finish, not less than 1/16-in thick by 3/4-in by 2-1/2-in, Rowmark 30 322402. Nameplates shall be 316 SS screw mounted to all enclosures except for NEMA 31 4 and 4X . Nameplates for NEMA 4 and 4X enclosures shall be attached with double 32 faced adhesive strips, TESA TUFF TAPE 4970 , .009 X ½", no equal. Prior to installing 33 the nameplates, the metal surface shall be thoroughly cleaned, with a 70% alcohol 34 solution, until the metal surface residue has been removed. Epoxy adhesive or foam 35 tape is not acceptable . CITY OF FORT WORTH NORTHS IDE IV 24 " WATER TRANSMISSION , MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Revised September 28 , 2022 PART 2 -PRODUCTS (NOT USED) 2 PART 3-EXECUTION 3 3.1 COORDINATION MEETINGS 406100-11 PROCESS CONTROL SYSTEMS GENERAL PROVISIONS Page 11 of 14 4 A. The PCSI shall schedule and administer a minimum of one mandatory Coordination 5 Meetings. The PCSI shall make arrangements for meetings; prepare agendas and 6 distribute copies to participants at least one (1) week before scheduled meetings. The 7 meetings shall be held at the Contractor's field office at the site and shall include, as a 8 minimum, attendance by the Owner, Engineer, Contractor's Project Engineer, ASP's 9 Project Engineer, PCSI's Project Engineer, and the Electrical Subcontractor. IO 1. The first coordination meeting shall be held in advance of the first PCSI shop 11 drawing submittals (Project Plan and 1/0 List). The purpose of the first meeting 12 shall be for the PCSI to: 13 a. Summarize their understanding of the project 14 b. Discuss any proposed substitutions or alternatives 15 c. Schedule testing and delivery milestone dates 16 d. Provide a forum for the PCSI and Owner to coordinate hardware and software 17 related issues 18 e. Request any additional information required from the Owner and/or Engineer. 19 f. The PCSI shall bring a draft version of shop drawings to the meeting to provide 20 the basis for the Owner's and Engineer's input into their development. 21 3.2 INTERPRETATION OF DRAWINGS 22 A. Raceways and conductors for instrumentation, communications and other 23 miscellaneous low voltage power and signal systems as specified not shown on the 24 Drawings shall be provided as required for a complete and operating system. 25 B. The PCSI shall terminate all conductors of instrumentation systems to RTU and/or PLC 26 Termination Cabinets, where designated on the Drawings. The conduit and wire, as 27 shown on the electrical interface drawings, may not necessarily be shown on the floor 28 plan. 29 C. Install conductors carrying low voltage signals (typically twisted shielded pair cables) 30 in raceways totally separate from all other raceways containing power or 120 volt 31 control conductors, Refer to NEC article 725 . DC and AC control wiring shall be 32 installed in separate raceways. 33 D. Redesign of electrical or mechanical work, which is required due to the Contractor's use 34 of a pre-approved alternate instrumentation or control item, or arrangement of 35 equipment and/or layout other than specified herein, shall be done by the Contractor at 36 his/her own expense. Redesign and detailed plans shall be submitted to the 37 Owner/Engineer for approval. No additional compensation will be provided for changes 38 in the work, either his/her own or others, caused by such redesign. 39 3.3 INSTRUMENTATION EQUIPMENT PADS AND SUPPORTS 40 A. Equipment pads and supports, of concrete or steel including structural reinforcing and 41 foundations, are shown on the Structural Drawings. CITY OF FORT WORTH NORTHSIDE IV 24" WATER TRANSMISSION, MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102687 Revised September 28 , 2022 3.4 INSTALLATION 406100 -12 PR OCESS CONTROL SYSTEMS GENERAL PROVISIONS Page 12 of 14 2 A. Any work not installed according to the Drawings and this Section shall be subject to 3 change as directed by the Owner/Engineer. No extra compensation will be allowed for 4 making these changes . 5 B. All dimensions shall be field verified at the job site and coordinated with the work of all 6 other trades . 7 C. Equipment shall be protected at all times against mechanical injury or damage by water. 8 Equipment shall not be stored outdoors. Equipment shall be stored in dry permanent 9 shelters as required by each Specification Section . Do not install equipment in its 10 permanent location until structures are weather-tight. If any apparatus has been subject 11 to possible injury by water, Equipment shall be thoroughly dried out and tested as 12 directed by the Owner/Engineer or shall be replaced at no additional cost at the 13 Owner/Engineer's discretion . 14 D. Equipment that has been damaged shall be replaced or repaired by the equipment 15 manufacturer, at the Owner/Engineer's discretion . 16 E. Repaint any damage to the factory applied paint finish using touch-up paint furnished 17 by the equipment manufacturer. If the metallic portion of the panel or section is 18 damaged , the entire panel or section shall be replaced , at no additional cos t to the 19 Owner. 20 3.5 MANUFACTURER'S SERVICE 21 A . Provide manufacturer's services for te sting and start-up of the equipment as listed in 22 each individual Specification Section . 23 B. Testing and startup shall not be combined with training . Testing and start-up time shall 24 not be used for manufacturers warranty repairs . 25 C . Check interlocking, control and in strument wiring for each system and/or part of a 26 system to prove that the system will function properly as indicated by schematics , 27 wiring diagrams and Control Description s . 28 D. Testing shall be scheduled and coordinated with the Owner/Engineer at least two weeks 29 in advance . Provide qualified test personnel , instruments and te st equipment. 30 E . Refer to the individual Instrumentation Equipment Sections for additional specific 3 1 te sting requirements . 32 F . Make adju stments to the systems and in struct the Owner's personnel in the proper 33 operation of the sy stems . 34 3.6 TESTING 35 A . Test sy stem s and equipment furni shed under Division 40 Process Control System 36 Sections and repair or replace all defective work . Make adjustments to the systems and 37 in struct the Owner's personnel in the proper operation of the systems . 38 B . Make the te st s and checks prior to energizing instrumentation equipment in accordance 39 with Section 40 61 21, and the individual Specification sections . 40 C. Testing shall be scheduled and coordinated with the Owner/Engineer at least two weeks 41 in advance . Provide qualified te st personnel , instruments and test equipment, including 42 manufacturer 's services , as specified in the individual Specification section s . CITY OF FORT WORTH NORTHS ID E IV 24" WATE R T RAN SMISSION, MAIN PH 1 B STANDARD CON STRUCTION SPEC IF IC ATIO N DOCUME NTS CITY PROJECT NO. 1026 87 Re vised Se ptember 28 , 2022 406100-13 PROCESS CONTROL SYSTEMS GENERAL PROVISIONS Page 13 of 14 D. Where test reports show unsatisfactory results, the Owner/Engineer will require the 2 removal of all defective or suspected materials, equipment and/or apparatus, and their 3 replacement with new items, all at no cost to the Owner. The Contractor shall bear all 4 cost for any retesting. 5 3. 7 TRAINING 6 A. The Contractor shall provide training as specified in Section 40 61 60. 7 8 9 END OF SECTION CITY OF FORT WORTH NORTHSIDE IV 24" WATER TRANSMISSION, MAIN PH 1 B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Revised September 28 , 2022 40 61 00 -14 PROCESS CONTROL SYSTEMS GENERAL PROVISIONS Page 14 of 14 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH NORTHSTDE IV 24" WATER TRANSMISSION, MAIN PH l B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. l 02687 Revised September 28 , 2022 I SECTION 40 63 00 40 63 00 -I PROGRAMMABLE LOGIC CONTROLLER Page I of6 2 PROGRAMMABLE LOGIC CONTROLLER 3 PART 1 -GENERAL 4 1.1 SCOPE OF WORK 5 A. This Section of the Specifications describes the requirements for Programmable Logic 6 Controllers (PLCs) to be furnished under other Sections of the Specifications as listed 7 in the Related Work paragraph of this Section. 8 B. All equipment described herein shall be submitted and furnished as an integral part of 9 equipment specified elsewhere in these Specifications. 10 1.2 RELATED WORK 11 A. No references are made to any other section which may contain work related to any 12 other section. The Contract Documents shall be taken as a whole with every section 13 related to every other section as required to meet the requirements specified. The 14 organization of the Contract Documents into specification divisions and sections is for 15 organization of the documents themselves and does not relate to the division of 16 suppliers or labor which the Contractor may choose to employ in the execution of the 17 Contract. Where references are made to other Sections and other Divisions of the 18 Specifications, the Contractor shall provide such information or additional work as may 19 be required in those references and include such information or work as may be 20 specified. 2 I 1.3 SUB MITT ALS 22 A. Submittals for equipment specified herein shall be made as a part of equipment 23 furnished under other Sections. Individual submittals for equipment specified herein 24 will not be accepted and will be returned un-reviewed. 25 B. Submit catalog data for all items supplied from this specification Section as applicable. 26 Submittal shall include catalog data, functions, ratings, inputs , outputs, displays, etc., 27 sufficiently to confirm that the equipment provides every specified requirement. Any 28 options or exceptions shall be clearly indicated. 29 C. Submit catalog data sheets for all software licenses provided under this Specification 30 Section. 31 D. Operation and Maintenance Manuals. 32 1. Operation and Maintenance manuals shall include the following information: 33 a. Manufacturer's contact address and telephone number for parts and service. 34 b. Instruction books and/or leaflets 35 c. Recommended renewal parts list 36 d. Record Documents for the information required by the Submittals above . 37 e. Copy of the software license data including serial numbers, license key, etc. 38 1.4 REFERENCE CODES AND STANDARDS 39 A. Instrumentation equipment, materials and installation shall comply with the National 40 Electrical Code (NEC and with the latest edition of the following codes and standards: CITY OF FORT WORTH NORTHSIDE fV 24" WATER TRANSMISSION, MAIN PH I B ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. I 02687 Revised August 5 , 2022 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 35 36 37 38 39 40 41 42 B. 1. National Electrical Safety Code (NESC) 40 63 00 -2 PROGRAMMABLE LOGIC CONTROLLER Page 2 of6 2. Occupational Safety and Health Administration (OSHA) 3. NEMA JCS 1-101 Diagrams, Designations and Symbols 4. ANSI/ISA-5 .06.01-2007 -Functional Requirements Documentation for Control Software Applications . 5. ISA-TR20 .00 .01-2001 -Specification Forms for Process Measurement and Control Instruments Part 1: General Considerations Updated with 27 New Specification Forms in 2004-2005. 6. ISA-5.4-1991 Instrument Loop Diagrams. 7 . ISA-5.5-1985 Graphic Symbols for Process Displays. 8. ISA-5 .1-1984 (R1992) Instrumentation Symbols and Identification. 9. ISA-5 .3-1983 Graphic Symbols for Distributed Control/Shared Display Instrumentation, Logic , and Computer Systems. 10 . ISA-20-1981 Specification Forms for Process Measurement and Control Instruments , Primary Elements, and Control Valves. 11. ISA -5.2-1976 (Rl 992) Binary Logic Diagrams For Process Operations . 12. NEMA ICS 6 Enclosures for Industrial Controls and Systems 13 . National Fire Protection Association (NFPA) 14. National Electrical Manufacturers Association (NEMA) 15. American National Standards Institute (ANSI) 16 . Insulated Cable Engineers Association (!CEA) 17 . The International Society of Automation (ISA) 18 . Underwriters Laboratories (UL) 19 . UL 508 , the Standard of Safety for Industrial Control Equipment 20. UL 508A , the Standard of Safety for Industrial Control Panels 21. UL 50 , the Standard of Safety for Enclosures for Electrical Equipment . 22. NFPA 79, Electrical Standard for Industrial Machinery 23 . Factory Mutual (FM) 24 . NFPA 70 National Electrical Code (NEC) 25 . NFPA 70E Standard 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 Blocks for Industrial Use . 28. NEMA LSI Low Voltage Surge Protection Devices . 29. UL 1283 Standard for Safety-Electromagnetic Interference Filters. 30. UL 1449 Third Edition Surge Protective Devices 31 . IEEE 1815-2012 -IEEE Standard for Electric Power Systems Communications- Distributed Network Protocol (DNP3) 32 . All equipment and installations shall conform to applicable Federal, State, and local codes. All equipment shall comply with the requirements of the National Electric Code and Underwriters Laboratories (UL) where applicable. CITY OF FORT WORTH NORTHS IDE TV 24" WATER TRANSMISSION, MAIN PH 1 B ST AND ARD CONSTRUCTION SPECIFICATION DOCUM E NTS CITY PROJECT NO . 102687 Rev ised Augu st 5 , 2022 40 63 00 -3 PROGRAMMABLE LOGIC CONTROLLER Page 3 of6 1 C. Each specified device shall also conform to the standards and codes listed in the 2 individual device paragraphs. 3 1.5 QUALITY ASSURANCE 4 A. The manufacturer of this equipment shall have produced similar equipment for a 5 minimum period of five (5) years. When requested by the Owner/Engineer, an 6 acceptable list of installations with similar equipment shall be provided demonstrating 7 compliance with this requirement. 8 B. Equipment submitted shall fit within the space or location shown on the Drawings. 9 Equipment which does not fit within the space or location is not acceptable. 10 C. For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified. 11 1.6 WARRANTY 12 A. The Manufacturer shall warrant the equipment to be free from defects in material and 13 workmanship for 2 years from date of acceptance of the equipment containing the items 14 specified in this Section. Within such period of warranty , the Manufacturer shall 15 promptly furnish all material and labor necessary to return the equipment to new 16 operating condition . Any warranty work requiring shipping or transporting of the 17 equipment shall be performed by the Contractor at no expense to the Owner. 18 1.7 COMMUNICATIONS PROTOCOL REQUIREMENTS 19 A. The PLC systems must communicate as shown on the plans and as described else ware 20 within the contract documents. The systems are to utilize and support the protocols as 21 described within this section. 22 1. Where shown or otherwise indicated Modbus TCP Protocol to have the following 23 as minimum capabilities as a minimum : 24 a. All data shall be available and/or mirrored within the Modbus 4x or "Holding 25 Register" memory area. The other areas can be optionally supported, but all Ox, 26 1 x, and 3x data shall be readable and writable in the 4x memory area. For 27 digital writes, supports of single-bit writes (function 5) to the Ox area are 28 acceptable on a case by case basis. Products that require access to the 1 x and 3x 29 area to operate are not acceptable; access to 1 x/3x area shall be optional. 30 b . Register 4x00001 shall exist and be readable to allow simple, predictable 31 "communications tests". 32 c. Software tools shall function properly with slaves' only supporting Modbus 33 functions 3, 4 and 16. Requiring support of diagnostic function 8 is not 34 acceptable. 35 d. Software tools shall be configurable to write a single register as either function 36 6or16. 37 e. Software tools shall allow setting the Modbus/TCP "Unit Id" to be a value other 38 than zero. This is required for Ethernet-to-Serial bridging. 39 2. Where indicated the PLC System shall communicate utilizing Ethernet/IP Protocol 40 with the following as minimum capabilities: 41 a. Transfer of basic 1/0 data via User Datagram Protocol (UDP)-based implicit 42 messaging 43 b. Uploading and downloading of parameters, setpoints, programs and recipes via 44 TCP (i .e., explicit messaging.) 45 c. Polled, cyclic and change-of-state monitoring via UDP, such as RPI and COS 46 in Allen Bradley's ControlLogix control systems. CITY OF FORT WORTH NORTHS IDE fV 24" WATER TRANSMISSION, MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Revised Augu st 5, 2022 40 63 00-4 PROGRAMMABLE LOGIC CONTROLLER Page 4 of 6 d. One-to-one (unicast), one-to-many (multicast), and one-to-all (broadcast) 2 communication via TCP 3 e. Use of well-known TCP port number 44818 for explicit messaging and UDP 4 port number 2222 for implicit messaging. 5 3. For communications links indicated to use DNP3 provide the minimum of level 2 6 implementation for all devices . 7 PART2-PRODUCTS 8 2.1 PROGRAMMABLE LOGIC CONTROLLER 9 A. Subject to compliance with the Contract Documents, the following Manufacturers are 10 acceptable: 11 1. Schneider Electric M340 12 2 . No Equal 13 B . The listing of specific manufacturers above does not imply acceptance of their products 14 that do not meet the specified ratings, features and functions as specified. 15 Manufacturers listed above are not relieved from meeting these specifications in their 16 entirety. The following table indicates the PLC used as the basis of design for each 17 location indicated. 18 PLC LOCATION PLC TYPE CONTROL PANEL ID Valve Vault M340 RTU 19 C. Where an existing PLC is to be modified or expanded as a part of this Contract, as 20 specified in Specification Section Process System Control Panels or as indicated on the 21 plans, the modified PLC is to meet the requirements and functionality of this Section. 22 D . Programming Languages 23 l. Each PLC shall support IEC Standard 61131-3 with all of the following 24 programming languages unless explicitly excluded within this section: 25 a . Ladder (LD) 26 b. Function Block Diagram (FBD) 27 c . Structured Text (ST) 28 2. Processor shall have a minimum IEC Program Memory size of 2048 KB. 29 E. Input / Output Capacity 30 1. Total Configurable Input/ Output Capacity within the manufactures software 31 package for the device shall not be less than 1024 . 32 2 . Installed minimum physical Input/ Output capacity shall not be less than the 33 following: 34 a. Analog Inputs - 8 35 b. Analog Outputs - 4 36 c . Discrete Inputs -16 37 d. Discrete Outputs -8 38 F. Physical Construction CITY OF FORT WORTH NORTHSIDE IV 24" WATER TRANSMISSION, MAIN PH l B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102687 Revised August 5 , 2022 40 63 00 -5 PROGRAMMABLE LOGIC CONTROLLER Page 5 of 6 1 1. The PLC shall be of a modular construction, consisting of a back plane or buss, 2 plug in modules for the processor, communication modules, 1/0 modules and 3 expansion modules. 4 2. The power supply shall be 120 Volt 60 Hz and shall be sized for the total of all 5 installed 1/0 fully loaded including the power requirement any spare 1/0 slots. 6 3. Analog inputs and outputs shall be isolated physically and electronically from each 7 other and shall be of the 4-20ma type. 8 4. Discrete inputs shall be 24VDC and individually buffered with external single poll 9 form C relays. 10 5. Discrete outputs shall be individually buffered with external form C relays with the 11 number of polls as required. 12 6. Systems shall include as a minimum 1 Ethernet, 1 RS-485/232, or 1 USB 13 programming ports. 14 7 . A separate Ethernet port shall include for connection to the SCADA network. This 15 port should include distributed/remote 1/0 scanning capability utilizing the protocol 16 specified on the plans without the use of high-level logic programming . 17 G. Spare Equipment 18 1. Provide minimum of 20 percent wired spare 1/0 channels of each type provided. 19 2. Provide 1 spare card/module of each type provided, including CPU and power 20 supplies. 21 PART 3-EXECUTION 22 3.1 INSTALLATION 23 A. All equipment specified herein shall be factory installed, programmed, field adjusted , 24 tested and cleaned as an integral part of equipment specified elsewhere in these 25 Specifications. 26 END OF SECTION 27 CITY OF FORT WORTH NORTHSIDE !V 24" WATER TRANSMISSION, MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Revised August 5 , 2022 40 63 00 -6 PROGRAMMABLE LOGIC CONTROLLER Page 6 of 6 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH NORTHS IDE IV 24" WATER TRANSMISSION, MAIN PH I B ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. I 02687 Revised August 5 , 2022 SECTION 40 66 00 40 6600-I COMMUNTCA TIO NS INTERFACE EQUIPMENT Page I of 8 2 COMMUNICATIONS INTERFACE EQUIPMENT 3 PARTl-GENERAL 4 1.1 SCOPE OF WORK 5 A. This Section of the Specifications describes the requirements for Communications 6 Interface Equipment and Systems to be furnished under other Sections of the 7 Specifications as listed in the Related Work paragraph of this Section. 8 B. All equipment described herein shall be submitted and furnished as an integral part of 9 equipment specified elsewhere in the Related Work Specifications. 10 1.2 RELATEDWORK 11 A. No references are made to any other section which may contain work related to any 12 other section . The Contract Documents shall be taken as a whole with every section 13 related to every other section as required to meet the requirements specified. The 14 organization of the Contract Documents into specification divi sions and sections is for 15 organization of the documents themselves and does not relate to the division of 16 suppliers or labor which the Contractor may choose to employ in the execution of the 17 Contract. Where references are made to other Sections and other Divisions of the 18 Specifications , the Contractor shall provide such information or additional work as may 19 be required in those references and include such information or work as may be 20 specified . 21 1.3 SUBMITT ALS 22 A. Submittal s for equipment specified herein shall be made as a part of equipment 23 furni shed under other Sections . Individual submittals for equipment specified herein 24 will not be accepted and will be returned un-reviewed. 25 B . Submit catalog data for all items supplied from this specification Section as applicable . 26 Submittal shall include catalog data , functions , ratings , inputs, outputs, displays, etc., 27 sufficient to confirm that the equipment provides every specified requirement. Any 28 options or exceptions shall be clearly indicated . 29 1.4 REFERENCE CODES AND STANDARDS 30 A. Instrumentation equipment, materials and installation shall comply with the National 31 Electrical Code (NEC and with the latest edition of the following code s and standards : 32 I. National Electrical Safety Code (NESC) 33 2 . Occupational Safety and Health Administration (OSHA) 34 3. NEMA ICS 1-101 Diagrams, Designations and Symbols 35 4. ANSI/ISA-5 .06 .01-2007 -Functional Requirements Documentation for Control 36 Software Applications. 37 5. ISA-5 .2-1976 (RI 992) Binary Logic Diagram s For Proce ss Operations. 38 6 . NEMA ICS 6 Enclosures for Indu strial Control s and System s 39 7. National Fire Protection Association (NFPA) 40 8. National Electrical Manufacturers Association (NEMA) C ITY OF FORT WORTH NORTHSrDE IV 24 " WATER TRANSMISSION , MAIN PH I B STANDARD CONSTR UCTIO N SPECIFICATION DOC UME NT S CITY PROJECT NO . 102687 Revised Augu st 5 , 2022 40 6600 -2 COMMUNICATIONS lNTERFACE EQUIPMENT Page 2 of 8 I 9. American National Standards Institute (ANSI) 2 10. Insulated Cable Engineers Association (ICEA) 3 11 . The International Society of Automation (ISA) 4 12. Underwriters Laboratories (UL) 5 13 . UL 508 , the Standard of Safety for Industrial Control Equipment 6 14 . UL 508A, the Standard of Safety for Industrial Control Panels 7 15 . UL 50, the Standard of Safety for Enclosures for Electrical Equipment. 8 16. NFPA 79, Electrical Standard for Control Panels and Industrial Machinery 9 17 . Factory Mutual (FM) 10 18 . NFPA 70 National Electrical Code (NEC) 11 19. NFPA 70E Standard for Electrical Safety in the Workplace 12 20 . ANSI C37.90.2 Standard Withstand Capability of Relay Systems to Radiated 13 Electromagnetic Interference from Transceivers. 14 21. NEMA ICS 4 Terminal Blocks for Industrial Use. 15 22 . NEMA LSI Low Voltage Surge Protection Devices . 16 23. UL 1283 Standard for Safety-Electromagnetic Interference Filters. 17 24 . UL 1449 Third Edition Surge Protective Devices 18 25 . All equipment and installations shall conform to applicable Federal , State , and local 19 codes. 20 B. All equipment shall comply with the requirements of the National Electric Code and 21 Underwriters Laboratories (UL) where applicable . 22 C. Each specified device shall also conform to the standards and codes listed in the 23 individual device paragraphs . 24 1.5 QUALITY ASSURANCE 25 A. The manufacturer of this equipment shall have produced similar equipment for a 26 minimum period of five (5) years . When requested by the Owner/Engineer, an 27 acceptable list of installations with similar equipment shall be provided demonstrating 28 compliance with this requirement. 29 B. Equipment submitted shall fit within the space or location shown on the Drawings. 30 Equipment which does not fit within the space or location is not acceptable. 31 C . For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified. 32 1.6 WARRANTY 33 A. The Manufacturer shall warrant the equipment to be free from defects in material and 34 workmanship for 2 years from date of acceptance of the equipment containing the items 35 specified in this Section. Within such period of warranty, the Manufacturer shall 36 promptly furnish all material and labor necessary to return the equipment to new 37 operating condition. Any warranty work requiring shipping or transporting of the 38 equipment shall be performed by the Contractor at no expense to the Owner. CITY OF FORT WORTH NORTHSIDE IV 24 " WATER TRANSMISSION , MAlN PH I B ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . I 02687 Revised August 5 , 2022 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 35 36 37 38 39 40 406600 -3 COMMUNICATIONS INTERFACE EQUIPMENT Page 3 of 8 PART 2 -PRODUCTS 2 .1 INDUSTRIAL ETHERNET SWITCH LA YER 3 M ODULAR (TYPE A) A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Cisco IE4000 Series 2. Moxa 3. Hirschmann 4. Approved Equal B . The listing of specific manufacturers above does not imply acceptance of 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. Environmental 1. Operating temperature: -40 Deg F to 167 Deg F 2. Operating humidity: 10 -95% Non-condensing 3. Storage Temperature: -13 to 185 Deg F 4 . Electrical Classification: Intrinsicall y safe for UL 1602 Class I Division 2 A -D locations D. Physical 1. Enclosure: NEMA TS-2 . Fully Modular construction 2 . Power Supply: 120V AC from UPS source 2. Microprocessor based managed type. 3. Din rail mountable capability. 4. 19-inch rack mountable where shown in plans E. Functional Performance 1. Per Port status LED indication . 2. Port based Ethernet MAC security individually port configurable. 3. Wire Speed switching, 16 Gigabit Switching Fabric. 4 . HSRP Protocol Support. 5. Cisco Express Forwarding Hardware Routing Architecture. 6 . SNMPvl, SNMPv2c, and SNMPv3 Support 7 . 802. ld Spanning Tree Protocol Support 8. HTTPS accessible. 9. Common Industrial Protocol (CIP) Management O bjects Support. 10 Smart Templates for Ethernet/IP 11. PROFINET v2 certification. 12 . Alarm Contacts for external fault notification. 13. 10/100 BaseT ports with RJ-45 connectors for Category 5 cabling. 14. Switch Configuration on removable/ configurable via Flash Memory module. 15 . LC type Fiber Optic Connectors for IO0BaseFX, IO00BaseSX for Multimode Fiber and IO00BaseLX for Single Mode Fiber as shown on the drawings CITY OF FORT WORTH NORTHSIDE IV 24 " WATER TRANSMISSION, MAIN PH I B ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102687 Revised August 5 , 2022 16 . Fully managed switch capability . 2 F . Options and Accessories Required: 406600 -4 COMMUNICATIONS INTERFACE EQUIPMENT Page4of8 3 1. Provide maximum installation space for additional future modules for each switch 4 location. 5 2. Provide twenty (20) percent spare port capacity for each port type. 6 2.2 HSQ RTU 7 A. Subject to compliance with the Contract Documents, the following Manufacturers are 8 acceptable: 9 1. HSQ 10 B. The listing of specific manufacturers above does not imply acceptance of their products 11 that do not meet the specified ratings, features and functions. Manufacturers listed 12 above are not relieved from meeting these specifications in their entirety. 13 C. Part Numbers 14 1. HSQ 8600-3343F-25x86 Logic Processor 15 2. HSQ 22592 Communication Board ( 4 Serial Ports and 1 Ethernet Port) 16 3 . HSQ 22585 RTU Battery Backup Controller 17 2.3 REMOTE SITE LICENSED RADIO (NARROW BAND) 18 A. Subject to compliance with the Contract Documents, the following Manufacturers are 19 acceptable: 20 1. GE ORBIT 21 2 . Approved Equal 22 B . The listing of specific manufacturers above does not imply acceptance of their products 23 that do not meet the specified ratings, features and functions . Manufacturers listed 24 above are not relieved from meeting these specifications in their entirety . 25 C. Environmental 26 1. Operating temperature: -40 Deg C to 70 Deg C 27 2. Operating humidity : 10-95 % Non-condensing 28 D . Physical 29 1. Power Supply: 10 to 30 VDC input 30 2. Microprocessor based unmanaged type. 31 3 . DIN Rail mountable . 32 4 . Clas s 1 Division 2 groups A , B , C and D rated 33 5. Interface connections : TIA-232-E Serial interface implemented in a DB-9 . 34 connection , Ethernet 10/100 BaseT implemented in a RJ45 and Antenna connection 35 utilizing a TNC Female connector 36 E . Functional Performance 37 1. RF data rate 9,600 to 19,200 bps@ 12 .5 KHz channel size. 38 2 . Licensed Frequency bands : 820-870 MHz, 880-915 MH z, 850-860/926-936 MHZ, 39 and 928-960 MHz 40 3 . Aluminum case. CITY OF FORT WORTH NORTHS IDE IV 24" WATER TRANSMISSION, MAIN PH I B STANDARD CONSTR UCTION SPECIFICATION DOCUME NTS CITY PROJECT NO . 102687 Revised Augu st 5 , 2022 406600 -5 COMMUNICATIONS lNTERFACE EQUIPMENT Page 5 of 8 I 4. Receiver type: double conversion super heterodynes with selectivity > 70 dB, 2 Sensitivity -lO0dBm. 3 5. Transmitter with programmable carrier power from 0.1 to 5 Watts, Continuous duty 4 cycle. 5 6. Operating mode : Simplex, half-duplex 6 7. Modulation: Digital, CPFSK 7 F. Options and Accessories Required: 8 1. Provide minimum 2-year warranty. 9 2.4 ANTENNA TOWER (LADDER TYPE) 10 A. Subject to compliance with the contract documents, the following manufacturers are 11 acceptable: 12 1. Rohn 13 2 . Sabre 14 3. Approved equal 15 B. The listing of specific manufacturers above does not imply acceptance of their products 16 that do not meet the specified ratings, features and functions. Manufacturers listed 17 above are not relieved from meeting these specifications in their entirety . 18 C. Provide radio towers as shown on the drawings . At a minimum, the towers provided 19 shall be as follows : 20 1. Each section shall be double bolted constructed of ASTM 123 hot dipped 21 galvanized steel. 22 2. Free standing and self-supporting. 23 3. Tower sections shall have a minimum 12-½" face. 24 4. Tower shall be made up of a base section , midsection and top sections . 25 5 . Heights of towers shall be a minimum of Thirty (40) feet tall from ground level. 26 D. The radio tower shall be a self-supporting structure. The final tower and base design 27 shall be furnished by the contractor. Each individual tower installation shall be certified 28 and sealed by a Professional Engineer licensed in the State of Texas to be compliant in 29 all respects with TIA-222-H, Structural Standard for Antenna Supporting Structures and 30 Antennas . The installation design , along with this certification, shall be submitted by 31 the contractor. No general or manufacturers reference designs are acceptable for this 32 purpose. The material submitted shall take into consideration the specific site location 33 geotechnical information. A separate drawing for each tower installation , including all 34 furnished accessories, including but not limited to grounding system, safety system, 35 etc., shall be submitted. 36 2.5 YAGI DIRECTIONAL ANTENNA 37 A. Subject to compliance with the contract documents, the following manufacturers are 38 acceptable : 39 1. Wilson Electronics 40 2. Blue Wave 41 3. Ubiquiti 42 4. Approved Equal CITY OF FORT WORTH NORTHSIDE IV 24" WATER TRANSMISSION, MAlN PH I B STANDARD CONSTRUCTION SPECJFICA TION DOCUMENTS CITY PROJECT NO . I 02687 Revi sed August 5, 2022 40 6600 -6 COMMUNTCA TIO NS INTERFACE EQUIPMENT Page 6 o f 8 I B. The listing of specific manufacturers above does not imply acceptance of their products 2 that do not meet the specified ratings, features and functions . Manufacturers listed 3 above are not relieved from meeting these specifications in their entirety. 4 C. Environmental 5 1. Operating temperature: -40 degrees F to 176 degrees F 6 2 . Operating humidity: 95 % non-condensing for indoor applications 7 D. Physical 8 1. Number of Elements as required balancing gain and output power. 9 2. Impedance 50 ohms IO 3. Max Power l O watts 11 4 . Radiation Directional 12 5 . Polarization Vertical 13 6. ConnectorN-Female 14 7 . Material Aluminum 15 8 . Mount Mounts on pipe with 0 .5 inch to 1.5-inch diameter 16 2.6 ETHERNET SURGE PROTECTOR 17 A . Subject to compliance with the contract documents , the following manufacturers are 18 acceptable: 19 1. Phoenix Contact 20 2 . PolyPhaser 21 3. Cooper Bu ss man 22 4. Approved Equal 23 B. The listing of specific manufacturers above does not imply acceptance of their products 24 that do not meet the specified ratings , feature s and functions . Manufacturers listed 25 above are not relieved from meeting these specifications in their entirety . 26 C. Environmental 27 l. Operating temperature: -40 degrees F to 176 degrees F 28 2 . Operating humidity: 95 % non-condensing for indoor applications 29 3 . Storage Temperature: -40 to 176 degree s F 30 D. Physical 31 1. DIN Rail Mountable indoors and pole mountable outdoors applications 32 2. UO connectors : RJ-45 33 3. Power over Ethernet POE+ to IEEE802 .3 at up to 57VDC 34 E . Functional Performance 35 1. Protection: handles 100 or more lightning strikes at surge levels of 8/20uSec at 36 6kV/3kA 37 2 . Standard: Compliant to IEC61000-4-5 . 38 2.7 RADIO SYSTEM SURGE PROTECTOR 39 A. Subject to compliance with the contract documents, th e following manufacturers are 40 acceptabl e: CITY OF FORT WORTH NORTH SID E IV 24" WA TE R TRANSMISSI O N, MAIN PH 1B ST AND ARD CONSTRUCT IO N SPECIFICATION DO CUM ENTS CITY PROJECT NO . I 026 87 Revised Augu st S, 2022 2 3 4 1. 2. 3. 4. Phoenix Contact Poly Phaser Cooper Bussman Approved Equal 40 66 00 -7 COMMUNICATIONS INTE RFACE EQUIPMENT Page 7 of 8 5 B. The listing of specific manufacturers above does not imply acceptance of their products 6 that do not meet the specified ratings, features and functions . Manufacturers listed 7 above are not relieved from meeting these specifications in their entirety . 8 C. Environmental 9 I. Operating temperature: -40 degrees F to 176 degrees F 10 2 . Operating humidity : 95% non-condensing for indoor application s 11 3. Storage Temperature: -40 to 176 degrees F 12 D . Physical 13 1. Barrel configuration for control panel applications 14 2. TNC type connectors 15 E . Functional Performance 16 1. Protection: handles 100 or more lightning strikes at surge levels of 8/20uSec at 17 6kV/3kA 18 2. Standard: Compliant to IEC61000-4-5. 19 2.8 RADIO ANTENNA CABLES 20 A. Subject to compliance with the Contract Documents, the following Manufacturers are 21 acceptable: 22 I . Times Microwave LMR-600 runs under 75 feet 23 2. CommScope AV A 7-50 HELIAX runs 75 feet and greater 24 3. Approved Equal 25 B . The li s ting of s pecific manufacturers above does not imply acceptance of their products 26 that do not meet the s pecified ratings , feature s and functions . Manufacturers listed 27 above are not relieved from meeting these s pecifications in their entirety . 28 C. General 29 1. Provide s ufficient lengths of cables for installation for connection to all Radio 30 Equipment with no s plices. 31 D. Cable Construction 32 1. Inner Conductor Solid BCCAI 33 2 . Dielectric Foam PE 34 3. Outer Conductor Aluminum Tape 35 4 . Overall Braid Tinned Copper 36 5 . Jacket Black PE. 37 E. Function/Performance: 38 1. Max Operating Frequency GHz 2 .5 39 2. Minimum Operating Frequency 800 MHz 40 3 . Velocity of Propagation % 87 C ITY OF FORT WORTH NORTHSID E IV 24" WATER TRANSMISSION, MAIN PH I B STANDARD CONSTRUCTION SPECIFIC ATION DOCUM ENTS CITY PROJECT NO . I 02687 Rev ise d Augu st 5 , 2022 4. Dielectric Constant NA 1.32 2 5. Time Delay nS/ft (nS/m) 1.17 (3 .83) 3 6. Impedance ohms 50 4 7. Capacitance pF/ft (pF/m) 15.6 (51.1) 5 8. Inductance uH/ft (uH/m) 0 .088 (0.29) 6 9. Shielding Effectiveness dB >90 7 10. DC Resistance 406600 -8 COMMUNICATIONS INTERFACE EQUIPMENT Page 8 of 8 8 a. Inner Conductor ohms/1000ft (/km) 1.39 ( 4 .56) 9 b . Outer Conductor ohms/I0O0ft (/km) 1.2 (3.9) 10 11 . Peak Power kW 40 11 F. Required Options/Accessories 12 1. Provide Surge Arrestors at the antenna connection and the entrance to the 13 equipment per the NEC 14 PART 3-EXECUTION 15 3.1 INSTALLATION 16 A. All equipment specified herein shall be factory installed in an overall assembly, field 17 adjusted, tested and cleaned as an integral part of equipment specified elsewhere in 18 these Specifications . 19 END OF SECTION CITY OF FORT WORTH NORTHS IDE IV 24" WATE R TRANSMISSION, MAIN PH I B STANDARD CONSTRUCTION SPECIF ICATION DOCUMENTS CITY PROJECT NO. 102687 Revised Au g ust 5 , 2022 40 67 00 -I PROCESS CONTROL SYSTEMS CONTROL PANELS Page I of 16 SECTION 40 67 00 2 PROCESS CONTROL SYSTEMS CONTROL PANELS 3 PARTl-GENERAL 4 1.1 SCOPE OF WORK 5 A. Furnish and install functional control panels to manually or automatically operate 6 control systems as specified in the detailed requirements of this Section, and logic and 7 schematics as shown on the Electrical and Instrumentation Drawings. 8 B. Control panels as specified in Process Equipment Division, Electrical Equipment 9 Division or Mechanical Equipment Divisions, except as specifically stated herein, shall IO not be submitted under this Section. 11 1.2 RELATED WORK 12 A. Wherever references are made to Related Work in other Specification Sections of the 13 Specifications, the Contractor is to provide such information or work as may be 14 required in those references and include such information or work as may be specified. 15 B . All Instrumentation work related to Process and Mechanical Divisions equipment that is 16 shown on the Instrumentation Drawings shall be provided under Division 40 Process 17 Control System Sections unless otherwise explicitly shown. 18 C . All Control Panels and work provided under any Di vision of the Specifications shall 19 fully comply with the requirements of Division 40 Process Control System Sections. 20 D. No references are made to any other section which may contain work related to any 21 other section . The Contract Documents shall be taken as a whole with every section 22 related to every other section as required to meet the requirements specified. The 23 organization of the Contract Documents into specification divisions and sections is for 24 organization of the documents themselves and does not relate to the division of 25 suppliers or labor which the Contractor may choose to employ in the execution of the 26 Contract. Where references are made to other Sections and other Divisions of the 27 Specifications, the Contractor shall provide such information or additional work as may 28 be required in those references and include such information or work as may be 29 specified. 30 E . Other Divisions 31 1. The Contractor shall be responsible for examining all Sections of the Specifications 32 and Drawings and shall determine the power and wiring requirements and shall 33 provide appurtenances, as required to provide a fully functioning process control 34 system. If the equipment requires added options, due to different equipment being 35 supplied, the Contractor shall furnish the additional appurtenances and/or wiring, 36 with no change in the Contract Price, and with no increase in Contract Time. 37 1.3 SUBMITTALS 38 A. Submittal Process 39 1. Subrnittals shall be made in accordance with the requirements of Division 1, 40 Section 40 61 00, and as specified herein. CITY OF FORT WORTH NORTHSIDE IV 24" WATER TRANSMISSION, MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Revised August 5 , 2022 40 67 00 -2 PROCESS CONTROL SYSTEMS CONTROL PANELS Page 2 of 16 2. Submittals require information on related equipment to be furnished under this 2 Specification and described in the related Sections listed in the Related Work 3 paragraph above. Incomplete submittals not containing the required information on 4 the related equipment will be returned un-reviewed. 5 3. Equipment specified in Process, Mechanical , or Electrical Equipment Divisions, 6 and supplied as an integral part of a process equipment manufacturer's package 7 shall be submitted with the manufacturer's submittals, in those Divisions. 8 B . Submittal Content 9 I. The original equipment manufacturer shall create all equipment shop drawings, 10 including all wiring diagrams , in the manufacturer's Engineering department. All 11 equipment shop drawings shall bear the original equipment manufacturer's logo , 12 drawing file numbers , and shall be maintained on file in the original equipment 13 manufacturer's archive file system . Photocopies of the Engineer's ladder 14 schematics are unacceptable as shop drawings. 15 C. Required Submittals 16 1. Copies of previously Approved Related Work submittals . 17 2. Documentation confirming that the Panel Assembly Facility is a UL-508 certified 18 panel shop. 19 3. Facsimile of the UL label that is to be applied to the completed panels. 20 4. Shop Drawings 21 a. Shop Drawings shall include the following: 22 1) Drawings shall be to scale and shall show the location of panel mounted 23 devices , including doors, louvers , and sub panels . 24 2) Equipment outline drawings showing elevation , plan and interior views , 25 front panel arrangement, dimensions, weight, shipping splits, conduit 26 entrances and anchor bolt pattern . Indicate all options , special features, 27 ratings and deviations from this Section's requirements. 28 3) The first sheet of each Panel Drawing Packet shall contain a Bill of 29 Materials for that panel. The Bill of Materials shall list all devices mounted 30 within the panel, and shall include the tag number, description, 31 manufacturer, and model number of each item . 32 4) Following the Bill of Material shall be a listing, uniquely identifying each 33 component of the Panel , and a description of the item used, i.e. devices by 34 their assigned tag numbers, nameplate inscriptions, service legend, and 35 annunciator inscriptions . 36 5) Power and control schematics including external connections. Show wire 37 and terminal numbers and color-coding. 38 b. Interconnecting Wiring Diagrams 39 1) Provide interconnecting wiring diagrams showing electrical connections 40 between equipment, consoles, panels, terminal junction boxes , and field 41 mounted components. 42 2) Diagrams shall show component and panel terminal board identification 43 numbers, and external wire and cable numbers . 44 3) Circuit names corresponding to the Circuit and Raceway Schedule shall be 45 shown. The diagram shall include intermediate terminations between field 46 elements and panels (e.g., terminal junction boxes, pull boxes, etc.). 47 5. Factory Tests. CITY OF FORT WORTH NORTHS IDE IV 24" WATER TRANSMISSION, MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUME NTS CITY PROJECT NO . 102687 Rev ised Augu st 5 , 2022 40 67 00 -3 PROCESS CONTROL SYSTEMS CONTROL PANELS Page 3 of 16 I a. Submittals shall be made for factory tests as specified herein. Owner/Engineer 2 approval of required factory tests is required prior to shipment of the 3 equipment. 4 6. Field Tests. 5 a. Submittals shaJI be made for field tests as specified herein. 6 7 . Operation and Maintenance Manuals. 7 a . Operation and maintenance manuals shaJI include the following information: 8 1) Manufacturer's contact address and telephone number for parts and service. 9 2) Instruction books and/or leaflets 10 3) Recommended renewal parts list 11 4) Record Documents for the information required by the Submittals 12 paragraph above. 13 D. Operation and Maintenance Manuals . 14 1. Operation and maintenance manuals shall include the following information: 15 a. Manufacturer's contact address and telephone number for parts and service. 16 b . Instruction books and/or leaflets 17 c. Recommended renewal parts list 18 d . Record Documents for the information required by the Submittals paragraph 19 above. 20 1.4 REFERENCE CODES AND STANDARDS 21 A. Instrumentation equipment, materials and installation shall comply with the National 22 Electrical Code (NEC and with the latest edition of the following codes and standards: 23 I. National Electrical Safety Code (NESC) 24 2 . Occupational Safety and Health Administration (OSHA) 25 3 . NEMA ICS 1-101 Diagrams, Designations and Symbols 26 4. ANSinSA-5.06.01-2007 -Functional Requirements Documentation for Control 27 Software Applications 28 5. ISA-TR20.00.01-2001 -Specification Forms for Process Measurement and Control 29 Instruments Part 1: General Considerations Updated with 27 New Specification 30 Forms in 2004-2005 . 31 6 . ISA-5.4-1991 Instrument Loop Diagrams . 32 7. ISA-5.5-1985 Graphic Symbols for Process Displays. 33 8 . ISA-5.1-1984 (R 1992) Instrumentation Symbols and Identification . 34 9 . ISA-5.3-1983 Graphic Symbols for Distributed Control/Shared Display 35 Instrumentation, Logic, and Computer Systems. 36 10. ISA-20-1981 Specification Forms for Process Measurement and Control 37 Instruments, Primary Elements, and Control Valves. 38 11 . ISA-5.2-1976 (R 1992) Binary Logic Diagrams for Process Operations . 39 12. NEMA ICS 6 Enclosures for Industrial Controls and Systems 40 13 . National Fire Protection Association (NFPA) 41 14. National Electrical Manufacturers Association (NEMA) 42 15 . American National Standards Institute (ANSI) 43 16. Insulated Cable Engineers Association (ICEA) 44 17. The International Society of Automation (ISA) CITY OF FORT WORTH NORTHSrDE rv 24" WATER TRANSMISSION, MAIN PH I B STANDARD CONSTRUCTION SPECfFICA TION DOCUMENTS CITY PROJECT NO . I 02687 Revi sed Augu st 5 , 202 2 40 67 00 -4 PROCESS CONTROL SYSTEMS CONTROL PANELS Page 4 of 16 18. Underwriters Laboratories (UL) 19 . UL 508, the Standard of Safety for Industrial Control Equipment 20. UL 508A, the Standard of Safety for Industrial Control Panels 21. UL 50, the Standard of Safety for Enclosures for Electrical Equipment. 22. NFPA 79, Electrical Standard for Industrial Machinery 23 . Factory Mutual (FM) 24. NFPA 70 National Electrical Code (NEC) 25 . NFPA 70E Standard for Electrical Safety in the Workplace 2 3 4 5 6 7 8 9 26. ANSI C37.90.2 Standard Withstand Capability of Relay Systems to Radiated 10 11 12 13 14 15 16 Electromagnetic Interference from Transceivers . 27. NEMA ICS 4 Terminal Blocks for Industrial Use. 28. NEMA LSI Low Voltage Surge Protection Devices. 29. UL 1283 Standard for Safety-Electromagnetic Interference Filters . 30. UL 1449 Third Edition Surge Protective Devices 31 . All equipment and installations shall conform to applicable Federal, State, and local codes. 17 1.5 QUALITY ASSURANCE 18 A. The manufacturer of this equipment shall have produced similar equipment for a 19 minimum period of five (5) years. When requested by the Owner/Engineer, an 20 acceptable list of installations with similar equipment shall be provided demonstrating 21 compliance with this requirement. 22 B. The control panels shall be assembled in a UL-certified panel shop, experienced in the 23 assembled of control panels for wastewater and water treatment systems. A submittal of 24 the documentation, that certifies the panel fabrication shop is a UL-certified shop, is 25 required. 26 C . Equipment components and devices shall be UL labeled wherever UL standards exist 27 for such equipment. The completed control panel shall be UL Labeled in accordance 28 with UL 508 , 508A or UL 698A whichever is the applicable UL standard for the 29 installed location of the panel where indicated on the drawings. The panel shall also be 30 UL labeled for the environment in which it is to be placed. A UL label shall be affixed 31 to the inside of the external door by the panel fabrication assembly . Submit a facsimile 32 of the UL label in the submittal information . 33 D. Equipment submitted shall fit within the space shown on the Drawings . Equipment 34 which does not fit within the space is not acceptable. 35 1.6 DELIVERY STORAGE AND HANDLING 36 A. Equipment shall be handled and stored in accordance with manufacturer's instructions. 37 Two (2) copies of these instructions shall be included with the equipment at time of 38 shipment and shall be made available to the Contractor and Owner/Engineer. 39 B. Shipping groups shall be designed to be shipped by truck, rail, or ship. Indoor groups 40 shall be bolted to skids. Accessories shall be packaged and shipped separately . CITY OF FORT WORTH NORTHSIDE fV 24 " WATER TRANSMISSION , MAIN PH I B ST AND ARD CONSTRUCTION SPECrFICA TION DOCUMENTS CITY PROJECT NO . I 02687 Revi sed Augu st 5 , 2022 40 67 00 -5 PROCESSCONTROLSYSTEMSCONTROLPANELS Page 5 of 16 I C. Within (5) five days after shipment of all equipment, Manufacturer shall ship all 2 software, supplied under this Section of the Specifications, by Registered Mail or 3 Approved Courier, to the Owner's Representative, with a copy of the Shipment 4 Manifest. 5 D. Visible shipping damage to any portion of a shipment shaJI be assumed to have also 6 damaged the surrounding portion. The visibly damaged and the surrounding panels 7 shall be returned to the Manufacturer's UL 508 facility, for examination and damaged 8 equipment replaced, followed by a Witnessed Test of the returned portion, as specified 9 in Paragraph 2.07, at no expense to the Owner. 10 E . Equipment shall be installed in its permanent finished location shown on the Drawings 11 within seven (7) calendar days of arriving onsite. If the equipment cannot be installed 12 within seven (7) calendar days, the equipment shall not be delivered to the site, but 13 stored off site, at the Contractor's expense, until such time that the site is ready for 14 permanent installation of the equipment. 15 F. Where space heaters are provided in equipment, provide temporary electrical power and 16 operate space heaters during storage, and after equipment is installed in permanent 17 location, until equipment is placed in service. 18 1.7 WARRANTY 19 A. The Manufacturer shall warrant the equipment to be free from defects in material and 20 workmanship for 2 years from date of final acceptance of the equipment. Within such 21 period of warranty, the Manufacturer shall promptly furnish all material and labor 22 necessary to return the equipment to new operating condition. Any warranty work 23 requiring shipping or transporting of the equipment shaJI be performed by the 24 Manufacturer, at no expense to the Owner. 25 PART 2-PRODUCTS 26 2.1 MATERIAL MANUFACTURERS 27 A. Subject to compliance with the Contract Documents, the following electrical material 28 manufacturers are acceptable for all materials not otherwise specifically specified 29 within the contract documents . 30 1. General Electric Co. 31 2. Eaton/ Cutler-Hammer 32 3. Schneider Electric/ Square D Co. 33 4. Rockwell Automation I AJlen Bradley 34 B. The listing of specific manufacturers above does not imply acceptance of their products 35 that do not meet the specified ratings, features and functions. Materials listed above are 36 not relieved from meeting these Specifications in their entirety. 37 C. Manufactures of all related devices and components shall be as specified elsewhere in 38 the contract documents . 39 2.2 RA TINGS 40 A. The complete control panel assembly shall be UL certified and carry a UL 508A listing 41 for "Industrial Control Panels". CITY OF FORT WORTH NORTHS IDE IV 24" WATER TRANSMISSION, MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102687 Revi sed August 5 , 2022 40 67 00 -6 PROCESSCONTROLSYSTEMSCONTROLPANELS Page 6 o f 16 I B. The control panel shall meet all applicable requirements of the National Electrical 2 Code . 3 C . Motor controllers , including associated devices, shall be designed for continuous 4 operation at rated current in a 40-degree C ambient temperature. 5 D. For additional ratings and construction notes, refer to the Drawings . 6 E. The service voltage shall be as specified and as shown on the Drawings . The overall 7 short circuit withstand, and interrupting rating of the equipment and devices shall be 8 equal to or greater than the overall short circuit withstand and interrupting rating of the 9 feeder device immediately upstream of the Control Panel, but not less than 10 10,000amperes at 120 volts single phase. 11 2.3 CONSTRUCTION 12 A . General 13 I . Refer to the Drawings for : schematics, actual layout and location of equipment and 14 components; current ratings of devices, bus bars, components; protective relays, 15 voltage ratings of devices , components and assemblies; and other required details . 16 B . Enclosures 17 1 . General 18 a. Each enclosure shall incorporate a removable back panel, and side panels, on 19 which control components shall be mounted. Back panel shall be secured to the 20 enclosure with collar studs for wall mounted enclosures , and 316 SS hardware 21 for free standing enclosures. 22 b . All floor-mounted enclosures shall be provided with floor stands of the same 23 materials of construction as the enclosure. 24 c . The enclosure door shall be interlocked with the main circuit breaker by a panel 25 mounted cable driven operating mechanism. 26 d . Back panel shall be tapped to accept all mounting screws. Self-tapping screws 27 shall not be used to mount any components . 28 e . All enclosure doors shall have bonding studs . The enclosure interior shall have 29 a bonding stud. 30 f. Each enclosure shall be provided with a documentation pocket on the inner 31 door. 32 g . Enclosures shall not have holes or knockouts . 33 h . Provide manufacturer's window kits where shown on the Drawings. 34 t. All panels installed outdoors shall have a factory applied, suitable primer and 35 final coat of weatherproof white paint. AJI stainless-steel panels installed 36 outdoors shall be of 304 or 316 grade materials when painted white unless 37 otherwise shown on the drawings. 38 J. All enclosures shall include provisions for a padlock on doors. 39 k . Overload tables shall be laminated and adhered to the inside of the door. 40 1. Each enclosure shall have one, UPS powered, 150-watt receptacle labeled 41 "COMPUTER ONLY". 42 m. All enclosures shall be lockable, and keyed al ike. 43 n. Where indicated or specified, provide a minimum 18x 18-inch foldable shelf 44 mounted no more than 40 inches above finished floor. The shelf to be 45 constructed of the same material and finish as the control panel. Shelves as 46 manufactured by Saginaw Control and Engineering, Hoffman or approved 47 equal are acceptable . CITY OF FORT WORTH NORTHS IDE IV 24" WATE R TRANSMISSION, MACN PH l B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Re vi sed August 5 , 2022 40 67 00-7 PROCESS CONTROL SYSTEMS CONTROL PANELS Page 7 of 16 I 2 . NEMA 4X for all panels not otherwise defined 2 a . Where an enclosure is not otherwise defined or shown on the Drawing 3 1) NEMA 4X 316 Stainless Steel 4 2) Type 316 stainless steel, body and door 5 3) Stainless steel continuous hinge 6 4) Foam in-place gasket 7 5) Single point quarter tum latches (20"x24" and below). All others 3-point 8 latch 9 b. Manufacturers 10 1) Rittal WM Series 11 2) EMF Company 12 3) NEMA Enclosures Company 13 4) Hammond Company 14 5) Saginaw Control and Engineering 15 6) Approved Equal 16 3. NEMA 1 or NEMA 1 A boxes shall not be used. 17 4. Malleable iron boxes shall not be used. 18 C. Environmental Controls 19 1. Enclosure Condensate Heaters 20 a. A self-contained enclosure condensation heater with thermostat and fan shall be 21 mounted inside the control panel, if panel is mounted outdoors or in a non-air- 22 conditioned space. 23 1) Enclosure heaters shall be energized from 120-volt, single-phase power 24 supply and sized to prevent condensation within the enclosure . 25 2) Locate enclosure heaters to avoid overheating electronic hardware or 26 producing large temperature fluctuations on the hardware. 27 3) Enclosure heaters shall have an internal fan for heat distribution and shall 28 be controlled with adjustable thermostats . The thermostat shall have an 29 adjustment range of 40 degrees Fahrenheit to 90 degrees Fahrenheit. 30 Provide a circuit breaker or fused disconnect switch within the enclosure. 31 4) Enclosure heaters shall be Hoffman type DAH or equal. 32 b . Strip heaters may be provided if they are 240 volts rated, powered at 120 volts 33 AC and do not have a surface temperature higher than 60°C. Strip heaters and 34 thermostats shall be as manufactured by Chromalox or equal. 35 1) Strip heaters shall be Chromalox , Type OT, 1.5-in wide , 240 Volts, single 36 phase , 150 watts , energized at 120 volts, with rust resisting iron sheath, 37 Catalog No. OT-715, Product Code No . 129314 . Provide sufficient 38 wattage in heaters to prevent condensation should the interior temperature 39 of the enclosure drop below the dew point. 40 2) A control thermostat mounted inside the control Panel shall be Chromalox, 41 Type WR, single stage, Catalog No. WR-80 , Product Code No.263177. 42 3) The strip heater terminals shall be guarded by a protective terminal cover. 43 4) High temperature connecting lead wire shall be used between the 44 thermostat and the heater terminals. Wire shall be No . 12 A WG stranded 45 nickel-plated copper with Teflon glass insulation and shall be the product 46 of Chromalox, Catalog No. 6-CFI-12, and Product Code No. 263783. 47 2. Enclosure Air Conditioner CITY OF FORT WORTH NORTHSIDE IV 24" WATER TRANSMISSION, MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Revi sed August 5 , 2022 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 35 36 37 38 39 40 41 42 43 44 45 46 47 48 3 . 40 67 00 -8 PROCESS CONTROL SYSTEMS CONTROL PANELS Page 8 of 16 a. Enclosures containing electronic devices or electrical equipment shall have air conditioners that will maintain the internal temperature at or below the equipment rating without violating 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 the maximum operating temperatures of the panel components. I) For enclosures mounted indoors in non-air-conditioned spaces, include an ambient air temperature of 40-degree C and a humidity of 100% non- condensing. 2) For enclosures mounted in direct sunlight, add the appropriate solar heat gain component to the calculation and raise the ambient temperature to 60 degrees Celsius. 3) The calculation shall show all the internal and external heat gain loads and the expected internal temperature rise, in degrees Celsius, above the specified ambient without the air conditioner. Provide a calculation showing the expected temperature rise in degrees C above the specified ambient with the air conditioner running. c. The air conditioner shall have the following features : 1) Use CFC-free R 134a refrigerant. 2) Have fully gasketed flanges on all four mounting edges for a watertight seal that maintains NEMA rating of the panel. 3) Thermostatic low temperature control to provide energy efficient operation and prevents over-cooling . 4) EMURFI suppressor to minimize transient spikes during compressor on/off cycling . 5) Separated blower-driven evaporator and condenser air systems for closed loop cooling. 6) UL listed . 7) Stainless steel enclosure rated NEMA 4X. 8) Internal corrosion resistant coating and/or galvanized steel components . 9) Low ambient kit. 10) Short cycle protector. d . Manufactures 1) Rittal 2) Cooper B-Line 3) ICE Cube 4) Approved Equal Enclosure Fans a. Fans shall be furnished for soft start starters and AFD 's, as required by the manufacturer, to provide air circulation and cooling . Fans shall be controlled by a temperature switch. The fan shall operate only when the drive is "ON" and for a cool-down period after the drive 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 washable . b. Fan motors shall be protected by an input circuit breaker. Metal squirrel cage ball bearing, three phase fan motors with IO-year design life shall be used in the drive design. Plastic muffin fans are not acceptable . Fan power shall be obtained from a tap on the main control power transformer. CITY OF FORT WORTH NORTHSIDE rv 24" WATE R TRANSMISSION, MACN PH 1B STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS CITY PROJECT NO. 102687 Rev ised Augu st 5, 2022 I 2 3 4 5 6 7 8 9 10 40 67 00 -9 PROCESS CONTROL SYSTEMS CONTROL PANELS Pag e 9 of 16 c. A "loss of cooling" fault shall be furnished . In the event of clogged filters or fan failure, the drive shall produce an alarm and then, in a predetermined time , be shut down safely without electronic component failure by the temperature switch. d. Redundant fans shall be provided in the drive design as backup in the event of fan failure. 4. Corrosion Protection a. Provide corrosion protection in each control panel with a corrosion-Inhibiting vapor capsule as manufactured by Northern Instruments; Model Zerust VC, or Hoffman Engineering; Model A-HCI. 11 2.4 PANEL EQUIPMENT 12 A. Equipment Requirements 13 1. The requirements for equipment, controls, meters, converters, etc, for each Control 14 Panel, shall be as shown on the Panel Schedule herein, the Drawings, panel 15 schematics , and the functions specified in the Loop Descriptions . 16 2. Where a programmable logic controller is designed as a part of the control panel , 17 the PLC shall be as specified in Section 40 63 00 Programmable Logic Controller 18 System. 19 3. Where communications equipment is designed as part of the control panel, the 20 equipment shall be as specified in Section 40 66 00 Communications Interface 21 Equipment. 22 4. All other equipment, controls, meters, converters that are designed as a part of the 23 control panel, shall be as specified in Section 40 78 00 Panel Mounted Control 24 Devices, the Related Work Sections specified herein, as shown on the Drawings, 25 panel schematics, and the functions specified in the Control Descriptions. 26 5. Furnish installed in the Control Panel, a dedicated Surge Protective Device (SPD) 27 (Type 3), permanently connected, on the load side of the power entrance, as 28 specified in Section 26 43 13 Low Voltage AC Surge Protective Devices (SPDs). 29 6 . Provide a main circuit protective device, DIN rail mounted, to protect the panel 30 equipment. 31 7. Provide an enclosure intrusion switch for all enclosures containing communications 32 equipment or Programmable Logic Controllers (PLC) and or related equipment. 33 B . Panel Control Device Requirements 34 1. Control Devices and Indicators 35 a . All operating control devices, indicators, and instruments shall be securely 36 mounted on the panel door. All controls and indicators shall be 30mm, 37 corrosion resistant, NEMA 4X/13, anodized aluminum or reinforced plastic . 38 Booted control devices are not acceptable. Auxiliary contacts shall be provided 39 for remote run indication and indication of each status and alarm condition . 40 Additional controls shall be provided as specified herein and as required by the 41 detailed mechanical and electrical equipment requirements . 42 b . Indicator lamps shall be LED type . For all control applications, indicator lamps 43 shall incorporate a push-to-test feature. Lens colors shall be as follows: 44 1) Red for ON, Valve OPEN, and Breaker CLOSED. 45 2) Green for OFF, Valve CLOSED and Breaker OPEN . 46 3) Amber for FAIL. 47 4) Blue for READY CITY OF FORT WORTH NORTHS IDE IV 24 " WATER TRANSMISSION, MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Revised Augu st 5 , 2022 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 5) White for POWER ON . 4067 00 -10 PROCESS CONTROL SYSTEMS CONTROL PANELS Page 10 of 16 c. Mode selector switches (HAND-OFF-AUTO, LOCAL-OFF-REMOTE, etc) shall be as shown on the Drawings. Units shall have the number of positions and contact arrangements, as required. Each switch shall have an extra dry contact for remote monitoring. d. Pushbuttons shall be as follows: 1) Red for STOP, Valve OPEN, Breaker CLOSE and mushroom Red for EMERGENCY STOP. 2) Green for START, Valve CLOSE and Breaker OPEN. 3) Black for RESET. e . Furnish nameplates for each device. All nameplates shall be laminated plastic, black lettering on a white background , attached with stainless steel screws . Device mounted nameplates are not acceptable . 2. A failure alarm with horn and beacon light shall be provided when required or specified. Silence and reset buttons shall be furnished . Alarm horn and beacon shall be by Federal Signal; Crouse-Hinds , or equal, NEMA 4X for all areas except for NEMA 7 areas, which shall be NEMA 7/4X cast aluminum . 3. Control and Instrument Power Transformers a. Control power transformers shall be provided where shown on the Drawings. Transformer shall be sized for the entire load, including space heaters, plus 25% spare capacity, and shall be not less than IO0VA. b. Control power transformers shall be 120 volts grounded secondary. Primary side of the transformer shall be fused in both legs . One leg of the transformer secondary shall be solidly grounded while the other leg shall be fused. 25 2.5 EQUIPMENT INSTALLATION 26 A. Equipment Mounting 27 1. The location of the installed equipment shall be as shown on the Panel Layouts on 28 the Drawings. 29 2 . Each piece of equipment shall be securely mounted to the backplate or sideplate in 30 accordance with the manufacturer's installation instructions. All mounting 31 hardware shall be from the front of the backplate or side plate with threaded screws. 32 Attaching hardware shall not be installed from the rear of the backplate or side 33 plate. Removal of any piece of equipment shall not require the removal or 34 loosening of any other piece of equipment. 35 3. Operator interface equipment installed on the door shall be arranged as shown on 36 the Drawings in accordance with the manufacturer's installation instructions. No 37 penetrations of the door shall be made except for equipment mounting. Provide 38 adequate clearance between pieces of equipment and door latching mechanisms. 39 B. Nameplates 40 1. Nameplates 41 a . External CITY OF FORT WORTH NORTHSIDE IV 24" WATER TRANSMISSION, MACN PH 1 B STANDARD CONSTRUCTION SPEClFICATION DOCUMENTS CITY PROJECT NO. 102687 Revised August S, 2022 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 35 36 37 38 39 40 41 42 43 44 45 46 C. 40 67 00-11 PROCESS CONTROL SYSTEMS CONTROL PANELS Pagellofl6 l) Nameplates shall be engraved, laminated impact acrylic, matte finish, not less than 1/16-in thick by 3/4-in by 2-1/2-in, Rowmark 322402. Nameplates shall be 316 SS screw mounted to all enclosures except for NEMA 4 and 4X. Nameplates for NEMA 4 and 4X enclosures shall be attached with double faced adhesive strips, TESA TUFF TAPE 4970, .009 X ½", or equal. Prior to installing the adhesive nameplates, the metal surface shall be thoroughly cleaned with 70% alcohol until all residue has been removed . Epoxy adhesive or foam tape is not acceptable . 2) There shall be a master nameplate that indicates supply voltage equipment ratings, short circuit current rating, manufacturer's name, shop order number and general information. Cubicle nameplates shall be mounted on the front face, on the rear 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 all doors. b) "Warning-Hazard of Electric Shock -Disconnect Power Before Opening or Working on This Unit" on main power disconnect or disconnects. b . Internal l) Provide the panel with a UL 508A label. 2) Control components mounted within the assembly, such as fuse blocks, relays, pushbuttons , switches, etc ., shall be suitably marked for identification, corresponding to appropriate designations on manufacturer's wiring diagrams . 3) Front of each PLC 1/0 module shall have label identifying each individual point interfaced to the module. c. Special l) Identification nameplates shall be white with black letters, caution nameplates shall be yellow with black letters , and warning nameplates shall be red with white letters. Wiring Trough and Terminal Block Installation 1. Space between wiring troughs and equipment shall be such that space for terminal blocks is provided for termination of each conductor or group of conductors before connection to the equipment. Removal of equipment for service shall not leave any exposed conductors hanging unconnected. 2. Install the wiring troughs such that one may be removed without interference from the other. Troughs shall be installed such that trough covers may be removed without cover interference. 3. Install terminal blocks on DIN rail with adequate space for access to the terminal with clear view of the wire identification label. All incoming or outgoing wiring shall enter or leave the panel on terminal blocks. Terminal blocks or wiring troughs shall not be installed on the doors. Provide terminal blocks on sideplates / backplates for all door mounted equipment. 4. In no case shall internal and external wiring share a wiring trough. 5 . Provide 600 volt rated terminal blocks for any conductor carrying any voltage over 120 volts to ground. CITY OF FORT WORTH NORTHS IDE IV 24" WATER TRANSMISSION, MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Revised August 5, 2022 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 35 36 37 38 39 40 41 42 43 44 45 46 47 D. 4067 00 -12 PROCESS CONTROL SYSTEMS CONTROL PANELS Pag e 12 of 16 6 . Provide 600 volt rated strap screw terminal blocks for any power conductors carrying over 20 amps , at any voltage. Terminals shall be double sided and supplied with removable covers to prevent accidental contact with live circuits. 7. Power conductors carrying over 20 amps, at any voltage shall be terminated to strap-screw type terminal blocks with crimp type , pre-insulated, ring-tongue lugs. Lugs shall be of the appropriate size for the terminal block screws and for the number and size of the wires terminated . Do not terminate more than one conductor in any lug, and do not land more than two conductors under any strap- screw terminal point. 8 . Terminals shall have permanent, legible identification, clearly visible with the protective cover removed. Each terminal block shall have 20 percent spare terminals, 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 interconnect terminal blocks terminating common or ground conductors . 10. Twisted shielded pair or triad cables shall have each individual conductor and shield drain wire landed on individual terminal blocks . Use the manufacturer 's provided bridge connectors to interconnect terminal blocks terminating the shield drain wire conductors. 11. Provide an AC ground bar bonded to the panel enclosure, if metal, with 20 percent spare terminals . 12 . Provided ground terminal blocks for each twisted-shielded pair drain wire. Internal Panel Wiring 1. Power and control wiring shall be tinned stranded copper, minimum size No . 14 A WG, with 600-volt, 90-degree C , flame retardant, Type MTW thermoplastic insulation. Line side power wiring shall be sized for the full fault current rating or frame size of the connected device, and as shown on the Drawings . 2. Analog signal wires shall be 600 Volt Class , insulated stranded tinned copper, twisted shielded #16 A WG pair. 3 . All interconnecting wires between panel mounted equipment and external equipment shall be terminated at numbered terminal blocks. Field wiring shall not be terminated directly on any panel-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 heat shrinkable tube applied to each end showing origination and destination of each wire . The marking shall be permanent, non-smearing, solvent-resistant type similar too Raychem TMS-SCE, or equal. 5 . All wiring shall be enclosed in PVC wire trough with slotted side openings and removable cover. Plan wire routing such that no low twisted shielded pair cable conducting analog 4-20 mA signals or low voltage analog signals are routed in the same wire trough as conductors carrying discrete signals or power. 6. All control panel wiring shall use the following color code . a. Black: AC power at line voltage b. Red: switched AC power c. Orange: May be energized while the main disconnect is in the off position d. White: AC neutral e. Orange/white stripe or white/orange stripe : separate derived neutral e. Red/white stripe or white/red stripe: switched neutral CITY OF FORT WORTH NORTHS ID E IV 24" WATER TRANSMISSION, MAIN PH I B STANDARD CONSTRUCTION SPEC IFICATION DOCUMENTS CITY PROJECT NO . 102687 Revi se d Augu st 5, 2022 4067 00-13 PROCESS CONTROL SYSTEMS CONTROL PANELS Page 13 of 16 f. Green or green w/ yellow tracer: ground/earth ground 2 g. Blue: Ungrounded DC power 3 h. Blue/white stripe or white/blue stripe: DC grounded common 4 1. Brown: 480V AC 3 phase -phase A 5 J. Orange: 480V AC 3 phase -phase B 6 k. Yellow: 480V AC 3 Phase -phase C 7 I. Purple: common for analog signal wiring 8 m. Brown: positive leg of an analog signal 9 E. Field Entrance Internal Wiring 10 1. Field entrance internal wiring shall be neatly grouped by circuit and bound by 11 plastic tie wraps. Circuit groups shall be supported so that circuit terminations are 12 not stressed. In addition, low signal wiring (millivolt and milliamp) shall be bundle 13 separately from the rest of the control wiring. 14 2. All field wiring shall be tagged and coded with an identification number. Coding 15 shall be typed on a heat shrinkable tube applied to each end of the wire. The 16 marking shall be a permanent, non-smearing, solvent-resistant type similar to 17 Raychem TMS-SCE, or equal 18 3 . All conduit entering or leaving equipment shall be coordinated, in advance with the 19 panel installer, so that the conduit entrances to the enclosure are directly below the 20 termination area for immediate termination. Conduits shall not enter the top or side 21 of the panel unless approved in writing by the Owner/Engineer. 22 F. PLC/ RTU Inputs and Outputs 23 I. All PLC and RTU Analog inputs and outputs shall be individually fused for each 24 channel. All Discrete inputs and outputs shall be buffered with relays from the field 25 connections. Discrete points shall be fused for each circuit group with no less than 26 one fuse per card. 27 2.6 PCSI SHOP TESTING 28 A. The entire control panel shall be completely assembled, wired, and adjusted at the 29 PCSI's shop and shall be given the manufacturer's routine shop tests and any other 30 additional operational test to insure the workability and reliable operation of the 31 equipment. 32 B. The operational test shall include the proper connection of supply and control voltage 33 and, as far as practical, a mockup of simulated control signals and control devices shall 34 be fed into the boards to check for proper operation. 35 C. Factory test equipment and test methods shall conform to the latest applicable 36 requirements of ANSI, IEEE, UL, and NEMA standards, and shall be subject to the 37 Owner/Engineer's approval. 38 PART 3-EXECUTION 39 3.1 INSTALLER'S QUALIFICATIONS 40 A. Installer shall be specialized in installing this type of equipment with minimum 5 years 41 documented experience. Experience documentation shall be submitted for approval 42 prior to beginning work on this project. CITY OF FORT WORTH NORTHSIDE IV 24" WATER TRANSMISSION, MAIN PH 1 B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102687 Revised August 5, 2022 3.2 EXAMINATION 406700 -14 PROCESS CONTROL SYSTEMS CONTROL PANELS Page 14 of 16 2 A. Examine installation area to assure there is enough clearance to install the equipment. 3 B. Housekeeping pads shall be included for the floor mounted panels as detailed on the 4 Drawings. 5 C Check concrete pads and baseplates for uniformity and level surface. 6 D. Verify that the equipment is ready to install. 7 E. Verify field measurements are as instructed by manufacturer. 8 3.3 INSTALLATION 9 A. The Contractor shall install all equipment per the manufacturer's recommendations and 10 Contract Drawings. 11 B. Conduit hubs for use on raceway system pull and junction boxes shall be watertight, 12 threaded aluminum, insulated throat, stainless steel grounding screw, as manufactured 13 by T&B H150GRA Series, or equal. 14 C. Conduits entering a control Panel or box containing electrical equipment shall not enter 15 the enclosure through the top. 16 D. Install required safety labels. 17 3.4 RACEWAY SEALING 18 A. Where raceways enter junction boxes or control panels containing electrical or 19 instrumentation equipment, all entrances shall be sealed with 3M l00ONS Watertight 20 Sealant or approved equal. 21 B. This requirement shall be strictly adhered to for all raceways in the conduit system. 22 3.5 FIELD QUALITY CONTROL 23 A. Inspect installed equipment for anchoring, alignment, grounding and physical damage. 24 B. Check tightness of all accessible electrical connections. Minimum acceptable values are 25 specified in manufacturer's instructions. 26 C. Provide laminated copies of the Control schematics in each enclosure door pocket. 27 3.6 FIELD ADJUSTING 28 A. Adjust all circuit breakers, switches, access doors, operating handles for free 29 mechanical and electrical operation as described in manufacturer's instructions . 30 3.7 FIELD TESTING 31 A. Perform all electrical field tests recommended by the manufacturer. Disconnect all 32 connections to solid-state equipment prior to testing. 33 B. Test each key interlock system for proper functioning . 34 C. Test all control logic before energizing the equipment. CITY OF FORT WORTH NORTHS ID E IV 24" WATER TRANSMISSION, MAIN PH 1 B ST AND ARD CONSTRUCTION SPECIFlCA TION DOCUMENT S CITY PROJECT NO . 102687 Revised Augu st 5, 2022 3.8 CLEANING 40 67 00-15 PROC ESS CONTROL SYSTEMS CONTROL PANELS Page 15 of 16 2 A. Remove all rubbish and debris from inside and around the panel. Remove dirt, dust, or 3 concrete spatter from the interior and exterior of the equipment using brushes, vacuum 4 cleaner, or clean, lint free rags. Do not use compressed air. 5 3.9 EQUIPMENT PROTECTION AND RESTORATION 6 A. Touch-up and restore damaged surfaces to factory finish, as approved by the 7 manufacturer. If the damaged surface cannot be returned to factory specification, the 8 surface shall be replaced . 9 END OF SECTION 10 CITY OF FORT WORTH NORTHSID E IV 24" WATER TRANSMISSION , MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Revi sed Augu st 5, 2022 40 67 00 -16 PROCESS CONTROL SYSTEMS CONTROL PANELS Page 16 of 16 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH NORTHS IDE IV 24" WATER TRANSMISSION, MAIN PH l B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102687 Revised August 5 , 2022 SECTION 40 68 60 40 68 60 -I APPLICATION SERVICES PROVIDER Page I of 8 2 APPLICATION SERVICES PROVIDER 3 PARTl-GENERAL 4 1.1 SCOPE OF WORK 5 A. The Contractor shall furnish the services of qualified personnel to perform the work as 6 defined herein, in the Related Work Paragraph of this Section , and other Specification 7 Sections as specified herein. The service personnel shall be referred to as the 8 Application Services Programmer (ASP). 9 B. It shall be the responsibility of the Contractor to obtain and provide any and all 10 information required from other Divisions, as listed in the related work below, to 11 complete the work under this Section. 12 C. The Contractors ASP shall perform all work necessary to configure, customize, debug, 13 install, connect, and place into operation all HMI and PLC software specified within 14 this Division and other related divisions . 15 D. The Contractors ASP shall coordinate with the PCSI all scheduling, installation, and 16 startup services. 17 1.2 RELATED WORK 18 A. No references are made to any other section which may contain work related to any 19 other section. The Contract Documents shall be taken as a whole with every section 20 related to every other section as required to meet the requirements specified. The 21 organization of the Contract Documents into specification divisions and sections is for 22 organization of the documents themselves and does not relate to the division of 23 suppliers or labor which the Contractor may choose to employ in the execution of the 24 Contract. Where references are made to other Sections and other Divisions of the 25 Specifications, the Contractor shall provide such information or additional work as may 26 be required in those references and include such information or work as may be 27 specified. 28 1.3 SUBMITTALS 29 A. Prior to any Pre-Submittal Conferences or Work Submittals as defined in section 40 61 30 00 Process Control Systems General Provisions, the Contractor shall submit the 31 qualifications of the Application Service Provider. No Work Submittals will be 32 accepted until the ASP has been approved by the owner. Submittals received prior to 33 that Approval will be returned un-reviewed. 34 B. Submittal Process 35 1. Submittals shall be made in accordance with the requirements of Division 1, 36 Section 40 61 00, and as specified herein. 37 2. All electronic submittals shall be submitted in an ISO/IEC 26300:2006 or Comma 38 Separated Values (CSV) readable electronic file format on a CD-Rom and an 8 ½- 39 inch by 11-inch hard copy . PLC Programs shall be submitted in the native export 40 format of the PLC as suggested by the manufacture and as a fully annotated PDF 41 file. CITY OF FORT WORTH NORTHS IDE IV 24" WATER TRANSMISSION , MAIN PH 1 B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . I 02687 Revi sed August 5 , 2022 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 35 36 37 38 39 40 41 C. Submittal Content 1. Submittals shall contain the following: a. Programming Standards 406860 -2 APPLICATION SERVICES PROVIDER Pag e 2 of 8 1) Programming standards to be used for both process graphics and PLC logic conventions shall be submitted after the standards workshop . b . Programmable Logic Controller Programming 1) I/0 List with register assignments. 2) Diagrams of the process control functions by each strategy. 3) Listing of inputs to the control function . 4) A short narrative of each control strategy. 5) Listing of all Operator inputs and outputs to and from the control function. Any special displays related to the function shall be illustrated . A description of the operation of any display shall be described as it relates to the control function. 6) Cross references of all I/0, showing to which UO modules or software modules , they are in. 7) Failure contingencies shall be described in detail. 8) An annotated program, submitted in both hard copy and electronic format. c . Operation Interface Terminal Programming 1) UO List with register assignments . 2) Listing of all Operator displays with inputs and outputs to and from the control function . Displays shall be illustrated to show data presentation . 3) Cross references of all VO , showing to which I/0 modules or software modules , they are in. 4) Failure contingencies shall be described in detail. d . Human Machine Interface Programming 1) UO List with register assignments . 2) Displays for each process area including all necessary pop ups. 3) Listing of data points on each display . 4) A short narrative of each control usage . • 5) Listing of all Operator inputs and outputs to and from the control function . Any special displays related to the function shall be illustrated. A description of the operation of any display shall be described as it relates to the control function . 6) Cross references of all 1/0, showing which software module at each point used . 7) Failure contingencies shall be described in detail. 8) A complete listing of all hi storical points. 9) Listing of all required configuration files for each SCAD A client. . 2. Submit a proposed Schedule of Work following the PCSI pre-submittal conference. 42 1.4 REFERENCE CODES AND STANDARDS 43 A. Instrumentation equipment and HMI programming shall comply with the following 44 codes and standards: 45 1. Occupational Safety and Health Administration (OSHA) 46 2 . NEMA ICS 1-101 Diagrams, Designations and Symbols 47 3. ANSUISA-5.06.01-2007 -Functional Requirements Documentation for Control 48 Software Applications CITY OF FORT WORTH NORTHS IDE IV 24" WATER TRANSMISSION, MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Revi sed Augu st 5 , 2022 406860-3 APPLICATION SERVICES PROVIDER Page 3 of 8 1 4. ISA-TR20 .00.0l-2001 -Specification Forms for Process Measurement and Control 2 Instruments Part 1: General Considerations Updated with 27 New Specification 3 Forms in 2004-2005. 4 5. ISA-5.4-1991 Instrument Loop Diagrams . 5 6. ISA-5.5-1985 Graphic Symbols for Process Displays. 6 7. ISA-5.1-1984 (R1992) Instrumentation Symbols and Identification. 7 8. ISA-5 .3-1983 Graphic Symbols for Distributed Control/Shared Display 8 Instrumentation, Logic, and Computer Systems. 9 9. ISA-20-1981 Specification Forms for Process Measurement and Control 10 Instruments, Primary Elements, and Control Valves. 11 10 . ISA-5.2-1976 (R1992) Binary Logic Diagrams for Process Operations. 12 11. American National Standards Institute (ANSI) 13 12. The International Society of Automation (ISA) 14 13. Underwriters Laboratories (UL) 15 14. NFPA 79, Electrical Standard for Industrial Machinery 16 15 . Factory Mutual (FM) 17 16 . NFPA 70 National Electrical Code (NEC) 18 17. All equipment and installations shall conform to applicable Federal, State, and local 19 codes. 20 B. All work associated with PLC and HMI programming services shall comply with the 21 requirements set forth within the contract documents and as agreed and approved from 22 the standards submittal. 23 C. Where reference is made to one of the above standards, the revision in effect at the time 24 of bid opening shall apply. 25 1.5 QUALITY ASSURANCE 26 A. The Contractor shall provide verifiable documentation supporting the ASP' s 27 qualifications and work history as defined in Section 140 61 00 Process Control 28 Systems General Provisions . 29 1.6 SYSTEM DESCRIPTION 30 A. The Contractors ASP is responsible for providing all applications programming and 31 configuration services to accomplish the control and monitoring functions as described 32 in the contract specifications and drawings. The Contractors ASP shall provide all 33 programming functions including, but not limited to, control strategies and 34 communications for the Plant PCS PLCs and HMI. The Equipment manufacturer 35 supplied PLC systems programming is the respective suppliers' responsibility . The 36 Contractors ASP will obtain from the OWNER copies of all existing HMI and PLC 37 configurations. The Contractors ASP shall also provide all applications programming 38 and configuration services necessary to produce the HMI (graphic displays, reports, 39 trends, historical archive, etc .) as described in the contract specifications and drawings . 40 1.7 WARRANTY 41 A. Provide programming logic warranty as defined in division 1. CITY OF FORT WORTH NORTHSIDE IV 24" WATER TRANSMISSION , MAIN PH l B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102687 Revised August 5 , 2022 1.8 SYSTEM FINAL DOCUMENTATION 40 68 60 -4 APPLICATION SERVICES PROVTDER Page 4 of8 2 A. Prior to final acceptance of the system and owner training, operating and maintenance 3 manuals covering instruction and maintenance on each type of equipment shall be 4 furnished in accordance with the Division 1 and Section 40 61 00. 5 B. The instructions shall be bound in three-ring binders with Drawings reduced or folded 6 for inclusion. As a minimum, the following information shall be provided: 7 1. A comprehensive index. 8 2. A complete "As Constructed" set of approved shop Drawings. 9 3. A complete list of the programming furnished. 10 4. Detailed service, maintenance and operation instructions for each item supplied. 11 5. Operating instructions which incorporate a functional description of the entire 12 system with references to the systems schematic Drawings and instructions. 13 C. The final documentation shall be new documentation written specifically for this 14 project but may include standard and modified standard documentation. Modifications 15 to existing hardware or software manuals shall be made on the respective pages or 16 inserted adjacent to the modified pages. All standard documentation furnished shall 17 have all portions that apply clearly indicated. All portions that do not apply shall be 18 lined out. 19 D. The manuals shall contain all illustrations, detailed displays, and instructions necessary 20 for installing, operating, and maintaining the equipment. The illustrated parts shall be 21 numbered for identification. All information contained therein shall apply specifically 22 to the equipment furnished and shall only include instructions that are applicable. All 23 such illustrations shall be incorporated within the printing of the page to form a durable 24 and permanent reference book. 25 E. If the Contractors ASP transmits any documentation or other technical information 26 which he considers proprietary, such information shall be designated. Documentation or 27 technical information which is designated as being proprietary will be used only for the 28 design, construction, operation, or maintenance of the System and, to the extent 29 permitted by law, will not be published or otherwise disclosed. 30 F . The requirements for the final documentation are as follows: 31 1. As built documentation shall include all previous submittals, as described in this 32 Specification, updated to reflect the as-built system as well as any corrections or 33 modifications to the System resulting from the Factory and/or Field Demonstration 34 Tests. CITY OF FORT WORTH NORTHS IDE IV 24 " WATER TRANSMISSION , MAIN PH l B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . l 02687 Revised August 5, 2022 PART 2 -PRODUCTS (NOT USED) 2 PART 3 -EXECUTION 406860 -5 APPLICATION SERVICES PROVIDER Page 5 of 8 3 3.1 APPLICATION DEVELOPMENT WORKSHOPS AND COORDINATION 4 MEETINGS 5 A. The ASP shall schedule and administer a minimum of one Workshops and Coordination 6 Meetings for the purpose of discussing progress of the work under this Section . The 7 ASP shall fully coordinate with the PCSI and be present for coordination meetings as 8 defined in Section 40 61 00. 9 B . The ASP shall make arrangements for workshops; prepare agenda of discussion items. IO Notify participants at least one ( 1) week before scheduled meetings. The meetings shall 11 be held at a location chosen by the owner and shall include, as a minimum, attendance 12 by the Owner, Engineer, General Contractor's project engineer, ASP, and PCSI. 13 1. The first workshop shall be held in advance of the ASP programming standards 14 Shop Drawing submittal. The purpose of the workshop shall be for the ASP to: 15 a . Summarize their understanding of the project 16 b . Discus s any proposed substitutions or alternatives 17 c. Schedule testing and delivery milestone dates 18 d . Provide a forum for the ASP and Owner to coordinate hardware and software 19 related issues 20 e. Request any additional information required from the Owner and/or Engineer. 21 f . The ASP shall bring a draft version of proposed standards shop drawings to the 22 meeting to provide the basis for the Owner/Engineer's input into their 23 development. 24 g. All aspects of the programming effort shall be discussed including but not 25 limited to : 26 1) PLC and HMI Variable naming conventions 27 2) PLC memory map conventions 28 3) Any and all customized or user defined function blocks (DFB) and 29 subroutines. 30 4) Displays naming for each process area including all necessary pop ups. 31 5) Display color conventions and overall owner expectations 32 3.2 TESTS-GENERAL 33 Refer to Section 40 61 21. 34 3.3 OPERATIONAL READINESS TEST (ORT) 35 Refer to Section 40 61 21. 36 A. Each active Analog Subsystem element and each 1/0 module shall have a Component 37 Calibration Sheet. These sheets shall have spaces for data entry, space for sign off by 38 the Contractors ASP and the PCSI , and the following information: 39 1. Project Name 40 2 . Loop Number 41 3. Component Tag Number of 1/0 Module Number 42 4. Component Code Number Analog System CITY OF FORT WORTH NORTHS IDE IV 24" WATER TRANSMISSION, MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Revised August S, 2022 5. Manufacturer (for Analog system element) 6. Model Number/Serial Number (for Analog system) 7. Summary of Functional Requirements: a . Indicators and Recorders : Scale and chart ranges b. Transmitters/Converters: Scale and chart ranges c. Computing Elements: Function 406860 -6 APPLICATION SERVICES PROVIDER Page 6 of 8 2 3 4 5 6 7 8 9 d . Controllers: Action (direct/reverse) control Modes (PID) 10 11 12 13 14 15 16 17 18 19 20 e. Switching Elements: Unit range, differential (FIXED/ADJUSTABLE), Preset (AUTO/MANUAL) f. 1/0 Modules: Input or output 8. Calibrations : a . Analog Devices: Required and actual inputs and outputs at 0, 10, 50, and 100 percent of span, rising and falling b. Discrete Devices: Required and actual trip points and reset points c. Controllers: Mode settings (PID) d . 1/0 Modules: Required and actual inputs or outputs for 0, 10, 50, and 100 percent of span, rising and falling 9 . Space for comments 10. Space for sign off by the General Contractor 21 3.4 FUNCTIONAL DEMONSTRATION TEST (FDT) 22 Refer to Section 40 61 21 . 23 3.5 10-DAY SITE ACCEPTANCE TEST (SAT) 24 Refer to Section 40 61 21 . 25 3.6 TRAINING 26 A. General 27 l. The cost of Owner training programs shall be included in the Contract price. The 28 training and instruction, insofar as practicable, shall be directly related to the 29 System being supplied . The training program shall represent a comprehensive 30 program covering all aspects of the operation and maintenance of the system. 31 2. All instructors shall be intimately familiar with the operation and control of the 32 Owner's facilities. 33 B . Maintenance Training 34 Refer to Section 40 61 21. 35 1. PLC/RTU Software 36 a. The training and instruction, insofar as practicable, shall be directly related the 37 System being supplied. The training shall include a field training program 38 consisting of hands-on instruction utilizing the Owners System. CITY OF FORT WORTH NORTHSIDE IV 24" WATER TRANSMISSION, MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Revi se d August 5 , 2022 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 40 68 60 -7 APPLICATION SERVICES PROVIDER Page 7 of 8 b. One 4-hour training session shall be provided for four ( 4) members of the Owner's personnel on software and hardware operation and maintenance at the Owner 's facility. Software training shall provide classroom and hands-on instruction such that a student with experience in process instrumentation can configure the system with no guidance or with only minimal supervision when attempting complex problems. The training shall cover the following subjects as a m1mmum: l) System overview covering the basic system design and purpose 2) System hardware covering the specific hardware elements and specific equipment arrangements provided are covered. 3) Equipment orientation in which the student becomes familiar with the operational procedures (e .g., tape load, clear, keyboard, start/stop, and disk load). 4) Specific application configuration instruction shall cover the overall design and implementation of the applications as provided under this Contract. The intent shall be to make the student fully knowledgeable in all aspects of the system provided, along with methods for making additions , modifications, and deletions to the process system. 5) Development of new control loops and strategies. 6) Complete system backup and reload procedures . c . These courses shall not be concurrent with those offered by the PCSI. The above listing is only a guide and is not intended to be complete. 23 3.7 CONTROL SYSTEM DIAGRAMS AND DETAILS 24 Refer to Section 40 61 96 and contract drawings . 25 END OF SECTION 26 CITY OF FORT WORTH NORTHS IDE IV 24" WATER TRANSMISSION, MAIN PH I B ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . I 02687 Revi sed Augu st 5 , 2022 406860 -8 APPLICATION SERVICES PROVIDER Page 8 of 8 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH NORTHS IDE rv 24" WATER TRANSMISSION, MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102687 Revised August 5 , 2022 SECTION 40 70 50 40 70 50 -I INSTRUMENT SUPPORT HARDWARE Page I of 8 2 INSTRUMENT SUPPORT HARDWARE 3 PART 1-GENERAL 4 1.1 SCOPE OF WORK 5 A. Furnish and install instrumentation mounting and support hardware, as shown on the 6 Drawings and as specified herein. 7 B. Hardware shall include anchor systems, adhesive anchor systems, metal framing 8 systems , and other instrumentation installation mounting and support systems as 9 specified herein with additional requirements as shown on the Drawings or specified IO within related sections. 11 1.2 RELATED WORK 12 A. No references are made to any other section which may contain work related to any 13 other section. The Contract Documents shall be taken as a whole with every section 14 related to every other section as required to meet the requirements specified. The 15 organization of the Contract Documents into specification divisions and sections is for 16 organization of the documents themselves and does not relate to the division of 17 suppliers or labor which the Contractor may choose to employ in the execution of the 18 Contract. Where references are made to other Sections and other Divisions of the 19 Specifications, the Contractor shall provide such information or additional work as may 20 be required in those references and include such information or work as may be 21 specified . 22 1.3 SUBMITTALS 23 A. Submit to the Owner/Engineer, in accordance with Division 1, the manufacturers' 24 names and product designation or catalog numbers for each of the types of materials 25 specified and where shown on the Drawings . 26 B. The submittal information, for anchor systems , shall contain manufacturer's 27 specifications and technical data including; 28 I. Acceptable base material conditions (i.e. cracked, un-cracked concrete) 29 2. Acceptable drilling methods 30 3. Acceptable bore hole conditions (dry, water saturated, water filled, under water) 31 4. Manufacturer's installation instructions including bore hole cleaning procedures and 32 adhesive injection. 33 5 . Cure and gel time tables 34 6. Temperature ranges (storage, installation and in-service). 35 1.4 REFERENCE CODES AND STANDARDS 36 A. All products and components shown on the Drawings and listed in this specification 37 shall be designed and manufactured according to latest revision of the following 38 standards (unless otherwise noted): 39 1. NFPA 70 National Electrical Code (NEC) 40 2. NFPA 70E Standard for Electrical Safety in the Workplace CITY OF FORT WORTH NORTHSIDE IV 24" WATER TRANSMISSION, MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUME NTS CITY PROJECT NO. 102687 Revised Augu st 5 , 2022 40 70 50 -2 INSTRUMENT SUPPORT HARDWARE Page 2 of 8 I 3 . ASTM E 488-96 (2003); Standard Test Method for Strength of Anchors in 2 Concrete and Masonry Elements, ASTM International. 3 4. ASTM E 1512-93 , Standard Test Methods for Testing Bond Performance of 4 Adhesive-Bonded Anchors, ASTM International 5 5 . AC308; Acceptance Criteria for Post-Installed Anchors in Concrete Elements , 6 Latest revision . 7 6. SAE 316 Stainless Steel Grades 8 B. All equipment components and completed assemblies specified in this Section of the 9 Specifications, having a UL standard, shall bear the appropriate label of Underwriters IO Laboratories . 11 1.5 QUALITY ASSURANCE 12 A. The manufacturer of these materials shall have produced similar electrical materials and 13 equipment for a minimum period of five (5) years. When requested by the 14 Owner/Engineer, an acceptable list of installations with similar equipment shall be 15 provided demonstrating compliance with this requirement . 16 1.6 JOBSITE DELIVERY, STORAGE AND HANDLING 17 A. Prior to jobsite delivery , the Contractor shall have successfully completed all submittal 18 requirements, and present to the Owner/Engineer upon delivery of the equipment, an 19 approved copy of all such submittal s . Delivery of incomplete constructed equipment, 20 onsite factory work , or failed factory tests will not be permitted. 21 B. Materials shall be handled and stored in accordance with manufacturer's instruction s. 22 C . Adhesive Anchor Systems . 23 1. Deliver materials undamaged in Manufacturer's clearly labeled, unopened 24 containers, identified with brand, type, and ICC-ES Evaluation Report number. 25 2 . Coordinate delivery of materials with scheduled installation date, minimizing 26 storage time at job-site. 27 3 . Store materials under cover and protect from weather and damage in compliance 28 with Manufacturer's requirements , including temperature re strictions. 29 4 . Comply with recommended procedures , precautions or remedies described in 30 material safety data sheets as applicable. 31 5. Do not use damaged or expired materials . 32 6 . Storage restrictions (temperature range) and expiration date must be supplied with 33 product 34 D . Metal Framing System s 35 I . Material shall be new and unu sed, with no signs of damage from handling. 36 1.7 WARRANTY 37 A . The Manufacturer shall warrant the equipment to be free from defects in material and 38 workmanship for 1 year from date of final acceptance of the equipment. Within such 39 period of warranty the Manufacturer shall promptly furni sh all material and labor 40 necessary to return the equipment to new operating condition. CITY OF FORT WORTH NORTHSIDE IV 24 " WATER TRANSMISSION, MAIN PH 1 B STANDARD CONSTRUCTION S PECIFICATIO N DOCUME NTS CITY PROJECT NO . 102687 Revised Au gust 5 , 2022 PART 2 -PRODUCTS 2 2.1 ANCHORING SYSTEMS 3 A . Acceptable Manufacturers 40 70 50 -3 INSTRUMENT SUPPORT HARDWARE Page 3 of 8 4 1. Subject to compliance with the Contract Documents, the following Manufacturers 5 are acceptable: 6 a. HIL TI K wik Bolt 3 7 b . Approved equal 8 2. The listing of specific manufacturers above does not imply acceptance of their 9 products that do not meet the specified ratings, features and functions . 10 Manufacturers listed above are not relieved from meeting these specifications in 11 their entirety . 12 B. Product Description 13 l. Torque controlled expansion anchor consisting of anchor body, expansion element 14 (wedges), washer and nut. Anchor shall be used for anchor sizes less than 3/8 inch. 15 2 . All parts and materials shall be manufactured of 316 stainless steel and conform to 16 SAE 316 standards. 17 3. UL 203 Rated . 18 2.2 ADHESIVE ANCHORING SYSTEMS 19 A. Acceptable Manufacturers 20 1. Subject to compliance with the Contract Documents, the following Manufacturers 21 are acceptable: 22 a. HILTI HIT-RTZ with HIT-HY 200 MAX. 23 b. Approved equal 24 2 . The listing of specific manufacturers above does not imply acceptance of their 25 products that do not meet the specified ratings , features and functions. 26 Manufacturers listed above are not relieved from meeting these specifications in 27 their entirety . 28 B. Product Description 29 1 . Anchor body with helical cone shaped thread on the embedded end and standard 30 threads on the exposed end, with washer and nut, inserted into Injection adhesive . 31 Anchor shall be used for anchor sizes 3/8 inch and larger. 32 2 . All parts and material shall be manufactured of 316 Stainless Steel and shall 33 conform to SAE 316 standards. 34 2.3 U-CHANNEL SUPPORT SYSTEMS 35 A . Acceptable Manufacturers 36 1. Subject to compliance with the Contract Documents, the following Manufacturers 37 are acceptable: 38 a. Tyco Unistrut 39 b . B-Line 40 c . Super-Strut 41 d. Approved equal CITY OF FORT WORTH NORTHS IDE IV 24 " WATER TRANSMISSION, MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Revised August 5 , 2022 40 70 50 -4 INSTRUMENT SUPPORT HARDWARE Page 4 of 8 2 . The listing of specific manufacturers above does not imply acceptance of their 2 products that do not meet the s pecified ratings , features and function s . 3 Manufacturers listed above are not relieved from meeting these specifications in 4 their entirety . 5 B. Product Description 6 1. Metal framing system for use in the mounting or support of electrical systems, 7 panels and enclosure s , and including lighting fixture supports , trapeze hangers and 8 conduit supports. 9 2. Components shall consist of telescoping channels, slotted back-to-back channels, 10 e nd clamps allthreads and conduit clamps . 11 3 . Minimum sizes shall be 13/16" through 3-1/4" 12 4. Components shall be assembled by mean s of flat plate fittings , 90-degree angle 13 fitting s, braces , clevis fittings , U-fittings, Z-fittings , Wing-fittings , Post Bases, 14 channel nuts, washers, etc . 15 5. Field welding of components will not be permitted . 16 6 . Unless otherwise specified or shown on the Drawings, all parts shall be 17 manufactured of 316 stainle ss steel and conform to SAE 316 standards. 18 7 . Framing sy stem s for chlorine and ammonia rooms shall be manufactured of 19 structural fibergla ss . 20 2.4 INSTRUMENT FLOOR STANDS 21 A. Acceptable Manufacturers 22 1. Subject to compliance with the Contract Documents, the following Manufacturers 23 are acceptable : 24 a . O 'Brien Saddlepak 25 b . Channel Track 26 c . Techline Manufacturing 27 d. Approved equal 28 2 . The li sting of specific manufacturers above does not imply acceptance of their 29 products that do not meet the s pecified rati ngs , features and functions. 30 Manufacturers li sted above are not relieved from meeting these specifications in 31 their entirety . 32 B. Product Description 33 1. Floor mount pipe stand for use in the mounting or support of Instrumentation 34 Transmitters . 35 2 . Stand shall consi st of a 10 by I 0 -inch base plate of 1/4 inch steel with a minimum 36 40 inch long 2 inch steel tube center welded with a minimum of two 8 inch long 37 gussets fully welded for maximum strength . The base plate shall have slotted 38 mounting holes near all four comers. 39 3 . The stand shall be fully zinc metallized or hot dip galvanize coated . 40 4. Field welding of components will not be permitted. 41 2.5 INSTRUMENT SUNSHIELD 42 A. Acceptable Manufacturers 43 1. Subject to compliance with th e Contract Documents, the following Manufacturers 44 are acceptable : CITY OF FORT WORTH NORTHSfDE fV 24" WATER TRANSMISSIO N, MAIN PH I B STANDARD CONSTRUCTION SPECCFIC ATIO N DOCUMENTS CITY PROJECT NO . 102687 Revised Au g ust 5 , 2022 a. International Metal Engineering Pte. Ltd 2 b. O'BRIEN VIPAK 3 c . Approved equal 40 70 50 -5 CNSTRUMENT SUPPORT HARDWARE Page 5 of 8 4 2 . The listing of specific manufacturers above does not imply acceptance of their 5 products that do not meet the specified ratings, features and functions. 6 Manufacturers listed above are not relieved from meeting these specifications in 7 their entirety. 8 B . Product Description 9 I . Pipe stand or structure mounted sunshield for use in the protection of 10 instrumentation from direct sunlight. 11 2. Sunshield shall consist of a minimum I 0-inch overhang with a clear view of the 12 instrument display and working space for service of the instrumentation without 13 removal. The sunshield shall be made of 316 Stainless Steel unless otherwise 14 shown on the drawings . All mounting hardware shall be furnished from 316 15 Stainless steel materials . Alternate materials if shown shall be Aluminum or 16 fiberglass reinforced plastic with UV inhibitors . 17 3. All aluminum or stainless-steel Sunshields shall have all edges ground smooth 18 without burs or sharp edges . 19 2.6 INSTRUMENT HEA TTRACED ENCLOSURE 20 A. Acceptable Manufacturers 21 1. Subject to compliance with the Contract Documents, the following Manufacturers 22 are acceptable: 23 a. O 'BRIEN HEATPAK 24 b . Approved equal 25 2 . The listing of specific manufacturers above does not imply acceptance of their 26 products that do not meet the specified ratings, features and functions. 27 Manufacturers listed above are not relieved from meeting these specifications in 28 their entirety. 29 B . Product Description 30 1. Pipe stand or structure mounted heat traced enclosure for use in the protection of 31 instrumentation from freezing . 32 2 . Freeze protection shall consist of a nonmetallic insulated enclosure specifically 33 designed for instrumentation transmitters and related appurtenances. 34 3 . Enclosure will have easy opening luggage style latches made of stainless steel for 35 easy access to the instrument. The internal portion of the enclosure will have an 36 integral heater with thermostat and hat traced sensing tubing to the process 37 connection. 38 2.7 INSTRUMENT TUBING AND FITTINGS 39 A. Acceptable Manufacturers 40 I. Subject to compliance with the Contract Documents , the following Manufacturers 41 are acceptable: 42 a. Tubing 43 I) Swagelok 44 2) Parker 45 3) Approved equal CITY OF FORT WORTH NORTHS IDE IV 24" WATER TRANSMISSION, MACN PH 1 B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102687 Revi sed August 5 , 2022 b. Fittings 2 I) Swagelok 3 2) Parker 4 3) Approved equal 5 c. Valves 6 1) Whitney 7 2) Parker 8 3) Approved Equal 40 70 SO -6 rNSTRUMENT SUPPORT HARDWARE Page 6 of 8 9 2. The listing of specific manufacturers above does not imply acceptance of their IO products that do not meet the specified ratings, features and functions. 11 Manufacturers listed above are not relieved from meeting these specifications in 12 their entirety. 13 B. Product Description 14 1. All instrument air header and branch connections shall be 316 stainless steel 15 materials. 16 2. All instrument shut-off valves and associated fittings shall be supplied in 17 accordance with the piping specifications and all instrument installation details. 18 Fittings shall be 316 stainless steel. Valves shall be 316 stainless steel. 19 3. All instrument tubing shall be fully annealed ASTM A269 Seamless 316 grade free 20 of O .D . scratches and having the following dimensional characteristics as required 21 to fit the specific installation : 22 a. 1/4-in to 1/2-in O.D. x 0.035 wall thickness 23 b. 5/8-in to 1-in O .D. x 0.049 wall thickness 24 c . 1-in O .D . x 0.065 wall thickness 25 d. 1-1 /4-in O.D. x 0.065 wall thickness 26 27 28 29 30 31 32 e . 1-1 /2-in O.D. x 0.083 wall thickness f. 2-in O .D. x 0 .095 wall thickness 4. All process connections to instruments shall be annealed 1/2-in O.D. stainless steel tubing, Type 316 . 5 . All mounting hardware shall be provided of 316 Stainless steel. 6. All tubing shall be supported by stainless steel and installed as per manufacturer's installation instructions. 33 2.8 STAINLESS TIES 34 A. Acceptable Manufacturers 35 1. Subject to compliance with the Contract Documents, the following Manufacturers 36 are acceptable: 37 a . PANDUIT 38 b. PHO NIX CONT ACT 39 c . Gardner Bender 40 d . Approved Equal 41 2. The listing of specific manufacturers above does not imply acceptance of their 42 products that do not meet the specified rati ngs , features and functions. 43 Manufacturers listed above are not relieved from meeting these specifications in 44 their entirety. 45 B. Product Description 46 I . Cable Ties for securing and supporting of flexible raceway and conductors. CITY OF FORT WORTH NORTHS IDE £V 24" WATER TRANSMISSION, MAIN PH l B STANDARD CONSTRUCTION SPECCFICA TION DOCUMENTS CITY PROJECT NO. l 02687 Revised August S, 2022 2. Self-locking mechanism . 40 70 50 -7 CNSTRUMENT SUPPORT HARDWARE Page 7 of 8 2 3. Material shall be 304 Stainless Steel unless otherwise directed as shown on the 3 drawings. 4 C. Locations for Use 5 1. Cable Ties of stainless steel to be used in wet environments, where exposed to 6 process, or when exposed to sunlight 7 2. Self-locking mechanism. 8 PART 3-EXECUTION 9 3.1 GENERAL 10 A. The Contractor shall install all equipment strictly in accordance with the manufacturer's 11 instructions and the Contract Drawings. 12 B. The location of all devices is shown, in general , on the Drawings and may be varied 13 within reasonable limits so as to avoid any piping or other obstruction without extra 14 cost, subject to the approval of the Owner. Coordinate the installation of the devices for 15 piping and equipment clearance . 16 C. No electrical equipment, Instrumentation or raceways shall be attached to or supported 17 from, sheet metal walls. 18 D. Install required safety labels . 19 3.2 FIELD QUALITY CONTROL 20 A. Inspect installed equipment for anchoring, alignment, grounding and physical damage . 21 B . Check tightness of all accessible electrical connections. Minimum acceptable values are 22 specified in manufacturer's instructions . 23 3.3 POST INSTALLED ANCHOR SYSTEMS 24 A. Prior to installation of the anchor systems, the hole shall be clean and dry in accordance 25 with the manufacturer's instructions . 26 3.4 CLEANING 27 A. Remove all rubbish and debris from inside and around the installation. Remove dirt, 28 dust, or concrete spatter from the interior and exterior of the equipment using brushes, 29 vacuum cleaner, or clean, lint free rags. Do not use compressed air . 30 END OF SECTION 31 CITY OF FORT WORTH NORTHSIDE rv 24" WATER TRANSMISSION, MACN PH I B STANDARD CONSTRUCTfON SPECIFICATION DOCUMENTS CITY PROJECT NO . I 02687 Rev ised August 5 , 2022 40 70 50 -8 INSTRUMENT SUPPORT HARDWARE Page 8 of 8 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH NORTHSIDE IV 24" WATER TRANSMISSION, MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102687 Revised August 5 , 2022 SECTION 40 71 00 2 FLOW MEASUREMENT 3 PARTl-GENERAL 4 1.1 SCOPE OF WORK 407100 -1 FLOW MEASUREMENT Page 1 of6 5 A. Furnish, install and test all flow measurement, flow control devices and appurtenances, 6 as shown on the Drawings, specified in the Related Work Sections and Divisions, and 7 as specified herein. 8 B. Flow equipment, specified in other Divisions, shall be manufactured in accordance with 9 this Section and submitted as a part of the equipment specified in other Divisions. 10 1.2 RELATED WORK 11 A. No references are made to any other section which may contain work related to any I 2 other section . The Contract Documents shall be taken as a whole with every section 13 related to every other section as required to meet the requirements specified. The 14 organization of the Contract Documents into specification divisions and sections is for 15 organization of the documents themselves and does not relate to the division of 16 suppliers or labor which the Contractor may choose to employ in the execution of the 17 Contract. Where references are made to other Sections and other Divisions of the 18 Specifications, the Contractor shall provide such information or additional work as may 19 be required in those references and include such information or work as may be 20 specified . 21 1.3 SUBMITTALS 22 A. Submit catalog data for all items supplied from this specification Section as applicable. 23 Submittal shall include catalog data, functions, ratings, inputs, outputs, displays, etc., 24 sufficient to confirm that the meter or relay provides every specified requirement. Any 25 options or exceptions shall be clearly indicated. 26 B. Submittals for equipment specified herein, for other Sections or Divisions, shall be 27 made as a part of equipment submittals furnished under other Sections or Divisions . 28 C. Installation experience documentation shall be submitted for approval with the Section 29 Equipment Submittal 30 D. Operation and Maintenance Manuals. 31 1. Operation and Maintenance manuals shall be constructed in accordance with 32 Division 1 and shall include the following information : 33 a . Manufacturer's contact address and telephone number for parts and service . 34 b. Instruction books and/or leaflets 35 c. Recommended renewal parts list 36 d . Record Documents for the information required by the Submittals above. 37 1.4 REFERENCE CODES AND STANDARDS 38 A. The equipment in this specification shall be designed and manufactured according to 39 latest revision of the following standards (unless otherwise noted): 40 1. ISO 2975NII liquids and BS 5857-2.4 for gases . Transit Time Meters CITY OF FORT WORTH NORTHS IDE IV 24" WATER TRANSMISSION, MAIN PH 1 B STANDARD CONSTRUCTION SPEClFICATION DOCUMENTS CITY PROJECT NO . 102687 Revi sed Augu st 5 , 2022 407100 -2 FLOW MEASUREMENT Page 2 of6 2 . American Society of Mechanical Engineers (ASME). 1971. Fluid meters: Their 2 theory and application . 3 3. ASME PTC 19.2 Pressure Measurement 4 4 . ANSI B88. I Pressure Transducers Calibration 5 5. ISA S37.6 Strain Gage Transducers Potentiometric 6 6 . Calibration A VS 6.2, 6.4, 6 .5 Hazardous Areas 7 7 . IEC 79-10 Intrinsically Safe Circuits 8 8 . ANSI 913 Electrical Instruments in Hazardous Atmospheres 9 B . All meters, relays and associated equipment shall comply with the requirements of the IO National Electric Code and Underwriters Laboratories (UL) where applicable. 11 C . Each specified device shall also conform to the standards and codes listed in the 12 individual device paragraphs. 13 1.5 QUALITY ASSURANCE 14 A. The manufacturer of this equipment shall have produced similar instrumentation 15 equipment for a minimum period of five (5) years. When requested by the 16 Owner/Engineer, an acceptable list of installations with similar equipment shall be 17 provided demonstrating compliance with this requirement. 18 B. Equipment submitted shall fit within the space or location shown on the Drawings. 19 Equipment which does not fit within the space or location is not acceptable. 20 C. For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified. 21 1.6 WARRANTY 22 A. The Manufacturer shall warrant the equipment to be free from defects in material and 23 workmanship for two (2) years from date of acceptance of the equipment containing the 24 items specified in this Section. Within such period of warranty , the Manufacturer shall 25 promptly furnish all material and labor necessary to return the equipment to new 26 operating condition . Any warranty work requiring shipping or transporting of the 27 equipment shall be performed by the Contractor at no expense to the Owner. 28 PART 2 -PRODUCTS 29 2.1 ELECTROMAGNETIC FLOW METER 30 A. Subject to compliance with the Contract Documents, the following Manufacturers are 31 acceptable: 32 1. Siemens 33 2. Endress & Hauser 34 3. Approved Equal 35 B . The listing of specific manufacturers above does not imply acceptance of their products 36 that do not meet the specified ratings, features and functions. Manufacturers listed 37 above are not relieved from meeting these specifications in their entirety. 38 C. General 39 1. Provide sufficient lengths of Manufacturer 's specialty cables for installation of 40 power and signal conductors as provided with each instrument. CITY OF FORT WORTH NORTHS ID E IV 24" WATER TRANSMISSION, MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Rev ised August 5, 2022 407100 -3 FLOW MEASUREMENT Page 3 of 6 I 2. Provide a hand-held programmer, for each transmitter, where full setup is not 2 available for the instrument directly . 3 D . Type 4 1. Microprocessor based intelligent type. 5 E. Function/Performance: 6 I. Output: 4-20 mA DC. Output shall be linear for pressure applications. 7 2. Accuracy: 0.5 percent of span (linear output). 8 3. Stability: Combined temperature effects shall be less than 0 .2 percent of maximum 9 span per 50 degrees F temperature change. Effect on accuracy, due to static 10 pressure changes, shall be negligible. 11 4 . RFI Protection: 0.1 percent error between 27 and 500 MHZ at 30 v/m field 12 intensity. 13 5 . Drift: 0.10 percent per six months for 4-20 mA output. 14 6 . Temperature rating: Suitable for process liquid temperature up to 70 degrees C 15 and an ambient of 65 degrees C. 16 7 Pressure rating: 240 PSI if 150 lb flanges are used; 700 PSI if 300 lb flanges are 17 used . 18 8. Meter shall be capable of running empty indefinitely without damage to any 19 component. 20 F. Physical: 21 1. Metering Tube 22 a . Carbon steel with 304 Stainless interiors unless otherwise indicated. 23 b . Electrical Classification : Rating shall be FM approved for the location shown 24 on the Drawings 25 c. Tube Flanges : Match piping A WW A rating of the pipe . Minimum A WW A 26 150# Flange. 27 d. Tube Liner: Polyurethane or EDPM unless noted otherwise . 28 e. Tube Electrodes : ANSI 316 stainless steel or Hastelloy C, bullet nosed or 29 elliptical self-cleaning type unless otherwise noted. 30 f . Tube Housing: Meters in below grade, vaults, basements, etc ., shall be 31 designed for accidental submergence in 10 feet of water for 24 hours. Meters 32 above grade shall be of splash proof/drip proof design unless otherwise noted . 33 g. Painting: All external surfaces shall be painted with a chemical and corrosion 34 resistant epoxy finish. 35 2 . Transmitter 36 a. Transmitter Enclosure: NEMA 4X. 37 b. Electrical Classification : Rating shall be FM approved for the location shown 38 on the Drawings 39 G. Power Requirements 40 1. As shown on the Drawings. 41 H. Options/ Accessories 42 1. Factory calibration: Each meter shall be factory calibrated, with a copy of the 43 Report delivered with the device and in the O&M manual. CITY OF FORT WORTH NORTHSIDE IV 24 '" WATER TRANSMISSION, MAIN PH 1 B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102687 Revised Augu st 5, 2022 407100 -4 FLOW MEASUREMENT Page 4 of 6 2. Grounding: Meter shall be grounded with rings . All materials shall be s uitable and 2 not effected buy for the liquid being measured Provide 316 Stainless Steel ground 3 rings unless otherwise recommended in writing from the meter manufacture, 4 electrical bonding wires/straps, and gaskets, etc. 5 PART 3 -EXECUTION 6 3.1 INSTALLER'S QUALIFICATIONS 7 A. Installer shall be specialized in installing this type of equipment with minimum 5 years 8 documented experience 9 3.2 EXAMINATION 10 A. Examine installation area to assure there is enough clearance to install the equipment. 11 B . Verify that the equipment is ready to install. 12 C. Verify field measurements are as instructed by the manufacturer. 13 3.3 INSTALLATION 14 A . The Contractor shall install all equipment per the manufacturer's recommendations and 15 Contract Drawings . 16 B . All process connections shall be 316 stainless steel tubing, 3/8 " minimum, unless 17 otherwise shown on the Drawings. Fittings shall be of the compression type , 316 18 stainless steel. 19 C. All conduit entries into the instruments shall use hubs of watertight, threaded 20 aluminum, insulated throat, stainless steel grounding screw, as manufactured by T&B 21 Hl5OGRA Series, or equal. 22 D. Install stainless steel instrument labels with instrument ID, secured with safety wire. 23 E . All non-loop powered instrument transmitters shall have an approved disconnecting 24 means for power mounted within reach of the transmitter. 25 3.4 RACEWAY SEALING 26 A. Where raceways enter terminal boxes, junction boxes, or instrumentation equipment, all 27 entrances shall be sealed with 3M lOOONS Watertight Sealant, or approved equal. 28 3.5 FIELD QUALITY CONTROL 29 A. Inspect installed equipment for anchoring, alignment, grounding and physical damage. 30 B . Check tightness of all accessible electrical connections. Minimum acceptable values 31 shall be specified in the manufacturer's instructions. 32 3.6 FIELD ADJUSTING 33 A. Adjust all equipment for proper range and field conditions, as described in the 34 manufacturer's instructions. 35 B. Any field adjustments, required for proper system operation, shall be included in the 36 Final O&M . CITY OF FORT WORTH NORTHSIDE IV 24" WATER TRANSMISSION , MAIN PH 18 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . l 02687 Revised August 5 , 2022 3.7 FIELD TESTING 2 A. Perform all electrical field tests recommended by the manufacturer. 3 B. Test each interlock system for proper functioning. 4 C. Test all control logic for proper operation. 5 3.8 CLEANING 407100-5 FLOW MEASUREMENT Page 5 of 6 6 A. Remove all rubbish and debris from inside and around the equipment. Remove dirt, 7 dust, or concrete spatter from the interior and exterior of the equipment using brushes, 8 vacuum cleaner, or clean, lint free rags. Do not use compressed air. 9 3.9 EQUIPMENT PROTECTION AND RESTORATION IO A. Touch-up and restore damaged surfaces to factory finish, as approved by the 11 manufacturer. If the damaged surface cannot be returned to factory specification, the 12 surface shall be replaced. 13 END OF SECTION 14 CITY OF FORT WORTH NORTHS IDE fV 24" WATER TRANSMISSION, MAIN PH 1 B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102687 Revi sed August 5, 2022 THIS PAGE INTENTIONALLY LEFT BLANK 40 71 00-6 FLOW MEASUREMENT Pag e 6 of 6 CITY OF FORT WORTH NORTHS ID E rv 24" WATER TRANSMISSION, MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Revised August S, 2022 SECTION 40 72 00 2 LEVEL MEASUREMENT 3 PART 1-GENERAL 4 1.1 SCOPE OF WORK 40 72 00 -I LEVEL MEASUREMENT Page I of 4 5 A. Furnish, install and test all level measurement, level control devices and appurtenances, 6 as shown on the Drawings, specified in the Related Work Sections and Divisions, and 7 as specified herein. 8 B. Level equipment, specified in other Divisions, shall be manufactured in accordance 9 with this Section, and submitted as a part of the equipment specified in other Divisions . 10 1.2 RELATED WORK 11 A. No references are made to any other section which may contain work related to any 12 other section. The Contract Documents shall be taken as a whole with every section 13 related to every other section as required to meet the requirements specified. The 14 organization of the Contract Documents into specification divisions and sections is for 15 organization of the documents themselves and does not relate to the division of 16 suppliers or labor which the Contractor may choose to employ in the execution of the 17 Contract. Where references are made to other Sections and other Divisions of the 18 Specifications, the Contractor shall provide such information or additional work as may 19 be required in those references and include such information or work as may be 20 specified . 21 1.3 SUBMITTALS 22 A. Submit catalog data for all items supplied from this specification Section as applicable. 23 Submittal shall include catalog data, functions, ratings , inputs, outputs, displays , etc ., 24 sufficient to confirm that the meter or relay provides every specified requirement. Any 25 options or exceptions shall be clearly indicated. 26 B. Submittals for equipment specified herein , for other Sections or Divisions, shall be 27 made as a part of equipment submittals furnished under other Sections or Divisions. 28 C. Installation experience documentation shall be submitted for approval with the Section 29 Equipment Submittal 30 D. Operation and Maintenance Manuals. 31 I. Operation and Maintenance manuals shall be constructed in accordance with 32 Division 1 and shall include the following information : 33 a. Manufacturer's contact address and telephone number for parts and service . 34 b. Instruction books and/or leaflets 35 c. Recommended renewal parts list 36 d . Record Documents for the information required by the Submittals above. 37 1.4 REFERENCE CODES AND STANDARDS 38 A. The equipment in this specification shall be designed and manufactured according to 39 latest revision of the following standards (unless otherwise noted): 40 1. National Electrical Safety Code (NESC) CITY OF FORT WORTH NORTHSIDE IV 24" WATER TRANSMISSION , MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. I 02687 Revi sed Augu st 5 , 2022 2. Occupational Safety and Health Administration (OSHA) 3. National Fire Protection Association (NFPA) 4. National Electrical Manufacturers Association (NEMA) 5. American National Standards Institute (ANSI) 6 . Insulated Cable Engineers Association (ICEA) 7. Instrumentation Society of Automation (ISA) 8. Underwriters Laboratories (UL) 40 72 00 -2 LEVEL MEASUREMENT Page 2 of 4 2 3 4 5 6 7 8 9 9. UL 508, the Standard of Safety for Industrial Control Equipment 10 11 12 13 14 10 . UL 508A, the Standard of Safety for Industrial Control Panels 11 . UL 50, the Standard of Safety for Enclosures for Electrical Equipment. 12 . NFPA 79 , Electrical Standard for Industrial Machinery 13 . Factory Mutual (FM) 14 . Al I equipment and installations shall satisfy applicable Federal, State, and local codes. 15 1.5 QUALITY ASSURANCE 16 A. The manufacturer of this equipment shall have produced similar instrumentation 17 equipment for a minimum period of five (5) years. When requested by the 18 Owner/Engineer, an acceptable list of installations with similar equipment shall be 19 provided demonstrating compliance with this requirement. 20 B . Equipment submitted shall fit within the space or location shown on the Drawings. 21 Equipment which does not fit within the space or location is not acceptable. 22 C. For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified . 23 1.6 WARRANTY 24 A. The Manufacturer shall warrant the equipment to be free from defects in material and 25 workmanship for two (2) years from date of acceptance of the equipment containing the 26 items specified in this Section . Within such period of warranty , the Manufacturer shall 27 promptly furnish all material and labor necessary to return the equipment to new 28 operating condition. Any warranty work requiring shipping or transporting of the 29 equipment shall be performed by the Contractor at no expense to the Owner. 30 PART 2-PRODUCTS 31 2.1 FLOAT TYPE LEVEL SWITCHES 32 A. Subject to compliance with the Contract Documents, the following Manufacturers are 33 acceptable: 34 1 . Contegra FS-90 35 2 . Flygt Model ENM-10 . 36 3 . Endress+Hauser FTS20 37 B. The listing of specific manufacturers above does not imply acceptance of their products 38 that do not meet the specified ratings, features and functions. Manufacturers listed 39 above are not relieved from meeting these specifications in their entirety. 40 C. General CITY OF FORT WORTH NORTHS IDE rv 24" WATER TRANSMISSION, MAIN PH I B STANDARD CONSTRUCTION SPEClFICATION DOCUMENTS CITY PROJECT NO. 102687 Revised August 5 , 2022 40 72 00 -3 LEVEL MEASUREMENT Page 3 of 4 1 1. Provide sufficient lengths of Manufacturer's specialty cables for installation of 2 power and signal conductors as provided with each instrument. 3 D . Type: 4 1. The switch assembly shall be weighted and suspended on its own cable. 5 E . Function/Performance: 6 I . Temperature Rating: 0-50 degrees C. 7 2 . Contact Rating: Up to 150V AC/DC and I amps AC, 1 amps DC. 8 3. Contact Arrangement: Form C contact which is field selectable normally open or 9 closed . 10 F . Phy~cal : 11 1. Contact: Sealed mercury free switch housed in a chemical-resistant polypropylene 12 or Stainless-Steel casing. 13 2. Switch shall have a rating for the area in which it is installed. 14 3 . Flexible Support Cable : Synthetic four wire cable, minimum 19 A WG wire. 15 4 . Specific Gravity: Match to fluid being measured . 16 G . Power Requirements 17 1. None 18 H . Required Options/ Accessories 19 l. Provide flexible support cable of sufficient length to ensure no splice or connection 20 is required in the wet well. 21 2. Provide junction box rated for the area in which it is installed. 22 3. Provide stainless steel supports/mounting accessories as required . 23 I. Installation 24 1. Provide All Hardware from the manufacture for the installation as described and 25 shown on the plans. 26 2. Provide stainless steel wire ties for all cables within the wet well area or exposed to 27 outdoor environments . 28 PART 3-EXECUTION 29 3.1 INSTALLER'S QUALIFICATIONS 30 A . Installer shall be specialized in installing this type of equipment with minimum 5 years 31 documented experience 32 3.2 EXAMINATION 33 A. Examine installation area to assure there is enough clearance to install the equipment. 34 B. Verify that the equipment is ready to install. 35 C. Verify field measurements are as instructed by the manufacturer. 36 3.3 INSTALLATION 37 A. The Contractor shall install all equipment per the manufacturer's recommendations and 38 Contract Drawings. CITY OF FORT WORTH NORTHSIDE IV 24" WATER TRANSMISSION, MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. I 02687 Revised August 5, 2022 40 72 00 -4 LEVEL MEASUREMENT Page 4 of 4 1 B. All process connections shall be 316 stainless steel tubing, 3/8" minimum, unless 2 otherwise shown on the Drawings. Fittings shall be of the compression type, 316 3 stainless steel. 4 C. All conduit entries into the instruments shall use hubs of watertight, threaded 5 aluminum, insulated throat, stainless steel grounding screw, as manufactured by T&B 6 H150GRA Series , or equal. 7 D. Install stainless steel instrument labels with instrument ID, secured with safety wire. 8 E. All non-loop powered instrument transmitters shall have an approved disconnecting 9 means for power mounted within reach of the transmitter. 10 3.4 RACEWAY SEALING 11 A. Where raceways enter terminal boxes, junction boxes, or instrumentation equipment, all 12 entrances shall be sealed with 3M lO00NS Watertight Sealant or approved equal. 13 3.5 FIELD QUALITY CONTROL 14 A. Inspect in stalled equipment for anchoring, alignment, grounding and physical damage. 15 B. Check tightness of all accessible electrical connections. Minimum acceptable values 16 shall be specified in the manufacturer's instructions. 17 3.6 FIELD ADJUSTING 18 A. Adjust all equipment for proper range and field conditions, as described in the 19 manufacturer's instructions. 20 B. Any field adjustments, required for proper system operation, shall be included in the 21 Final O&M . 22 3.7 FIELD TESTING 23 A . Perform all electrical field tests recommended by the manufacturer. 24 B . Test each interlock system for proper functioning. 25 C . Test all control logic for proper operation. 26 3.8 CLEANING 27 A. Remove all rubbish and debris from inside and around the equipment. Remove dirt, 28 dust, or concrete s patter from the interior and exterior of the equipment using brushes , 29 vacuum cleaner, or clean, lint free rags. Do not use compressed air. 30 3.9 EQUIPMENT PROTECTION AND RESTORATION 31 A. Touch-up and restore damaged surfaces to factory finish, as approved by the 32 manufacturer. If the damaged surface cannot be returned to factory specification, the 33 surface shall be replaced. 34 END OF SECTION CITY OF FORT WORTH NORTHS IDE IV 24" WATER TRANSMISSION, MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102687 Revised August 5, 2022 SECTION 40 73 00 2 PRESSURE MEASUREMENT 3 PART 1 -GENERAL 4 1.1 SCOPE OF WORK 40 73 00 -I PRESSURE MEASUREMENT Pag e I of6 5 A. Furnish , install and test all pressure measurement, pressure control devices and 6 appurtenances, as shown on the Drawings , specified in the Related Work Sections and 7 Divisions, and as specified herein. 8 B. Pressure equipment, specified in other Divisions , shall be manufactured in accordance 9 with this Section , and submitted as a part of the equipment specified in other Divisions. 10 1.2 RELATEDWORK 11 A. No references are made to any other section which may contain work related to any 12 other section. The Contract Documents shall be taken as a whole with every section 13 related to every other section as required to meet the requirements specified . The 14 organization of the Contract Documents into specification divisions and sections is for 15 organization of the documents themselves and does not relate to the division of 16 suppliers or labor which the Contractor may choose to employ in the execution of the 17 Contract. Where references are made to other Sections and other Divisions of the 18 Specifications , the Contractor shall provide such information or additional work as may 19 be required in those references and include such information or work as may be 20 specified. 21 1.3 SUBMITTALS 22 A. Submit catalog data for all items supplied from this specification Section as applicable. 23 Submittal shall include catalog data, functions, ratings, inputs, outputs , displays , etc., 24 sufficient to confirm that the meter or relay provides every specified requirement. Any 25 options or exceptions shall be clearly indicated. 26 B. Submittals for equipment specified herein, for other Sections or Divisions , shall be 27 made as a part of equipment submittals furnished under other Sections or Divi sions . 28 C. Installation experience documentation shall be submitted for approval with the Section 29 Equipment Submittal 30 D . Operation and Maintenance Manuals. 31 1. Operation and Maintenance manuals shall be constructed in accordance with 32 Divi sion l and shall include the following information: 33 a. Manufacturer's contact address and telephone number for parts and service. 34 b. Instruction books and/or leaflets 35 c. Recommended renewal parts list 36 d. Record Documents for the information required by the Submittals above . 37 1.4 REFERENCE CODES AND STANDARDS 38 A. The equipment in this specification shall be designed and manufactured according to 39 latest revision of the following standards (unless otherwise noted): 40 1. ANSI B40 .1 Pressure Gauges CITY OF FORT WORTH NORTHSIDE IV 24" WATER TRANSMISSION, MAIN PH I B STANDARD CONSTR UC TION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102687 2. ASME PTC 19.2 Pressure Measurement 2 3 . ANSI B88. l Pressure Transducers Calibration 3 4. ISA S37 .6Strain Gage Transducers Potentiometric 4 5. ISA S37.3 5 Vacuum Gauges 5 6 . IEC 79-10 Intrinsically Safe Circuits 6 7. IEC 79-3 7 8 . 913 Electrical Instruments in Hazardous Atmospheres 40 73 00 -2 PRESSURE MEASUREMENT Page 2 of 6 8 B . All meters, relays and associated equipment shall comply with the requirements of the 9 National Electric Code and Underwriters Laboratories (UL) where applicable. 10 C. Each specified device shall also conform to the standards and codes listed in the 11 individual device paragraphs. 12 1.5 QUALITY ASSURANCE 13 A. The manufacturer of this equipment shall have produced similar instrumentation 14 equipment for a minimum period of five (5) years. When requested by the 15 Owner/Engineer, an acceptable list of installations with similar equipment shall be 16 provided demonstrating compliance with this requirement. 17 B . Equipment submitted shall fit within the space or location shown on the Drawings. 18 Equipment which does not fit within the space or location is not acceptable. 19 C. For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified. 20 1.6 WARRANTY 21 A. The Manufacturer shall warrant the equipment to be free from defects in material and 22 workmanship for two years from date of acceptance of the equipment containing the 23 items specified in this Section. Within such period of warranty, the Manufacturer shall 24 promptly furnish all material and labor necessary to return the equipment to new 25 operating condition. Any warranty work requiring shipping or transporting of the 26 equipment shall be performed by the Contractor at no expense to the Owner. 27 PART 2-PRODUCTS 28 2.1 PRESSURE TRANSMITTERS 29 A. Subject to compliance with the Contract Documents , the following Manufacturers are 30 acceptable: 31 l. Foxboro 32 2. Rosemount 33 3 . Endress + Houser 34 4. Siemens 35 B. The listing of specific manufacturers above does not imply acceptance of their products 36 that do not meet the specified ratings, features and functions . Manufacturers listed 37 above are not relieved from meeting these specifications in their entirety . 38 C. General 39 I. Provide surge protection for each instrument. CITY OF FORT WORTH NORTHS IDE IV 24" WATER TRANSMISSION , MACN PH I B STANDARD CONSTRUCTION SPEClFICATION DOCUM E NTS CITY PROJECT NO . 102687 D. Type 2 1. Microprocessor based intelligent type, diaphragm actuated. 3 2. The instrument shall measure gage pressure. 4 E. Function/Performance 5 1. Accuracy: Plus or minus 0.1 percent of calibrated span. 40 73 00 -3 PRESSURE MEASUREMENT Page 3 of 6 6 2 . Over Range Protection: Provide positive over range protection to maximum process 7 pressure . 8 3 . RFI Protection: 0.1 percent error between 27 and 500 MHZ at 20 v/m field 9 intensity. 10 4. Output: 4-20 mA 11 5. Stability : Combined temperature effects shall be less than 0 .2 percent of maximum 12 span per 50 degrees F temperature change. 13 F . Physical 14 1. Electrical Classification: Intrinsically safe or explosion proof for Class I and Class 15 II, Division 1 locations. 16 2. Enclosure: Rated NEMA 4X. 17 3. Diaphragm Sensor Material: 316 Stainless Steel alloy or Hastelloy C . 18 4. Sensor Fill Fluid : Shall be suitable for process fluid being measured . When used 19 for chemical metering service, the fill fluid shall be rated for the chemical being 20 measured. 21 G. Power Requirements 22 l . Loop powered two wire type 23 H . Required Options/ Accessories 24 1. If required to meet the range or suppression/elevation requirements, the Contractor 25 shall supply a differential pressure transmitter . 26 2 . Provide a shutoff valve and mounting bracket for each transmitter. 27 3. Provide an integral indicator scaled in engineering units. 28 2.2 MANIFOLDS 29 A. Subject to compliance with the Contract Documents, the following Manufacturers are 30 acceptable: 31 1. DI A Manufacturing Model GP5TC 32 2. Parker H Series 33 3 . Swagelok 34 B . The listing of specific manufacturers above does not imply acceptance of their products 35 that do not meet the specified ratings, features and functions . Manufacturers listed 36 above are not relieved from meeting these specifications in their entirety. 37 C. General 38 1. Provide fully machined surfaces. 39 D. Type 40 1. Type as shown on Drawings or specified else ware. 41 E. Functions/Performance CITY OF FORT WORTH NORTHSIDE IV 24" WATER TRANSMISSION , MAIN PH I B ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . I 02687 1. Five or three valve, as shown or specified else ware . 2 F. Physical 3 I . Manifold shall be of 316 stainless steel. 4 2 . Flanged or Trans-mount as shown on the Drawings. 5 G. Power Requirements 6 1. None 7 PART 3-EXECUTION 8 3.1 INSTALLER'S QUALIFICATIONS 40 73 00 -4 PRESSURE MEASUREMENT Page 4 of 6 9 A. Installer shall be specialized in installing this t ype of equipment with minimum 5 years 10 documented experience 11 3.2 EXAMINATION 12 A. Examine installation area to assure there is enough clearance to install the equipment. 13 B. Verify that the equipment is ready to install . 14 C. Verify field measurements are as instructed by the manufacturer. 15 3.3 INSTALLATION 16 A. The Contractor shall install all equipment per the manufacturer's recommendations and 17 Contract Drawings. 18 B. All process connections shall be 316 stainless steel tubing, 3/8" minimum, unless 19 otherwise shown on the Drawings . Fittings shall be of the compression type, 316 20 stainless steel. 21 C. All conduit entries into the instruments shall use hubs of watertight, threaded 22 aluminum, insulated throat, stainless steel grounding screw, as manufactured by T&B 23 H150GRA Series , or equal. 24 D. Install stainless steel instrument labels with instrument ID, secured with safety wire. 25 3.4 RACEWAY SEALING 26 A. Where raceways enter instrumentation equipment, all entrances shall be sealed with 3M 27 l000NS Watertight Sealant or approved equal. 28 3.5 FIELD QUALITY CONTROL 29 A. Inspect installed equipment for anchoring, alignment, grounding and physical damage. 30 B. Check tightness of all accessible electrical connections . Minimum acceptable values 31 shall be specified in the manufacturer's instructions. 32 3.6 FIELD ADJUSTING 33 A. Adjust all eq uipment for proper range and field conditions, as described in the 34 manufacturer's instructions . 35 B . Any field adjustments, required for proper system operation , shall be included in the 36 Final O&M . CITY OF FORT WORTH NORTHSIDE IV 24" WATER TRANSMISSION, MAIN PH I B STANDARD CONSTRUCTIO SPECIFICATION DOCUMENTS CITY PROJECT NO . I 02687 3.7 FIELD TESTING 40 73 00 -5 PRESSURE MEASUREMENT Page 5 of 6 2 A. Perform all electrical field tests recommended by the manufacturer. 3 3.8 CLEANING 4 A. Remove all rubbish and debris from inside and around the equipment. Remove dirt, 5 dust, or concrete spatter from the interior and exterior of the equipment using brushes, 6 vacuum cleaner, or clean, lint free rags. Do not use compressed air. 7 3.9 EQUIPMENT PROTECTION AND RESTORATION 8 A. Touch-up and restore damaged surfaces to factory finish, as approved by the 9 manufacturer. If the damaged surface cannot be returned to factory specification, the 10 surface shall be replaced. 11 END OF SECTION 12 CITY OF FORT WORTH NORTHSIDE IV 24 " WATER TRANSMISSION, MAIN PH I B ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . I 02687 40 73 00 -6 PRESSURE MEASUREMENT Page 6 of6 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH NORTHSIDE IV 24" WATER TRANSMISSION, MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 40 75 00 -I PROCESS LIQUID ANALYTICAL MEASUREMENT Page I of6 I SECTION 40 75 00 2 PROCESS LIQUID ANALYTICAL MEASURMENT 3 PART 1-GENERAL 4 1.1 SCOPE OF WORK 5 A . Furnish, install and test all analytical measurement, analytical control devices and 6 appurtenances, as shown on the Drawings , specified in the Related Work Sections and 7 Divisions, and as specified herein . 8 B . Analytical equipment, specified in other Divisions, shall be manufactured in accordance 9 with this Section, and submitted as a part of the equipment specified in other Divisions . 10 1.2 RELATED WORK I I A. No references are made to any other section which may contain work related to any I 2 other section. The Contract Documents shall be taken as a whole with every section 13 related to every other section as required to meet the requirements specified. The 14 organization of the Contract Documents into specification divisions and sections is for 15 organization of the documents themselves and does not relate to the division of I 6 suppliers or labor which the Contractor may choose to employ in the execution of the 17 Contract. Where references are made to other Sections and other Di visions of the 18 Specifications, the Contractor shall provide such information or additional work as may I 9 be required in those references and include such information or work as may be 20 specified. 21 1.3 SUBMITTALS 22 A. Submit catalog data for all items supplied from this specification Section as applicable. 23 Submittal shall include catalog data , functions, ratings, inputs, outputs, di splays, etc ., 24 with sufficient information to confirm that the device provides every specified 25 requirement. Any included options or exceptions shall be clearly indicated. 26 B. Submittals for equipment specified herein, for other Sections or Divisions, shall be 27 made as a part of equipment submittals furnished under other Sections or Divisions. 28 C . Installation experience documentation shall be submitted for approval with the Section 29 Equipment Submittal 30 D . Operation and Maintenance Manuals. 31 1. Operation and Maintenance manuals shall be constructed in accordance with 32 Division l and shall include the following information : 33 a. Manufacturer's contact address and telephone number for parts and service. 34 b. Instruction books and/or leaflets 35 c. Recommended renewal parts list 36 d. Record Documents for the information required by the Submittals above. 37 1.4 REFERENCE CODES AND STANDARDS 38 A. The equipment in this specification shall be designed and manufactured according to 39 latest revision of the following standards (unless otherwise noted): 40 1. Calibration A VS 6.2, 6.4, 6.5 Hazardous Areas CITY OF FORT WORTH NORTHSIDE IV 24" WATER TRANSMISSION, MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Revised August 5, 2022 I 2 . IEC 79-IO Intrinsically Safe Circuits 40 75 00 -2 PROCESS LIQ UID ANALYTICAL MEAS UREM E NT Page 2 o f 6 2 3. ANSI 913 Electrical Instruments in Hazardous Atmospheres 3 4 . NFPA 496 Standard for Purged and Pressurized Enclosures for Electrical 4 Equipment. 5 5. FM Class 3615 -Explosion Proof Electrical Equipment General. 6 6 . FM Class 3611 Class I Division 2 Hazardous Locations. 7 7. FM Class 3610 Class I, II, III Division 2 Intrinsical ly Safe Apparatus & Associated 8 Apparatus . 9 8 . FM Clas s 3810 Measuring and Process Control Equipment. 10 9 . ANSI/NEMA 250-Enclosures for Electrical Equipment. 11 10 . UL 1950 Safety oflnformation Technology Equipment. 12 B . All meters , relays and associated equipment shall comply with the requirements of the 13 National Electric Code and Underwriters Laboratories (UL) where applicable . 14 C. Each specified devic e shall al so conform to the standards and codes listed in the 15 individual device paragraphs . 16 1.5 QUALITY ASSURANCE 17 A. The manufacturer of this equipment shall have produced similar instrumentation 18 equipment for a minimum period of five (5) years . When requested by the 19 Owner/Engineer, an acceptable li st of in stallations with similar equipment shall be 20 provided demonstrating compliance with thi s requirement. 21 B. Equipment submitted shall fit within the space or location shown on the Drawings . 22 Equipment which does not fit within the space or location is not acceptable . 23 C. For the equipment specified herein , the manufacturer shall be ISO 9001 2000 certified. 24 1.6 WARRANTY 25 A . The Manufacturer shall warrant the equipment to be free from defects in material and 26 workmanship for two (2) years from date of acceptance of the equipment containing the 27 item s specified in this Section . Within such period of warranty , the Manufacturer shall 28 promptly furnish all material and labor nece ssary to return the equipment to new 29 operating condition . Any warranty work requiring shipping or transporting of the 30 equipment shall be performed by the Contractor at no expense to the Owner. 31 PART2-PRODUCTS 32 2.1 CHLORINE RESIDUAL ANALYZER (REAGENTLESS) 33 A. Subject to compliance with the Contract Documents , the following Manufacturers are 34 acceptable: 35 I . Prominent Fluid Controls 36 2 . Swan Analytical In struments AM I 37 3. ATI Q45H-62-63 38 4. Approved Equal CITY Of FORT WORTH NORTHSIDE IV 24 " WATER TRANSMISSION , MAIN PH 18 STANDARD C O NSTRUCTION S PEC IFICATION DOCUMENTS CITY PROJECT NO . 1026 87 Rev ised Au g u st 5, 2022 40 75 00 -3 PROCESS LIQUID ANALYTICAL MEASUREMENT Page 3 of 6 l B. The listing of specific manufacturers above does not imply acceptance of their products 2 that do not meet the specified ratings , features and functions. Manufacturers listed 3 above are not relieved from meeting these specifications in their entirety . 4 C. General 5 1. The vendor shall supply all components necessary for a functional system, 6 including sensor(s); sensor holder with flow meter, flow control valve and 7 mounting brackets; chlorine monitor and all required cables and spare parts . The 8 sensor, holder and monitors shall all be made by the same manufacturer to assure 9 compatibility and provide sole source responsibility. 10 2 . The manufacturer shall provide a one-year warranty on all system components with 11 exception of sensor. All components shall be fully tested prior to shipment. 12 3 . The power supply shall be 12-40VDC, loop powered . 13 4 . All components shall be pre-mounted on a polypropylene back panel for ease of 14 installation. 15 a. Sensor. 16 1) The chlorine sensor shall be an amperometric-type, providing continuous 17 measurement of residual chlorine concentration without use of reagents in 18 the sample stream. A membrane shall protect the electrodes from flow , 19 pressure and conductivity-based interferences. 20 2) The residual chlorine measuring range shall be : 0-10 .0 ppm . Measurement 21 accuracy shall be better than+/-3% of the sensor signal. Response time to 22 90 % of measured value shall be better than two minutes . Drift shall be le ss 23 than 2% per month . 24 3) The sensor shall include automatic temperature compensation . The signal 25 to the monitor shall be 4-20 mA via 2-wire technology . The sensor shall 26 feature a terminal block with watertight cable gland for field connection of 27 any length cable to the monitor. 28 b . Sensor Holder. 29 I) The sensor holder shall be transparent PVC material with integral flow 30 control valve and rotameter for setting the sample flow rate at 8 GPH. 31 2) The flow shall be directed at the sensor membrane to provide continuous 32 cleaning action. 33 3) Mounting brackets for wall mounting shall be included . The sample line 34 connections shall be 1/2" x 3/8" tube fittings. 35 c. Monitor. 36 1) The monitor shall be microprocessor-based, with illuminated LCD display 37 of measured value, status and error annunciation. Unit shall feature non- 38 volatile memory to retain settings in the event of power failure ; menu- 39 driven calibration, limit settings; sensor monitoring to alarm upon sensor 40 failure or loss of sensitivity; programmable access code allowing 41 calibration but not unauthorized adjustment of limits and outputs. 42 2) Mounting shall be in a NEMA 4X plastic enclosure with removable wall 43 mount bracket. 44 3) Unit shall be capable of operating between 23-and 131-degrees Fahrenheit. 45 4) Electronically isolated active analog 4-20 mA output, with 600 Ohm 46 maximum load, shall be proportional to the measured Chlorine and span 47 able within the measuring range. A 23mA output signal from the unit shall 48 signal fault condition . CITY OF FORT WORTH NORTHSIDE IV 24" WATER TRANSMISSION, MAIN PH I B ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . I 02687 Revised Augu st 5, 2022 40 75 00 -4 PROCESS LIQUID ANALYTICAL MEASUREMENT Page4of6 5) Provide a one-year supply of sensors, chemicals, and any other materials 2 necessary to operate, maintain, and calibrate instrument. This supply shall 3 be delivered to OWNER at the time of final acceptance. 4 PART 3-EXECUTION 5 3.1 INSTALLER'S QUALIFICATIONS 6 A. Installer shall be specialized in installing this type of equipment with minimum 5 years 7 documented experience 8 3.2 EXAMINATION 9 A. Examine installation area to assure there is enough clearance to install the equipment. 10 B . Verify that the equipment is ready to install 11 C . Verify field measurements are as instructed by the manufacturer. 12 3.3 INSTALLATION 13 A. The Contractor shall install all equipment per the manufacturer's recommendations and 14 Contract Drawings . 15 B. All process connections shall be 316 stainless steel tubing, 3/8" minimum , unless 16 otherwise shown on the Drawings. Fittings shall be of the compression type, 316 17 stainless steel. 18 C. All conduit entries into the instruments shall use hubs of watertight, threaded 19 aluminum, insulated throat, stainless steel grounding screw, as manufactured by T&B 20 H 150GRA Series, or equal. 21 D. Install stainless steel instrument labels with instrument ID, secured with safety wire. 22 E. All non-loop powered instrument transmitters shall have an approved disconnecting 23 means for power mounted within reach of the transmitter. 24 3.4 RACEWAY SEALING 25 A. Where raceways enter terminal boxes, junction boxes, or instrumentation equipment, all 26 entrances shall be sealed with 3M 1 000NS Watertight Sealant or approved equal. 27 3.5 FIELD QUALITY CONTROL 28 A. Inspect installed equipment for anchoring, alignment, grounding and physical damage. 29 B. Check tightness of all accessible electrical connections. Minimum acceptable values 30 shall be specified in the manufacturer's instructions. 31 3.6 FIELD ADJUSTING 32 A. Adjust all equipment for proper range and field conditions, as described in the 33 manufacturer's instructions . 34 B. Any field adjustments, required for proper system operation, shall be included in the 35 Final O&M. 36 3.7 FIELD TESTING 37 A. Perform all electrical field tests recommended by the manufacturer. CITY OF FORT WORTH NORTHSIDE IV 24" WATER TRANSMISSION, MAIN PH l B STANDARD CONSTRUCTION SPEClFICATION DOCUMENTS CITY PROJECT NO. 102687 Re vi sed Augu st 5 , 2022 40 75 00 -5 PROCESS LIQUID ANALYTICAL MEASUREMENT Page 5 of 6 B. Test each interlock system for proper functioning. 2 C. Test all control logic for proper operation. 3 3.8 CLEANING 4 A. Remove all rubbish and debris from inside and around the equipment. Remove dirt, 5 dust, or concrete spatter from the interior and exterior of the equipment using brushes, 6 vacuum cleaner, or clean, lint free rags. Do not use compressed air. 7 3.9 EQUIPMENT PROTECTION AND RESTORATION 8 A. Touch-up and restore damaged surfaces to factory finish, as approved by the 9 manufacturer. If the damaged surface cannot be returned to factory specification, the 10 surface shall be replaced. 11 END OF SECTION 12 CITY OF FORT WORTH NORTHSIDE IV 24" WATER TRANSMISSION , MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Revised August 5 , 2022 40 75 00 -6 PROCESS LIQUID ANALYTICAL MEASUREMENT Page 6 of 6 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH NORTHSIDE rY 24" WATER TRANSMISSION, MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . I 02687 Revised August 5, 2022 1 SECTION 40 78 00 40 78 00 -I PANEL MOUNTED CONTROL DEVICES Page I of IO 2 PANEL MOUNTED CONTROL DEVICES 3 PARTl-GENERAL 4 1.1 SCOPE OF WORK 5 A. This Section of the Specifications describes the requirements for panel mounted 6 equipment to be furnished under other Sections of the Specifications as listed in the 7 Related Work paragraph of this Section. 8 B . All equipment described herein shall be submitted and furnished as an integral part of 9 equipment specified elsewhere in these Specifications. 10 1.2 RELATED WORK 11 A. No references are made to any other section which may contain work related to any 12 other section. The Contract Documents shall be taken as a whole with every section 13 related to every other section as required to meet the requirements specified. The 14 organization of the Contract Documents into specification divisions and sections is for 15 organization of the documents themselves and does not relate to the division of 16 suppliers or labor which the Contractor may choose to employ in the execution of the 17 Contract. Where references are made to other Sections and other Divisions of the 18 Specifications, the Contractor shall provide such information or additional work as may 19 be required in those references and include such information or work as may be 20 specified. 21 1.3 SUBMITTALS 22 A. Submittals for equipment specified herein shall be made as a part of equipment 23 furnished under other Sections. Individual submittals for equipment specified herein 24 will not be accepted and will be returned un-reviewed. 25 B. Submit catalog data for all items supplied from this specification section as applicable 26 with the control panel submittal as referenced in the related work paragraph . Submittal 27 shall include catalog data, functions, ratings, inputs, outputs, displays , etc., sufficient to 28 confirm that the devices provide every specified requirement. Any options or 29 exceptions shall be clearly indicated . 30 1.4 REFERENCE CODES AND STANDARDS 31 A. The equipment in this specification shall be designed and manufactured according to 32 latest revision of the following standards (unless otherwise noted): 33 I. NEMA/ISCI 109 Transient Over Voltage Withstand Test 34 2 . IEEE Std . 472/ANSI C37.90.2 Withstand Capability of Relay Systems to Radiated 35 Electromagnetic Interference from Transceivers . 36 3. IEC 255.4 Surge Withstand Capability Tests 37 4. NEMA/ICS 1 General Standard for Industrial Control Systems. 38 5. NEMA/ICS 4 Terminal Blocks for Industrial Use. 39 6. NEMA/ICS 6 Enclosures for Industrial Control Systems. 40 7 . NEMA LS 1 Low Voltage Surge Protective Devices . CITY OF FORT WORTH NORTHS IDE IV 24" WATER TRANSMISSION, MAIN PH I B ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . I 02687 Re vi sed Au g ust 5 , 2022 8. UL 1449 Third Edition -Surge Protective Devices 40 78 00 -2 PANEL MOUNTED CONTROL DEVICES Page 2 of 10 2 B. All equipment shall comply with the requirements of the National Electric Code and 3 Underwriters Laboratories (UL) where applicable . 4 C. Each specified device shall also conform to the standards and codes listed in the 5 individual device paragraphs. 6 1.5 QUALITY ASSURANCE 7 A . The manufacturer of this equipment shall have produced similar electrical equipment 8 for a minimum period of five (5) years. When requested by the Owner/Engineer, an 9 acceptable list of installations with similar equipment shall be provided demonstrating 10 compliance with this requirement. 11 B. Equipment submitted shall fit within the space or location shown on the Drawings. 12 Equipment which does not fit within the space or location is not acceptable . 13 C . For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified. 14 1.6 WARRANTY 15 A . The Manufacturer shall warrant the specified equipment to be free from defects in 16 material and workmanship for one ( 1) year from date of acceptance of the assembly 17 containing the items specified in this Section . Within such period of warranty , the 18 Manufacturer shall promptly furnish all material and labor necessary to return the 19 equipment to new operating condition . Any warranty work requiring shipping or 20 transporting of the equipment shall be performed by the Contractor at no expense to the 21 Owner. 22 PART 2-PRODUCTS 23 2.1 MODE SELECTOR SWITCHES, PUSHBUTTONS AND INDICATING LAMPS 24 A. Subject to compliance with the Contract Documents, the following Manufacturers are 25 acceptable: 26 I. Allen Bradley 27 2 . Cutler Hammer 28 3. GE 29 4. Square D 30 B. The listing of specific manufacturers above does not imply acceptance of their products 31 that do not meet the specified ratings, features and functions. Manufacturers listed 32 above are not relieved from meeting these specifications in their entirety. 33 C. Construction 34 1. 30mm Diameter 35 2. Corrosion resistant 36 3. NEMA 4/4X/13 without booted covers 37 4. "Finger safe" contact blocks , 1 0A rating 38 5 . Function indicating colors per NFPA 79 unless otherwise shown on the Drawings. 39 6 . Engraved corrosion resistant nameplates 40 7. LED lamps CITY OF FORT WORTH NORTHSIDE rv 24 " WATE R TRANSMISSION , MAIN PH 1B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102687 Revi sed Augu st S, 2022 40 78 00 - 3 PANEL MOUNTED CONTROL DEVICES 1 2 3 8 . Mode selector switches shall have 1 spare set auxiliary contacts. 9. Indicator lights to be Push-to-Test l 0 . Potentiometer ratings to match 1/0 devices connected 4 2.2 TERMINAL BLOCKS Page 3 of 10 5 A . Subject to compliance with the Contract Documents , the following Manufacturers are 6 acceptable : 7 1. Phoenix Contact 8 2. Entrelec 9 3 . Weidmuller IO 4. Allen Bradley 11 B. The listing of specific manufacturers above does not imply acceptance of their products 12 that do not meet the specified ratings, feature s and functions. Manufacturers listed 13 above are not relieved from meeting these specifications in their entirety . 14 C. Terminal Blocks 15 1. Terminal blocks shall be DIN-rail-mounted one-piece molded plastic blocks with 16 tubular-clamp-screw type , with end barriers, dual side terminal block numbers and 17 terminal group identifiers. Terminal blocks shall be rated for 600 volts except for 18 control and instrumentation circuits, or 4-20 mA analog signal conductors. 19 2 . Provide 600 volt rated terminal blocks for any conductor carrying any voltage over 20 120 volts to ground . 21 3. Provide 600 volt rated strap screw terminal blocks for any power conductors 22 carrying over 20 amps, at any voltage . Terminals shall be double sided and 23 supplied with removable covers to prevent accidental contact with live circuits . 24 4. Power conductors carrying over 20 amps , at any voltage shall be terminated to 25 strap-screw type terminal blocks with crimp type, pre-insulated, ring-tongue lugs. 26 Lugs shall be of the appropriate size for the terminal block screws and for the 27 number and size of the wires terminated. Do not terminate more than one 28 conductor in any lug, and do not land more than two conductors under any strap- 29 screw terminal point. 30 5. Terminals shall have permanent, legible identification, clearly visible with the 31 protective cover removed. Each terminal block shall have 20 percent spare 32 terminals, but not less than two spare terminals . 33 6 . Do not land more than two conductors per terminal point. Use the manufacturer's 34 provided bridge connectors to interconnect terminal blocks terminating common or 35 ground conductors. 36 7. Twisted shielded pair or triad cables shall have each individual conductor and 37 shield drain wire landed on individual terminal blocks. Use the manufacturer's 38 provided bridge connectors to interconnect terminal blocks terminating the shield 39 drain wire conductors . 40 8 . Control circuits, 120 volts and below, and 4-20 mA analog signal conductors shall 41 be terminated with manufacturer's recommended ferrules. Ferrules shall be 42 provided with plastic sleeves. 43 9. Provide an AC ground bar bonded to the panel enclosure, if metal, with 20 percent 44 spare terminals . 45 10 . Provided ground terminal blocks for each twisted-shielded pair drain wire. CITY OF FORT WORTH NORTHSIDE IV 24" WATER TRANSMISSION, MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Revi sed Au g ust 5 , 202 2 2.3 WI RE T RO UGHS 40 78 00 -4 PANEL MOUNTED CONTROL DEV ICES Pag e 4 of 10 2 A. Subject to compliance with the Contract Documents, the following Manufacturers are 3 acceptable : 4 1. Panduit 5 2 . Taylor 6 3. Approved equal 7 B. The listing of specific manufacturers above does not imply acceptance of their products 8 that do not meet the specified ratings , features and functions. Manufacturers listed 9 above are not relieved from meeting these specifications in their entirety . 10 C. All wiring shall be enclosed in PVC wire trough with slotted side openings and 11 removable cover. Plan wire routing s uch that no low voltage twisted shielded pair cable 12 conducting analog 4-20 mA signals or communications low voltage analog signals are 13 routed in the same wire trough as conductors carrying discrete signals or power 14 2.4 DIN RAILS 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 2 .5 A. Subject to compliance with the Contract Documents , the following Manufacturers are acceptable: 1. Phoenix Contact 2 . Entrelec 3. Weidmuller 4 . Allen Bradley B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the s pecified 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 minimum and meet standard EN 60715: 2001. SIGNAL IS OLA T ORS, BOOSTERS, CO NVERTERS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Phoenix Contact 2 . Acromag Inc . 3 . Moore Industries B. The listing of s pecific manufacturers above does not imply acceptance of their products that do not meet the s pecified ratings, features and functions . Manufacturers li sted above are not relieved from meeting these specifications in their entirety. 1. Type: a. Externally powered solid-state electronic type. Loop powered devices are not acceptable . 2. Functional/Performance: a . Accuracy - 0 .15 percent. b. Inputs -Current, voltage, frequency , temperature, or res istance as required. c . O utputs -Current or voltage a s required . C ITY OF FORT WORTH NORTHSID E IV 24" WA TER TRAN SMISSION , MAIN PH 1B ST ANDARD CONST RUC TIO N SPECIFICATION DOCUMENT S C ITY PROJECT NO. 1026 87 Revised August 5, 2022 40 78 00 -5 PANEL MOUNTED CONTROL DEVICES Pag e 5 of 10 d . Isolation -There shall be complete isolation between input circuitry, output 2 3 4 5 6 7 8 9 circuitry, and the power supply. e. Adjustments -Zero and span adjustment shall be provided. f . Protection -Provide RFI protection. g. 24 Volt DC power input. 3. Physical : a . Mounting -Suitable for DIN Rail mounting in an enclosure or instrument rack. 4 . Options/ Accessories Required: a. Mounting rack or general-purpose enclosure as required. IO 2.6 PANEL DISPLAYS 11 A. Subject to compliance with the Contract Documents , the following Manufacturers are 12 acceptable: 13 1. Precision Digital 14 2 . Red Lion 15 3 . Moore Industries 16 B . The listing of specific manufacturers above does not imply acceptance of their products 17 that do not meet the specified ratings, features and functions. Manufacturers listed 18 above are not relieved from meeting these specifications in their entirety . 19 C. Displays shall be as shown on the Drawings or where otherwise specified. 20 D. Design and fabrication : 21 1. 4-20 mA, ± 10 V, TC & RTD Inputs 22 2. Rating: NEMA 4X, IP65 without the use of a separate cover. 23 3. Shallow Depth Case 3.6" Behind Panel 24 4 . Power Supply: 85-265 V AC 25 5 . Optional features to be supplied: two relays providing form A contacts , s oftware 26 settable at independent values. 27 6 . Output: analog 4-20 mA 28 7 . Display: minimum digit height of 2 .5 inche s; sunlight readable 29 2.7 RELAYS AND TIMERS 30 A . Subject to compliance with the Contract Documents, the following Manufacturers are 31 acceptable: 32 1 . Square D 33 2. IDEC 34 3. Potter-Broomfield. 35 4 . Allen-Bradley 36 B . The listing of specific manufacturers above does not imply acceptance of their products 37 that do not meet the specified ratings, features and functions. Manufacturers listed 38 above are not relieved from meeting the se specifications in their entirety. 39 C. Type: 40 1. Relays shall be double pole, double throw (form C) except PLC/RTU VO buffer 41 relays which shall be single pole, (form C), spade plug in type with a transparent 42 dustcover. CITY OF FORT WORTH NO RTHS ID E IV 24" WATER TRANSMISSION , MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS CITY PROJECT NO . I 02687 Revised August 5, 2022 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 35 36 37 38 39 40 41 42 2.8 2. Units shall be of the general-purpose plug-in type. D. Functional/Performance: 1. Coil voltage shall match supply voltage. 40 78 00 -6 PANEL MOUNTED CONTROL DEVICES Pag e 6 of JO 2. Contact arrangement/function shall be as required to meet the specified control function . 3. Mechanical life expectancy shall be more than 10,000,000 cycles . 4. Duty cycle shall be rated for continuous operation. 6. Solid state time de lays when specified and/or required for intended functionality to be provided with polarity protection (DC units) and transient protection . 7. Time delay units shall be adjustable and available in ranges from .1 second to 4 .5 hours . 8. Plug-in general-purpose relay. 9. Blade connector type. 11. Relay sockets are DIN rail mounted . 12. Internal neon or LED indicator is lit when coi l is energized. 13. Clear polycarbonate dust cover with clip fastener. 14. Operating temperature: -20 to +150 Deg F. 15. UL listed or recognized. E. Ratings: 1. For 120V AC service provide contacts rated 10 amps at 120V AC, for 24 VDC service provide contacts rated 5 amps at 28VDC, for electronic (milliamp/ millivolt) switching app licator provide gold plated contacts rated for electronic service . 2. For PLC/RTU input buffer relays , provided a minimum of 5-amp contact rating. For all PLC/RTU output buffer relays, provided minimum 8 amps inductive load rated contacts . 3. Where PLC/RTU input/output buffer relays are a space constraint Crydom Series One DR optically isolated solid-state relays can be proposed. F. Physical I. DIN Rail mounting base 2 . Screw Terminals G. Options/ Accessories Required : I. Provide mounting sockets with pressure type terminal blocks rated 300 volts and 10 amps m1mmum. 2 . Provide mounting rails/holders as required. ANAL O G SIGNAL SUR GE PROTECTORS (S PDS) A. S ubject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. AGM Electronics 2 . Acromag Inc. 3 . Moore Industries 4 . Phoenix Contact CITY OF FORT WORTH NORTHSIDE IV 24 " WATER TRANSMISSION , MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . I 02687 Revi sed Augu st 5 , 2022 5. Emerson EDCO 40 78 00 -7 PANEL MOUNTED CONTROL DEVICES Page 7 of 10 2 B . The listing of specific manufacturers above does not imply acceptance of their products 3 that do not meet the specified ratings, features and functions . Manufacturers listed 4 above are not relieved from meeting these specifications in their entirety. 5 C. Type: 6 l. DIN Rail mounting for control and termination panels. 7 2 . For loop powered transmitters provided pipe nipple style mounting at the 8 transmitter. 9 D. Minimum Ratings: 10 1. Peak Surge Current 10 kA 11 2 . Response Time <5 Nanoseconds 12 3. Voltage Clamp >26 Volts 13 2.9 POWER SUPPLIES 14 A. Subject to compliance with the Contract Documents, the following Manufacturers are 15 acceptable: 16 1. PULS Silverline 17 2 . Phoenix Contact 18 3 . Sola 19 4 . Cose] KH Series 20 B. The listing of specific manufacturers above does not imply acceptance of their products 21 that do not meet the specified ratings, features and functions. Manufacturers listed 22 above are not relieved from meeting these specifications in their entirety. 23 C. Design and fabrication 24 I . Converts 120 V AC input to DC power at required voltage. 25 2 . Sized as required by the load. Minimum 2.4 Amp output 26 3 . AC input: 120 VAC + 10 percent -13 percent; 47 to 63 HZ. 27 4 . Provision for output failure alarm contact. 28 5 . DIN rail mounting . 29 6 . All Power Supplies shall be redundant pairs . 30 2.10 CONTROL POWER TRANSFORMERS 31 A. Subject to compliance with the Contract Documents, the following Manufacturers are 32 acceptable : 33 1. Allen Bradley 34 2. General Electric 35 3. Cutler Hammer 36 4. Square D 37 B. The listing of specific manufacturers above does not imply acceptance of their products 38 that do not meet the s pecified ratings, features and functions . Manufacturers listed 39 above are not relieved from meeting these specifications in their entirety. 40 C. Control Power Transformers CITY OF FORT WORTH NORTHS IDE IV 24 " WATER TRANSMISSION, MAIN PH 1 B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Re vi sed Augu st 5 , 202 2 40 78 00 -8 PANEL MOUNTED CONTROL DEVICES Page 8 of 10 1. Control power transformers shall be provided where shown on the Drawings. 2 Transformer shall be sized for all the load, including space heaters, plus 25% spare 3 capacity, and shall be not less than l00VA. 4 2. Transformer mechanical ratings shall equal the short circuit rating of the circuit 5 breaker or MCP. 6 3 . Control power transformers shall be 120 volts grounded secondary. Primary side of 7 the transformer shall be fused in both legs. O ne leg of the transformer secondary 8 shall be solidly grounded while the other leg shall be fused. 9 4. All control power transformers shall have vacuum cast primary and secondary coils 10 using epoxy resin. 11 2.11 SINGLE PHASE UPS 12 A. Subject to compliance with the Contract Documents, the following Manufacturers are 13 acceptable: 14 1. APC 15 2. Powerware 16 17 18 19 20 3. 4 . 5. 6. 7. Tripp Lite CyberPower Falcon Electric Inc . Intellipower Approved Equal 21 B. The listing of specific manufacturers above does not imply acceptance of their products 22 that do not meet the specified ratings, features and func tions. Manufacturers listed 23 above are not relieved from meeting these specifications in their entirety. 24 C. Design and fabrication 25 1. Rating: 120V AC, 60 hertz, 1000 VA min imum shall provide uninterrupted 26 conditioned power fully loaded conditions for 30 minutes. 27 2. Description: On line dual track power conditioner and true (zero second transfer 28 time) uninterruptible power supply providing isolation, line regulation and 29 conditioning, using sealed maintenance free batteries and switch mode power 30 supply for uninterrupted power. 31 3 . Lightning and Surge Protection: IEEE/ ANSI C62.4. l. 32 4. Regulation: 1-3 percent load regulation with less than 2pF effective coupling 33 capacitance for line to load. 34 5. Output Waveform: Computer grade sine-wave with 3% maximum single harmonic 35 and 5 % maximum total harmonic distortion . 36 6 . Output Frequency: 60 hertz+/-0.5 hertz. 37 7. Operating Temperature: located in indoor conditioned spaces 0 degrees to +40 38 degrees Centigrade. All other locations -20 to 55 degrees Centigrade 39 8. Relative Humidity: 5% -90% without condensation . 40 9. Input Protection : Independent battery charger fuse and DC fuses . 41 10. Output Protection : Current limited. 42 11. AC Input: 120V , 60Hz, single phase, +15 %, -20%. CITY OF FORT WORTH NORTHS ID E IV 24" WATER TRANSMISSION, MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . I 02687 Revised Augu st 5 , 2022 40 78 00-9 PANEL MOUNTED CONTROL DEVICES Page 9 of 10 1 12. Provide Simple Network Monitoring Protocol (SNMP) Ethernet interface for all 2 units. Where shown on the drawings provide a dry contact interface of UPS status 3 in place of SNMP interface. 4 13. Provide an external maintenance bypass switch with an auxiliary contact for each 5 UPS supplied. The switch shall transfer power without interrupting the load 6 utilizing make before brake contacts. The switch shall provide auxiliary contact to 7 monitor switch position . 8 a . Maintenance switch as manufactured by Control Switches International N 9 series, Electroswitch, or approved equal. 10 b. Contacts rated for 120 volts AC and 10 amperes minimum. 11 2.12 TEMPERATURE SWITCH DIN RAIL MOUNTED 12 A. Subject to compliance with the Contract Documents, the following Manufacturers are 13 acceptable: 14 1. Pentair 15 2. Hammond 16 3. Mean Well 17 4. Approved Equal 18 B. The listing of specific manufacturers above does not imply acceptance of their products 19 that do not meet the specified ratings, features and functions. Manufacturers listed 20 above are not relieved from meeting these specifications in their entirety. 21 C. Design and fabrication 22 1. Contact Rating: 120V AC, 10 Amp normally closed for high temperature detection 23 use, normally open for heating/condensate control use 24 2. Adjustable range minimum 32 -100 degrees F 25 3. Terminals for 14 A WG conductors . 26 4. DIN rail mounting 27 2.13 PANEL INTRUSION SWITCH 28 A . Acceptable Manufacturers 29 1. Subject to compliance with the Contract Documents , the following Manufacturers 30 are acceptable: 31 a. Invent Hoffman ALFSWD 32 b . Approved equal 33 2 . The listing of specific manufacturers above does not imply acceptance of their 34 products that do not meet the specified ratings, features and functions . 35 Manufacturers listed above are not relieved from meeting these specifications in 36 their entirety. 37 B. Product Description 38 1. The contact rated a minimum of I-amp 24VDC / 120 VAC . 39 2 . Mounting hardware shall be stainless or galvanized steel for attachment to the inner 40 lip of the panel door frame. 41 3 . Contact opens when door is not fully closed. CITY OF FORT WORTH NORTHSIDE IV 24 " WATER TRANSMISSION , MAIN PH l B ST AND ARD CONSTRUCTION SPEClFICA TION DOCUMENTS CITY PROJECT NO . l 02687 Revi sed August S, 2022 2.14 NAMEPLATES 407800 -10 PANEL MOUNTED CONTROL DEVICES Page 10 of 10 2 A. Furnish nameplates for each device as indicated in Drawings. Nameplates shall be 3 engraved, laminated impact acrylic, matte finish, black lettering on a white background, 4 not less than 1/16-in thick by 1/2-in by 1-1/2-in, Rowmark NoMark Plus or equal , 5 Nameplates shall be attached to the backplate with double faced adhesive strips, TESA 6 TUFF TAPE 4970, .009 X ½", no equal. Prior to installing the nameplates, the metal 7 surface shall be thoroughly cleaned with 70 % alcohol until all residues has been 8 removed . Epoxy adhesive or foam tape is not acceptable . 9 2.15 PANEL INTERFACE CONNECTOR (PIC) 10 A. Subject to compliance with the contract documents, the following manufacturers are 11 acceptable : 12 I. Automation Direct 13 a . Model: Zip Port Series 14 2 . Grace Engineered Products , Inc . 15 a . Model : GracePort Series 16 3 . Saginaw Control Engineering. 17 a . Programming Ports 18 B. The listing of specific manufacturers above does not imply acceptance of their products 19 that do not meet the specified ratings, features and functions. Manufacturers listed 20 above are not relieved from meeting these specifications in their entirety . 21 C. For all PLC control panel s, provide a Panel Interface Connector (PIC) pass-through unit 22 that will mount to the outside of the control panel to give the capability to interface with 23 the PLC without the need to open the enclosure door. 24 D. Design and fabrication : 25 1. Interface shall include the following : 26 a . UL Recogni zed and RoHS compliant 27 b . Housing rating shall match or be of higher NEMA rating than control panel 28 c . Gasket: thermo-plastic (TPE) 29 d . One GFCI power outlet with rating of 120 V AC 30 e. One Ethernet RJ-45 type 10/100 port connected to control panel switch . 31 f . Cover shall be attached with a continuous hinge and lockable. Provide locks for 32 all interfaces keyed alike 33 PART 3-EXECUTION 34 3.1 INSTALLATION 35 A. All equipment specified herein shall be installed , field adjusted , tested and cleaned as 36 an integral part of equipment specified el sewhere in these Specifications . 37 END OF SECTION C ITY OF FORT WORTH NORTHS ID E IV 24" WATER TRANSMISSION, MAIN PH 1 B STANDARD CONSTRUCTION SPECIFIC ATION DOC UM ENTS CITY PROJECT NO . 1026 87 Revised Augu st 5 , 2022 SECTION 40 80 00 40 80 00-I PROCESS CONTROL SYSTEMS TESTrNG Page I of8 2 PROCESS CONTROL SYSTEMS TESTING 3 PART 1-GENERAL 4 1.1 SCOPE OF WORK 5 A. Provide all testing and commissioning equipment, materials, incidentals and labor, 6 necessary to perform and coordinate the system check-out and startup, commissioning, 7 field testing and overall training for the Instrumentation and Controls System. 8 B. The Contractor's Process Control Systems Integrator (PCSI) shall supervise and/or 9 perform the requirements of this Section . As part of these services, the PCSI shall 10 include, for those equipment items not manufactured by him, the services of an 11 authorized manufacturer's representative to check the equipment installation and place 12 that portion of the equipment in operation. The manufacturer's representative shall be 13 thoroughly knowledgeable about the installation, operation, and maintenance of the 14 manufacturer's equipment. 15 1.2 SYSTEM CHECKOUT AND START-UP 16 A. The Contractor, PCSI, and Instrument Suppliers, as applicable, shall perform the 17 following: 18 1. Check and confirm the proper installation of all instrumentation and control 19 components and all cable and wiring connections between the various system 20 components prior to placing the various processes and equipment into operation. 21 2 . Conduct a complete system checkout and adjustment, including calibration of all 22 existing instruments, tuning of control loops, checking operation functions, and 23 testing of final control actions. All problems encountered shall be promptly 24 corrected to prevent any delays in startup of the various unit processes . 25 B. Contractor shall provide all test equipment necessary to perform the test during System 26 checkout and startup. 27 C. Contractor and/or system supplier shall be responsible for initial operation of the 28 instrumentation and control system and shall make any required changes, adjustment or 29 replacements for operation, monitoring, and control of the various processes and 30 equipment necessary to perform the functions intended. 31 D. Contractor shall furnish to the Engineer certified calibration/recalibration (for existing 32 Instruments) reports for field instruments and devices specified herein as soon as 33 calibration is completed. 34 1. Receipt of any calibration/recalibration certificates shall in no way imply 35 acceptance of any work or instrument. 36 2. Each calibration/recalibration certificates shall be signed and dated by an authorized 37 representative of Contractor. Three copies of each completed certificate shall be 38 submitted to Engineer. 39 3 . A typical form shall be as attached. CITY OF FORT WORTH NORTHSIDE rv 24" WATER TRANSMISSION , MArN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102687 Revi sed August 5 , 2022 40 8000 -2 PROCESS CONTROL SYSTEMS TESTING Page 2 of 8 E. Contractor shall furnish to Engineer two copies of an installation inspection report 2 certifying that all equipment has been installed correctly and are operating properly. 3 The report shall be signed by authorized representatives of both Contractor and the 4 system supplier. 5 1.3 GENERAL REQUIREMENTS 6 A. The PCSI shall test all equipment as a system at the PSCI facility prior to shipment. 7 Unless otherwise specified in the individual specification sections, all equipment 8 provided by the PCS! shall be tested as a single fully integrated system. 9 B. As a minimum, the testing shall include the following: 10 1. Un-witnessed Factory Test (UFf) 11 2 . Witnessed Factory Test (WFf) 12 3. Operational Readiness Tests (ORT) 13 4. Functional Demonstration Tests (FDT) 14 5. 10-Day Site Acceptance Tests (SAT) 15 C. Each test shall be in the cause and effect format. The person conducting the test shall 16 initiate an input (cause) and, upon the system's or subsystem's producing the correct 17 result (effect), the specific test requirement shall be satisfied. 18 D . All tests shall be conducted in accordance with prior Engineer-approved procedures, 19 forms, and check lists . Each specific test shall be described and followed by a section 20 for sign off by the appropriate party after its completion. 21 E. Copies of these sign off test procedures, forms , and check lists will constitute the 22 required test documentation . 23 F. Provide all special testing materials and equipment. Wherever possible, perform tests 24 using actual process variables, equipment, and data. Where it is not practical to test with 25 real process variables, equipment, and data, provides suitable means of simulation. 26 Define these simulation techniques in the test procedures. 27 G. The General Contractor shall require the Integration Subcontractor to coordinate all 28 testing with the Engineer, all affected Subcontractors, and the Owner. 29 H . The Engineer reserves the right to test or retest all specified functions whether or not 30 explicitly stated in the prior approved Test Procedures. 31 I. The Engineer's decision shall be final regarding the acceptability and completeness of 32 all testing. 33 J . No equipment shall be shipped to the Project Site until the Engineer has received all test 34 results and approved the system as ready for shipment. 35 K. The PCSI shall furnish the services of servicemen, all special calibration and test 36 equipment and labor to perform the field tests. 37 L. Correction of Deficiencies 38 I. All deficiencies in workman ship and/or items not meeting specified testing 39 requirements shall be corrected to meet specification requirements at no additional 40 cost to the Owner. 41 2. Testing, as specified herein, shall be repeated after correction of deficiencies is 42 made until the specified requirements are met. This work shall be performed at no 43 additional cost to the Owner. CITY OF FORT WORTH NORTHS IDE IV 24" WATER TRANSMISSION, MAIN PH I B ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. I 02687 Revi sed Augu st 5, 2022 PART 2 -PRODUCTS (NOT USED) 2 PART 3-EXECUTION 3 3.1 UNWITNESSED FACTORY TEST (UFT) 40 80 00 -3 PROCESS CONTROL SYSTEMS TESTING Page 3 of 8 4 A. The entire system, except primary elements, final control elements, and field mounted 5 transmitters, shall be interconnected and tested to ensure the system operates as 6 specified. All analog and discrete input/output points not interconnected at this time 7 shall be simulated to ensure proper operation of all alarms , monitoring 8 devices/functions, and control devices/functions. 9 B. All panels and assemblies shall be inspected and tested to verify that they are in 10 conformance with related subrnittals, specifications, and Contract Drawings. 11 C. During the tests all digital system hardware and software shall have operated 12 continuously or five days without a failure to verify the system is capable of continuous 13 operation. The un-Witnessed Factory Test results shall be submitted to the Engineer for 14 approval prior to the start of the Witnessed Factory Test (WFT). 15 3.2 WITNESSED FACTORY TEST (WFT) 16 A . Before scheduling the Witnessed Factory Test, the PCSI must determine through his 17 own test and quality assurance program that the equipment is ready for shipment to the 18 jobsite . 19 B. All system tests specified for the Un-Witnessed Factory Test shall be repeated. 20 C. The WFT will be a joint test by the PCSI and the ASP conducted at the PCSI facility. 21 D. After receiving Un-witnessed Test approval, the PCSI shall notify the Engineer and 22 Owner in writing that the system is ready for the Witnessed Test. The Engineer and/or 23 Owner shall schedule a test date within 30 days of receipt of the Ready to Test letter. At 24 the time of notification, the PCSI shall submit any revisions to the detailed test 25 procedure previously approved by the Engineer. 26 E. This test shall verify the functionality, performance, and stability of the hardware and 27 software . The system must operate continuously for 100 hours without failure before 28 the test shall be judged successful. Successful completion of this test, as determined by 29 the Engineer, shall be the basis for approval of the system to be shipped to the site. 30 F. The various tests performed during the Witnessed Factory Test shall be designed to 31 demonstrate that hardware and software fulfill all the requirements of the Specifications 32 and Contract drawings. The test conditions shall resemble , as closely as possible, the 33 actual installed conditions. Any additional hardware or software that may be required to 34 successfully verify system operation shall be supplied at no cost to the Owner. 35 G. The ASP shall be responsible to simulate the 1/0 signals for any equipment or device 36 communicating with any new or existing PLC through peer-to-peer network by using a 37 computer system with appropriate simulation software to implement the memory map 38 in the protocol as specified elsewhere. Simulating the 1/0 signals by forcing them from 39 the PLC programming software will not be acceptable . 40 H. Tests to be performed shall include, but not be limited to, the following : 41 I. Demonstrate operability of all equipment CITY OF FORT WORTH NORTHSIDE IV 24" WATER TRANSMISSION, MAIN PH l B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Revi sed August 5, 2022 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 40 80 00 -4 PROCESS CONTROL SYSTEMS TESTING Page 4 of 8 2. Demonstrate operability of the control data communication network under anticipated full load conditions 3. 100 percent point check of UO, including wiring 4. Demonstrate the ability to monitor and change at least 20 pieces of digital and analog data in each PLC/RIO from the HMI software at all operator workstations 5. Demonstrate the ability to share data between operator workstations and servers 6 . Demonstrate the ability of each workstation to print reports on all network printers 7. Demonstrate the ability for each workstation to read and write to and from designated files from other workstations on the LAN 8. Demonstrate the operability of all mass storage equipment 9. Demonstrate communication failure and system restart 10. Demonstrate total power failure and recovery. NOTE: The UPS shall call for server shutdown and on power restoration the servers shall restart. 11 . Demonstrate a catastrophic failure and recovery of a server, workstation, and PLC. 12. Demonstrate procedure for backing up the computer system (including PC and PLC); reload using a backup; and completely restoring a PC and/or PLC from a backup. 13. Demonstrate the ability of each workstation to print alarm/events on the local printer. During the test for a period of time equal to at least 20 percent of the test duration, the Engineer's and/or Owner's representative shall have unrestricted access to the system . 22 I. All analog control panels shall be included in these tests . 23 J. All deficiencies identified during these tests shall be corrected and retested prior to 24 completing the Witnessed Test as determined by the Owner/Engineer. 25 K. The following documentation shall be made available to the Engineer at the test site 26 both before and during the Witnessed Factory Test: 27 1. All Contract Drawings and Specifications, addenda, and change orders 28 2. Master copy of the test procedure 29 3. List of the equipment to be tested including make, model, and serial number 30 4. Design-related hardware submittal applicable to the equipment being tested 31 5 . Software license 32 L. The daily schedule during these tests shall be as follows: 33 1. Morning meeting to review the day's test schedule 34 2 . Scheduled tests and signoffs 35 3. Evening meetings to review the day's test results and to review or revise the next 36 day's test schedule 37 4 . Unstructured testing period by the witnesses 38 M. All test data and procedures followed during testing shall be logged and certified copies 39 of the logs shall be provided to the Engineer and Owner. CITY OF FORT WORTH NORTHS IDE IV 24" WATER TRANSMISSION, MAIN PH I B STANDARD CONSTRUCTION SPECIFICA TJON DOCUMENTS CITY PROJECT NO . I 02687 Revised August 5 , 2022 3.3 OPERATIONAL READINESS TESTS (ORT) 40 8000 -5 PROCESS CONTROL SYSTEMS TESTING Page 5 of 8 2 A. Prior to startup and the Functional Demonstration Test, the entire system shall be 3 certified (inspected, tested, and documented) that it is ready for operation . The ORT 4 may be witnessed by the Owner/Engineer, fully or partially, at their discretion. 5 B . Loop/Component Inspections and Tests: The entire system shall be checked for proper 6 installation , calibrated, and adjusted on a loop-by-loop and component-by-component 7 bas is to ensure that it is in conformance with related submittal's and these 8 Specifications. 9 1. The Loop/Component Inspections and Input/ Output Tests shall be implemented JO using Engineer-approved form s and check lists. 11 a. Each loop shall have a Loop Status Report to organize and track its inspection , 12 adjustment, and calibration. These reports shall include the following 13 information and check off items with space for sign off by the PCSI. 14 1) Project Name 15 2) Loop Number 16 3 ) Tag Number for each component 17 4 ) Check offs/sign offs for each component 18 b. Tag/identification 19 c. Installation 20 d. Termination -wiring 21 e . Termination -tubing 22 f. Calibration/adjustment -Check offs/sign offs for the loop 23 g. Panel interface terminations 24 h . 1/0 interface termination s 25 1. 1/0 signal operation 26 J . Inputs/outputs operational : received/sent, processed, and adjus ted. 27 k . Total loop operation -Provide space for comments 28 I. Each active Analog Subsy stem element and each 1/0 module shall have a 29 Component Calibration Sheet. These s heets shall have the following 30 information, s paces for data entry, and a space for sign off by the PCSI: 31 1) Project Name 32 2) Loop Number 33 3) Component Tag Number of 1/0 Module Number 34 4) Component Code Number Analog System 35 5) Manufacturer (for Analog system element) 36 6) Model Number/Serial Number (for Analog sys tem) 37 7 ) Summary of Functional Requirements: 38 39 40 41 42 43 44 45 a) Indicators and Recorders: Scale and chart ranges b ) Transmitters/Converters: Scale and chart ranges c) Computing Elements: Function d) Controllers: Action (direct/reverse) control Modes (PID) e) Switching Elements : Unit range , differential f) (FIXED/ADJUSTABLE), Pres et (AUTO/MANUAL) g ) 1/0 Modules: Input or output 2 . Calibrations : C ITY OF FORT WORTH NORTHSIDE IV 24 " WATER TRAN SMISSION, MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Rev ised Au g u st 5, 2022 2 3 4 5 6 7 8 9 10 II 12 13 14 15 16 40 8000-6 PROCESS CONTROL SYSTEMS TESTING Page 6 of 8 a. Analog Devices: Required and actual inputs and outputs at 0, 25, 50, 75, and 100 percent of span, rising and falling b . Discrete Devices : Required and actual trip points and reset points c. Controllers: Mode settings (PIO) d . VO Modules: Required an actual inputs or outputs for 0, 25, 50, 75, and 100 percent of span, rising and falling . I) Provide space for comments 2) Space for sign off by the PCSI. 3. The General Contractor shall require the PCSI to maintain the Loop Status Reports and Component Calibration Sheets at the job-site and make them available to the Engineer/Owner at any time. 4. These tests do not require witnessing by the Owner/Engineer; however, the Owner/Engineer reserve the right to request the Loop Status Sheets and Component Calibration Sheets and spot-check their entries periodically when on site and upon completion of the Operational Readiness Test, all documentation shall be submitted as required herein. 17 3.4 FUNCTIONAL DEMONSTRATION TEST (FDT) 18 A. Prior to startup and the 10 Day Site Acceptance Test, the entire installed instrument and 19 control system shall be certified that it is ready for operation. All preliminary testing, 20 inspection, and calibration shall be complete as defined in the Operational Readiness 21 Tests. The FDT will be a joint test by the PCSI and the Equipment suppliers. 22 B. Once the facility has been started up and is operating, a witnessed Functional 23 Demonstration Test shall be performed on the complete system to demonstrate that it is 24 operating and in compliance with these Specifications. Each specified function shall be 25 demonstrated on a paragraph-by-paragraph , loop-by-loop, and site-by-site basis. 26 C. Loop-specific and non-loop-specific tests shall be the same as specified under 27 Functional Demonstration Tests except that the entire installed system shall be tested 28 and all functionality demonstrated. 29 D. Updated versions of the documentation specified to be provided for during the tests 30 shall be made available to the Engineer at the job-site both before and during the tests. 31 In addition, one copy of all O&M Manuals shall be made available to the Engineer at 32 the job-site both before and during testing. 33 E. The daily schedule specified to be followed during the tests shall also be followed 34 during the Functional Demonstration Test. 35 F. The system shall operate for 100 continuous hours without failure before this test shall 36 be considered successful. 37 G. Demonstrate communication failure and recovery 38 3.5 10-DAY SITE ACCEPTANCE TEST (SAT) 39 A. After completion of the Operational Readiness and Functional Demonstration Tests, the 40 PCSI shall be responsible for operation of the entire system for a period of 10 41 consecutive days, under conditions of full plant process operation, without a single non- 42 field repairable malfunction. 43 B. During this test, plant operating and PCSI personnel shall be present as required. For 44 this test, the PCSI is expected to provide personnel who have an intimate knowledge of 45 the system hardware and software. CITY OF FORT WORTH NORTHS IDE IV 24" WATER TRANSMISSION, MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . I 02687 Revised August S, 2022 40 8000 -7 PROCESS CONTROL SYSTEMS TESTING Page 7 of 8 C. While this test is proceeding, the Owner shall have full use of the system. Only plant 2 operating personnel shall be allowed to operate equipment associated with live plant 3 processes. 4 D . Any malfunction during the tests shall be analyzed and corrected by the PCSI. The 5 Engineer and/or Owner will determine whether any such malfunctions are sufficiently 6 serious to warrant a repeat of this test. 7 E. During this 10 consecutive day test period, any malfunction which cannot be corrected 8 within 24 hours of occurrence by PCSI personnel, or more than two similar failures of 9 any duration, will be considered a non-field-repairable malfunction. IO F. Upon completion of repairs by the PCSI, the test shall be repeated as specified herein. 11 G . In the event of rejection of any part or function, the PCSI shall perform repairs or 12 replacement within 5 days. 13 H . The total availability of the system shall be greater than 99.5 percent (99 .5 %) during 14 this test period. Availability shall be defined as: 15 Availability= (Total Testing -Time-Down Time) I Total Testing Time 16 I. Down times due to power outages or other factors outside the normal protection devices 17 or back-up power supplies provided shall not contribute to the availability test times 18 above. 19 J . Upon successful completion of the 30-day site acceptance test and subsequent review 20 and approval of complete system final documentation, the system shall be considered 21 substantially complete, and the one-year warranty period shall commence. 22 CITY OF FORT WORTH NORTHSIDE IV 24 " WATER TRANSMISSION, MAIN PH I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO . 102687 Revised Augu st 5 , 2022 T ag Number/Loop Nu mbe r: Loop Descript ion Instrument Location Manufact urer Model Number Adjustable Range Ca librated Range Remarks 40 80 00 - 8 PR OCESS CONTROL SYSTEMS TESTING Page 8 of 8 CALIBRATION CERTIFICATE Installation Per Manufacturer's Requirements? Yes No Installation Per Contract Documents? Yes No If "No", ex plain Calibration Test: Inpu t (Un its) Outp ut (Un its) Accu racy 0% 25 % 50 % 75% 100 % Switch Test Switch Switch Sett ing Poin t Point Deadband Upscale Downscale Setoo int 1 Se too int 2 Setpo int 3 I hereby certify that the above information is correct a nd accurate , to the best of my knowledge , and that the ins t rument indicated above has been supplied , installed , cal ibrat ed , and tested in accordance with the man ufacturer's recommendat ions and t he Contract Documen ts , unless ot herw ise noted . Receipt of th is Cal ibrati on Ce rt if icati on shall in no way imply acceptance of any work or inst rument suppl ied as a part of t his Contract. Contractor's Signature : Date : 2 3 END OF SECTI O N CITY OF FORT WORT H NORTHSIDE IV 24" WATER TRANS M ISSIO N, MAIN PH 1B STANDARD CONSTRUC TION SPEC IFI CATIO N DO CUMENTS C ITY PROJECT NO . I 02687 Rev ised Aug ust 5, 2022 PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: SECTION 03 30 00 CAST-IN-PLACE CONCRETE 03 30 00 -I CAST-IN-PLACE CONCRETE Page I of25 1. Cast-in place concrete, including formwork, reinforcement, concrete materials, mixture design, placement procedures and finishes, for the following: a. Piers b. Footings c. Slabs-on-grade d . Foundation walls e. Retaining walls (non TxDOT) f. Suspended slabs g. Blocking h. Cast-in-place manholes 1. Concrete vaults for meters and valves J. Concrete encasement of utility lines B. Deviations from this City of Fort Worth Standard Specification 1. None. C . Related Specification Sections include, but are not necessarily limited to: 1. Division 0-Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 -General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Cast-in-Place Concrete 1. Measurement a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed . 1.3 REFERENCES A. Definitions 1. Cementitious Materials a . Portland cement alone or in combination with 1 or more of the following: 1) Blended hydraulic cement 2) Fly ash 3) Other pozzolans 4) Ground granulated blast-furnace slag CITY OF FORT WORTH NORTHSID E IV 24-INCH WATER TRANSMISSION MAIN PHASE 18 STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS City Project No . 102687 Rev ised December 20 , 2012 03 30 00 -2 CAST-IN-PLACE CO CRETE Page 2 of25 5) Silica fume b. Subject to compliance with the requirements of this specification B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation (AASHTO): a. M182 , Burlap Cloth Made from Jute or Kenaf. 3 . American Concrete Institute (ACI): a . ACI 117 Specification for Tolerances for Concrete Construction and Materials b. ACI 301 Specifications for Structural Concrete c. ACI 305 .1 Specification for Hot Weather Concreting d . ACI 306.1 Standard Specification for Cold Weather Concreting e. ACI 308 .1 Standard Specification for Curing Concrete f. ACI 318 Building Code Requirements for Structural Concrete g . ACI 347 Guide to Formwork for Concrete 4. American Institute of Steel Construction (AISC): a. 303 , Code of Standard Practice for Steel Buildings and Bridges . 5. ASTM International (ASTM): a . A36 , Standard Specification for Carbon Structural Steel. b. Al 53, Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware . c. Al 93, Standard Specification for Alloy-Steel and Stainless Steel Bolting Materials for High-Temperature Service and Other Special Purpose Applications . d . A615 , Standard Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement. e. A 706 , Standard Specification for Low-Alloy Steel Deformed and Plain Bars for Concrete Reinforcement. f. C3 l, Standard Practice for Making and Curing Concrete Test Specimens in the Field . g. C33 , Standard Specification for Concre te Aggregates. h . C39 , Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens . 1. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete . J . C94 , Standard Specification for Ready-Mixed Concrete . k. Cl 09 , Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2-inch or {50-rnilimeter] Cube Specimens) I. Cl 43 , Standard Test Method for Slump of Hydraulic-Cement Concrete. m. C 171 , Standard Specification for Sheet Materials for Curing Concrete. n . Cl 50 , Standard Specification for Portland Cement. o . Cl 72 , Standard Practice for Sampling Freshly Mixed Concrete. p. C219 , Standard Terminology Relating to Hydraulic Cement. q. C231 , Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. CITY OF FO RT WORTH NO RTHSID E IV 24 -INC H WATER TRANSM ISSIO N MAIN PHAS E I B STAN DARD CONSTRUC TION SPECIFICATION DO CUMENTS City Project No . 102687 Revised December 20, 20 12 03 30 00 - 3 CAST-IN-PLACE CONCRETE Page 3 of25 r. C260, Standard Specification for Air-Entraining Admixtures for Concrete. s. C309, Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete. t. C494, Standard Specification for Chemical Admixtures for Concrete . u . C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. v . C881 , Standard Specification for Epoxy-Resin-Base Bonding Systems for Concrete. w . C989, Standard Specification for Ground Granulated Blast-Furnace Slag for Use in Concrete and Mortars . x. C1017, Standard Specification for Chemical Admixtures for Use in Producing Flowing Concrete. y . C1059, Standard Specification for Latex Agents for Bonding Fresh to Hardened Concrete. z. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- Cement Concrete . aa. C1240, Standard Specification for Silica Fume Used in Cementitious Mixtures . bb. El 155, Standard Test Method for Determining FF Floor Flatness and FL Floor Levelness Numbers. cc . F436, Standard Specification for Hardened Steel Washers. 6 . American Welding Society (AWS). a. D 1.1, Structural Welding Code -Steel. b . Dl.4, Structural Welding Code -Reinforcing Steel. 7. Concrete Reinforcing Steel Institute (CRSI) a. Manual of Standard Practice 8. Texas Department of Transportation a. Standard Specification for Construction and Maintenance of Highways, Streets and Bridges 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Included 1. Design, fabrication, erection and stripping of formwork for cast-in-place concrete including shoring, reshoring, falsework, bracing, proprietary forming systems, prefabricated forms, void forms , permanent metal forms , bulkheads , keys, blackouts, sleeves, pockets and accessories . a. Erection shall include installation in formwork of items furnished by other trades. 2 . Furnish all labor and materials required to fabricate, deliver and install reinforcement and embedded metal assemblies for cast-in-place concrete, including steel bars, welded steel wire fabric, ties , supports and sleeves . 3. Furnish all labor and materials required to perform the following: a . Cast-in-place concrete b . Concrete mix designs c . Grouting CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHASE I B STANDARD CONSTRUC TION SP EC IFICATION DOC UMENTS City Project No. 102687 Revised December 20, 2012 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. 03 30 00 - 4 CAST-IN-PLACE CONCRETE Page 4 of25 B . All submittals shall be approved by the City prior to delivery and/or fabrication for specials . 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Required for each type of product indicated B. Design Mixtures 1. For each concrete mixture submit proposed mix designs in accordance with ACI 318 , chapter 5 . 2. Submit each proposed mix design with a record of past performance . 3. Submit alternate design mixtures when characteristics of materials , Project condi- tions, weather, test results or other circumstances warrant adjustments. 4. Indicate amounts of mixing water to be withheld for later addition at Project site . a. Include this quantity on delivery ticket. C. Steel Reinforcement Submittals for Information 1. Mill test certificates of supplied concrete reinforcing, indicating physical and chem- ical analysis . 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITT ALS [NOT USED] 1.9 QUALITY ASSURANCE A. Manufacturer Qualifications 1. A firm experienced in manufacturing ready-mixed concrete products and that com- plies with ASTM C94 requirements for production facilities and equipment 2. Manufacturer certified according to NRMCA's "Certification of Ready Mixed Concrete Production Facilities" B. Source Limitations 1. Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant, obtain aggregate from 1 source and obtain admixtures through l source from a sing le manufacturer . C. ACI Publications 1. Comply with the following unless modified by requirements in the Contract Docu- ments: a . ACI 301 Sections 1 through 5 b . ACI 117 D. Concrete Testing Service 1. Engage a qualified independent testing agency to perform material evaluation tests . CITY OF FORT WORTH NO RTHSID E IV 24-I NCH WATER TRANSMISSION MAIN PHAS E 1B STANDARD CONSTRUCTION SPECIFICATION DOC UMENTS City Project No. I 02687 Revised December 20, 20 12 03 30 00 - 5 CAST-IN-PLACE CONCRETE Page 5 of 25 1.10 DELIVERY, STORAGE, AND HANDLING A. Steel Reinforcement 1. Deliver, store, and handle steel reinforcement to prevent bending and damage . 2 . Avoid damaging coatings on steel reinforcement. B. W aterstops 1. Store waterstops under cover to protect from moisture, sunlight, dirt, oil and other contaminants. 1.11 FIELD CONDITIONS [NOT USED) 1.12 WARRANTY [NOT USED] PART 2 -PRODUCTS 2.1 OWNER-FURNISHED OR OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Manufacturers 1. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: a . Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to , products specified . b. Available Manufacturers: Subject to compliance with requirements , manufacturers offering products that may be incorporated into the Work include , but are not limited to, manufacturers specified . B. Form-Facing Materials I. Rough-Formed Finished Concrete a . Plywood, lumber, metal or another approved material b. Provide lumber dressed on at least 2 edges and 1 side for tight fit. 2 . Chamfer Strips a . Wood , metal, PVC or rubber strips b. ¾-inch x ¾-inch, minimum 3. Rustication Strips a. Wood, metal, PVC or rubber strips b. Kerfed for ease of form removal 4. Form-Release Agent a. Commercially formulated form-release agent that will not bond with, stain or adversely affect concrete surfaces b. Shall not impair subsequent treatments of concrete surfaces c. For steel form-facing materials, formulate with rust inhibitor. 5 . Form Ties CITY OF FORT WORTH NORTHSIDE JV 24-INCH WATE R TRANSMISSION MAIN PHAS E I B STANDARD CONSTRUCTION SPECIFICATION DOC UMENTS City Project No. 102687 Revised December 20, 2012 03 30 00 -6 CAST-IN-PLAC E CONCRETE Page 6 of25 a. Factory-fabricated, removable or snap-off metal or glass-fiber-reinforced plastic form ties designed to resist lateral pressure of fresh concrete on forms and to prevent spalling of concrete on removal. b . Furnish units that will leave no corrodible metal closer than 1 inch to the plane of exposed concrete surface . c. Furnish ties that, when removed, will leave holes no larger than 1 inch in diameter in concrete surface. d. Furnish ties with integral water-barrier plates to walls indicated to receive dampproofing or waterproofing. C. Steel Reinforcement 1. Reinforcing Bars a . ASTM A615 , Grade 60, deformed D . Reinforcement Accessories 1. Smooth Dowel Bars a. ASTM A615, Grade 60, steel bars (smooth) b. Cut bars true to length with ends square and free of burrs. 2 . Bar Supports a . Bolsters, chairs, spacers and other devices for spacing, supporting and fastening reinforcing bars and welded wire reinforcement in place b . Manufacture bar supports from steel wire, plastic or precast concrete according to CRSI's "Manual of Standard Practice," of greater compressive strength than concrete and as follows : 1) For concrete surfaces exposed to view where legs of wire bar supports contact forms, use CRSI Class I plastic-protected steel wire or CRSI Class 2 stainless-steel bar supports. 2) For slabs-on-grade , provide sand plates, horizontal runners or precast concrete blocks on bottom where base material will not support chair legs or where vapor barrier has been specified. E. Embedded Metal Assemblies 1. Steel Shapes and Plates: ASTM A36 2. Headed Studs : Heads welded by full-fusion process, as furnished by TRW Nelson Stud Welding Division or approved equal F. Expansion Anchors 1. Available Products a. Wej-it Bolt, Wej-it Corporation, Tulsa, Oklahoma b. Kwik Bolt II , Hilti Fastening Systems, Tulsa, Oklahoma c. Trubolt, Ramset Fastening Systems, Paris, Kentucky G . Adhesive Anchors and Dowels 1. Adhesive anchors shall consist of threaded rods anchored with an adhesive system into hardened concrete or grout-filled masonry. a . The adhesive system shall use a 2-component adhesive mix and shall be injected with a static mixing nozzle following manufacturer's instructions . CITY OF FORT WORTH NORTHS ID E IV 24-rNCH WATER TRANSMISSION MAIN PHAS E I B STANDARD CONSTRUCTION SPECIFICATION DOC UMEN TS City Project No . 102687 Revised December 20 , 2012 03 30 00 - 7 CAS T-IN-PLACE CONCRETE Page 7 of25 b . The embedment depth of the rod shall provide a minimum allowable bond strength that is equal to the allowable yield capacity of the rod, unless otherwise specified. 2 . Available Products a . Hilti HIT HY 150 Max b. Simpson Acrylic-Tie c . Powers Fasteners AC 100+ Gold 3. Threaded Rods: ASTM Al93 a . Nuts: ASTM A563 hex carbon steel b. Washers : ASTM F436 hardened carbon steel c . Finish: Hot-dip zinc coating, ASTM Al 53, Class C H. Inserts 1. Provide metal inserts required for anchorage of materials or equipment to concrete construction where not supplied by other trades : a . In vertical concrete surfaces for transfer of direct shear loads only, provide adjustable wedge inserts of malleable cast iron complete with bolts , nuts and washers . 1) Provide ¾-inch bolt size, unless otherwise indicated. b . In horizontal concrete surfaces and whenever inserts are subject to tension forces, provide threaded inserts of malleable cast iron furnished with full depth bolts . 1) Provide ¾-inch bolt size , unless otherwise indicated. I. Concrete Materials 1. Cementitious Material a . Use the following cementitious materials , of the same type , brand, and source , throughout Project: 1) Portland Cement a) ASTM Cl50, Type VII , gray b) Supplement with the following : (1) Fly Ash (a) ASTM C618 , Class C or F (2) Ground Granulated Blast-Furnace Slag (a) ASTM C989 , Grade 100 or 120 . 2) Silica Fume a) ASTM C1240, amorphous silica 3) Normal-Weight Aggregates a) ASTM C33 , Class 3S coarse aggregate or better, graded b) Provide aggregates from a single source . 4) Maximum Coarse-Aggregate Size a) ¾-inch nominal 5) Fine Aggregate a) Free of materials with deleterious reactivity to alkali in cement 6) Water a) ASTM C94 and potable J . Admixtures C ITY O F FORT WORTH NORTHS ID E IV 24-INC H WATE R TRA NSMISSION MAIN PHAS E 18 STAN DARD CONSTRUC TIO N SP ECIF ICATIO N DOCUMENTS City Project No. 102 68 7 Revi sed De cemb er 20 , 201 2 1. Air-Entraining Admixture a. ASTM C260 2. Chemical Admixtures 03 30 00 -8 CAST-IN -PLAC E CONCRETE Page 8 of 25 a. Provide admixtures certified by manufacturer to be compatible with other ad- mixtures and that will not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. b. Do not use calcium chloride or admixtures containing calcium chloride. c . Water-Reducing Admixture l) ASTM C494, Type A d . Retarding Admixture l) ASTM C494, Type B e. Water-Reducing and Retarding Admixture 1) ASTM C494, Type D f. High-Range, Water-Reducing Admixture l) ASTM C494, Type F g . High-Range, Water-Reducing and Retarding Admixture l) ASTM C494, Type G h . Plasticizing and Retarding Admixture l) ASTM Cl017, Type II K. Waterstops 1. Self-Expanding Butyl Strip Waterstops a. Manufactured rectangular or trapezoidal strip, butyl rubber with sodium bentonite or other hydrophilic polymers, for adhesive bonding to concrete, ¾- inch x 1-inch. b. Available Products l) Colloid Environmental Technologies Company; Volclay Waterstop-RX 2) Concrete Sealants Inc.; Conseal CS-231 3) Greenstreak; Swellstop 4) Henry Company, Sealants Division ; Hydro-Flex 5) JP Specialties, Inc .; Earthshield Type 20 6) Progress Unlimited, Inc.; Superstop 7) TCMiraDRl; Mirastop L. Curing Materials l . Absorptive Cover a. AASHTO M 182, Class 2 , burlap cloth made from jute or kenaf, weighing approximately 9 ounces/square yard when dry 2 . Moisture-Retaining Cover a . ASTM C 171 , polyethylene film or white burlap-polyethylene sheet 3 . Water a . Potable 4 . Clear, Waterborne, Membrane-Forming Curing Compound a . ASTM C309, Type 1, Class B , dissipating b . Available Products 1) Anti-Hydro International , Inc .; AH Curing Compound #2 DR WB 2) Burke by Edoco; Aqua Resin Cure 3) ChemMasters ; Safe-Cure Clear CITY OF FO RT WORTH NORTHS ID E IV 24-INCH WATER TRANSM ISSIO MAIN PH ASE I B ST AND ARD CONSTR UCTION SPECIFICATION DO CUMENTS City Project No. I 02687 Revised December 20, 2012 03 30 00 - 9 CAST-IN-PLACE CONCRETE Page 9 of 25 4) Conspec Marketing & Manufacturing Co., Inc., a Dayton Superior Company; W.B. Resin Cure 5) Dayton Superior Corporation; Day Chem Rez Cure (J-11-W) 6) Euclid Chemical Company (The); Kurez DR VOX 7) Kaufman Products, Inc .; Thinfilm 420 8) Lambert Corporation; Aqua Kure-Clear 9) L&M Construction Chemicals, Inc.; L&M Cure R 10) Meadows, W.R., Inc .; 1100 Clear 11) Nox-Crete Products Group, Kinsman Corporation; Resin Cure E 12) Symons Corporation, a Dayton Superior Company; Resi-Chem Clear Cure 13) Tamms Industries, Inc.; Homcure WB 30 14) Unitex; Hydro Cure 309 15) US Mix Products Company; US Spec Maxcure Resin Clear 16) Vexcon Chemicals, Inc.; Certi-Vex Enviocure 100 M . Related Materials 1. Bonding Agent a . ASTM C1059 , Type II, non-redispersible, acrylic emulsion or styrene butadiene 2. Epoxy Bonding Adhesive a. ASTM C881, 2-component epoxy resin, capable of humid curing and bonding to damp surfaces, of class suitable for application temperature and of grade to suit requirements, and as follows: 1) Types I and II, non-load bearing 2) IV and V , load bearing, for bonding 3) Hardened or freshly mixed concrete to hardened concrete 3. Reglets a. Fabricate reglets of not less than 0 .0217-inch thick, galvanized steel sheet b. Temporarily fill or cover face opening ofreglet to prevent intrusion of concrete or debris. 4 . Sleeves and Blockouts a. Formed with galvanized metal, galvanized pipe, polyvinyl chloride pipe, fiber tubes or wood 5 . Nails, Spikes, Lag Bolts, Through Bolts , Anchorages a. Sized as required b. Shall be of strength and character to maintain formwork in place while placing concrete N. Repair Materials 1. Repair Underlayment a . Cement-based, polymer-modified, self-leveling product that can be applied in thicknesses of 1/8 inch or greater 1) Do not feather. b . Cement Binder 1) ASTM C 150, portland cement or hydraulic or blended hydraulic cement as defined in ASTM C2 l 9 c. Primer CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHASE I B ST AND ARD CONSTRUCTION SPECIFICATION DOCUM ENTS City Project No. I 02687 Revised December 20, 2012 03 30 00 -10 CAST-IN-PLACE CONCRETE Page 10 of2 5 1) Product of underlayment manufacturer recommended for substrate, condi- tions, and application d. Aggregate 1) Well-graded, washed gravel , 1/8 to 1/4 inch or coarse sand as recommended by underlayment manufacturer e. Compressive Strength I) Not less than 4100 psi at 28 days when tested according to ASTM C 109/C 109M 2. Repair Overlayment a . Cement-based, polymer-modified, se lf-leveling product that can be applied in thicknesses of 1/8 inch or greater 1) Do not feather. b . Cement Binder 1) ASTM Cl 50, portland cement or hydraulic or blended hydraulic cement as defined in ASTM C219 c . Primer 1) Product of topping manufacturer recommended for substrate, conditions, and application d . Aggregate 1) Well-graded, washed gravel , 1/8 to 1/4 inch or coarse sand as recommend- ed by topping manufacturer e. Compressive Strength 1) Not less than 5000 psi at 28 days when tested according to ASTM C109 0 . Concrete Mixtures, General 1. Prepare design mixtures for each type and strength of concrete, proportioned on the basis of laboratory trial mixture or field test data, or both , according to ACI 301. a . Required average strength above specified strength 1) Based on a record of past performance a) Determination of required average strength above specified strength shall be based on the standard deviation record of the results of at least 30 consecutive strength tests in accordance with ACI 318, Chapter 5.3 by the larger amount defined by formulas 5-1 and 5-2. 2) Based on laboratory trial mixtures a) Proportions shall be selected on the basis of laboratory trial batches prepared in accordance with ACI 318, Chapter 5.3.3.2 to produce an average strength greater than the specified strength f c by the amount defined in table 5.3 .2 .2 . 3) Proportions of ingredients for concrete mixes shall be determined by an in - dependent testing laboratory or qualified concrete supplier. 4) For each proposed mixture, at least 3 compressive test cylinders shall be made and tested for strength at the specified age . a) Additional cylinders may be made for testing for information at earlier ages . 2. Cementitious Materials a . Limit percentage, by weight, of cementitious materials other than portland ce- ment in concrete as follows, unless specified otherwise : 1) Fly Ash: 25 percent C ITY OF FORT WORTH NO RTHS ID E IV 24-INCH WATER TRANSMISSION MAIN PHAS E I B ST AND ARD CONSTRUCTION SPECIFICATION DOCUM EN TS City Project No . I 02687 Re vised December 20 , 2012 03 30 00 -11 CAST-fN-PLACE CONCRETE Page 11 of25 2) Combined Fly Ash and Pozzolan: 25 percent 3) Ground Granulated Blast-Furnace Slag: 50 percent 4) Combined Fly Ash or Pozzolan and Ground Granulated Blast-Furnace Slag: 50 percent 5) Portland cement minimum, with fly ash or pozzolan not exceeding 25 per- cent 6) Silica Fume: 10 percent 7) Combined Fly Ash, Pozzolans, and Silica Fume: 35 percent with fly ash or pozzolans not exceeding 25 percent and silica fume not exceeding 10 per- cent 8) Combined Fly Ash or Pozzolans, Ground Granulated Blast-Furnace Slag, and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 25 percent and silica fume not exceeding 10 percent 3. Limit water-soluble, chloride-ion content in hardened concrete to: a. 0.30 percent by weight of cement if concrete will have no exposure to chlorides (typical) b. 0.15 percent by weight if concrete will be exposed to chlorides c. 1.0 percent by weight if concrete will have no exposure to chlorides and will be continually dry and protected. 4 . Admixtures a. Use admixtures according to manufacturer's written instructions. b. Do not use admixtures which have not been incorporated and tested in accepted mixes. c. Use water-reducing high-range water-reducing or plasticizing admixture in concrete, as required, for placement and workability. d. Use water-reducing and retarding admixture when required by high temperatures, low humidity or other adverse placement conditions. e. Use water-reducing admixture in pumped concrete, concrete for heavy-use industrial slabs and parking structure slabs, concrete required to be watertight, and concrete with a water-cementitious materials ratio below 0.50. f. Use corrosion-inhibiting admixture in concrete mixtures where indicated. P . Concrete Mixtures 1. Refer to TxDOT "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" for: a. Culverts b. Headwalls c. Wingwalls 2. Proportion normal-weight concrete mixture as follows : a. Minimum Compressive Strength: 3,000 psi at 28 days b. Maximum Water-Cementitious Materials Ratio : 0.50 c. Slump Limit: 5 inches or 8 inches for concrete with verified slump of 2 to 4 inches before adding high-range water-reducing admixture or plasticizing admixture, plus or minus 1 inch d. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for 3/4- inch nominal maximum aggregate size Q. Fabricating Reinforcement CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHASE 18 ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No . l 02687 Revised December 20 , 2012 03 30 00 -12 CAST-TN-PLACE CONCRETE Page 12 of25 1. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice ." R. Fabrication of Embedded Metal Assemblies 1. Fabricate metal assemblies in the shop . Holes shall be made by drilling or punching. Holes shall not be made by or enlarged by burning . Welding shall be in accordance with A WS D 1.1. 2 . Metal assemblies exposed to earth, weather or moisture shall be hot dip galvanized. All other metal assemblies shall be either hot dip galvanized or painted with an epoxy paint. Repair galvanizing after welding with a Cold Galvanizing compound installed in accordance with the manufacturer's instructions. Repair painted assemblies after welding with same type of paint. S. Concrete Mixing 1. Ready-Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C94 , and furnish batch ticket information. a. When air temperature is between 85 and 90 degrees Fahrenheit, reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 degrees Fahrenheit, reduce mixing and delivery time to 60 minutes. 2. Project-Site Mixing: Measure , batch , and mix concrete materials and concrete according to ASTM C94/C94M . Mix concrete materials in appropriate drum-type batch machine mixer. a . For mixer capacity of l cubic yard or smaller, continue mixing at least 1-1 /2 minutes , but not more than 5 minutes after ingredients are in mixer, before any part of batch is released . b . For mixer capacity larger than 1 cubic yard, increase mixing time by 15 seconds for each additional 1 cubic yard . c. Provide batch ticket for each batch discharged and used in the Work, indicating Project identification name and number, date, mixture type , mixture time, quantity, and amount of water added. Record approximate location of final deposit in structure. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 -EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Formwork 1. Design , erect, shore, brace , and maintain formwork, according to ACI 301, to support vertical , lateral , static, and dynamic loads , and construction loads that might be applied , until structure can support such loads. CITY OF FORT WORTH NO RTHS ID E IV 24-rNCH WA TER TRANSM ISSION MAIN PHAS E l B ST AND ARD CONSTRUCTION SPECIFICATION DO CUMENTS City Project No . l 02687 Revised December 20, 2012 03 30 00 -I 3 CAST-IN -PLAC E CONCRETE Page 13 of25 2. Construct formwork so concrete members and structures are of size , shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. a. Vertical alignment 1) Lines, surfaces and arises less than 100 feet in height -1 inch. 2) Outside comer of exposed comer columns and control joints in concrete exposed to view less than 100 feet in height -1/2 inch . 3) Lines, surfaces and arises greater than 100 feet in height -1/1000 times the height but not more than 6 inches. 4) Outside comer of exposed comer columns and control joints in concrete exposed to view greater than 100 feet in height -1/2000 times the height but not more than 3 inches. b. Lateral alignment 1) Members -1 inch. 2) Centerline of openings 12 inches or smaller and edge location of larger openings in slabs -1/2 inch. 3) Sawcuts, joints, and weakened plane embedments in slabs -3/4 inch. c . Level alignment 1) Elevation of slabs-on-grade -3/4 inch. 2) Elevation of top surfaces of formed slabs before removal of shores -3/4 inch . 3) Elevation of formed surfaces before removal of shores -3/4 inch. d. Cross-sectional dimensions: Overall dimensions of beams, joists, and columns and thickness of walls and slabs. 1) 12 inch dimension or less -plus l/2 inch to minus 1/4 inch. 2) Greater than 12 inch to 3 foot dimension -plus 1/2 inch to minus 3/8 inch . 3) Greater than 3 foot dimension -plus 1 inch to minus 3/4 inch . e. Relative alignment 1) Stairs a) Difference in height between adjacent risers -1/8 inch . b) Difference in width between adjacent treads -l/4 inch. c) Maximum difference in height between risers in a flight of stairs -3/8 inch. d) Maximum difference in width between treads in a flight of stairs -3/8 inch. 2) Grooves a) Specified width 2 inches or less -l/8 inch. b) Specified width between 2 inches and 12 inches -1/4 inch. 3) Vertical alignment of outside comer of exposed comer columns and control joint grooves in concrete exposed to view -l/4 inch in 10 feet. 4) All other conditions -3/8 inch in 10 feet. 3. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, as follows: a. Class B, 1/4 inch for smooth-formed finished surfaces . b. Class C, 1/2 inch for rough-formed finished surfaces . 4 . Construct forms tight enough to prevent loss of concrete mortar. CITY OF FORT WORTH NORTHSID E IV 24-rNCH WATER TRANSMISSION MAIN PHASE I B ST AND ARD CONSTRUCTION SP ECIFICATION DOCUM ENTS City Project No. I 02687 Re vised December 20 , 2012 03 30 00 -14 CA ST-IN -PLACE CONCRETE Page 14 of25 5 . Fabricate forms for easy removal without hammering or prying against concrete surfaces . Provide crush or wrecking plates where stripping may damage cast concrete surfaces . Provide top forms for inclined surfaces steeper than 1.5 horizontal to 1 vertical. a. Install keyways, reglets , recesses , and the like , for easy removal. b. Do not use rust-stained steel form-facing material. 6 . Set edge forms , bulkheads , and intermediate screed strips for slabs to achieve requ ired elevations and slopes in finished concrete surfaces. Provide and secure units to support screed strips ; use strike-off templates or compacting-type screeds . 7. Construct formwork to cambers shown or specified on the Drawings to allow for structural deflection of the hardened concrete. Provide additional elevation or camber in formwork as required for anticipated formwork deflections due to weight and pressures of concrete and construction loads . 8. Foundation Elements : Form the sides of all below grade portions of beams , pier caps , walls , and columns straight and to the lines and grades specified . Do no earth form foundation elements unless specifically indicated on the Drawings . 9. Provide temporary openings for cleanouts and inspection ports where interior area of formwork is inaccessible . Close openings with panels tightly fitted to forms and securely braced to prevent lo ss of concrete mortar . Locate temporary openings in forms at inconspicuous locations. 10. Chamfer exterior corners and edges of permanently exposed concrete . 11 . Form openings , chases , offsets, sinkages , keyways , reglets , blocking, screeds , and bulkheads required in the Work. Determine sizes and locations from trades providing such items. 12 . Clean forms and adjacent surface s to receive concrete. Remove chips , wood , sawdust, dirt , and other debris just before placing concrete . 13. Retighten forms and bracing before placing concrete , as required , to prevent mortar leaks and maintain proper alignment. 14 . Coat contact surfaces of forms with form-release agent , according to manufacturer's written instructions , before placing reinforcement, anchoring devices , and embedded items. a . Do not apply form releas e agent where concrete surfaces are scheduled to receive subsequent finishes which may be affected by agent. Soak contact surfaces of untreated forms with clean water. Keep surfaces wet prior to placing concrete . B . Embedded Items 1. Place and secure anchorage devices and other embedded items required for adjoining work that is attached to or supported by cast-in-place concrete. Use setting drawings , templates, diagrams , instructions , and directions furnished with items to be embedded. a . Install anchor rods , accurately located , to elevations required and complying with tolerances in AISC 303 , Section 7.5 . I) Spacing within a bo lt group : 1/8 inch 2) Location of bolt group (center): ½ inch 3) Rotation of bolt group : 5 degrees CITY O F FORT WORTH NORT HS!D E IV 24 -INCH WATE R T RA N SMISSION MA IN PH ASE I B ST AND ARD CON STR UC TIO N SPECIF ICATIO N DOCUM ENTS City Proj ec t No . I 02687 Revised Decemb er 20 , 201 2 4) Angle off vertical: 5 degrees 5) Bolt projection: ± 3/8 inch 03 30 00 -15 CAST-IN-PLACE CONCRETE Page 15 of25 b . Install reglets to receive waterproofing and to receive through-wall flashings in outer face of concrete frame at exterior walls, where flashing is shown at lintels, shelf angles, and other conditions. C. Removing and Reusing Farms l. Do not backfill prior to concrete attaining 70 percent of its 28-day design compressive strength . 2. General: Formwork for sides of beams, walls, columns, and similar parts of the Work that does not support weight of concrete may be removed after cumulatively curing at not less than 50 degrees Fahrenheit for 24 hours after placing concrete, if concrete is hard enough to not be damaged by form-removal operations and curing and protection operations are maintained. a. Leave formwork for beam soffits, joists, slabs, and other structural elements that supports weight of concrete in place until concrete has achieved at least 70 percent of its 28-day design compressive strength . b. Do not remove formwork supporting conventionally reinforced concrete until concrete has attained 70 percent of its specified 28 day compressive strength as established by tests of field cured cylinders . In the absence of cylinder tests, supporting formwork shall remain in place until the concrete has cured at a temperature of at least 50 degrees Fahrenheit for the minimum cumulative time periods given in ACI 347, Section 3.7.2.3. Add the period of time when the surrounding air temperature is below 50 degrees Fahrenheit, to the minimum listed time period. Formwork for 2-way conventionally reinforced slabs shall remain in place for at least the minimum cumulative time periods specified for 1-way slabs of the same maximum span. c. Immediately reshore 2-way conventionally reinforced slabs after formwork removal. Reshores shall remain until the concrete has attained the specified 28 day compressive strength . d. Minimum cumulative curing times may be reduced by the use of high-early strength cement or forming systems which allow form removal without disturbing shores, but only after the Contractor has demonstrated to the satisfaction of the Engineer that the early removal of forms will not cause excessive sag, distortion or damage to the concrete elements. e. Completely remove wood forms. Provide temporary openings if required. f . Provide adequate methods of curing and thermal protection of exposed concrete if forms are removed prior to completion of specified curing time. g. Reshore areas required to support construction loads in excess of 20 pounds per square foot to properly distribute construction loading. Construction loads up to the rated live load capacity may be placed on unshared construction provided the concrete has attained the specified 28 day compressive strength. h. Obtaining concrete compressive strength tests for the purposes of form removal is the responsibility of the Contractor. 1. Remove forms only if shores have been arranged to permit removal of forms without loosening or disturbing shores. CITY OF FORT WORTH NORTHS ID E IV 24-INCH WATER TRANSMISSION MAIN PHAS E 1 B STANDARD CONSTRUCTION SPECJFICA TJON DOCUM EN TS City Project No . I 02687 Revised December 20, 2012 033000-16 CAST-IN-PLACE CONCRETE Page 16 of25 3. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or otherwise damaged form-facing material will not be acceptable for exposed surfaces. Apply new form-release agent. 4. When forms are reused, clean surfaces, remove fins and laitance, and tighten to close joints. Align and secure joints to avoid offsets. Do not use patched forms for exposed concrete surfaces unless approved by Engineer. D. Shores and Reshores I . The Contractor is solely responsible for proper shoring and reshoring . 2. Comply with ACI 318 and ACI 301 for design, installation, and removal of shoring and reshoring. a. Do not remove shoring or reshoring until measurement of slab tolerances is complete. 3 . Plan sequence of removal of shores and reshore to avoid damage to concrete. Locate and provide adequate reshoring to support construction without excessive stress or deflection. E . Steel Reinforcement 1. General : Comply with CRSI's "Manual of Standard Practice" for placing reinforcement. a . Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. 2. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials that would reduce bond to concrete. 3. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars. a . Weld reinforcing bars according to A WS D 1 .4, where indicated. Only steel conforming to ASTM A 706 may be welded. 4. Installation tolerances a. Top and bottom bars in slabs, girders, beams and joists: I) Members 8 inches deep or less: ±3/8 inch 2) Members more than 8 inches deep: ±1/2 inch b. Concrete Cover to Formed or Finished Surfaces: ±3/8 inches for members 8 inches deep or less; ±1/2 inches for members over 8 inches deep, except that tolerance for cover shall not exceed 1/3 of the specified cover. 5. Concrete Cover a. Reinforcing in structural elements deposited against the ground: 3 inches b . Reinforcing in formed beams, columns and girders: 1-1 /2 inches c. Grade beams and exterior face of formed walls and columns exposed to weather or in contact with the ground: 2 inches d. Interior faces of walls: I inches e . Slabs : 3/4 inches 6. Splices : Provide standard reinforcement splices by lapping and tying ends. Comply with ACI 318 for minimum lap of spliced bars where not specified on the documents. Do not lap splice no . 14 and 18 bars. CITY OF FORT WORTH NORTHSIDE IV 24-1 CH WATER TRANSMISSION MAIN PHAS E 1B STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS City Project No . 102687 Revised December 20 , 2012 7. Field Welding of Embedded Metal Assemblies 03 30 00 -17 CAST-IN-PLACE CONCRETE Page 17 of25 a. Remove all paint and galvanizing in areas to receive field welds. b. Field Prepare all areas where paint or galvanizing has been removed with the specified paint or cold galvanizing compound, respectively. F. Joints 1. General: Construct joints true to line with faces perpendicular to surface plane of concrete. 2. Construction Joints: Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Engineer. a . Place joints perpendicular to main reinforcement. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of strip placements of floors and slabs. b. Form keyed joints as indicated. Embed keys at least 1-1/2 inches into concrete . c. Locate joints for beams, slabs, joists, and girders in the middle third of spans. Offset joints in girders a minimum distance of twice the beam width from a beam-girder intersection. d. Locate horizontal joints in walls and columns at underside of floors , slabs, beams, and girders and at the top of footings or floor slabs . e. Space vertical joints in walls as indicated. Locate joints beside piers integral with walls, near comers, and in concealed locations where possible. f . Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. 3. Doweled Joints : Install dowel bars and support assemblies at joints where indicated. Lubricate or asphalt coat 1-1/2 of dowel length to prevent concrete bonding to 1 side of joint. G. Waterstops 1. Flexible Waterstops : Install in construction joints and at other joints indicated to form a continuous diaphragm . Install in longest lengths practicable. Support and protect exposed waterstops during progress of the Work. Field fabricate joints in waterstops according to manufacturer's written instructions. 2. Self-Expanding Strip Waterstops: Install in construction joints and at other locations indicated, according to manufacturer's written instructions, adhesive bonding, mechanically fastening, and firmly pressing into place . Install in longest lengths practicable. H. Adhesive Anchors 1. Comply with the manufacturer's installation instructions on the hole diameter and depth required to fully develop the tensile strength of the adhesive anchor or reinforcing bar. 2. Properly clean out the hole utilizing a wire brush and compressed air to remove all loose material from the hole , prior to installing adhesive material. I. Concrete Placement I. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items is complete and that required inspections have been performed. CITY OF FORT WORTH NORTHSIDE IV 24-INCH WAT ER TRANSMISSION MAIN PHAS E I B STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS City Project No . 102687 Revised December 20 , 2012 03 30 00 -18 CAST-IN-PLACE CO CRETE Page 18 of25 2. Do not add water to concrete during delivery, at Project site, or during placement unless approved by Engineer. 3 . Before test sampling and placing concrete, water may be added at Project site, subject to limitations of ACI 301. a. Do not add water to concrete after adding high-range water-reducing admixtures to mixture. b . Do not exceed the maximum specified water/cement ratio for the mix . 4 . Deposit concrete continuously in 1 layer or in horizontal layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as indicated. Deposit concrete to avoid segregation. a. Deposit concrete in horizontal layers of depth to not exceed formwork design pressures , 15 feet maximum and in a manner to avoid inclined construction joints . b. Consolidate placed concrete with mechanical vibrating equipment according to ACI 301 . c . Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators vertically at uniformly spaced locations to rapidly penetrate placed layer and at least 6 inches into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to lose plasticity. At each insertion, limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mixture constituents to segregate. d . Do not permit concrete to drop freely any distance greater than 10 feet for concrete containing a high range water reducing admixture (superplasticizer) or 5 feet for other concrete. Provide chute or tremie to place concrete where longer drops are necessary. Do not place concrete into excavations with standing water. If place of deposit cannot be pumped dry, pour concrete through a tremie with its outlet near the bottom of the place of deposit. e. Discard pump priming grout and do not use in the structure. 5 . Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits of construction joints, until placement of a panel or section is complete. a. Consolidate concrete during placement operations so concrete is thoroughly worked around reinforcement and other embedded items and into comers. b. Maintain reinforcement in position on chairs during concrete placement. c. Screed slab surfaces with a straightedge and strike off to correct elevations. d. Slope surfaces uniformly to drains where required . e. Begin initial floating using bull floats or darbies to form a uniform and open- textured surface plane, before excess bleedwater appears on the surface . Do not further disturb slab surfaces before starting finishing operations. 6. Cold-Weather Placement: Comply with ACI 306. l and as follows . Protect concrete work from physical damage or reduced strength that could be caused by frost , freezing actions, or low temperatures. a . When average high and low temperature is expected to fall below 40 degrees Fahrenheit for 3 successive days, maintai n delivered concrete mixture temperature within the temperature range required by ACI 301 . CITY OF FORT WOR T H NO RT HSlDE rv 24-INCH WATER TRANSMISSION MAIN PH ASE I B STANDARD CONS TR UCTION SPECIFICATION DO CUMENTS City Proj ect No . 102 687 Revised December 20, 201 2 03 30 00 -I 9 C AST-IN-PLAC E CONCRETE Page 19 o f2 5 b. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials . c. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators unless otherwise specified and approved in mixture designs. 7 . Hot-Weather Placement: Comply with ACI 305.1 and as follows : a . Maintain concrete temperature below 95 degrees Fahrenheit at time of placement. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. b . Fog-spray forms , steel reinforcement, and subgrade just before placing concrete. Keep subgrade uniformly moist without standing water, soft spots, or dry areas . J . Finishing Formed Surfaces I . Rough-Formed Finish: As-cast concrete texture imparted by form-facing material with ti e holes and defects repaired and patched. Remove fins and other projections that exceed specified limits on formed-surface irregularities . a . Apply to concrete surfaces not exposed to public view . 2. Related Unformed Surfaces: At tops of walls , horizontal offsets , and similar unformed s urfaces adjacent to formed surfaces , strike off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated. K. Miscellaneous Concrete Items 1. Filling In: Fill in holes and openings left in concrete structures, unless otherwise indicated, after work of other trades is in place. Mix, place, and cure concrete, as specified, to blend with in-place construction. Provide other miscellaneous concrete filling indicated or required to complete the Work. 2 . Curbs: Provide monolithic finish to interior curbs by stripping forms while concrete is still green and by steel-troweling surfaces to a hard, dense finish with comers, intersections, and terminations slightly rounded. 3 . Equipment Bases and Foundations: Provide machine and equipment bases and foundations as shown on Drawings . Set anchor bolts for machines and equipment at correct elevations , complying with diagrams or templates from manufacturer furnishing machines and equipment. a . Housekeeping pads : Normal weight concrete (3000 psi), reinforced with #3 @ 16 inches on center s et at middepth of pad. Trowel concrete to a dense , smooth finish . Set anchor bolts for securing mechanical or electrical equipment during pouring of concrete fill. 4 . Protective slabs ("Mud slabs"): Normal weight concrete (2500 psi minimum) with a minimum thickness of 3-1 /2 inches . Finish slab to a wood float finish . L. Concrete Protecting and Curing 1. General : Protect freshly placed concrete from premature drying and excessive cold or hot temperatures . Comply with ACI 306 .1 for cold-weather protection and ACI 305.1 for hot-weather protection during curing. C ITY O F FORT WORTH NORTHS ID E IV 24-INCH WATER TRA N SMISSION MAIN PH ASE I B ST AND ARD CO NSTRUCTIO N SP EC IFI C ATI O N DOCUMENTS City Proj ect N o . I 02 687 Revised Decembe r 20 , 2012 03 30 00 -20 CAST-IN-PLACE CONCRETE Page 20 of25 2. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces. If forms remain during curing period, moist cure after loosening forms. If removing forms before end of curing period, continue curing for the remainder of the curing period. 3. Unformed Surfaces: Begin curing immediately after finishing concrete . Cure unformed surfaces, including floors and slabs, concrete floor toppings, and other surfaces. 4. Cure concrete according to ACI 308.1, by 1 or a combination of the following methods: a . Moisture Curing: Keep surfaces continuously moist for not less than 7 days with the following materials: 1) Water 2) Continuous water-fog spray 3) Absorptive cover, water saturated, and kept continuously wet. Cover concrete surfaces and edges with 12-inch lap over adjacent absorptive covers b. Moisture-Retaining-Cover Curing: Cover concrete surfaces with moisture- retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches , and sealed by waterproof tape or adhesive. Cure for not less than 7 days . Immediately repair any holes or tears during curing period using cover material and waterproof tape . 1) Moisture cure or use moisture-retaining covers to cure concrete surfaces to receive floor coverings. 2) Moisture cure or use moisture-retaining covers to cure concrete surfaces to receive penetrating liquid floor treatments. 3) Cure concrete surfaces to receive floor coverings with either a moisture- retaining cover or a curing compound that the manufacturer certifies will not interfere with bonding of floor covering used on Project. c . Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions . Recoat areas subjected to heavy rainfall within 3 hours after initial application . Maintain continuity of coating and repair damage during curing period . 3.5 REPAIR A. Concrete Surface Repairs 1. Defective Concrete: Repair and patch defective areas when approved by Engineer. Remove and replace concrete that cannot be repaired and patched to Engineer's approval. 2. Patching Mortar: Mix dry-pack patching mortar, consisting of 1 part portland cement to 2-1/2 parts fine aggregate passing a No . 16 sieve, using only enough water for handling and placing. 3. Repairing Formed Surfaces: Surface defects include color and texture irregularities, cracks, spalls, air bubbles , honeycombs , rock pockets, fins and other projections on the surface , and stains and other discolorations that cannot be removed by cleaning. CITY OF FORT WORTH NO RTHSID E IV 24 -INCH WATER TRANSMISSION MAIN PHAS E I B ST AND ARD CONSTRUCTION SPECIFICATION DO CUMENTS City Project No. I 02687 Revi sed December 20, 2012 03 30 00 -21 CAST-IN-PLACE CONCRETE Page 21 of25 a. Immediately after form removal, cut-out honeycombs, rock pockets, and voids more than 1/2 inch in any dimension in solid concrete, but not less than 1 inch in depth. Make edges of cuts perpendicular to concrete surface . Clean, dampen with water, and brush-coat holes and voids with bonding agent. Fill and compact with patching mortar before bonding agent has dried . Fill form-tie voids with patching mortar or cone plugs secured in place with bonding agent. b. Repair defects on surfaces exposed to view by blending white portland cement and standard portland cement so that, when dry, patching mortar will match surrounding color. Patch a test area at inconspicuous locations to verify mixture and color match before proceeding with patching. Compact mortar in place and strike off slightly higher than surrounding surface . c. Repair defects on concealed formed surfaces that affect concrete's durability and structural performance as determined by Engineer. 4 . Repairing Unformed Surfaces : Test unformed surfaces, such as floors and slabs, for finish and verify surface tolerances specified for each surface. Correct low and high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use a sloped template. a. Repair finished surfaces containing defects. Surface defects include spalls, pop outs, honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide or that penetrate to reinforcement or completely through unreinforced sections regardless of width , and other objectionable conditions . b. After concrete has cured at least 14 days, correct high areas by grinding. c . Correct localized low areas during or immediately after completing surface finishing operations by cutting out low areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete . d. Repair defective areas , except random cracks and single holes 1 inch or less in diameter, by cutting out and replacing with fresh concrete . Remove defective areas with clean, square cuts and expose steel reinforcement with at least a 3/4- inch clearance all around . Dampen concrete surfaces in contact with patching concrete and apply bonding agent. Mix patching concrete of same materials and mixture as original concrete except without coarse aggregate. Place , compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete. e. Repair random cracks and single holes I inch or less in diameter with patching mortar. Groove top of cracks and cut out holes to sound concrete and clean off dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding agent. Place patching mortar before bonding agent has dried . Compact patching mortar and finish to match adjacent concrete. Keep patched area continuously moist for at least 72 hours . 5 . Perform structural repairs of concrete, subject to Engineer 's approval , using epoxy adhesive and patching mortar. 6 . Repair materials and installation not specified above may be used , subject to Engineer's approval. CITY OF FORT WORTH NO RTHS ID E IV 24 -I NCH WATER TRANSMISSION MA1N PHAS E 18 STANDARD CONSTRUCTION SPECIFICATION DO CUMENTS City Project No . 102687 Revised December 20 , 2012 03 30 00 -22 CAST-IN-PLACE CONCRETE 3.6 RE-INSTALLATION [NOT USED! 3.7 FIELD QUALITY CONTROL Page 22 of25 A. Testing and Inspecting: City will engage a special inspector and qualified testing and inspecting agency to perform field tests and inspections and prepare test reports . B . Inspections I. Steel reinforcement placement 2. Headed bolts and studs 3. Verification of use of required design mixture 4 . Concrete placement, including conveying and depositing 5. Curing procedures and maintenance of curing temperature 6 . Verification of concrete strength before removal of shores and forms from beams and slabs C. Concrete Tests : Perform testing of composite samples of fresh concrete obtained according to ASTM C 172 according to the following requirements: I . Testing Frequency: Obtain 1 composite sample for each day's pour of each concrete mixture exceeding 5 cubic yard, but less than 25 cubic yard, plus I set for each additional 50 cubic yard or fraction thereof. 2. Slump : ASTM CI43; l test at point of placement for each composite sample, but not less than I test for each day's pour of each concrete mixture . Perform additional tests when concrete consistency appears to change . 3 . Air Content: ASTM C23 l , pressure method, for normal-weight concrete; I test for each composite sample , but not less than I test for each day's pour of each concrete mixture . 4. Concrete Temperature: ASTM Cl064; I test hourly when air temperature is 40 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and I test for each composite sample . 5. Compression Test Specimens: ASTM C3 l. a . Cast and laboratory cure 4 cylinders for each composite sample . I) Do not transport field cast cylinders until they have cured for a minimum of 24 hours. 6 . Compressive-Strength Tests : ASTM C39 ; a . Test I cylinder at 7 days . b . Test 2 cylinders at 28 days. c. Hold I cylinder for testing at 56 days as needed. 7. When strength of field-cured cylinders is less than 85 percent of companion laboratory-cured cylinders , evaluate operations and provide corrective procedures for protecting and curing in-place concrete . 8 . Strength of each concrete mixture will be satisfactory if every average of any 3 consecutive compressive-strength tests equals or exceeds specified compressive strength and no compressive-strength test value falls below specified compressive strength by more than 500 psi. CITY OF FORT WORTH NO RTH SIDE IV 24-INCH W ATER TRANSMISSION MAIN PHAS E I B STANDARD CONSTR UCTION SPECIFICATION DOCUMENTS City Proj ect No. 102687 Re vised Dece mbe r 20, 2012 03 30 00 -23 CAST-IN-PLACE CONCRETE Page 23 of25 9. Report test results in writing to Engineer, concrete manufacturer, and Contractor within 48 hours of testing. Reports of compressive-strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing and inspecting agency, location of concrete batch in Work, design compressive strength at 28 days, concrete mixture proportions and materials, compressive breaking strength , and type of break for both 7-and 28-day tests . 10. Additional Tests: Testing and inspecting agency shall make additional tests of concrete when test results indicate that slump, air entrainment, compressive strengths, or other requirements have not been met, as directed by Engineer. Testing and inspecting agency may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C42 or by other methods as directed by Engineer. a . When the strength level of the concrete for any portion of the structure, as indicated by cylinder tests , falls below the specified requirements, provide improved curing conditions and/or adjustments to the mix design as required to obtain the required strength. If the average strength of the laboratory control cylinders falls so low as to be deemed unacceptable, follow the core test procedure set forth in ACI 301, Chapter 17 . Locations of core tests shall be approved by the Engineer. Core sampling and testing shall be at Contractors expense. b. If the results of the core tests indicate that the strength of the structure is inadequate, any replacement, load testing, or strengthening as may be ordered by the Engineer shall be provided by the Contractor without cost to the City . 11 . Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance ofreplaced or additional work with specified requirements . 12. Correct deficiencies in the Work that test reports and inspections indicate does not comply with the Contract Documents. D. Measure floor and slab flatness and levelness according to ASTM El 155 within 48 hours of finishing. E. Concrete Finish Measurement and Tolerances 1. All floors are subject to measurement for flatness and levelness and comply with the following : a. Slabs shall be flat within a tolerance of 5/16 inches in 10 feet when tested with a 10 foot long straightedge . Apply straightedge to the slab at 3 foot intervals in both directions, lapping straightedge 3 feet on areas previously checked. Low spots shall not exceed the above dimension anywhere along the straightedge. Flatness shall be checked the next work day after finishing. b . Slabs shall be level within a tolerance of ± 1/4 inch in 10 feet, not to exceed 3/4 inches total variation, anywhere on the floor, from elevations indicated on the Drawings. Levelness shall be checked on a 10 foot grid using a level after removal of forms. c . Measurement Standard: All floors are subject to measurement for flatness and levelness , according to ASTM El 155 . 2. 2 Tiered Measurement Standard a . Each floor test section and the overall floor area shall conform to the 2-tiered measurement standard as specified herein. CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHASE I B STANDARD CONSTRUCTION SPECIFICATION DO CUMENTS City Project No . I 02687 Revised December 20, 2012 03 30 00 -24 CAST-IN-PLACE CONCRETE Page 24 of25 1) Minimum Local Value: The minimum local FF/FL values represent the ab- solute minimum surface profile that will be acceptable for any 1 test sample (line of measurements) anywhere within the test area. 2) Specified Overall Value: The specified overall FF/FL values represent the minimum values acceptable for individual floor sections as well as the floor as a whole . 3 . Floor Test Sections a . A floor test section is defined as the smaller of the following areas: 1) The area bounded by column and/or wall lines 2) The area bounded by construction and/or control joint lines 3) Any combination of column lines and/or control joint lines b . Test sample measurement lines within each test section shall be multidirectional along 2 orthogonal lines , as defined by ASTM El 155, at a spacing to be determined by the City's testing agency. c. The precise layout of each test section shall be determined by the City's testing agency . 4. Concrete Floor Finish Tolerance a . The following values apply before removal of shores. Levelness values (FL) do not apply to intentionally sloped or cambered areas, nor to slabs poured on metal deck or precast concrete. I) Slabs Overall Value FF45/FL30 Minimum Local Value FF30/FL20 5 . Floor Elevation Tolerance Envelope a . The acceptable tolerance envelope for absolute elevation of any point on the slab surface, with respect to the elevation shown on the Drawings, is as follows: I) Slab-on-Grade Construction : ± ¾ inch 2) Top surfaces of formed slabs measured prior to removal of supporting shores:±¾ inch 3) Top surfaces of all other slabs:±¾ inch 4) Slabs specified to slope shall have a tolerance from the specified slope of 3/8 inch in IO feet at any point, up to ¾ inch from theoretical elevation at any point. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. Defective Work I . Imperfect or damaged work or any material damaged or determined to be defective before final completion and acceptance of the entire job shall be satisfactorily re- placed at the Contractor's expense, and in conformity with all of the requirements of the Drawings and Specifications. 2 . Perform removal and replacement of concrete work in such manner as not to impair the appearance or strength of the structure in any way. B. Cleaning C ITY OF FORT WORTH ORTHS!DE IV 24-INCH WATER TRANSMISSION MAIN PH ASE I B ST AND ARD CONSTRUCTION SPECIFICATION DO CUMENTS City Proj ect No. 102687 Rev ised De cember 20, 20 12 03 30 00 -25 CAST-IN-PLACE CONCRETE Page 25 of25 1. Upon completion of the work remove from the site all forms, equipment, protective coverings and any rubbish resulting therefrom. 2. After sweeping floors, wash floors with clean water. 3 . Leave finished concrete surfaces in a clean condition, satisfactory to the City. 3.11 CLOSEOUT ACTIVITIES [NOT USED) 3.12 PROTECTION [NOT USED) 3.13 MAINTENANCE [NOT USED) 3.14 ATTACHMENTS [NOT USED) END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 2 .2 .0 .3 -Removed Blue Text/Added Descriptions for water-soluble, 12/20/2012 D. Johnson chloride-ion content 3.4.C.l -Changed 75% to 70% CITY OF FORT WORTH NORTHSIDE IV 24-1 CH WATER TRANSMISSION MAIN PHASE I B STANDARD CONSTRUCTION SPECIFICATION DOCUM EN TS City Project No . 102687 Revised December 20, 2012 03 34 13 -I CONTROLLED LOW STRENGTH MATERIAL (CLSM) SECTION 03 3413 CONTROLLED LOW STRENGTH MATERIAL (CLSM) PART 1 -GENERAL 1.1 SUMMARY A. Section includes: 1. Controlled low strength material (CLSM) for use in the following: a. Flowable backfill B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to : Page I of7 1. Division O -Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 -General Requirements 3 . Section 03 30 00 -Cast-in-Place Concrete 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed . 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. B. ASTM International (ASTM): 1. C31 -Standard Practice for Making and Curing Concrete Test Specimens in the Field. 2. C33 -Standard Specification for Concrete Aggregates . 3. C39 -Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. 4. C143 -Standard Test Method for Slump of Hydraulic Cement Concrete . 5. C231 -Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. 6. C260 -Standard Specification for Air-Entraining Admixtures for Concrete. CITY OF FORT WORTH NORTH SIDE IV 24-rNCH WATER TRANSMISSION MAIN PHAS E I B ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. I 02687 Revised December 20, 2012 03 34 13 -2 CONTROLLED LOW STRENGTH MAT ERIAL (CLSM) Page 2 of7 7. C618 -Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITT ALS A. Provide submittals in accordance with Section O l 33 00 . B . All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product data B. Sieve analysis 1. Submit sieve analyses of fine and coarse aggregates being used. a . Resubmit at any time there is a significant change in grading of materials . 2 . Mix a . Submit full details, including mix des ign calculations for mix proposed for use . C . Trial batch test data I . Submit data for each test cylinder. 2. Submit data that identifies mix and slump for each test cylinder. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 -PRODUCTS 2.1 OWNER-FURNISHED OR OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Materials I . Portland cement: Type II low alkali portland cement as specified in Section 03 30 00. 2. Fly ash: Class F fly ash in accordance with ASTM C618. 3. Water: As specified in Section 03 30 00. 4 . Admixture: Air entraining admixture in accordance with ASTM C260 . CITY OF FORT WORTH NORTHSID E IV 24-fNCH WATER TRANSMISSION MAIN PHAS E I B ST AND ARD CONSTRUCTION SP ECIFICATION DOCUM ENTS City Project No . I 02687 Revi sed December 20, 2012 03 34 13 - 3 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 3 of 7 5 . Fine aggregate: Concrete sand (does not need to be in accordance with ASTM C33). No more than 12 percent of fine aggregate shall pass a No . 200 sieve , and no plastic fines shall be present. 6. Coarse aggregate : Pea gravel no larger than 3/8 inch. B . Mixes 1. Performance requirements a. Total calculated air content 1) Not less than 8 .0 percent or greater than 12.0 percent. b . Minimum unconfined compressive strength 1) Not less than 50 psi measured at 28 days. c. Maximum unconfined compressive strength 1) Not greater than 150 psi measured at 28 days. 2) Limit the long-term strength (90 days) to 200 psi such that material could be re-excavated with conventional excavation equipment in the future if necessary . d . Wet density 1) No greater than 132 pounds per cubic foot. e . Color 1) No coloration required unless noted. 2) Submit dye or other coloration means for approval. 2 . Suggested design mix Absolute Volume Material Cement Fl y Ash Water Coarse Aggregate Fine Aggregate Admi xture TOTAL 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Trial batch Weight 30 pounds 300 pounds 283 pounds 1,465 pounds 1,465 pounds 4-6 ounces 3,543 pounds Specific Gravity Cubic Foot 3 .15 0 .15 2.30 2.09 1.00 4 .54 2 .68 8.76 2 .68 8.76 -2 .70 -27 .00 1. After mix design has been accepted by Engineer, have trial batch of the accepted mix design prepared by testing laboratory acceptable to Engineer. 2 . Prepare trial batch es using specified cementitious materials and aggregates proposed to be used for the Work. 3 . Prepare trial batch with sufficient quantity to determine slump , workability , consistency, and to provide sufficient test cylinders. C ITY O F FO RT WORT H NORTH S ID E IV 24-fNCH W ATER TRAN SMISSION MAIN PHASE 1 B STANDARD C ON STRUC TI ON SP ECIF ICATION DOCU M ENTS C ity Project No. 10268 7 Revised December 20, 201 2 03 34 13 - 4 CONTROLLED LOW STRENGTH MA TE RIAL (CLSM) B. Test cylinders: l. Prepare test cylinders in accordance with ASTM C3 l with the following exceptions: Page 4 of7 a. Fill the concrete test cylinders to overflowing and tap sides lightly to settle the ffilX . b. Do not rod the concrete mix. c . Strike off the excess material. 2. Place test cylinders in a moist curing room . Exercise caution in moving and transporting the cylinders since they are fragile and will withstand only minimal bumping, banging, or jolting without damage. 3. Do not remove the test cylinder from mold until the cylinder is to be capped and tested. 4 . The test cylinders may be capped with standard sulfur compound or neoprene pads : a. Perform the capping carefully to prevent premature fractures. b. Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in diameter than the test cylinders. c . Do not perform initial compression test until the cylinders reach a minimum age of 3 days. C . Compression test 8 test cylinders: Test 4 test cylinders at 3 days and 4 at 28 days in accordance with ASTM C39 except as modified herein: 1. The compression strength of the 4 test cylinders tested at 28 days shall be equal to or greater than the minimum required compression strength, but not exceed maximum compression strength. D . If the trial batch tests do not meet the Specifications for strength or density, revise and resubmit the mix design, and prepare additional trial batch and tests. Repeat until an acceptable trial batch is produced that meets the Specifications. l. All the trial batches and acceptability of materials shall be paid by the CONTRACTOR. 2 . After acceptance , do not change the mix design without submitting a new mix design, trial batches , and test information . E . Determine slump in accordance with ASTM C143 with the following exceptions: l . Do not rod the concrete material. 2. Place material in slump cone in 1 semi-continuous filling operation, slightly overfill, tap lightly, strike off, and then measure and record slump. CITY OF FORT WORTH ORTHSIDE IV 24-INCH WAT ER TRANSMISSION MAIN PHAS E I B STANDARD CO STRUCTION SP ECrFICATION DOCUMENTS City Project No . 102687 Revised Dec ember 20 , 2012 PART 3 -EXECUTION 3.1 INSTALLERS [NOT USED) 3.2 EXAMINATION [NOT USED) 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION 03 34 13 - 5 CO NTROLLED LOW STRENGTH MATERIAL (CLSM) Page5of 7 A. Place CLSM by any method which preserves the quality of the material in terms of compressive strength and density: 1. Limit lift heights of CLSM placed against structures and other facilities that could be damaged due to the pressure from the CLSM, to the lesser of 4 feet or the lift height indicated on the Drawings. Do not place another lift of CLSM until the last lift of CLSM has set and gained sufficient strength to prevent lateral load due to the weight of the next lift of CLSM. 2. The basic requirement for placement equipment and placement methods is the maintenance of its fluid properties. 3 . Transport and place material so that it flows easily around, beneath, or through walls , pipes , conduits, or other structures . 4. Use a slump of the placed material greater than 9 inches , and sufficient to allow the material to flow freely during placement: a. After trial batch testing and acceptance , maintain slump developed during testing during construction at all times within ± 1 inch . 5. Use a slump , consistency, workability , flow characteristics , and pumpability (where required) such that when placed, the material is self-compacting, self-densifying, and has sufficient plasticity that compaction or mechanical vibration is not required . 6 . When using as embedment for pipe take appropriate measures to ensure line and grade of pipe . 3.5 REP AIR [NOT USED) 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. General 1. Make provisions for and furnish all material for the test specimens , and provide manual assistance to assist the Engineer in preparing said specimens . 2 . Be responsible for the care of and providing curing condition for the test specimens . B. Tests by the City 1. During the progress of construction , the City will have tests made to determine whether the CLSM, as being produced, complies with the requirements specified hereinbefore. Test cylinders will be made and delivered to the laboratory by the Engineer and the testing expense will be borne by the City. 2. Test cylinders a . Prepare test cylinders in accordance with ASTM C31 with the following exceptions: C ITY O F FORT WORTH NORTH SID E IV 24 -I NCH WATER TRANSMISSION MAIN PH ASE I B ST AN D ARD CONSTRUCT IO N SP EC IFIC ATIO N DO CU MEN TS Ci ty Proj ect No . I 02 687 Rev ise d December 20 , 2012 03 34 13 -6 CONTROLLED LOW STRENGTH MAT ERIAL (CLSM) Page 6 of7 l) Fill the concrete test cylinders to overflowing and tap sides lightly to settle the mix. 2) Do not rod the concrete mix. 3) Strike off the excess material. b . Place the cylinders in a safe location away from the construction activities. Keep the cylinders moist by covering with wet burlap, or equivalent. Do not sprinkle water directly on the cylinders. c. After 2 days , place the cylinders in a protective container for transport to the laboratory for testing . The concrete test cylinders are fragile and shall be handled carefully. The container may be a box with a Styrofoam or similar lining that will limit the jarring and bumping of the cylinders . d . Place test cylinders in a moist curing room. Exercise caution in moving and transporting the cylinders since they are fragile and will withstand only minimal bumping, banging, or jolting without damage. e. Do not remove the test cylinder from mold until the cylinder is to be capped and tested . f . The test cylinders may be capped with standard sulfur compound or neoprene pads : 1) Perform the capping carefully to prevent premature fractures. 2) Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in diameter than the test cylinders . 3) Do not perform initial compression test until the cylinders reach a minimum age of 3 days. 3 . The number of cylinder specimens taken each day shall be determined by the Inspector . a. Test 1 cylinder at 3 days and 2 at 28 days in accordance with ASTM C39 except as modified herein . b. The compression strength of the cylinders tested at 28 days shall be equal to or greater than the minimum required compression strength , but not exceed maximum compression strength . 4. The City will test the air content of the CLSM . Test will be made immediately after discharge from the mixer in accordance with ASTM C23 l . 5 . Test the slump of CLSM using a slump cone in accordance with ASTM Cl43 with the following exceptions : a. Do not rod the concrete material. b. Place material in slump cone in 1 semi-continuous filling operation , slightly overfill , tap lightly , strike off, and then measure and record slump. 6. If compressive strength of test cylinders does not meet requirements, make corrections to the mix design to meet the requirements of this specification. CITY OF FO RT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHASE I B STANDARD CONSTRUCTION SPEC IFICATION DOCUMENTS City Project No . 102687 Revi sed December 20 , 2012 3.8 SYSTEM STARTUP [NOT USED) 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED) 3.13 MAINTENANCE [NOT USED) 3.14 ATTACHMENTS [NOT USED) 03 34 13 -7 CONTROLLED LOW STRENGTH MATER IAL (CLSM) Page 7 of7 END OF SECTION Rev ision Lo g DATE NAME SUMMARY OF CHANGE CITY OF FO RT WO RTH NO RT HSIDE IV 24-INCH WATER TRANSM ISS ION MAIN PHAS E I B ST AN D ARD CONSTRUCT ION SPEC IFICATION DOC UMENTS City Project No . I 02687 Revised Decem ber 20, 20 12 03 34 16 -I CONCRETE BAS E MATERIAL FOR TRENCH REPAIR Page I of4 SECTION 03 34 16 CONCRETE BASE MATERIAL FOR TRENCH REPAIR PART 1 -GENERAL 1.1 SUMMARY A. Section includes: 1. Concrete base material for trench repair B . Deviations from this City of Fort Worth Standard Specification 1. None. C . Related Specification Sections include, but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 -General Requirements 3. Section 03 30 00 -Cast-in-Place Concrete 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the structure or Items being placed . 2 . Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. B. ASTM International (ASTM): 1. C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field. 2. C33, Standard Specification for Concrete Aggregates. 3. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens . 4 . Cl 43, Standard Test Method for Slump of Hydraulic-Cement Concrete. 5. Cl 72, Standard Practice for Sampling Freshly Mixed Concrete. 6. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. 7 . C260 , Standard Specification for Air-Entraining Admixtures for Concrete . 8 . C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. 9 . Cl 064 , Standard Test Method for Temperature of Freshly Mixed Hydraulic- Cement Concrete. CITY OF FORT WORTH NORTHSIDE IV 24-rNCH WATER TRANSMISSION MAIN PHAS E 1B ST AND ARD CONSTRUCTION SP ECIFICATION DOCUM ENTS City Project No. I 02687 Revi sed December 20, 2012 03 34 16 -2 CONCRETE BAS E MATERIA L FOR TRENCH REPAIR Page 2 of 4 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITT ALS A. Provide submittals in accordance with Section 01 33 00 . B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Submit proposed mix design for Engineer's review a minimum of 2 weeks prior to start of low density concrete backfill work. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 -PRODUCTS 2.1 OWNER-FURNISHED OR OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Mix Design l . Performance requirements a . Concrete Base Material for Trench Repair l) 28-day compressive strength of not less than 750 psi and not more than 1,2 00 psi . B. Materials 1. Portland cement a . Type II low alkali portland cement as specified in Section 03 30 00 . 2. Fly ash a. Class F fly ash in accordance with ASTM C6 l 8. 3 . Water a . As specified in Section 03 30 00. 4 . Admixture a . Air entraining admixture in accordance with ASTM C260 . 5 . Fine aggregate a. Concrete sand (does not need to be in accordance with ASTM C33). b. No more than 12 percent of fine aggregate shall pass a No . 200 sieve, and no plastic fines shall be present. 6 . Coarse aggregate a . Pea gravel no larger than 3/8 inch . CITY OF FO RT WORTH NORTH SIDE IV 24-INC H WATER TRANSMISSION MAIN PH ASE I B STANDARD CONSTRUCTIO N SPECIFICATIO N DOCUM ENTS City Project No . 102687 Re vised December 20, 20 12 2.3 ACCESSORIES [NOT USED] 03 34 16 - 3 CONCRETE BASE MATERIAL FOR TRENCH REPA[R Page 3 of 4 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 -EXECUTION 3.1 INSTALLERS [NOT USED) 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED) 3.4 INSTALLATION A. Place concrete base material by any method which preserves the quality of the material in terms of compressive strength and density. 1. The basic requirement for placement equipment and placement methods is the maintenance of its fluid properties. 2 . Transport and place material so that it flows easily around, beneath, or through walls, pipes, conduits, or other structures. 3. Use a slump, consistency, workability, flow characteristics, and pumpability (where required) such that when placed, the material is self-compacting, self-densifying, and has sufficient plasticity that compaction or mechanical vibration is not required. 3.5 REP AIR [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. General 1. Make provisions for and furnish all material for the test specimens, and provide manual assistance to assist the Engineer in preparing said specimens. 2. Be responsible for the care of and providing curing condition for the test specimens . B. Concrete Tests: Perform testing of composite samples of fresh concrete obtained according to ASTM C 172 according to the following requirements : 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each concrete mixture up to 25 cubic yards, plus 1 set for each additional 50 cubic yards or fraction thereof. 2. Slump: ASTM Cl43 ; 1 test at point of placement for each composite sample, but not less than 1 test for each day's pour of each concrete mixture. Perform additional tests when concrete consistency appears to change. 3 . Air Content: ASTM C23 l, pressure method, for normal-weight concrete ; 1 test for each composite sample, but not less than 1 test for each day's pour of each concrete mixture . 4. Concrete Temperature: ASTM C 1064; 1 test hourly when air temperature is 40 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 test for each composite sample. 5 . Compression Test Specimens : ASTM C3 l. a. Cast and laboratory cure 4 cylinders for each composite sample. 1) Do not transport field cast cylinders until they have cured for a minimum of 24 hours. CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHASE I B ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No . I 02687 Re vised December 20, 2012 03 34 16 -4 CONCRETE BASE MATERIAL FO R TR ENCH REPAIR Page 4 of 4 6. Compressive-Strength Test s: ASTM C39 a . Test 1 cyl ind er at 7 days. 3.8 SYSTEM STARTUP [NOT USED) 3.9 ADJUSTING [NOT USED) 3.10 CLEANING [NOT USED) 3.11 CLOSEOUT ACTIVITIES [NOT USED) 3.12 PROTECTION [NOT USED) 3.13 MAIN TE NAN CE [NOT USED) 3.14 ATTACHMENTS [NOT USED) END OF SECTION Revision Log D ATE NAME SUMMARY OF CHANGE CITY OF FO RT WO RTH NORTH SIDE IV 24-INCH WATER TRANSM ISSION MAJN PHASE I B ST AN D ARD CONSTR UCT ION SPEC IFICATION DOCUMENTS City Project No. I 02687 Rev ised December 20, 2012 SECTION 31 10 00 2 SITE CLEARING 3 PART 1-GENERAL 4 1.1 SUMMARY 5 A Section Includes: 311000-1 SIT E CLEARING Page I of 6 6 I . Preparation of right-of-way and other designated areas for construe tion operations 7 by removing and disposing of all obstructions including clearing and grubbing and 8 trees , when removal of such obstructions is not specifically shown on the Drawings 9 to be paid by other Sections. 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include but are not necessarily limited to 13 1. Division 0 -Bidding Requirements , Contract Forms and Conditions of the Contract 14 2 . Division I -General Requirements 15 3 . Section 02 41 13 -Selective Site Demolition 16 4 . Section 02 41 14 -Utility RemovaVAbandonment 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A Measurement and Payment 19 I. Site Clearing 20 a. Measurement 21 1) Measurement for this Item shall be by lump sum , square yard, or per acre. 22 b . Payment 23 I) The work performed and the materials furnished in accordance with this 24 Item shall be paid for at the lump sum , square yard , or per acre price bid for 25 "Site Clearing". 26 c . The price bid shall include: 27 1) Pruning of designated trees and shrubs 28 2) Removal and disposal of structures and obstructions ( unless separate bid 29 item is provided under 02 41 13 "Selective Site Demolition or 02 41 14 30 "Utility RemovaVAbandonment"). 31 3) Removal and disposal of trees under 6-inch in diameter when bidding by 32 lump sum or square yard 33 4) Removal of ALL trees when bidding by acre . 34 5) Backfilling of holes 35 6) Clean-up 36 2. Tree Removal (for trees 6-inch or larger in diameter when Site Clearing is bid by 37 lump sum or square yard) 38 a . Measurement 39 1) Measurement for this Item shall be per each. 40 2) Measurement of diameter for tree removal shall be at standard "Diameter at 41 Breast Height" or DBH, where Breast Height shall be 54" above grade. C IT Y OF FORT WORT H NORT HSID E IV 24-I NC H WATER T RANSMI SS IO N MAIN PHASE I B ST ANDARD CONSTR UCT ION SP EC IFI C ATION DOCU MEN TS City Proj ect No. 102687 Rev ised March 22 , 2021 I 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 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 3) b . Payment 31 1000-2 S IT E CLEARIN G Page 2 o f 6 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tree Removal" for : a) Various diameter ranges c. The price bid shall include: 1) Removal and disposal of tree, including removal of root to a depth at least 2 foot below grade 2) Grading and backfilling of holes 3) Excavation 4) Clean-up 3 . Tree Removal and Transplantation a. Measurement I) Measurement for this Item shall be per each . b . Pay ment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tree Transplant" for : a) Various diameter ranges c . The price bid shall include: I) Pruning of designated trees and shrubs 2) Moving tree with truck mounted tree spade 3) Grading and backfilling of holes 4) Replanting tree at temporary location (determined by Contractor) 5) Maintaining tree until Work is completed 6) Replanting tree into original or designated location 7) Excavation 8) Fertilization 9) Mulching I 0) Watering 11) Clean-up 12) Warranty period 4. Tree Protection a. Measurement I) Measurement for this Item shall be per each as designated on Construction Drawings for protection b . Payment I) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tree Protection " for : a) Various caliper ranges c . The price bid shall include: I) Protection of tree utilizing measures designated on Construction Drawings 2) Installation of work of barriers as designated on Construction Drawings 3) Maintenance of protection meas ures throughout construction completed 4) Replanting tree into original or designated location 5) Excavation 6) Fertilization 7) Mulching 8) Clean-up including removal on cons triction completion of protection measures C IT Y OF FORT W O RT H NO RTHS ID E IV 24 -I NC H WATE R T RANS MI SS ION MA IN PH ASE 18 STANDARD CONST R UCT ION S P ECIF ICATION DOCUMENTS C ity Proj ect No. 1026 87 Revi sed March 22 , 202 1 5. 2 1.3 REFERENCFB [NOT USED] 3 1.4 ADMINS1RATIVE REQUIREMENTS 4 A Permits 31 1000 -3 S ITE C LEARING Page 3 o f 6 5 1. Contractor shall obtain Tree Removal Permits and Urban Forestry Permits as 6 required by the City's Tree Ordinance . PARD-Forestiy details can be found here: 7 Forestry -Welcome to the City of Fort Worth (fortworthtexas.gov). Urban Forestry 8 Compliance's ordinance and requirements are within Zoning and can be found here : 9 Zoning -Welcome to the City of Fort Worth (fortworthtexas.gov). 10 B. Preinstallation Meetings 11 1. Hold a preliminary site clearing meeting and include the Contractor, City Forester 12 (if City owned tree) or representative of Urban Forestry if privately owned trees), 13 City Inspector, and the Project Manager for the purpose of reviewing the 14 Contractor 's tree removal plan. Clearly mark all trees to remain on the project site 15 prior to the meeting. 16 2 . The Contractor will provide the City with a Disposal Letter in accordance to 17 Division 01. 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMA TIONAL SUBMITTALS [NOT USED] 20 1. 7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINfENANCE MA1ERIAL SUBMITTALS [NOT USED] 22 1.9 QUALI1Y ASSURANCE [NOT USED] 23 1.10 DELIVERY, SIDRAGE, AND HANDLING [NOT USED] 24 1.11 FIELD CONDITIONS [NOT USED] 25 1.12 WARRANIY [NOT USED] 26 PART2 -PRODUCTS [NOT USED] 27 PART3 -EXECUTION 28 3.1 INSTALLERS [NOT USED] 29 3.2 EXAMINATION [NOT USED] 30 3.3 PREPARATION 31 A All trees identified to be protected and/or preserved should be clearly flagged with 32 survey tape as per Construction Drawings. C ITY OF FORT W O RT H NO RT HSID E IV 24 -INCH WA TER TRANS MISSION MA IN PH ASE I 8 STANDARD CONSTR UCT ION S P ECIF ICATION DOCUM ENTS C ity Proj ect No. 10268 7 Rev ised March 22 , 2021 31 1000 -4 SITE CLEARING Page 4 of 6 B. Following taping and prior to any removals or site clearing, the Contractor shall meet 2 with the City, the Engineer and the Landowner, if necessary, to confirm trees to be 3 saved. 4 3.4 INSTALLATION 5 A Protection of Trees 6 1. Protect designated trees and prune trees and shrubs as shown on the Drawings. 7 Refer to the Drawings for tree protection details. 8 2. If the Drawings do not provide tree protection details, protected trees shall be 9 fenced by placing 6-foot tall metal T-posts in a square around the tree trunk with 10 the corners located on the canopy drip line, unless instructed otherwise. 11 3 . When site conditions do not allow for the T-posts to be installed at the drip line, the 12 T-posts may be installed no less than 8 feet from the tree trunk. 4-foot high 12 ½ 13 gauge stock fencing or orange plastic snow fence shall be attached to the T-posts to 14 form the enclosure. 15 4. For city-owned trees, PARO-Forestry permission required to install protective 16 fencing inside of canopy drip line (Critical Root Zone). 17 18 5. Additional trunk protection (cladding) is required when protective fencing is approved within the Critical Root Zone. 19 6. Do not park equipment, service equipment, store materials, or disturb the root area 20 under the branches of trees designated for preservation. 21 7. When shown on the Drawings, treat cuts on trees with an approved tree wound 22 dressing within 30 minutes of making a pruning cut or otherwise causing damage to 23 the tree. 24 8 . Trees and brush shall be mulched on-site. 25 a. Burning as a method of disposal is not allowed. 26 B. Hazardous Materials 27 1. The Contractor will notify the Engineer immediately if any hazardous or 28 questionable materials not shown on the Drawings are encmmtered. This includes; 29 but not limited to: 30 31 32 33 34 a. b. C. d . e. Floor tiles Roof tiles Shingles Siding Utility piping 35 2. The testing, removal, and disposal of hazardous materials will be in accordance 36 with Division 1. 37 C. Site Clearing 38 1. Clear areas shown on the Drawings of all obstructions, except those landscape 39 features that are to be preserved. Such obstructions include , but are not limited to: 40 a. Remains of buildings and other structures 41 b. Foundations 42 c. Floor slabs 43 d. Concrete 44 e. Brick 45 f. Lumber CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHAS E I B STANDARD CONSTRUCTION SP ECIFICATION DOCUM ENTS City Project No. 102687 Revised March 22 , 2021 2 3 4 5 6 7 8 g. Plaster h. Septic tank drain fields 1. Abandoned utility pipes or conduits J. Equipment k . Trees I. Fences m. Retaining walls n. Other items as specified on the Drawings 31 1000-5 SITE CLEARING Page 5 of6 9 10 II 12 13 14 15 16 17 18 19 2. Remove vegetation and other landscape features not designated for preservation , whether above or below ground, including , but not limited to: a. Curb and gutter b . Driveways c. Paved parking areas d. Miscellaneous stone e . Sidewalks f. Drainage structures g. Manholes h. Inlets 1. Abandoned railroad tracks 20 J. Scrap iron 21 k. Other debris 22 3 . Remove culverts, storm sewers , manholes , and inlets in proper sequence to 23 maintain traffic and drainage in accordance with Section 02 41 14. 24 4 . In areas receiving embankment, remove obstructions not designated for 25 preservation to 2 feet below natural ground . 26 5 . In areas to be excavated, remove obstructions to 2 feet below the excavation level. 27 6 . In all other areas , remove obstructions to 1 foot below natural ground. 28 7. When allowed by the Drawings or directed by the Engineer, cut trees and stumps 29 off to ground level. 30 a. Removal of existing structures shall be as per Section 02 41 13 . 31 D. Disposal 32 1. Dispose of all trees within 24 hours of removal at an approved off-site facility . 33 2 . All materials and debris removed becomes the property of the Contractor, unless 34 otherwise stated on the Drawings. 35 3. The Contractor will dispose of material and debris off-site in accordance with local, 36 state, and federal laws and regulations. 37 3.5 REPAIR [NOT USED] 38 3.6 RE-INSTALLATION [NOTUSED] 39 3. 7 FIELD QUALI1Y CONTROL [NOT USED] 40 3.8 SYS1EM STARTIJP [NOT USED] 41 3.9 ADJUSTING [NOT USED] 42 3.10 CLEANING [NOT USED] 43 3.11 CLOSEOUT ACTIVITIES [NOT USED] C ITY OF FORT WORTH NORTHSIDE IV24-INCH WATER TRANSMISSION MAIN PHASE 18 STANDARD CONST RUCT ION SPECIFICATION DOCUMENTS City Project No. 102687 Revised March 22 , 2021 3.12 PR01ECTION [NOT USED] 31 1000 -6 SITE CLEARING Page6of6 2 3.13 MAINTENANCE [NOT USED] 3 3.14 ATTACHMENTS [NOT USED] 4 END OF SECTION 5 Revision Log DATE NAME SUMMARY OF CHANGE 12 /20/20 I 2 0 . Johnson 1.4.A Permits: Removed ordinance num ber and added City's ¼ebsite address 3/22/2021 MO¼en 1.2 Clarified measurement and payment. 1.4 . Clarified administrative requirements. 3.4 Clarified additional instal lation requirements for tree protection and disposal. 6 CITY OF FORT WORTH NORTHSIDE IV 24 -I NCH WAT ER TRANSMISSION MAIN PHAS E 18 STANDARD CONSTRUCT ION SP ECIFI C ATION DOCUM ENTS City Project No. 102687 Revised March 22 , 2021 31 25 00 -I EROSION AND S EDIM ENT CONTROL Page I of9 SECTION 31 25 00 2 EROSION AND SEDIMENT CONTROL 3 PART 1-GENERAL 4 1.1 SUMMARY 5 A Section Includes: 6 1. Implementation of the project 's Storm Water Pollution Prevention Plan (SWPPP) 7 and installation , maintenance, removal of erosion and sediment controls devices , 8 and establishment of final stabilization. 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 -Bidding Requirements , Contract Forms and Conditions of the Contract 13 2. Division 1 -General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURF.S 15 A Measurement and Payment 16 1. Storm Water Pollution Prevention Plan <1 acre 17 a. Measurement 18 1) This Item is considered subsidiary to the various Items bid. 19 b. Payment 20 1) The work performed and the materials furnished in accordance with this 21 Item are subsidiary to the structure or Items being bid and no other 22 compensation will be allowed. 23 2. Storm Water Pollution Prevention Plan 2': 1 acre 24 a. Measurement for this Item shall be by lump sum. 25 b . Payment 26 1) The work performed and the materials furnished in accordance with this 27 Item shall be paid for at the lump sum price bid for "SWPPP 2': 1 acre". 28 c. The price bid shall include : 29 1) Preparation of S WPPP 30 2) Implementation 31 3) Permitting fees 32 4) Installation 33 5) Maintenance 34 6) Removal 35 7) Obtaining and/or complying with grading and/or fill permits, if required 36 8) Final stabilization 37 1.3 REFER.ENC ES 38 A Reference Standards 39 1. Reference standards cited in this Specification refer to the current reference 40 standard published at the time of the latest revision date logged at the end of this 41 Specification, unless a date is specifically cited . C ITY O F FORT WORT H NORT HSID E IV 24-INCH WA TER T RANSMISSION MAIN PHAS E I B STANDARD C ONSTR UCTION SPEC IFI CATION DOC UM ENTS City Project No. 102687 Revi sed April 29, 2021 31 25 00 -2 EROS ION AND S EDIMENT C O NT RO L Page 2 o f9 2. ASTM Standard: 2 a . ASTM D3786, Standard Test Method for Bursting Strength of Textile 3 Fabrics-Diaphragm Bursting Strength Tester Method 4 b. ASTM D4632 , Standard Test Method for Grab Breaking Load and Elongation 5 of Geotextiles 6 c . ASTM D4751 , Standard T est Method for Determining Apparent Opening Size 7 of a Geotextile 8 d. ASTM D4833 , Standard Test Method for Index Puncture Resistance of 9 Geomembranes and Related Products 10 3 . Texas Commission on Environmental Quality (TCEQ) TPDES General Permit No . 11 TXR150000 12 4. TxDOT Departmental Material Specifications (OMS) 13 a . DMS-6230 "Temporary Sediment Control Fence Fabric " 14 1.4 ADMINIS1RATIVE REQUIREMENTS [NOT USED] 15 1.5 SUBMITTALS 16 A. Storm Water Pollution Prevention Plan (SWPPP) 17 B. T C EQ Notice oflntent (NOI) for Storm Water Discharges Associated with 18 Construction Activity under the TPDES General Permit 19 C. Con s truction Site Notic e 20 D. TCEQ Notice of Termination (NOT) for Storm Water Discharges Associated with 21 Construction Activity under th e TPDES General Permit 22 E. Notice of Change (if applicable) 23 F . Grading and/or fill permit, if required 24 25 1.6 ACTION SUBMITTALS/INFORMA TIONAL SUBMITTALS [NOT USED] 26 1. 7 CLOSEOUT SUBMITTALS (NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS (NOTUSED] 28 1.9 QUALI1Y ASSURANCE (NOT USED] 29 1.10 DELIVERY, SlORAGE AND HANDLING [NOT USED] 30 1.11 FIELD [SITE] CONDITIONS (NOT USED] 31 1.12 WARRAN1Y [NOT USED] 32 PART2-PRODUCTS 33 2.1 OWNER-FURNISHED loR] OWNER-SUPPLIED PRODUCTS [NOT USED] 34 2.2 PRODUCT 1YPES AND MATERIALS 35 A. Rock Filter Dams 36 1 . Aggregate CITY OF FORT W O RT H NO RT HSIDE IV 24 -I NCH WATE R TRANSM ISS ION MAIN PH ASE I B STANDAR D CONST R UCT ION S P ECIF ICATION DOCUMENTS C ity Proj ect No . 1026 87 Rev ised April 29 , 202 1 31 25 00 -3 EROSION AN D SEDIMENT CONT ROL Page 3 of9 I a . Furnish aggregate with hardness, durability , cleanliness and resistance to 2 crumbling, flaking and eroding acceptable to the Engineer. 3 b. Provide the following: 4 1) Types 1, 2 and 4 Rock Fiher Dams 5 a) Use 3 to 6 inch aggregate . 6 2) Type 3 Rock Fiher Dams 7 a) Use 4 to 8 inch aggregate. 8 2. Wire 9 a . Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie 10 wires for Types 2 and 3 rock fiher dams 11 b. Type 4 dams require: 12 1) Double-twisted , hexagonal weave with a nominal mesh opening of2 ½ 13 inches x 3 ¼ inches 14 2) Minimum 0.0866 inch steel wire for netting 15 3) Minimum 0. 1063 inch steel wire for selvages and corners 16 4) Minimum 0.0866 inch for binding or tie wire 17 B. Geotextile Fabric 18 1. Place the aggregate over geotextile fabric meeting the following criteria: 19 a . Tensile Strength of 250 pounds , per ASTM D4632 20 b. Puncture Strength of 135 pounds, per ASTM D4833 21 c. Mullen Burst Rate of 420 ps~ per ASTM D3786 22 d. Apparent Opening Size ofNo. 20 (max), per ASTM D4751 23 C. Stabilized Construction Entrances 24 I. Provide materials that meet the details shown on the Drawings and this Section . 25 a. Provide crushed aggregate for long and short-term construction exits. 26 b . Furnish aggregates that are clean, hard , durable and free from adherent coatings 27 such as salt, alka~ dirt, clay , loam , shale, soft or flaky materials and organic 28 and injurious matter. 29 c. Use 3 to 5 inch coarse aggregate with a minimum thickness of 12 inches. 30 d. The aggregate shall be placed over a geotextile fabric meeting the following 31 criteria: 32 1) Tensile Strength of 300 pounds , per ASTM D4632 33 2) Puncture Strength of 120 pounds, per ASTM D4833 34 3) Mullen Burst Rate of 600 psi, per ASTM D3786 35 4) Apparent Opening Size of No. 40 (max), per ASTM D4751 36 D. Embankment for Erosion Control 37 1. Provide rock, loam , clay , topsoil or other earth materials that will form a stable 38 embankment to meet the intended use. 39 E. Sandbags 40 1. Provide sandbag material of polypropylene, polyethylene or polyamide woven 41 fabric with a minimum unit weight of 4 ounces per square yard, a Mullen burst- 42 strength exceeding 300 ps~ and an ultraviolet stability exceeding 70 percent. 43 2 . Use natural coarse sand or manufactured sand meeting the gradation given in Table 44 1 to fill sandbags . 45 3. Filled sandbags must be 24 to 30 inches long , 16 to 18 inches wide, and 6 to 8 46 inches thick. CITY OF FORT WORTH NORTHSIDE IV 24-INCH WAT ER TRANSMISS ION MAIN PHASE I B STANDARD CONST R UCT ION SP EC IFICATION DOCUMENTS C ity Project No . 102687 Revised April 29, 202 1 31 25 00 -4 EROS ION AN D SEDIM ENT C ONT ROL Page 4 of 9 Table 1 2 Sand Gradation Sieve# Maximum Retained(% by Weight) 4 3 percent 100 80 percent 200 95 percent 3 F. Temporary Sediment Control Fence 4 1. Provide a net-reinforced fence using woven geo-textile fabric. 5 2 . Logos visible to the traveling public will not be allowed. 6 a. Fabric 7 I) Provide fabric materials in accordance with DMS-6230, "Temporary 8 Sediment Control Fence Fabric ." 9 b. Posts 10 I) Provide essentially straight wood or steel posts with a minimum length of 11 48 inches , unless otherwise shown on the Drawings . 12 2) Soft wood posts must be at least 3 inches in diameter or nominal 2 x 4 inch 13 3) Hardwood posts must have a minimum cross-section of 1-1/2 x 1-1 /2 inch 14 4) T-or L-shaped steel posts must have a minimum weight of 1.3 pounds per 15 foot. 16 c . Net Reinforcement 17 1) Provide net reinforcement of at least 12-1/2 gauge galvanized welded wire 18 mesh , with a maximum opening size of2 x 4 inch, at least 24 inches wide, 19 unless otherwise shown on the Drawings . 20 d . Staples 21 1) Provide staples with a crown at least 3/4 inch wide and legs 1/2 inch long . 22 2.3 ACCESSORIES (NOT USED] 23 2.4 SOURCE QUALI1Y CONIROL (NOT USED ] 24 PART 3 -EXECUTION 25 3.1 INSTALLERS (NOTUSED] 26 3.2 EXAMINATION [NOT USED] 27 3.3 PREPARATION [NOT USED] 28 3.4 INSTALLATION 29 A Storm Water Pollution Prevention Plan 30 1. Develop and implement the project's Storm Water Pollution Prevention Plan 31 (SWPPP) in accordance with the TPDES Construction General Permit TXRl 50000 32 requirements . Prevent water pollution from storm water runoff by using and 33 maintaining appropriate structural and nonstructural BMPs to reduce pollutants 34 discharges to the MS4 from the construction site . 35 B. Control Measures CIT Y OF FORT W ORTH NORT HSID E IV 24 -I NCH WATE R T RA NSMl SS IO N MA IN PHASE I B STANDARD CONSTR UCT ION S P EC IFI CATION DOCUMENTS C ity Project No . 102687 Rev ised April 29, 202 1 3 1 2 5 00 -5 EROS ION AND SEDI MENT C ONT ROL Page 5 of9 1. Implement control measures in the area to be disturbed before beginning 2 construction, or as directed . Limit the disturbance to the area shown on the 3 Drawings or a s directed. 4 2 . Control site waste such as discarded building materials , concrete truck washout 5 water, chemicals , litter and sanitary waste at the construction site. 6 3. If, in the opinion of the Engineer , the Contractor cannot control soil erosion and 7 sedimentation resulting from construction operations , the Engineer will limit the 8 disturbed area to that which the Contractor is able to control. 9 4 . Immediately correct ineffective control measures. Implement additional controls as 10 directed . Remove e xcavated material within the time requirements specified in the 11 applicable storm water permit. 12 5 . Upon acceptance of vegetative cover by the City , remove and dispos e of all 13 temporary control measures, temporary embankments , bridges , matting , falsework , 14 piling , debris , or other obstructions placed during construction that are not a part of 15 the fmish e d work, or as directed . 16 C. Do not locate disposal areas, stockpiles , or haul roads in any wetland, water body, or 17 stream bed. 18 D. Do not install temporary construction crossings in or across an y water body without the 19 prior approval of the appropriate re s ource agenc y and the Engineer. 20 E. Provide protected s torage area for paints , chemicals , solvents, and fertilizer s at an 21 approved location . Keep paint s, chemicals , solvents, and fertilizers off bare ground and 22 provide shelt er for stored chemicals . 23 F. Installation and Maint enance 24 1. Perform work in accordance with the TPDES Con struction General Permit 25 TXRl 50000 . 26 2. When approved , sediments may be disposed of within embankments , or in areas 27 where the material will not contribute to further siltation and when appropriate 28 stabilization is provided . 29 3. Dispose of removed material in accordance with federal state, and local 30 regulations. 31 4. Remove devic es upon approval or when directed . 32 a. Upon removal finish-grade and dress the area. 33 b . Stabilize disturbed areas in accordance with the permit, and as shown on the 34 Drawings or directed. 35 5. The Contractor retains ownership of stockpiled material and must remove it from 36 the project when new installations or replac e ments are no longer required. 37 G. Rock F ilter Dams for Erosion Control 38 1. Remove trees , brush, stumps and other objectionable material that may interfere 39 with the construction of rock fiher dams. 40 2. Place sandbags as a foundation when required or at the Contractor 's option . 41 3 . For Types 1, 2 , 3, and 5, place the aggregate to the lines , height , and slopes 42 specified , without undue voids. CITY OF FORT WO RT H NO RT HS ID E IV 24 -INCH WAT ER T RA NSMISS ION MA IN PHASE I B STANDARD CONSTR UCT ION S P ECIF ICATION DOCUM ENTS City Proj ect No. 1026 87 Revised April 29, 202 1 31 25 00 -6 EROS ION AND S EDIM ENT CONTROL Page 6 of9 4. For Types 2 and 3, place the aggregate on the mesh and then fold the mesh at the 2 upstream side over the aggregate and secure it to itself on the downstream side with 3 wire ties , or hog rings, or as directed. 4 5. Place rock filter dams perpendicular to the flow of the stream or channel unless 5 otherwise directed . 6 6. Construct filter dams according to the following criteria, unless otherwise shown on 7 the Drawings : 8 a . Type 1 (Non-reinforced) 9 I) Height -At least 18 inches measured vertically from existing ground to top 10 of filter dam 11 2) Top Width -At least 2 feet 12 3) Slopes -At most 2:1 13 b. Type 2 (Reinforced) 14 1) Height -At least 18 inches measured vertically from existing ground to top 15 of filter dam 16 2) Top Width -At least 2 feet 17 3) Slopes -At most 2:1 18 c. Type 3 (Reinforced) 19 I) Height -At least 36 inches measured vertically from existing ground to top 20 of filter dam 21 2) Top Width -At least 2 feet 22 3) Slopes -At most 2:1 23 d. Type 4 (Sack Gabions) 24 I) Unfold sack gabions and smooth out kinks and bends. 25 2) For vertical filling, connect the sides by lacing in a single loop-double loop 26 pattern on 4-to 5-inches spacing. At 1 end, pull the end lacing rod until 27 tight , wrap around the end, and twist 4 times. At the filling end , fill with 28 stone, pull the rod tight, cut the wire with approximately 6 inches 29 remaining, and twist wires 4 times. 30 3) For horizontal filling , place sack flat in a filling trough, fill with stone, and 31 connect sides and secure ends as described above. 32 4) Lift and place without damaging the gabion . 33 5) Shape sack gabions to existing contours. 34 e. Type 5 35 I) Provide rock filter dams as shown on the Drawings . 36 H. Construction Entrances 37 1. When tracking conditions exist, prevent traffic from crossing or exiting the 38 construction site or moving directly onto a public roadway, alley, sidewalk, parking 39 area, or other right of way areas other than at the location of construction entrances. 40 2. Place the exit over a foundation course, if necessary. 41 a . Grade the foundation course or compacted subgrade to direct runoff from the 42 construction exits to a sediment trap as shown on the Drawings or as directed . 43 3 . At drive approaches , make sure the construction entrance is the full width of the 44 drive and meets the length shown on the Drawings . 45 a . The width shall be at least 14 feet for I-way and 24 feet for 2-way traffic for all 46 other points of ingress or egress or as directed by the Engineer . 47 I. Earthwork for Erosion Control C ITY OF FORT WORTH NO RT HSIDE IV 24 -IN CH WAT ER TRANSMISSION MAIN PHAS E I 8 STANDARD CONSTRUCT ION SP EC IFICATION DOCUMENTS C ity Project No . 102687 Revi sed A pril 29 , 2021 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 31 25 00 -7 EROS ION AN D S EDIM ENT CONTROL Page7of9 1. Perform excavation and embankment operations to minimize erosion and to remove collected sediments from other erosion control devices. a . Excavation and Embankment for Erosion Control Measures I) Place earth dikes, swales or combinations of both along the low crown of daily lift placement, or as directed, to prevent runoff spillover. 2) Place swales and dikes at other locations as shown on the Drawings or as directed to prevent runoff spillover or to divert runoff. 3) Construct cuts with the low end blocked with undisturbed earth to prevent erosion of hillsides. 4) Construct sediment traps at drainage structures in conjunction with other erosion control measures as shown on the Drawings or as directed. 5) Where required, create a sediment basin providing 3 ,600 cubic feet of storage per acre drained , or equivalent control measures for drainage locations that serve an area with 10 or more disturbed acres at 1 time , not including offsite areas . b . Excavation of Sediment and Debris I) Remove sediment and debris when accumulation affects the performance of the devices , after a rain , and when directed . 2) Remove sediment from sediment traps and sedimentation ponds no later than the time that design capacity has been reduced by 50%. 21 J. Sandbags for Erosion Control 22 1. Construct a berm or dam of sandbags that will intercept sediment-laden storm water 23 runoff from disturbed areas , create a retention pond , detain sediment and release 24 water in sheet flow . 25 2 . Fill each bag with sand so that at least the top 6 inches of the bag is unfilled to 26 allow for proper tying of the open end. 27 3 . Place the sandbags with their tied ends in the same direction . 28 4. Offset subsequent rows of sandbags 1/2 the length of the preceding row . 29 5 . Place a single layer of sandbags downstream as a secondary debris trap . 30 6. Place additional sandbags as necessary or as directed for supplementary support to 31 berms or dams of sandbags or earth . 32 K Temporary Sediment-Control Fence 33 1. Provide temporary sediment-control fence near the downstream perimeter of a 34 disturbed area to intercept sediment from sheet flow . 35 2. Incorporate the fence into erosion-control measures used to control sediment in 36 areas of higher flow. Install the fence as shown on the Drawings , as specified in this 37 Section, or as directed by the Engineer or City representative . 38 a. Post Installation 39 I) Embed posts at least 18 inches deep , or adequately anchor, if in rock, with a 40 spacing of 6 to 8 feet and install on a slight angle toward the run-off source. 41 b . Fabric Anchoring 42 1) Dig trenches along the uphill side of the fence to anchor 6 to 8 inches of 43 fabric. 44 2) Provide a minimum trench cross-section of 6 x 6 inches 45 3) Place the fabric against the side of the trench and align approximately 2 46 inches of fabric along the bottom in the upstream direction . 47 4) Backfill the trench , then hand-tamp. C ITY OF FORT W O RT H NORTHSID E IV 24-INCH WATE R TRANSMJ SS ION MAIN PHA SE I B STANDARD C ON ST R UCT IO N S P EC IFI CATION DOCUMENTS C ity Proj ect No. 102687 Revised April 29, 202 1 1 c. Fabric and Net Reinforcement Attachment 31 25 00 -8 EROSI ON AN D S EDIM ENT C ONTROL Page 8 o f 9 2 I) Unless otherwise shown under the Drawings , attach the reinforcement to 3 wooden posts with staples, or to steel posts with T-clips , in at least 4 places 4 equally spaced . 5 2) Sewn vertical pockets may be used to attach reinforcement to end posts. 6 3) Fasten the fabric to the top strand of reinforcement by hog rings or cord 7 every 15 inches or less . 8 d . Fabric and Net Splices 9 1) Locate splices at a fence post with a minimum lap of 6 inches attached in at 10 least 6 places equally spaced, unless otherwise shown under the Drawings. 11 a) Do not locate splices in concentrated flow areas . 12 2) Requirements for installation of used temporary sediment-control fence 13 include the following: 14 a) Fabric with minimal or no visible signs ofbiodegradation (weak fibers) 15 b) Fabricwithoutexcessivepatching(morethan 1 patchevery 15to20 16 feet) 17 c) Posts without bends 18 d) Backing without holes 19 3.5 REPAIR/RES10RATION [NOT USED] 20 3.6 RE-INSTALLATION [NOTUSED] 21 3. 7 FIELD !OR] SHE QUALI1Y CONIROL [NOT USED] 22 3.8 SYSTEM STARTIJP [NOT USED] 23 3.9 ADJUSTING [NOT USED] 24 3.10 CLEANING 25 A. Waste Management 26 1. Remove sediment, debris and litter as needed. 27 3.11 CLOSEOUT ACTIVITIF.S 28 A. Erosion control measures remain in place and are maintained until all soil disturbing 29 activities at the project site have been completed . 30 B. Establish a uniform vegetative cover with a density of 70 percent on all unpaved areas , 31 on areas not covered by permanent structures, or in areas where permanent erosion 32 control measures (i.e . riprap , gabions , or geotextiles) have been employed. 33 C. Once vegetative cover is achieved , the contractor shall remove all temporary control 34 measures , before final project acceptance. It is the contractor 's responsibility to remove 35 all temporary control measures , unless transfer of maintenance and subsequent removal 36 is transferred to another entity in writing. 37 D. Upon achievement offinal stabilization, submit NOT to TCEQ, and provide a copy of 38 the NOT to the City of Fort Worth "s Environmental Quality Division, if required . 39 E. Complete and submit a Final Grading Certificate to Development Services , if required . C ITY OF FORT WO RTH NORT HSID E IV 24-I NC H WATE R TRAN SMJ SSION MAI N PHASE 18 ST ANDARD C ON ST R UCT ION S P EC IFI C ATI ON DOCU MENTS C ity Proj e ct No . 102687 Revi sed April 29 , 202 1 3.12 PROJECTION [NOT USED] 3 I 25 00 -9 EROS IO N AND SEDIMENT CONT ROL Page 9 of9 2 3.13 MAINTENANCE 3 A Install and maintain the integrity of temporary erosion and sedimentation control 4 devices to accumulate silt and debris until earthwork construction and permanent 5 erosion control features are in place or the disturbed area has been adequately stabilized 6 as determined by the Engineer. 7 B. If a device ceases to function as intended , repair or replace the device or portions 8 thereof as necessary. 9 C. Perform inspections of the construction site as prescnbed in the Construction General 10 PermitTXR150000. 11 D. Records of inspections and modifications based on the results of inspections must be 12 maintained and available in accordance with the permit. 13 3.14 ATTACHMENTS [NOT USED] 14 END OF SECTION 15 16 Revis ion Log DATE NAME SUMMARY OF CHANGE 1.1 A. I . Revised language re : \\hat sect ion includes, 1.2 A. 2 . c. Clarified items included in price, 1.5 Added items to list ofsubmittals, 2 .2Revised language under April 29, 2021 MO½en ~roduct types/materials, 3.4 Rev ised language un de r "In stallation", and3 . I I C. ~dded language to clarify responsibil ity to remove temporary protection device and ~mphasize clearing of ROW CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMlSS ION MAIN PHASE I 8 STANDARD CONSTRUCT IO N SPECIF ICATION DOCUMENTS C ity Project No. 102687 Revised April 29, 2021 PART 1-GENERAL 1.1 SUMMARY A. Section Includes: SECTION 31 37 00 RIPRAP 313700 -1 RIPRAP Page 1 of 10 1. Furnishing and installing concrete, stone, cement-stabilized, or special riprap. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 -General Requirements 3. Section 03 30 00 -Cast-In-Place Concrete 4 . Section 31 25 00 -Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a . Measurement for this Item shall be by the face square yard to the depth specified of material complete in place . Volume will be computed on the basis of the measured area and type, verified by field measurements. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square yard of "Riprap" installed for: 1) Various types 2) Various thicknesses 3) Various void-filling techniques 3. The price bid shall include : a . Furnishing, hauling, and placing riprap b . Filter fabric c . Expansion joint material d. Concrete and reinforcing steel e. Excavation of toe wall trenches, as applicable f. Excavation below natural ground or bottom of excavated channel, as applicable g. Shaping of slopes, as applicable h. Bedding Grout and mortar J . Scales k. Test weights I. Clean-up 1.3 REFERENCES A. Reference Standards CITY OF FORT WORTH NORTHSID E IV 24-INCH WATER TRANSMISSION MArN, PHASE 18 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102687 Revised December 20, 2012 313700 -2 RIPRAP Page 2 of 10 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM Standards a. ASTM C 136-06, Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates b. ASTM D7370-09, Standard Test Method for Determination of Relative Density and Absorption of Fine, Coarse, and Blended Aggregate Using Combined Vacuum Saturation and Rapid Submersion c . ASTM C5240-04, Standard Test Method for, Testing Rock Slabs to Evaluate the Soundness of Riprap by Use of Sodium Sulfate or Magnesium Sulfate d . ASTM D4632-08, Standard Test Method for Grab Breaking Load and Elongation of Geotextiles e. ASTM D4533-04, Standard Test Method for Trapezoid Tearing Strength of Geotextiles f. ASTM D751-06, Standard Test Methods for Coated Fabrics g. ASTM D4751-04, Standard Test Method for Determining Apparent Opening Size of a Geotextile h . ASTM D4491-99a, Standard Test Methods for Water Permeability of Geotextiles by Permittivity 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITT ALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 -PRODUCTS 2.1 OWNER-FURNISHED [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Concrete Riprap 1. Use concrete with a compressive strength of 4,000 psi at 28-days, according to Section 03 30 00, unless otherwise shown on the Drawings . B. Stone Riprap 1. Unless otherwise shown on the Drawings, use durable natural stone with a minimum bulk specific gravity of 2. Provide stone that has a maximum weight loss of 18 percent after 5 cycles of magnesium sulfate solution and 14 percent after 5 cycles of sodium sulfate solution. CITY OF FORT WORTH NORTHS ID E IV 24 -TNCH WATE R TRA N SMISSION MATN , PHASE I B STANDARD CONSTRUCTION SP ECIFICATION DOC UM ENTS City Project No . 102687 Revised December 20 , 2012 313700-3 RIPRAP Page 3 of 10 2. For all types of stone riprap perform a size verification test on the first 5,000 square yards of finished riprap stone at a location determined by the Engineer. Weigh each stone in a square test area with the length of each side of the square equal to 3 times the specified riprap thickness. The weight of the stones, excluding spalls, should be as specified below. Additional tests may be required. Do not place additional riprap until the initial 5,000 square yards of riprap has been approved . 3. When specified, provide grout and mortar as defined as 1 part Portland cement to 3 parts sand and mixed with water until it achieves a consistency that will flow into and completely fill all voids. 4 . Provide filter fabric in accordance with Section 31 25 00 . For slab riprap, provide the filter fabric type shown on the Drawings a . Large 1) Use stones between 50 and 250 pounds with a minimum of 50 percent of the stones heavier than 100 pounds b. Medium 1) Use stones between 50 and 250 pounds with a minimum of 40 percent of the stones heavier than 100 pounds Use stones with at least 1 broad flat surface. c . Block 1) Use stones between 50 and 250 pounds. Use stones that are at least 3 inches in their least dimension . Use stones that are at least twice as wide as they are thick. When shown on the Drawings or approved, material may consist of broken concrete removed under the Contract or from other approved sources. Before placement of each piece of broken concrete, cut exposed reinforcement flush with all surfaces. d. Slab 1) Use boulders or quarried rock that meets the gradation requirements of Table l . Both the width and the thickness of each piece of riprap must be a least 1/3 of the length. When shown on the Drawings or as approved , material may consist of broken concrete removed under the Contract or from other approved sources . Before placement of each piece of broken concrete, cut exposed reinforcement flush with all surfaces . 2) Provide bedding stone that in-place meets the gradation requirements shown in Table 2 or as otherwise shown on the Drawings . Table 1 Ri G d f R 1p rap ra a 100 eq mrements Thickness Maximum Size 90 percent Size 1 50& Size 1 8 percent Size, (lb.) (lb.) 12 in. 200 80-180 l 5in. 320 170-300 18in . 530 290-475 21in. 800 460-720 24in. 1,000 550-850 30in . 2,600 1,150-2.50 CITY OF FORT WORTH ST AN D ARD CONSTRUCT ION SPECIFICATION DOCUMENTS Revised December 20, 2012 (lb.) Minimum (lb.) 30-75 3 60-165 20 105-220 22 175-300 25 200-325 30 400-900 40 NORTHS ID E IV 24-INCH TRANSMISSION MAIN, PHASE I B City Proj ect No . 102687 Table 2 e mg tone ra atton B dd. S G d . Sieve Size (Square Mesh) Percent by Weight Passing 3 inches 100 1-1 /2 inches 50-80 3/4 inches 20-60 No.4 0-15 No . 10 0-5 C. Special Riprap 1. Furnish materials for special riprap according to the Drawings . 2.3 ASSEMBLY ORF ABRICATION TOLERANCES [NOT USED] 2.4 ACCESSORIES [NOT USED] 2.5 SOURCE QUALITY CONTROL [NOT USED] PART 3 -EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3 .3 PREPARATION [NOT USED] 3.4 INSTALLATION 313700-4 RIPRAP Page 4 of IO A. Dress slopes and protected areas to th e line and grade shown on the Drawings before the placement of riprap . Place riprap and toe walls according to details and dimensions shown on the Drawings or as directed by the Engineer. B . Concrete Riprap 1. Reinforce concrete riprap with No . 3 reinforcing bars spaced at a maximum of 18 inches in each direction unless otherwise shown. Provide a minimum 6-inch lap at all splic es. At the edge of the riprap , provide a minimum horizontal cover of 1 inch and a maximum cover o f 3 inches . Place the first parallel bar at most 6 inches from the edge of concrete . Use approved supports to hold the reinforcement approximately equidistant from the top and bottom surface of the slab . Adjust reinforcement during concrete placement to maintain correct position . 2 . As directed, sprinkle or sprinkle and consolidate the subgrade before the concrete is placed . All surfaces must be moist when concrete is placed. 3 . Compact each layer to a minimum of95 percent standard proctor density with a moisture content not to ex ceed +4 percent or -2 percent of optimum moisture or as indicated on the Drawings. 4 . After placing the concrete, compact and shape it to conform to the dimen s ions shown on Drawings. After it ha s set sufficiently to avoid slumping, finish the surface with a wood float to secure a smooth surfac e or broom finish as approved . 5 . Immediately after the finishing op eration , cure the riprap according to Section 03 30 00 . C IT Y O F FORT WO RTH ST AND ARD C O N STRUC TIO N SP EC IFICATIO N DOCUMENTS Rev ised December 20, 2012 NORT H S ID E IV 24-fNC H TRAN SMI S SIO N MAfN, PHASE I B City Proj ect No. 102687 C. Stone Riprap 1. Provide the following types of stone riprap when shown on the Drawings . a . Dry Riprap 313700-5 RIPRAP Page5ofl0 1) Dry riprap is stone riprap with voids filled with only spalls or small stones. b . Grouted Riprap 1) Grouted riprap is Type Large, Medium, or Block stone riprap with voids grouted after all the stones are in place. c. Mortared Riprap 1) Mortared riprap is Medium stone riprap laid and mortared as each stone is placed. 2. Use spalls and small stones lighter than 25 pounds to fill open joints and voids in stone riprap, and place to a tight fit. 3. Do not place mortar or grout when the air temperature is below 35 degrees Fahrenheit. 4 . Protect work from rapid drying for at least 3 days after placement. Unless otherwise approved, place filter fabric with the length running up and down the slope . Ensure fabric has a minimum overlap of 2 feet. 5 . Secure fabric with nails or pins. Use nails at least 2 inches long with washers or U- shaped pins with legs at least. 9 inches long . Space nails or pins at a maximum of l 0 feet in each direction and 5 feet along the seams. Alternative anchorage and spacing may be used when approved. 6. Large a . Construct riprap as shown in Figure l and as shown on the Drawings. Place stones in a single layer with close joints so that most of their weight is carried by the earth and not by the adjacent stones. b . Place the upright axis of the stones at an angle of approximately 90 degrees to the embankment slope . c. Place each course from the bottom of the embankment upward with the larger stones in the lower courses. d. Fill open joints between stones with spalls . e . Place stones to create a uniform finished top surface . Do not exceed a 6-inch variation between the tops of adjacent stones . Replace , embed deeper, or chip away stones that project more than the allowable amount above the finished surface . f . When the Drawings require Large stone riprap to be grouted, prevent earth, sand , or foreign material from filling the spaces between the stones. After the stones are in place, thoroughly wet the stones , fill the spaces between the stones with grout , and pack. Sweep the surface of the riprap with a stiff broom after grouting. 7 . Medium a . Dry Placement 1) Construct riprap as shown in Figure 2. Set the flat surface on a prepared horizontal earth bed, and overlap the underlying course to secure a lapped surface. 2) Place the large stones first , roughly arranged in close contact. Fill the spaces between the large stones with suitably sized stones placed to leave the surface evenly stepped and conforming to the contour required. 3) Place stone to drain water down the face of the slope . C ITY OF FORT WORTH ST AND ARD CONSTRU CTION SP ECIF IC ATION DOC UM ENTS Re vised December 20 , 2012 N ORTHSIDE IV 24-fN C H TRAN SMISSION MAfN , PHA S E I B City Project No . I 02687 31 37 00 -6 RIPRAP Page 6 of 10 b. Grouting I) Construct riprap as shown in Figure 3. Size, shape, and lay large flat- surfaced stones to produce an even surface with minimal voids. 2) Place stones with the flat surface facing upward parallel to the slope. Place the largest stones near the base of the slope . 3) Fill spaces between the larger stones with stones of suitable size , leaving the surface smooth, tight, and conforming to the contour required. 4) Place the stones to create a plane surface with a maximum variation of 6 inches in IO feet from true plane. Provide the same degree of accuracy for warped and curved surfaces. 5) Prevent earth, sand or foreign material from filling the spaces between the stones. After the stones are in place, thoroughly wet them, fill the spaces between them with grout, and pack. Sweep the surface with a stiff broom after grouting . c. Mortaring D. Block I) Construct riprap as shown in Figure 2. Lap courses as described for dry placement. Before placing mortar, wet the stones thoroughly. 2) As the larger stones are placed, bed them in fresh mortar and shove adjacent stones into contact with one another. 3) After completing the work, spread all excess mortar forced out during placement of the stones uniformly over them to fill all voids completely . Point up all joints roughly either with flush joints or with shallow, smooth- raked joints as directed . I. Construct riprap as shown in Figure 4. Place stones on a bed excavated for the base course. Bed the base course of stone well into the ground with the edges in contact. Bed and place each succeeding course in even contact with the preceding course . 2. Use spalls and small stones to fill any open joints and voids in the riprap. Ensure the finished surface presents an even, tight surface, true to the line and grades of the typical sections. 3. When the Drawings require grouting Block stone riprap , prevent earth, sand, or foreign material from filling the spaces between the stones . After the stones are in place , wet them thoroughly, fill the spaces between them with grout, and pack. Sweep the surface with a stiff broom after grouting. E . Slab I . Construct riprap as shown in Figure 5 . Place riprap stone on the slopes within the limits shown on the Drawings. Place stone for riprap on the bedding material to produce a reasonably well-graded mass of riprap with the minimum practicable percentage of voids . 2. Construct the riprap to the lines and grades shown on the Drawings or staked in the field. A tolerance of +6 inches and -0 inch from the slope line and grades shown on the Drawings is allowed in the finished surface of the riprap. 3 . Place riprap to its full thickness in a single operation. Avoid displacing the bedding material. Ensure that the entire mass of stones in their final position is free from objectionable pockets of small stones and clusters of larger stones. CITY OF FORT WORTH STANDARD CONSTRU CTIO N SPECIFICATION DOCUM ENTS Revised December 20 , 20 12 NO RTHSrD E IV 24-INCH TRANSMISSION MAIN, PHAS E I B City Project No . 102687 313700-7 RIPRAP Page 7 of 10 4. Do not place riprap in layers, and do not place it by dumping it into chutes, dumping it from the top of the slope, pushing it from the top of the slope, or any method likely to cause segregation of the various sizes. 5. Obtain the desired distribution of the various sizes of stones throughout the mass by selective loading of material at the quarry or other source or by other methods of placement that will produce the specified results. 6. Rearrange individual stones by mechanical equipment or by hand if necessary to obtain a reasonably well-graded distribution of stone sizes. F. Special Riprap 1. Construct special riprap according to the Drawings. 3.5 REP AIR [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS 9" llin Grout when o-., specified Slop• of 1 ■bank111nt Upright ax11 of stone perpendicular to slop• 1'-6" ■in Figure 1 -Large stone riprap, dry or grouted. CITY OF FORT WORTH ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NORTHSIDE IV 24-INCH TRANSMISSION MAIN, PHASE I B City Project No. 102687 Flat 9" llin Grout wh1n--..,--...--oe---- sp1cifi1d ■in Slope of 1abank111nt Figure 2 -Med ium ston e ri p rap , dry or groute d . Mortar wh■n --..-----~--- sp1cifi1d \.,..~-.H !o .s ·' Ii ■in - Figure 3 -Med ium sto n e rip rap , m ortar ed . 313700-8 RIPRAP Page 8 of 10 CITY OF FORT WORTH ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NORTHSIDE IV 24-rNCH TRANSMISS ION MAIN, PHASE 18 City Project No . 102687 !o.5 _, . - CITY OF FORT WORTH Multipl1 lay1rs l■or1 than on1 rock deptht-- 1'-6" ■in Figure 4 -Block stone riprap, dry or grouted. \ ill ope of liank ■1nt Filt1r fabric I 2 tl1111 • thickn11s ■in Figure 5 -Slab stone riprap END O F SECTIO N 31 37 00 -9 RIPRAP Page 9 of 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NORTHSIDE IV 24-INCH TRANSMISSION MAIN, PHASE 1 B City Project No . 102687 DATE NAME 12/2 0/2 012 D . Johnson CITY OF FO RT WORTH Revision Log SUMMARY OF CHANGE 313700 -10 RIPRAP Page 10 of 10 3.4.B. -defined compaction requirements beneath concrete rip rap STANDARD CONSTRUCTION SPECIFICATION DOCUM E NTS Revised December 20 , 2012 NORTHS IDE IV 24-INCH TRANSMISSION MAIN, PHASE I B City Project No . 102687 320117 -1 PERMANENT ASPHALT PAVING REPAIR Page 1 of 8 1 2 SECTION 32 0117 PERMANENT ASPHALT PAVING REPAIR 3 PART 1 -GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 7 8 9 1. Flexible pavement repair to include, but not limited to: a. Utility cuts (water, sanitary sewer, drainage, franchise utilities, etc.) b. Warranty work c. Repairs of damage caused by Contractor 10 d. Any permanent asphalt pavement repair needed during the course of 11 construction 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to : 15 1. Division O -Bidding Requirements, Contract Forms, and Conditions of the Contract 16 2. Division 1-General Requirements 17 3. Section 03 34 16 -Concrete Base Material for Trench Repair 18 4. Section 32 12 16 -Asphalt Paving 19 5. Section 32 13 13 -Concrete Paving 20 6. Section 33 OS 10 -Utility Trench Excavation, Embedment and Backfill 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Asphalt Pavement Repair CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHASE 1 B City Project No. 102687 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 32 0117 -2 PERMANENT ASPHALT PAVING REPAIR Page 2 of 8 a. Measurement 1) Measurement for this Item will be by the linear foot of Asphalt Pavement Repair based on the defined width and roadway classification specified in the Drawings . b. Payment 1) The work performed and materia ls furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid price per linear foot of Asphalt Pavement Repair . c. The price bid shall include: 1) Preparing final surfaces 2) Furnishing, load i ng, unloading, storing, hauling and handling all materials including freight and royalty 3) Traffic control for all testing 4) Asphalt, aggregate, and additive 5) Materials and work needed for corrective action 6) Trial batches 7) Tack coat 8) Removal and/or sweeping excess material 2. Asphalt Pavement Repair for Utility Service Trench a. Measurement 1) Measurement for this Item will be by the li near foot of Asphalt Pavement Repair centered on the proposed sewer service line measured from the face of curb to the l imit of the Asphalt Pavement Repair for the main sewer line. b. Payment CITY OF FORT WOR TH 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid price per linear foo t of "Asphalt Pavement Repair, Service" i nstalled for: a) Various types of util ities STANDARD CONSTRUCTION SPECIFICAT ION DOCUMENTS Rev ised December 20, 20 12 NORTHSID E IV 24-I NCH WATER TRANSM ISSION MAIN PHASE 1B City Project No . 102687 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 c. The price bid shall include: 1) Preparing final surfaces 32 0117 -3 PERMANENT ASPHALT PAVING REPAIR Page 3 of 8 2) Furnishing, loading, unloading, storing, hauling and handling all materials including freight and royalty 3) Traffic control for all testing 4) Asphalt, aggregate, and additive 5) Materials and work needed for corrective action 6) Trial batches 7) Tack coat 8) Removal and/or sweeping excess material 3. Asphalt Pavement Repair Beyond Defined Width a. Measurement 1) Measurement for this Item will be by the square yard for asphalt pavement repair beyond pay limits of the defined width of Asphalt Pavement Repair by roadway classification specified in the Drawings . b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square yard of Asphalt Pavement Repair Beyond Defined Width . c. The price bid shall include: 1) Preparing final surfaces 23 2) Furnishing, loading, unloading, storing, hauling and handling all materials 24 including freight and royalty 25 3) Traffic control for all testing 26 4) Asphalt, aggregate, and additive 27 5) Materials and work needed for correct ive action 28 6) Trial batches CITY OF FORT WORTH NORTHS IDE IV 24-INCH WATER TRANSMISSION MAIN PHASE 1B STANDARD CONSTRUCTION SPECIFICAT ION DOCUMENTS Rev ised December 20, 2012 City Project No. 102687 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 7) Tack coat 8) Removal and/or sweep i ng excess material 4 . Extra Width Asphalt Pavement Repair a. Measurement 32 0117 -4 PERMANENT ASPHALT PAV ING REPAIR Page 4 of 8 1) Measurement for this Item will be by the square yard for surface repair (does not include base repair) for: a) Various thicknesses b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square yard of Extra Width Asphalt Pavement Repair c. The price bid shall include : 1) Preparing fina l surfaces 2) Furnishing, loading, unloading, storing, hauling and handling all materials including freight and royalty 3) Traffic control for all testing 4) Asphalt , aggregate, and additive 5) Materials and work needed for corrective action 6) Trial batches 7) Tack coat 8) Removal and/or sweeping excess material 22 1.3 REFERENCES 23 A. Definitions 24 1. H.M.A.C. -Hot Mix Asphalt Concrete 25 1.4 ADMINISTRATIVE REQUIREMENTS 26 A. Permitting CITY OF FORT WORTH STANDARD CONSTRUCT ION SPECIFICATI ON DOCUM ENTS Rev ised December 20, 20 12 NORTH SIDE IV 24-IN CH WATER TRANSMISS ION MAIN PHASE 18 City Pro j ect No . 102687 32 0117 -5 PERMANENT ASPHALT PAV ING REPAIR Page 5 of 8 1 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 2 and Public Works Department in conformance with current ordinances. 3 2. The Transportation and Public Works Department will inspect the paving repair 4 after construction. 5 1.5 SUBMITTALS [NOT USED] 6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 7 A. Asphalt Pavement Mix Design: submit for approval : see Section 32 12 16 . 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE [NOT USED] 11 1.11 DELIVERY, STORAGE, AND HANDLING [NOT USED] 12 1.12 FIELD CONDITIONS 13 A. Place mixture when the roadway surface temperature is 45 degrees For higher and 14 rising unless otherwise approved . 15 1.13 WARRANTY [NOT USED] 16 PART 2 -PRODUCTS 17 2.1 OWNER-FURNISHED [NOT USED] 18 2.2 MATERIALS 19 A. Backfill 20 1. See Section 33 05 10. 21 B. Base Material 22 1. Concrete Base Material for Trench Repair: See Section 03 34 16. 23 2. Concrete Base : See Section 32 13 13 . 24 C. Asphalt Paving: see Section 32 12 16. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NORTHSIDE IV 24-INCH WATE R TRANSMISSION MAIN PHASE 18 City Project No. 102687 1 B. Removal 32 0117 -7 PERMANENT ASPHALT PAVING REPAIR Page 7 of 8 2 l. Use care to prevent fracturing existing pavement structure adjacent to the repair 3 area. 4 C. Base 5 l. Install replacement base material as specified in Drawings. 6 D. Asphalt Paving 7 l. H.M.A.C placement: in accordance with Section 32 12 16 8 2 . Type D surface mix 9 3 . Depth : as specified in Drawings 10 4. Place surface mix in lifts not to exceed 3 inches. 11 5 . Last or top lift shall not be less than 2 inches thick. 12 3.5 REPAIR/RESTORATION [NOT USED] 13 3.6 RE-INSTALLATION [NOT USED] 14 3.7 FIELD QUALITY CONTROL [NOT USED] 15 3.8 SYSTEM STARTUP [NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 3.10 CLEANING [NOT USED] 18 3.11 CLOSEOUT ACTIVITIES [NOT USED] 19 3.12 PROTECTION [NOT USED] 20 3.13 MAINTENANCE [NOT USED] 21 3.14 ATTACHMENTS [NOT USED] 22 23 24 CITY OF FORT WORTH END OF SECTION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHASE 1 B City Project No. 102687 32 11 23 -I FLEXIBLE BASE COURSES PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: SECTION 32 11 23 FLEXIBLE BASE COURSES Page I of7 1. Foundation course for surface course or for other base course composed of flexible base constructed in one or more courses in conformity with the typical section. B. Deviations from this City of Fort Worth Standard Specification 1. None C. Related Specification Sections include, but are not necessarily limited to: 1. Division O -Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 -General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1 . Measurement a . Measurement for this Item will be by the square yard of Flexible Base Course for various: 1) Depths 2) Types 3) Gradations 2 . Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square yard of Flexible Base Course. 3. The price bid shall include: a . Preparation and correction of subgrade b. Furnishing of material c. Hauling d. Blading e. Sprinkling f. Compacting 1.3 REFERENCES A. Definitions 1. RAP -Recycled Asphalt Pavement. B. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification , unless a date is specifically cited. 2. ASTM International (ASTM): CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHASE I B ST AND ARD CONSTRUCTION SPEClFICA TION DOCUMENTS City Project No. I 02687 Revised December 20 , 2012 32 11 23 -3 FLEXIBLE BASE COURSES Table 1 M IR atena e QUirements Propertv Test Method Grade 1 Grade 2 Master gradation sieve size (% retained) 2-1/2 in. -0 1-3 /4 in. 0 0-10 7/8 in. Tex-110-E 10-35 - 3/8 in . 30-50 - No.4 45-65 45 -75 No. 40 70-85 60-85 Liauid limit, % max .1 Tex-104-E 35 40 PlastiCitv index, max .1 Tex-106-E 10 12 Wet ball mill ,% max.2 40 45 Wet ball mill,% max. Tex-I 16-E increase passi ng the 20 20 No. 40 sieve Classification3 1.0 1.1 -2.3 Min. compressive strength3, psi Tex-I 17-E lateral press ure O psi 45 35 lateral pressure 15 ps i 175 175 I. Determine plastic index in accordance with Tex-107-E (linear shrinkage) when liquid limit is unattainable as defined in Tex-104-E. 2. When a soundness value is required by the Drawings, test material in ac co rdanc e with Tex-411-A. 3 . Meet both the classification and the minimum compressive strength, unless otherwise shown on the Drawings. 4 . Material Tolerances Page 3 of 7 a. The City may accept material if no more than 1 of the 5 most recent gradation tests has an individual sieve outside the specified limits of the gradation. b . When target grading is required by the Drawings , no single failing test may exceed the master grading by more than 5 percentage points on sieves No. 4 and larger or 3 percentage points on sieves smaller than No . 4. c . The City may accept material if no more than 1 of the 5 most recent plasticity index tests is outside the specified limit. No single failing test may exceed the allowable limit by more than 2 points. 5. Material Types a. Do not use fillers or binders unless approved. b. Furnish the type specified on the Drawings in accordance with the following: 1) Type A a) Crushed stone produced and graded from oversize quarried aggregate that originates from a single, naturally occurring source. b) Do not use gravel or multiple sources. 2) Type B a) Only for use as base material for temporary pavement repairs . b) Do not exceed 20 percent RAP by weight unless shown on Drawings . 3) Type D a) Type A material or crushed concrete. b) Crushed concrete containing gravel will be considered Type D material. CITY OF FORT WORTH NORTHSIDE IV 24-INCH WAT ER TRANSMISSION MAIN PHASE I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102687 Revised December 20 , 2012 32 11 23 -5 FL EXIBLE BASE COURSES Page 5 of 7 I . Construct each layer uniformly, free of loose or segregated areas, and with the required density and moisture content. 2. Provide a smooth surface that conforms to the typical sections, lines , and grades shown on the Drawings or as directed . 3 . Haul approved flexible base in clean, covered trucks . B. Equipment I . General a . Provide machinery, tools, and equipment necessary for proper execution of the work. 2 . Rollers a. The Contractor may use any type of roller to meet the production rates and quality requirements of the Contract unless otherwise shown on the Drawings or directed. b. When specific types of equipment are required, use equipment that meets the specified requirements . c. Alternate Equipment. I) Instead of the specified equipment , the Contractor may , as approved , operate other compaction equipment that produces equivalent results . 2) Discontinue the use of the alternate equipment and furnish the specified equipment if the desired results are not achieved . d. City may require Contractor to substitute equipment if production rate and quality requirements of the Contract are not met. C. Placing I. Spread and shape flexible base into a uniform layer by approved means the same day as delivered unless otherwise approved. 2 . Place material such that it is mixed to minimize segregation . 3 . Construct layers to the thickness shown on the Drawings , while maintaining the shape of the course . 4. Where subbase or base course exceeds 6 inches in thickness, construct in 2 or more courses of equal thickness . 5 . Minimum lift depth: 3 inches 6. Control dust by sprinkling. 7. Correct or replace segregated areas as directed . 8. Place successive base courses and finish courses using the same construction methods required for the first course . D. Compaction I . General a . Compact using density control unless otherwise shown on the Drawings . b . Multiple lifts are permitted when shown on the Drawings or approved . c . Bring each layer to the moisture content directed . When necessary, sprinkle the material to the extent necessary to provide not less than the required density . d. Compact the full depth of the subbase or base to the extent necessary to remain firm and stable under construction equipment. 2. Rolling C ITY O F FORT WORTH NORTHSIDE IV 24-INC H WATER TRAN SMISSION MAIN PHA SE I B ST AN D ARD CONSTRUC TION SPEC IFICATIO N DOCUMENTS City Proj ect No . I 02687 Revised December 20, 201 2 32 11 23 -7 FLEXIBLE BASE COURSES Page 7 of7 5 . Shape and maintain the course and surface in conformity with the typical sections, lines , and grades as shown on the Drawings or as directed. 6. In areas where surfacing is to be placed, correct grade deviations greater than 1/4 inch in 16 feet measured longitudinally or greater than 1/4 inch over the entire width of the cross-section. 7 . Correct by loosening, adding, or removing material. 8. Reshape and recompact in accordance with 3.4.C. 3.5 REPAIR/RESTORATION [NOT USED) 3.6 RE-INSTALLATION [NOT USED] 3.7 QUALITY CONTROL A Density Test 1. City to measure density of flexible base course . a. Notify City Project Representative when flexible base ready for density testing. b . Spacing directed by City (1 per block minimum). c. City Project Representative determines location of density testing. 3.8 SYSTEM STARTUP [NOT USED) 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH NORTHSID E IV 24-INCH WAT ER TRANSMISSION MAIN PHASE I B STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS City Project No . 102687 Revised December 20 , 2012 PART 1 -GENERAL 1.1 SUMMARY A. Section Includes : SECTION 32 31 13 CHAIN LINK FENCE AND GATES 3231 13 -1 CHAIN LINK FENCE AND GA TES Page 1 of7 1. Galvanized coated chain link (non-security) fencing and accessories in accordance with the City's Zoning Ordinance . 2 . Wrought iron fencing and accessories 3. Steel tube fencing and accessories 4 . On utility projects: a. When existing fence is within the project Site (i.e . parallel to the utility trench and/or within utility easement) and is directly disturbed by construction activities, fencing will be paid for as listed in Article 1.2 below . b . When existing fence is crossing the proposed utility trench, the work performed and materials furnished in accordance with fence replacement will be considered subsidiary to the trench and no other compensation will be allowed. c. When existing fence is outside of the limits of the project Site or is identified as protected on the Drawings and is disturbed and/or by construction activities , replacement will be at the expense of the Contractor and no other compensation will be allowed. B . Deviations from this City of Fort Worth Standard Specification 1. None . C. Related Specification Sections include, but are not necessarily limited to: 1. Division O -Bidding Requirements, Contract Forms , and Conditions of the Contract 2 . Division 1 -General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Chain Link Fence a . Measurement 1) Measurement for this Item shall be by the linear foot of Chain Link Fence installed. b . Payment I) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of Chain Link Fence installed for various : a) Heights b) Fabric materials c. The price bid shall include: 1) Furnishing and installing all fence and gate materials 2) Mow strip , if shown in Drawings 3) Cleanup 4) Hauling 2. Wrought Iron Fence C ITY O F FORT WORTH NORTHSIDE IV 24 -IN C H WATER TRANSMISSION MAIN PHAS E 1 B ST AND ARD C ONSTRUC TION SPEC IFI CATION DOCUMENTS Proj ect No. 102687 Revis ed Dec ember 20, 2012 32 31 13 -3 CHAIN LINK FENCE AND GA TES Page 3 of7 1. Layout offences and gates with dimensions , details, and finishes of components, accessories and post foundations ifrequested by the City. B . Product data 1. Manufacturer's catalog cuts indicating material compliance and specified options. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USEDI 1.9 QUALITY ASSURANCE (NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING (NOT USED] 1.11 FIELD (SITE] CONDITIONS [NOT USEDI 1.12 WARRANTY (NOT USED] PART 2 -PRODUCTS 2.1 OWNER-FURNISHED [NOT USED] 2.2 MANUFACTURED UNITS/ MATERIALS A. Manufacturer 1. Minimum of 5 years of experience manufacturing galvani zed coated chain link fencing. 2. Approved Manufacturer or equal : a . Allied Fence , Inc. b . American Fence Corp. c . Anchor Fence , Inc . d. Master Halco , Inc . B . Materials 1. Chain Link Fence a. General 1) Posts , gate frames , braces , rails , stretcher bars , truss rods and tension wire shall be of steel. 2) Gate hinges , post caps , barbed wire supporting arms , stretcher bar bands and other parts shall be of steel, malleable iron , ductile iron or equal 3) Post tops, rail end, ties and clips may be of aluminum . 4) Use only new material , or salvaged/existing material if approved by City or noted on Drawings . b . Steel Fabric 1) Fabric a) No . 9 gauge b) 2-inch mesh (1) Commercial : both top and bottom selvages twisted and barged Residential: match ex isting or both top and bottom selvages knuckled (2) Furnish I-piece fabric widths. 2) Fabric Finish : Galvanized, ASTM A 392, Class I, with not less than 1.2 oz. zinc per square foot of surface. c . Aluminum Fabric C ITY O F FORT WORTH NORTH SID E IV 24-IN C H W ATER TRANSMISSION MAIN PH ASE I B STAN DARD CON STRUC TION SPECIF ICATIO N DOCUM EN TS Project No. I 02 68 7 Revised December 20, 20 12 32 31 13 -5 CHAIN LINK FENCE AND GA TES Page 5 of7 a) I 5/8 inch diameter galvanized round pipe for horizontal railing b) Pressed steel per ASTM F626 c) For connection of rail and brace to terminal posts 4) Top rail sleeves a) 7-inch expansion sleeve with a minimum 0.137 inch wire diameter and 1. 80 inch length spring, allowing for expansion and contraction of top rail 5) Wire ties a) 9 gauge galvanized steel wire for attachment of fabric to line posts b) Double wrap 13 gauge for rails and braces . c) Hog ring ties of 12-1/2 gauge for attachment 6) Brace and tension (stretcher bar) bands a) Pressed steel b) Minimum 300 degree profile curvature for secure fence post attachment c) At square post provide tension bar clips. 7) Tension (stretcher) bars: a) I piece lengths equal to 2 inches less than full height of fabric b) Minimum cross-section of3/16 inch x 3/4 inch c) Provide tension (stretcher) bars where chain link fabric meets terminal posts. 8) Tension wire a) Galvanized coated steel wire, 6 gauge , [0.192 inch] diameter wire b) Tensile strength : 75,000 psi 9) Truss rods & tightener a) Steel rods with minimum diameter of 5/16 inch b) Capable of withstanding a tension of minimum 2,000 pounds 10) Nuts and bolts are galvanized. 2. Wrought Iron Fence : specified per Drawings. 3 . Steel Tube Fence: specified per Drawings. 4. Setting Materials a. Concrete 1) Minimum 28 day compressive strength of 3,000 psi 2) Bagged concrete allowed. b. Drive Anchors 1) Galvanized angles 2) ASTM A 36 steel 3) I inch x I inch x 30 inch galvanized shoe clamps to secure angles to posts . 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 -EXECUTION 3.1 INSTALLERS (NOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. Verify areas to receive fencing are completed to final grades and elevations. 2 . Ensure property lines and legal boundaries of work are clearly established CITY OF FORT WORTH NORTHS ID E IV 24-INCH WATE R TRANSMISSION MAIN PHASE I B ST AND ARD CONSTRUCTION SPECIFICATION DOCUM EN TS Proj ect No. 102687 Revised December 20, 2012 32 3 I 13 -7 C HAIN LIN K FENCE AND GA TES Page 7 of7 c . Slats: Install slats in accordance with manufacturer 's in structions . C. Wrought Iron Installation: in stall per Drawing s D. Steel Tube Fence : install per Drawing s 3.5 REPAIR/RESTORATION [NOT USED) 3.6 RE-INSTALLATION [NOT USED) 3.7 FIELD QUALITY CONTROL [NOT USED) 3.8 SYSTEM STARTUP [NOT USED) 3.9 ADJUSTING [NOT USED) 3.10 CLEANING [NOT USED) 3.11 CLOSEOUT ACTIVITIES [NOT USED) 3 .12 PROTECTION [NOT USED] 3.13 MAIN TE NANCE [NOT USED) 3.14 ATTACHMENTS [NOT USED) END OF SECTION Rev is ion Lo g DATE NAME SUMMARY O F CH AN GE 12/20/2 01 2 D. John so n I . I .A . mod ifie d to descri b e when City wo ul d p ay fo r fence repl acement on uti lity projects CITY OF FO RT WO RTH NORTH SID E IV 24 -INC H WATER TRANSM ISS ION MAIN PHASE I B STANDARD CONSTRUCTION SPEC IFICATION DOCUMENTS Proj ect No . 102687 Rev ised December 20, 2012 32 31 26 - 1 WIRE FENC E AND GA TES PART 1-GENERAL 1.1 SUMMARY A. Section Includes: SECTION 32 31 26 WIRE FENCE AND GATES 1. Furnish and construct fence of barbed or smooth wire. 2 . On utility projects: Page 1 of 5 a . When existing fence is within the project Site (i.e . parallel to the utility trench and/or within utility easement) and is directly disturbed by construction activities, fencing will be paid for as listed in Article 1.2 below. b. When existing fence is crossing the proposed utility trench, the work performed and materials furnished in accordance with fence replacement will be considered subsidiary to the trench and no other compensation will be allowed. c. When existing fence is outside of the limits of the project Site or is identified as protected on the Drawings and is disturbed and/or by construction activities, replacement will be at the expense of the Contractor and no other compensation will be allowed. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division O -Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 -General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Wire Fence a . Measurement 1) Measurement for this Item shall be by the linear foot of Wire Fence, excluding gates. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of Wire fence installed for various: a) Post types b) Wire types c) Number of Strands as specified in the Drawings c . The price bid shall include: 1) Removal of existing fence and/or, unless specifically defined as a separate pay item on Drawings 2) Furnishing, preparing, hauling, and installing Wire Fence 3) Excavation , backfilling, and disposal of surplus material 4) Removal and trimming of brush and tree limbs 2. Steel Gates a . Measurement CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHAS E 18 STANDARD CONSTRUCTION SPECIFICATION DOC UM ENTS City Project No . 102687 Re vised December 20, 2012 32 31 26 -3 WIRE FENCE AND GA TES Page 3 of 5 B. Metal Posts and Braces 1. Steel Pipe: ASTM F 1083 2. T posts: ASTM A 702 3. Use only new steel. Do not use rerolled or open-seam material. 4. Furnish galvanized steel sections in ASTM F 1083. 5. Painting a. Use an approved anticorrosive coating. b. After installation of painted posts and braces, spot-coat damaged areas with the same paint color. c. Use paint with at least the same anticorrosive properties as the original paint. 6. Use the size, weight, and area of posts, braces, and anchor plates shown on the Drawings. C. Wood Posts and Braces 1. Untreated Wood: cedar or juniper timber 2. Treated Wood a . A WP A standards govern materials and methods of treatments including seasoning, preservatives, and inspection for treatment. b. Each piece or bundle of other treated-timber products must have: 1) Legible brand mark or tag indicating the name of the treater 2) Date of treatment or lot number 3) A WPA treatment specification symbol c. Provide the level of preservative indicated in Table 1. Table 1 Minimum Retention of Preservative Penta- Product chlorophenol AWPA (lb./cu. ft.) Standard AWPA for Preservative (P8/P9) Treatment Standard Wire fence posts 0.4 C5 (round)' I. Retention determined by assay (0 to 1.0 -inch zone). 3. Use sound timber that is free from decay, shakes, splits, or other defects that would weaken the posts or braces or otherwise make them structurally unsuitable for the purposes intended. 4. Knots that are sound, tight, trimmed flush, and not in clusters will be allowed, provided they do not exceed 1/3 of the small diameter or the least dimension of the posts and braces. 5. Remove spurs and splinters, cutting the ends square. D. Gates and Gateposts: Furnish materials to the required dimensions. E. Barbed and Smooth Wire: ASTM A 121, Class 1 1. Use wire consisting of2 strand, 12 1/2 gauge, twisted wire 2. Barbed Wire: 2-point 14 gauge barbs spaced no more than 5 inches apart F . Wire Mesh: ASTM A 116, Class 1 1. Top and bottom wires: at least 10 gauge wire CITY OF FORT WORTH NORTHSIDE IV 24-INCH WAT ER TRANSMISSION MAIN PHASE I B ST AND ARD CONSTRUCTION SPECIFICATION DOC UMENTS City Project No . I 02687 Revised December 20 , 2012 0. Drive metal line posts provided driving does not damage the posts. 32 31 26 -5 WIRE FENCE AND GA TES Page 5 of5 P . Set metal comers, ends, pull posts, and braces in concrete footings a minimum of 24 inches and crowned at the top to shed water. Q . Thoroughly tamp backfill in 4 inch layers. R. Notch timber posts . 3.5 REPAIR/RESTORATION [NOT USED) 3.6 RE-INSTALLATION [NOT USED) 3.7 FIELD QUALITY CONTROL [NOT USED) 3.8 SYSTEM STARTUP [NOT USED) 3.9 ADJUSTING [NOT USED) 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED) 3.13 MAINTENANCE [NOT USED) 3.14 ATTACHMENTS [NOT USED) END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson I . I .A. modified to describe when City would pay for fence replacement on utility projects CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHASE 1B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. l 02687 Revi sed December 20, 2012 32 91 19 -1 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page l of 3 SECTION 32 91 19 2 TOPSOIL PLACEMENT AND FINISHING OF ROADWAY RIGHT-OF-WAYS 3 PART 1-GENERAL 4 1.1 SUMMARY 5 1. Section Includes: 6 1. Furnish and place topsoil to a minimum of 3-inch depth unless otherwise shown on 7 the Drawings within the Roadway Right-of ways (Roadway ROW includes 8 medians and parkways between the curb and property line . 9 2. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 3. Related Specification Sections include but are not necessarily limited to 12 1. Division O -Bidding Requirements, Contract Forms, and Conditions of the Contract 13 2. Division 1 -General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURF.S 15 1. Measurement and Payment 16 1. Measurement 17 a. Measurement for this Item shall be by cubic yard of Topsoil in place. 18 2. Payment 19 a. The work performed and materials furnished in accordance with this Item and 20 measured as provided under "Measurement" will be paid for at the unit price 21 bid per cubic yard of in place/tamped Topsoil. 22 b. All excavation required by this Item in cut sections shall be measured in 23 accordance with provisions for the various excavation items involved with the 24 provision that excavation will be measured and paid for once, regardless of the 25 manipulations involved. 26 3 . The price bid shall include : 27 a. Furnishing Topsoil 28 b . Loading 29 C. Hauling 30 d . Placing 31 1.3 REFERENC~ [NOT USED] 32 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 33 1.5 ACTION SUBMITTALS [NOT USED] 34 1.6 ACTION SUBMITTALS/INFORMA TIONAL SUBMITTALS [NOT USED] 35 1.7 CLOSEOUT SUBMITTALS [NOT USED] 36 1.8 MAINIENANCE MATERIAL SUBMITTALS [NOT USED] 37 1.9 QUALITY ASSURANCE [NOT USED] 38 1.10 DELIVERY, S10RAGE, AND HANDLING [NOT USED] 39 1.11 FIELD [SITE] CONDITIONS (NOT USED] CITY OF FORT WORTH NO RT HSIDE IV 24-IN CH WATER TRANSMISSIO N MA1N , PHASE 18 ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. l 02687 Revised March 11, 2022 329119-3 TOPSOIL PLAC EM ENT AND FINISHING OF PARKWAYS Page 3 of 3 I 6. The design grade from the right-of-ways extends to the back of the walk line. 2 7 . From that point (behind the walk), the grade may slope up or down at maximum 3 slope of 4:1. 4 2 . Placing of Topsoil 5 I . Spread the topsoil to a uniform loose cover at the thickness specified. 6 2 . Place and shape the topsoil as directed. 7 a. Hand tamp or roll topsoil surface (with hand tamper or landscaping roller or 8 other accepted method) and finish a minimum of 5 feet from all flatwork. 9 b. Ensure topsoil is free from objectionable material including subsoil, weeds, 10 clay lumps , non-soil materials, roots, stumps or stones larger than 1.0 inches 11 c. No additional topsoil should be added within the critical root zone of trees. 12 Tamp the topsoil with a light roller or other suitable equipment. 13 3.5 REPAIR/RFSTORATION] [NOT USED] 14 3.6 RE-INSTALLATION [NOT USED] 15 3.7 FIELD QUALI1Y CON1ROL [NOT USED] 16 3.8 SYS1EM STARTUP [NOT USED] 17 3.9 ADJUSTING [NOT USED] 18 3.10 CLEANING [NOT USED] 19 3.11 CLOSEOUT ACTIVITIES [NOT USED] 20 3.12 PROTECTIO N [NOT USED] 21 3.13 MAINTENANCE [NOT USED] 22 3.14 ATTACHMENTS [NOT USED] 23 END OF SECTION 24 25 Revision Log DATE NAME SUMMARY OF CHANGE 3/1 1/2022 MOwen !Revised title of sp ecification and provided clarifications in Sections 1.1 Summary , 12 .2 Materials, 3.4 Installation CITY OF FORT WORTH NORTHSIDE IV 24-INCH WA TER T RANSMISSION MAIN , PHASE 18 STANDARD CONSTRUCTION SP ECIFICATION DOCUMENTS City Project No . 102687 Revised March 11 , 2022 SECTI O N 32 92 13 2 SODDING 3 4 PART 1-GENERAL 5 1.1 SUMMARY 6 A Section Includes: 7 1. Furnishing and installing grass sod as shown on Drawings, or as directed . 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 32 92 13 - I SODDING Page I of7 11 1. Division O -Bidding Requirements, Contract Forms, and Conditions of the Contract 12 2 . Division 1 -General Requirements 13 3. Section 31 10 00 -Site Clearing 14 4 . Section 32 91 19 -Topsoil Placement and Finishing of Parkways 15 5. Section 32 84 23 -Irrigation 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A Measurement and Payment 18 1. Sod Placement 19 a. Measurement 20 1) Measurement for this Item shall be by the square yard of Sod complete in 21 place for uniform vegetative coverage. 22 b . Payment 23 1) The work performed and materials furnished in accordance with this Item 24 and measured as provided under "Measurement" will be paid for at the unit 25 price bid per square yard of Sod placed . 26 c . The price bid shall include: 27 1) Surface preparation, scarifying subgrade, cleaning, and fine grading as 28 described in section 3 .3 Preparation 29 2) Furnishing and placing all sod (until established complete in place with no 30 gaps or overlaps) 31 3) Rolling and tamping 32 4) Watering (until established) 33 5) Fertilizer, if required by City to be determined by soil test 34 6) Disposal of surplus materials off site or as directed by City 35 7) Weed removal (until established) 36 8) Mowing of two cycles , beginning at thirty (30) days from installation or 37 when blade height is 4" or greater, whichever comes first 38 9) Mowing cycles shall be spaced a minimum often (10) days apart (until 39 established) 40 d. Exceptions to c . include the following for areas to be turned over to adjacent 41 properties for maintenance: CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHASE 1B STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS City Project No . 102687 Revised May 13 , 2021 1. Provide unopened bags labeled with the manufacturer's guaranteed fertilizer 2 analysis. 3 2. Conform to Texas fertilizer law, Texas Agriculture Code Chapter 63 . 4 3 . Provide to City application rate for which fertilizer will be applied. 5 1.11 FIELD [SI1E] CONDITIONS 32 92 13 -3 SODDlNG Page 3 of7 6 A Grading of site and installation of topsoil must be approved by City prior to application 7 of sod. 8 1.12 WARRANIY 9 A Warranty Period : Until project acceptance or through required maintenance period , 10 whichever is longer duration of time . 11 B. Warrant sod against defects in product, installation and workmanship. 12 1. Exceptions include 13 a. When maintenance is transferred to the adjacent property owner during the 14 project or after project acceptance 15 b. Vandalism caused by persons other than contractor or subcontractors of this 16 project 17 c. Improper watering by persons other than contractoror subcontractors of this 18 project 19 d. Damage caused by vehicles or equipment other than contractor or 20 subcontractors of this project. 21 e. Sod that goes dormant after job acceptance 22 PART2 -PRODUCTS 23 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 24 2.2 MA1ERIALS AND EQUIPMENT 25 A Materials 26 I. Sod 27 a. Sod Varieties (match existing if applicable) 28 1) "Cynodon dactylon TIF419" or "TIFWAY" or "TIFTUF" (Bermudagrass 29 hybrid) 30 2) or an approved St. Augustine grass 31 3) or an approved Zoysia grass 32 b. Sod must contain stolons, leaf blades, rhizomes and roots as appropriate to 33 species. 34 c . Sod shall be alive, healthy and free of insec ts, disease, stones, undesirable 35 foreign materials and weeds and grasses dele terious to its growth or which might 36 affect its subsistence or hardiness when transplanted. 37 1) Johnsongrass not allowed 38 2) Nutgrass not allowed 39 3) Millet not allowed 40 d. Sod shall have been produced on growing beds of clay or clay loam topsoil. 41 e. Sod must not be harvested or planted when its moisture condition is so 42 excessively wet or dry that its survival will be affected . 43 2. Minimum sod thickness: 1/2-inch minimum CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHASE 18 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102687 Revised May 13 , 2021 329213-5 SODDING Page 5 of7 1 1. Stumps, stones, and other objects larger than I-inch. 2 2 . Roots, brush, wire, stakes, etc. 3 3. Any objects that may interfere with sodding or maintenance. 4 B. Scarify Subgrade 5 1. Scarify subgrade to a depth of 2-inches before depositing the required topsoil. 6 2. Compacted or heavily vegetated areas may be tilled 3-inches deep with City approval 7 a. For tilled areas, use a heavy-duty disc or a chisel-type breaking plow, chisels 8 set not more than IO-inches apart. 9 b . Initial tillage shall be done in a crossing pattern for double coverage, then 10 followed by a disc harrow . Depth of tillage may be up to 3-inches. 11 c. Areas sloped greater than 3:1 : run a tractor parallel to slope to provide less 12 seed/water run-off 13 3. Areas near trees: Do not till within dripline of tree . Do not disturb the Tree Protectim 14 Area, or canopy dripline. 15 C. Cleaning 16 1. Soil shall be further prepared by the removal of debris, building materials, rubbish, 17 and rock 1-inch and greater, and weeds. 18 2 . Remove and dispose of debris off-site. 19 D. Fine Grading : 20 1. After scarifying or tilling and cleaning, all areas to be sodded shall have 3-inches of 21 topsoil placed, be leveled, fine graded by use of weighted spike and harrow, or float 22 drag, or hand grading to eliminate ruts, depressions, humps , and objectionable soil 23 clods. This shall be the final soil preparation step to be completed prior to 24 inspection before sodding. 25 2. Areas near trees: Do not disturb the Tree Protection Area, or canopy dripline 26 3.4 INSTALLATION 27 A General 28 1. Do not lay sod when ground is frozen. 29 2 . Over-seeding with Elbon Rye shall be included from November I until March 1. 30 Refer to Section 32 92 14 "Seeding" for seed rates . 31 B. Installation 32 1. Plant sod specified after the area has been inspected and accepted by City for 33 planting 34 2 . Scarify 2-inches of subgrade and place a minimum of 3-inches of topsoil per Section 35 32 91 19 on areas to receive sod. 36 3. Sod to be laid parallel to the contours in areas as specified. Sod to be laid 37 perpendicular to slopes greater than or equal to 4:1. 38 4. Use care to retain native soil on the roots of the sod during the process of excavating, 39 hauling and planting. 40 5. Keep sod material moist from the time it is dug until planted. Dry sod shall be 41 rejected. 42 6. Fill in slumped areas due to watering to keep sod moist. CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHASE 18 STANDARD CONSTRUCTION SPECIFICATION DOCUM EN TS City Project No . 102687 Revi sed May 13 , 2021 B. Acceptance 2 1. Sod shall be accepted once fully established . 32 92 13 -7 SODDING Page 7 of 7 3 a. Sodded area must have 100 percent ground coverage and a blade height of 3- 4 inches with 2 mow cycles, minimum ten (10) days apart, performed by the 5 Contractor prior to consideration of acceptance by the City. 6 b. Grass shall be actively growing and free of disease and pests. 7 c. Ground surface to be smooth and free of foreign material and rock or clods 1- 8 inch diameter and greater. 9 C. Replanting 10 I . Replant areas with dead blocks of sod (50 percent of individual block or greater). 11 D . Rejection 12 1. City may reject sod area based on the following items prior to final acceptance: 13 a. Weed populations 14 b. Poor installation including but not limited to gaps and/or overlapping sod 15 c. Disease and/or pests 16 d. Insufficient or over watering 17 e. Poor or improper maintenance 18 f. Soil settlement in excess of I-inch . 19 3.14 ATTACHMENTS [NOT USED] 20 END OF SECTION 21 Revision Log DATE NAME SUMMARY OF CHANGE Removed information and details regarding seed, native grasses and wildflowers. These items are addressed in new specification 32 92 14 and Parks specification for native grasses/wildflowers. Items pertaining to fertilizer throughout document updated to include soil testing. Remove and replace "block sod" with "sod" May 13 , 2021 MOwen throughout document. Updated 1.2 payment measurement. 3.3 Preparation updated to reflect current industry tree care standards for root zone disturbance. 3 .4 lnstallation added descriptions to clarify acceptable installation. 3.13 Maintenance added descriptions to clarify acceptance and rejection of sodded areas including growth , mow cycle and watering. Inserted exceptions associated with sod to be turned over to adjacent property owner. 22 CITY OF FORT WORTH NORTHSJDE IV 24-INCH WATER TRANSMISSION MAIN PHASE 18 STANDARD CONSTRUCTION SPEC IFICATION DOCUMENTS City Project No . 102687 Revised May 13 , 2021 32 92 14 - 1 NON-NAT IVE SEEDING Page 1 of 8 l SECTION 32 92 14 2 NON-NATIVE SEEDING 3 PART 1 -GENERAL 4 1.1 SUMMARY 5 A Section Includes : 6 1. Furnishing and installing grass seed as shown on Drawings, or as directed. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division O -Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2 . Division 1 -General Requirements 12 3 . Section 31 10 00 -Site Clearing 13 4 . Section 32 91 19 -Topsoil Placement and Finishing of Parkways 14 5 . Section 32 84 23 -Irrigation (if used) 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A Measurement and Payment 17 1. Seeding 18 a . Measurement 19 1) Measurement for this Item shall be by the square yard of Seed spread, 20 complete in place for uniform vegetative coverage. 21 b. Payment 22 1) The work performed and materials furnished in accordance with this Item 23 and measured as provided under "Measurement" will be paid for at the unit 24 price bid per square yard of Seed placed for various installation methods . 25 c . The price bid shall include: 26 I) Surface preparation, scarifying subgrade, cleaning , and fme grading as 27 described in section 3 .3 Preparation 28 2) Furnishing and placing all Seed (until established complete in place) 29 3) Perform soil testing, ifrequirement is included on construction drawings, as 30 directed by City 31 4) Furnishing and applying water Slurry and hydraulic mulching, if using 32 method 33 5) Fertilizer , if required by City to be determined by soil test 34 6) Soil Retention Blanket, if required on construction drawings , as directed by 35 City 36 7) Watering (until established) 37 8) Disposal of surplus materials off site or as directed by City 38 9) Weed Removal (until established) 39 10) Minimum mowing of two cycles , beginning forty-five (45) days from 40 germination or when blade height it 4" or greater, whichever comes first 41 11) Mowing cycles shall be spaced a minimum of ten (10) days apart (until 42 established) C ITY OF FORT WORT H NORTHSIDE IV 24-INCH WAT ER T RA NSMISSION MA IN PHAS E 1 B STANDARD C O NSTR UCTION SPEC IFI CATION DOCUMENTS C ity Proj ect No . 102687 Rev ised May 13, 202 1 32 92 14 -3 NON-NATIVE SEEDING Page 3 of 8 1.11 FIELD [SI1E] CONDITIONS 2 A Grading of site and installation of topsoil must be approved by City prior to application 3 of seed. 4 1.12 WARRAN1Y 5 A Seed to be replaced if coverage does not exceed 70 percent within forty-five ( 45) days 6 from germination. 7 B. Warranty Period: until job acceptance or through maintenance period, whichever is 8 longer duration of time. 9 C. Warrant seed against defects in product, installation and workmanship. 10 1. Exceptions include 11 a. Vandalism caused by persons other than contractor or subcontractors of this 12 project 13 b. Improper watering or maintenance by persons other than contractoror 14 subcontractors of this project 15 c. Damage caused by vehicles or equipment other than contractor or subcontractors 16 of this project. 17 PART 2 -PRODUCTS 18 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 19 2.2 MA1ERIALS AND EQUIPMENT 20 A Materials 21 1. Seed 22 a . General 23 1) Plant all seed at rates based on pure live seed (PLS) 24 a) Pure Live Seed (PLS) determined using the formula: 25 (1) Percent Pure Live Seed= Percent Purity x [(Percent Germination + 26 Percent Firm or Hard Seed)+ 100] 27 2) Availability of Seed 28 a) Substitution of individual seed types due to lack of availability may be 29 done through the submittal process for review and approval by City. 30 b) Notify the City prior to bidding of difficulties locating certain species. 31 3) Weed seed 32 a) Not exceed one percent by weight of the total of pure live seed (PLS) 33 and other material in the mixture 34 b) Seed not allowed: 35 (1) Johnson grass 36 (2) Nutgrass 37 (3) Millet 38 4) Harvest seed within twelve (12) months prior to planting 39 b . Non-native Grass Seed 40 1) Plant between March 21 and October 31 41 lbs . Corrnnon Name Botanical Name PLS / Acre Purity (percent) Germination (percent) CITY OF FORT WORT H NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHAS E 18 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102687 Revi sed May 13, 2021 329214 -5 NO N-NAT NE S EEDING Page 5 o f 8 2.4 SOURCE QUALI1Y CONIROL [NOT USED] 2 PART 3 -EXECUTION 3 3.1 INSTALLERS [NOT USED] 4 3.2 EXAMINATION 5 A City may examine site grading to ensure grading conforms to appro ved drawings, prior to 6 installation of seed. 7 1. City will notify Contractor if grading is to be inspected prior to seed installation . 8 3.3 PREPARATION 9 A Surface Preparation : clear surface of all material including the following and dispose of 10 off-site or as directed by City : 11 1. Stumps , stones , and other objects larger than I-inch . 12 2 . Roots, brush, wire, stakes, etc . 13 3 . Any objects that may interfere with seeding or maintenance. 14 B. Scarify Subgrade 15 1. Scarify subgrade to a depth of 2-inches before depositing the required topsoil. 16 2 . Compacted or heavily vegetated areas may be tilled 3-inches deep with City 17 approval 18 a. For tilled areas, use a heavy-duty disc or a chisel-type breaking plow , chisels 19 set not more than 1O-inches apart. 20 b . Initial tillage shall be done in a crossing pattern for double coverage, then 21 followed by a disc harrow . Depth of tillage may be up to 3-inches. 22 c . Areas sloped greater than 3: 1 : run a tractor parallel to slope to provide less 23 seed/water run-off 24 3 . Areas near tr ee s: Do not till within driplin e of tree. Do not disturb the Tree 25 Protection Ar ea, or canopy drip line . 26 C. Cleaning 27 1. Soil shall be further prepared by the removal of debris , building materials , rubbish , 28 and rock 1-inch and greater, and weeds. 29 D.Fine Grading: 30 1. After scarifying or tilling and cleaning, all areas to be seeded shall have 3-inches of 31 topsoil placed, be leveled , fine graded , and a weighted spike and harrow or float 32 drag . The required shall be the elimination of ruts , depressions, humps, and 33 objectionable soil clods . This shall be the final soil preparation step to be completed 34 prior to inspection before s ee ding. 35 2 . Areas near trees : Do not disturb the Tree Protection Area, or canopy dripline 36 3.4 INSTALLATION 37 A G eneral 38 1. Seed only those areas indicated on the Drawings and areas disturbed by 39 construction . 40 2 . Mark each area to be seeded in the field prior to seeding for City approval C ITY OF FORT WORT H NORTHSIDE IV 24-INC H WATE R TRANSMIS SIO N MAIN PH ASE 18 ST AND ARD C O NSTR UCT ION S P ECIF IC ATION DOCUMENTS City Proj ect No . l 02 687 R ev ised May 13, 2021 3.5 REPAIR/RF.SIDRATION [NOT USED] 2 3.6 RF.rINSTALLATION [NOT USED) 3 3. 7 FIELD QUALI1Y CONIROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED) 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINIENANCE 10 A Seeded Areas 329214-7 NON-NATIVE SEEDING Page 7 of 8 11 1. Water and mow seeded area until completion and final acceptance of the Project or 12 as directed by the City. 13 2. Maintain the seeded area until each of the following is achieved: 14 a. Vegetation is evenly distributed 15 b . Vegetation is free from bare areas 16 c. Trim and maintain along edges including curbs, drives , and walkways with 17 maximum 1-inch surface elevation change. 18 d. Includes protection, reseeding, and maintaining grades with no settlement over 19 I-inch, and immediate repair of erosion damage until the project receives final 20 acceptance. 21 B. Acceptance 22 1. Turf will be accepted once fully established as follows: 23 a. Seeded area must have minimum 70 percent uniform ground coverage without 24 bare areas greater than six-inches square or thirty-six (36) square inches and 25 blade height of3-inches with two (2) mow cycles , minimum ten (10) days apart, 26 performed by the Contractor prior to consideration of acceptance by the City . 27 b. Grass shall be actively growing and free of disease and pests . 28 c. Ground surface to be smooth and free of foreign material and rocks or clods 1- 29 inch diameter and greater. 30 C. Rejection 31 1. City may reject seeded area based on the following items: 32 a. Weed populations 33 b. Poor installation including lack of coverage 34 c . Disease and/or pests 35 d . Insufficient or over watering 36 e. Poor or improper maintenance 37 f. Soil settlement in excess of I-inch 38 3.14 ATTACHMENTS [NOT USED) 39 END OF SECTION 40 CITY OF FORT WORTH NORTHSIDE JV 24-INCH WATER TRANSMISSION MAIN PHASE 18 STANDARD CONSTRUCTION SP EC IFICATION DOCUMENTS C ity Project No . 102687 Revised May 13, 2021 33 01 30 -1 S EW ER AND MANHOLE TES TING Page 1 of? SECTION 33 01 30 2 SEWER AND MANHOLE TESTING 3 PART 1-GENERAL 4 1.1 SUMMARY 5 A Section Includes: 6 1. Testing for sanitary sewer pipe and manholes prior to placing in service 7 a . Low Pressure Air Test and Deflection (Mandrel) Test 8 1) Excludes pipe with flow 9 2) Hydrostatic Testing is not allowed. 10 b . Vacuum Testing for sanitary sewer manholes 11 2 . Before any newly constructed sanitary sewer pipe and manholes are placed into 12 service it shall be cleaned and tested. 13 3 . Pipe testing will include low pressure air test for 60-inch pipe and smaller. 14 4 . Pipe testing will include low pressure air test of joints for 27-inch or larger pipe. 15 5 . Pipe testing will include deflection (mandrel) test for pipe. 16 6 . Hydrostatic testing is not allowed . 17 7 . Manhole testing will include vacuum test. 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to : 21 1. Division 0 -Bidding Requirements , Contract Forms, and Conditions of the 22 Contract 23 2 . Division 1 -General Requirements 24 3. Section 03 80 00 -Modifications to Existing Concrete Structures 25 4. Section 33 04 50 -Cleaning of Sewer Mains 26 1.2 PRICE AND PAYMENT PROCEDURES 27 A Measurement and Payment 28 1. Pipe Testing 29 a. Measurement 30 1) This Item is considered subsidiary to the sanitary sewer main (pipe) 31 completed in place. 32 b . Payment 33 1) The work performed and the materials furnishing in accordance with this 34 Item are subsidiary to the unit price bid per linear foot of sanitary sewer main 35 (pipe) complete in place, and no other compensation will be allowed. 36 2. Manhole Testing 37 a . Measurement 38 I) Measurement for testing manholes shall be per each vacuum test. 39 b . Payment C IT Y OF FORT W O RT H NO RTHSIDE IV 24-IN C H WATER T RA N SMISSION MA IN PHA S E 1B STANDARD C ONSTR UCT ION SPEC IFIC ATION DOCUM ENTS City Project No . 102687 Rev ised September 7, 201 8 33 01 30 -3 SEWER AND MANHOLE TESTING Page 3 of7 1.10 DELIVERY, STORAGE, AND HANDLING (NOT USED] 2 1.11 FIELD [SI1E] CONDITIONS (NOT USED] 3 1.12 WARRAN1Y [NOT USED] 4 PART 2 -PRODUCTS (NOT USED] 5 PART 3 -EXECUTION 6 3.1 INSTALLERS [NOT USED] 7 3.2 EXAMINATION (NOT USED] 8 3.3 PREPARATION 9 A Low Pressure Air Test (Pipe 60 inch and smaller) 10 1. Clean the sewer main before testing, as outlined in Section 33 04 50. 11 2 . Plug ends of all branches, laterals, tees, wyes, and stubs to be included in test. 12 B. Low Pressure Joint Air Test (Pipe 27 inch or larger) 13 1. Clean the sewer main before testing, as outlined in Section 33 04 50. 14 2. Assemble individual joint tester over each joint from within the pipe. 15 C. Deflection (mandrel) test (Pipe) 16 1. Perform as last work item before final inspection. 17 2 . Clean the sewer main and inspect for offset and obstruction prior to testing. 18 3. Materials 19 a. Mandrel used for deflection test 20 1) Use of an uncertified mandrel or a mandrel altered or modified after 21 certification will invalidate the deflection test. 22 2) Mandrel requirements 23 a) Odd number oflegs with 9 legs minimum 24 b) Effective length not less than its nominal diameter 25 c) Fabricated of rigid and nonadjustable steel 26 d) Fitted with pulling rings and each end 27 e) Stamped or engraved on some segment other than a runner indicating 28 the following: 29 (1) Pipe material specification 30 (2) Nominal size 31 (3) Mandrel outside diameter (OD) 32 t) Mandrel diameter must be 95 percent of inside diameter (ID) of pipe. 33 g) Mandrel equipment shall be suitable for the pipe material to prevent 34 damage to the pipe. Consult manufacturer for appropriate mandrel 35 equipment. 36 D. Vacuum test (Manhole) 37 1. Plug lifting holes and exterior joints. 38 2. Plug pipes and stubouts entering the manhole. CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHASE 18 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102687 Revi sed September 7, 2018 33 01 30 -5 SEWER AND MANHOLE TESTlNG Page 5 of7 1 2 6 . Stop test ifno pressure loss has occurred during the first 25 percent of the 3 calculated testing time. 4 B. Low pressure joint air test (27 Inch or larger pipe) 5 1. All pipe joints, for all pipe materials , shall be tested in accordance with ASTM 6 Cl103asfollows: 7 2. Equipment shall be the product of manufacturers having more than five years of 8 regular production of successful joint testers. Joint tester shall be as manufactured 9 by Cherne IndustriaL Inc., of Edina, Minnesota, or approved equal. 10 3. Follow equipment manufacturer's recommendations when performing tests; only 11 experienced technicians shall perform tests. 12 4. The testing equipment shall be assembled and positioned over the center of the pipe 13 joint and the end element tubes inflated to a maximum of 25 psi. 14 5. Pressurize the center joint test area to 4 .0 psig and allow the temperature and 15 pressure to stabilize at the minimum of 2.5 psig for a period of 2.0 minutes prior to 16 testing . 17 6 . To test , adjust the pressure to 3.5 psig and measure the time required to decrease the 18 pressure from 3.5 psig to 2 .5 psig . 19 7. The joint is acceptable if the time for the pressure to drop from 3.5 psig to 2.5 psig 20 is greater than 10 seconds . 21 C. Deflection (mandrel) test (Pipe) 22 1. For pipe 36 inches and smaller, the mandrel is pulled through the pipe by hand to 23 ensure that maximum allowable deflection is not exceeded . 24 2. Maximum percent deflection by pipe size is as follows: 25 Nominal Pipe Size Inches Percent Deflection Allowed 12 and smaller 5.0 15 through 30 4.0 Greater than 30 3.0 26 27 D. Vacuum test (Manhole) 28 1. Test manhole prior to coating with epoxy or other material. 29 2 . Draw a vacuum of 10 inches of mercury and turn off the pump . 30 3. With the valve closed, read the level vacuum level after the required test time . 31 4. Minimum time required for vacuum drop of I inch of mercury is as follows: 32 CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHAS E 1B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No . 102687 Rev ised September 7, 201 8 33 01 30 -7 SEWER AND MANHOLE TESTING Page 7 of7 a. Should the vacuum test fail, repair suspect area and retest. 2 1) External repairs required for leaks at pipe connection to manhole . 3 a) Shall be in accordance with Section 03 80 00. 4 2) Leaks within the manhole structure may be repaired internally or 5 externally. 6 3.8 SYS1EM STAR11JP [NOT USED] 7 3.9 ADJUSTING [NOT USED] 8 3.10 CLEANING [NOT USED] 9 3.11 CLOSEOUT ACTIVITIF.S [NOT USED] 10 3.12 PROTECTION [NOT USED] 11 3.13 MAINTENANCE [NOT USED] 12 3.14 ATTACHMENTS [NOT USED] 13 END OF SECTION 14 Revision Log DATE NAME SUMMARY OF CHANGE 8/10 /2018 W . Norwood 3.4.D Require testing prior to coating manholes 3 .3, A&B, Add individual joint testing option for 27 inch and larger with 9/7/2018 W. Norwood independent testing. 3.4.A Include UNI-B-6, Table 1 for low pressure air test 4.4 .B Include individual joint testing requirements 15 CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHASE 1B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102687 Revised September 7, 2018 330131-1 CLOS ED C CRCUIT TELEVISION (CC TV) IN SP EC TION -SANlT ARY SEW ER Page I of 10 1 SECTION 33 01 31 2 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION -SANITARY SEWER 3 PART 1-GENERAL 4 1.1 SUMMARY 5 A Section Includes : 6 1. Requirements and procedures for Closed Circuit Television (CCTV) Inspection 7 of sanitary sewer 8 2 . For City Capital Improvement Projects , which include sanitary sewer 9 rehabilitation projects, a Post-CCTV is required. Pre-CCTV for mains will be 10 project specific and noted on the plans. 11 3 . For new development sanitary sewer installation , a Post-CCTV is required . 12 4 . For all City Capital Improvement Projects and new development sanitary sewer 13 installation , a Final Manhole CCTV is required. 14 5. Final-CCTV will be project specific , and would include major collector, arterial, 15 County, Railroad , and TXDOT projects that include extensive paving , 16 structures, drainage , and grading activities 17 B. Deviations from this City of Fort Worth Standard Specification 18 1. None. 19 C. Related Specification Sections include, but are not necessarily limited to: 20 1. Division 0 -Bidding Requirements , Contract Forms, and Conditions of the 21 Contract 22 2 . Division 1 -General Requirements 23 3. Section 33 03 10 -Bypass Pumping of Existing Sewer Systems 24 4 . Section 33 04 50 -Cleaning of Sewer Mains 25 5. Section 013216 -Construction Progress Schedule 26 1.2 PRICE AND PAYMENT PROCEDURFS 27 A Pre-CCTVInspection 28 1. Measurement 29 a. Measurement for this Item will be by the linear foot of line televised for CCTV 30 Inspection performed prior to any line modification or replacement determined 31 from the distance recorded on the video log . 32 2. Payment 33 a. The work performed and materials furnished in accordance with this Item and 34 measured as provided under "Measurement" will be paid for at the unit price 35 bid per linear foot for "Pre-CCTV Inspection". 36 1) Contractor will not be paid for unaccepted video. 37 3. The price bid shall include: 38 a. Mobilization 39 b. Cleaning 40 c . Digital file C ITY OF FORT WORT H NORTHSIDE IV 24-INC H WATER T RA NSMISSION MAIN , PH A SE 1B STANDARD C O NSTR UCT IO N SPEC IFI C ATION DOC UM EN TS City Project No . 102 687 Rev ised March 11 , 2022 33013 1-3 CLOS ED CIRCUIT TELEVISIO (C CTV) INSPECTION -SANJT ARY SEWER Page 3 of 10 1.3 REFERENCES 2 A Reference Standards 3 1. Reference standards cited in this Specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end of this 5 Specification , unless a date is specifically cited. 6 2. City of Fort Worth Water Department 7 a. City of Fort Worth Water Department CCTV Inspection and Defect Coding 8 Program (CCTV Manual). City of Fort Worth Water Department CCTV 9 Inspection Log . 10 B. Definitions 11 1. Pre-CCTV -CCTV Inspection performed by Contractor on existing mains prior 12 to any line modification or replacement. 13 2. Post CCTV -CCTV Inspection performed by Contractor following installation 14 of new mains but before completion of other infrastructure (i.e. streets, 15 sidewalks, final grading, etc . ) 16 3. Final CCTV -CCTV Inspection performed by Contractor on mains and 17 manholes after all construction is complete. Includes CCTV of the manholes 18 (including grade rings, casting, etc .) after street construction, final grading, and 19 manhole coating, if the coating is required. 20 C. Final Manhole CCTV -CCTV Inspection performed by Contractor on manholes and/or 21 junction structures, after all construction is complete . Includes CCTV of the manholes/ 22 (including grade rings, casting, etc.) after street construction, final grading, and 23 manhole coating, if the coating is required. 24 1.4 ADMINIS1RA1IVE REQUIREMENTS 25 A Coordination 26 1. Sanitary Sewer Lines 27 a. Meet with City of Fort Worth Water Department staff to confirm that the 28 appropriate equipment, software, standard templates, defect codes and defect 29 rankings are being used, if required . 30 B. Schedule 31 1. Include Pre, Post, Final Manhole, and Final CCTV schedule as part of the 32 Construction Progress Schedule per Section O 1 32 16 . 33 2. Allow time for City review (2 weeks minimum -Notification needs to be sent 34 out to Project Manager, City Inspector, & Field Operations). Post-CCTV can be 35 scheduled and submitted for review after each sewer main construction has been 36 completed. 37 3. IfCCTV is accepted by City Project Manager, proceed with work If rejected, 38 coordinate with City per Part 1.4 A 39 1.5 SUBMITIALS 40 A Submittals shall be in accordance with Section 01 33 00 . CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN, PHASE 18 STANDARD CONSTRUCTION SP ECIF ICATION DOCUMENTS City Project No. 102687 Revised March 11 , 2022 330131-5 CLOSED CIRCUIT TELEVISION (CCTV)INSPECTION -SANIT ARY SEW ER 2 3 4 5 6 7 8 9 10 11 12 13 14 15 1.6 b. City Name C. City Project number d. Project name e. Main number f . Upstream SS Manhole ( or Plug) station g. Downstream SS Manhole station h. Diameter I. Grade/Slope J. Material k. Length 1. Contractor m. Inspectors name n. Travel direction 0. Date Construction INFO RMATI O NAL SUBMITIALS 16 A Pre-and Post CCTV submittals Page 5 of IO 17 1. CCTV video results shall be submitted to City that can be uploaded to shared 18 common location by the inspection staff, upon confirmation that the submittal is 19 complete (partial submissions are not accepted, except in special situations that 20 are approved by the Water Department). For pre-CCTV submittals , approval of 21 the submittal shall be provided by the Project Manager prior to construction 22 start when connecting to existing sewer. 23 2. Alternatively, the Inspector can provide Contractor access to upload directly to 24 common location. Inspection and Water Operations staff shall be notified when 25 CCTV upload is completed in order to confirm submittal is complete. Inspectnn 26 Report (separate report file for each individual shall be submitted to Inspector or 27 directly uploaded to shared common location. 28 B. Additional information that may be requested by the City 29 1. Listing of cleaning equipment and procedures 30 2. Listing of flow diversion procedures if required 31 3. Listing of CCTV equipment 32 4. Listing of backup and standby equipment 33 5. Listing of safety precautions and traffic control measures 34 1.7 CLOSEOUT SUBMITIALS 35 A Final CCTV shall not be completed until all manholes and surface covers are set to fmal 36 grade. All as built changes to plan and profile drawings (redlines), are required to be 37 reflected on the fmal CCTV inspection information. Final CCTV shall not be 38 completed until all as built corrections have been made. 39 1. Final-CCTV submittals CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN, PHASE 18 STANDARD CONSTRUCTION SP EC IFICATION DOCUM EN TS City Project No. 102687 Revi sed March I I , 2022 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 330131-7 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION -SANITARY S EWER Page 7 of 10 b. The radial view camera must be solid state color and have remote control of the rotational lens. The camera shall be capable of viewing the complete circumference of the pipe and manhole structure, including the cone-section or corbel. The camera lens shall be an auto-iris type with remote controlled manual override. 2. Video Capture System a. The video and audio recordings of the sewer inspections shall be made using digital video equipment. A video enhancer may be used in conjunction with, but not in lieu of, the required equipment. The digital recording equipment shall capture sewer inspection on USB drive, with each sewer segment (from upstream manhole to downstream manhole) inspection recorded as an individual file in MP4 with H264 code format. b . The system shall be capable of printing pipeline inspection reports with captured images of defects or other related significant visual information on a standard color printer. c . The system shall store digitized color picture images and be saved in digital format on a USB drive. d. The system shall be able to produce data reports to include, at a minimum, all observation points and pertinent data. All data reports shall match the defect severity codes outlined in the City's CCTV manual ( electronic copy available on Water Department 's website - http:/ /fortworthtexas.gov/water/wastewater/CCTV Manual . e. Camera footage, date & manhole numbers shall be maintained in real time and shall be displayed on the video monitor as well as the video character generators illuminated footage display at the control console. 28 PART 3 -EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION 32 A General 33 1. Prior to inspection obtain pipe and manhole asset identification numbers from 34 the plans or City to be used during inspections. Inspections performed using 35 identification numbers other than the line number ( or existing sanitary sewer 36 main/lateral) and station numbers from plans or from assigned numbers from the 37 City will not be accepted. 38 2 . CCTV Inspection shall not commence until the sewer section to be televised has 39 been completely cleaned in conformance with Section 33 04 50. 40 41 42 43 44 3 . CCTV Inspection shall not commence until the sewer section to be televised has been completely cleaned in conformance with Section 33 04 50. (Sewer system should be connected to existing sewer system and should be active) 4. A final CCTV Inspection of newly installed sewers (not yet in service) shall not commence until completion of the following items: CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN, PHASE IB STANDARD CONSTRUCTION SP ECIFICATION DOCUMENTS City Project No. 102687 Revi sed March 11 , 2022 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 35 36 37 38 39 40 41 42 43 44 45 46 47 48 33 01 3 I -9 C LOS ED CIRCUIT T ELEVISION (CCTV) INSP EC TION -S ANIT ARY S EW ER Pag e 9 o f IO 10. Notate other locations that do not appear to be typical for normal pipe conditions. For example , locations could include conflicts between the replaced main with other utilities (including paving and storm sewer), causing pipe deflections, sags , etc . holding water. This could also include any damage to the main and/or services after the main has been replaced . These locations could occur between the Post-CCTV and Final-CCTV submittals. See Photos 31 thru 34 for examples 11. Note locations where camera is underwater and level as a% of pipe diameter. Camera underwater-Point in which the camera lens is 100% submerged underwater and/or 50 % of the pipe's diameter. Camera emerged -Point in which the camera lens has emerged from being underwater. Severity is described in ranges by linear feet. This would include pipe deflections causing a considerable increase (i.e. double or more) in the depth of flow in the pipe (to at least between 1/3 to ½ of the pipe diameter). See attached example photos at the end of this Specification showing the depth changes in % full of pipe. See Photos 14 thru 16 for examples . 12 . Provide accurate distance measurement. a. The meter d evice is to be accurate to the nearest 1/10 foot. 13 . CCTV recording segments are to be single continuous file item . a . A single segment is defined from manhole to manhole. b. Only single segment video's will be accepted and preferably include manhole inspections (manhole to manhole). c . Individual manhole inspection will require written justification, included under the Final-CCTV bid item . 14 . Pre-Installation Inspection for Sewer Mains to be rehabilitated a . Perform Pre-CCTV inspection immediately after cleaning of the main and before rehabilitation work . 1) No cleaning equipment in the main during CCTV. 2) Water shall be present ( or flowing) while recording CCTV to confirm system functionality. b. If, during insp ection , th e CCTV will not pass through the entire section of main due to blockage or pipe defect, set up so the inspection can be performed from the opposite manhole. c. City Project Manager (PM) shall review and may consult with Sewer Projects Reporting and Operations (SPRO), and provide comments on identified defects . Contractor shall present proposed repair method(s) for approval by the City PM, before proceeding with construction . d . Provisions for repairing or replacing the impassable location are addressed in Section 33 31 20 , Section 33 31 21 , Section 33 31 22 and Section 33 31 23 . 15 . Post-and Final Installation Inspection a . Prior to inserting the camera, flush and clean the main in accordance to Section 33 04 50 . Water should be present/flowing during the recording operation, to demonstrate the functioning of the installed system. 16 . Documentation of CCTV Inspection a. Sanitary Sewer Lines 1) Follow the CCTV Manual (CCTV standard manual supplied by City upon request) for the inspection video , data logging and reporting or Part 1.5 E of this section. CIT Y O F FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MA1N , PHA SE 1B STANDARD C ONSTR UCTION SP ECIFICATION DO CUMENTS City Proj ect No. 1026 87 Rev ised March 11, 2022 Photo 1 Flow Depth Acceptable Photo 2 Flow Level Acceptable CONFLICT 22 USMH: 20+42 Photo 3 Flow Level Acceptable CONFLICT 3 DSMH: 02+45 11/18/2019 7:51:42 AM Photo 4 Flow Level is elevated. CONFLICT 3 DSMH: 02+45 Photo 5 Flow Elevated but be low 1/3 capacity. No action required CONFLICT 3 11/18/2019 7:51:42 AM Photo 6 Flow above 30%. Potential Sag or debris. Photo 7 Offset Joint Example 11/15/2019 8:28:36 AM Photo 8 Flow appears to be stagnant possible sag. ,CONFLICT 3 DSMH: 17+41 Photo 9 Debris evident. Clean and Re-CCTV prior to submittal DSMH: 17+41 Photo 10 Debris evident. Clean and Re-CCTV prior to submittal. CONFLICT 22 USMH1 19+62 DSMH1 17+ 211.2 ft. Photo 11 CCTV should not be submitted . Clean and Re-CCTV prior to submittal I CONFLICT 22 USMH: 17+ DSMH: 14+42 Photo 12 Survey was not completed. Take corrective action and Re-CCTV Photo 13 Example of Potential Infiltration/Inflow location Photo 14 Water level approaching submerging camera. Record beginning of level increase and note the point at which the water level returns to normal. Corrective action will be required . 11/11/2019 7:36:09 AM 180.9 ft. I Photo 15 Camera submerged. Note beginning point of increase level and the end of the increased depth . Corrective action will be required Photo 16 Camera submerged . Note beginning point of increase level and the end of the increased depth. Corrective action will be required Photo 17 Service Tap. Note the location and position of tap in relation to the sewer main. Repair required? Photo 18 CCTV should include view of service line. Retake CCTV Video? Photo 19 Service tap holding water. Corrective action required. Photo 20 Service tap is installed incorrectly. Also is a point of potential Infiltration and Inflow location. Photo 21 Proper Shot of Sewer Tap 7 Photo 22 Debris in service line. Corrective action required Photo 23 Service tap at proper location. PIPE SIZE: 8 SSID: L3392 Photo 24 Damage to liner. Repaired is required. Photo 25 Damage to liner. Repair is required. Photo 26 Damage to Liner. Repair is required. Photo 27 Liner Damage. Repair required. Photo 28 Damaged Liner. Damage to be repaired . Photo 29 Liner Damaged. Damaged to be repaired. Photo 30 Change of material. Note change on CCTV log. Repair required? Photo 31 Beginning of potential impact from adjacent utilities Repair required? Photo 32 Continuation of impact from adjacent utilities Repair required? Photo 33 Continuation of impact from adjacent utilities Repair required? Photo 34 End of impact for potential impact from adjacent utilities. Repair required? Photo 35 Short Joint installed (not a closure piece) does not comply with specification Repair required? Photo 36 Short piece installed w ith wye inserted does not comply with design top r 4 � T IITG H38 'SS FLOO+OHW 01 IJ 1 6 L�V i 810 1 1+P H P. ivti �� - I trom k - ::�, ;f - .--" a .M�,Zj - irk, r tsw Io�►I Inns A4 4-% f�i 11 Western Ridge 1292020 CPN:101181 0+00 to ---� 0ft ' - SS Lire 0 12 02 8 i rich 6 9/2019 +30 WESTERN To FDI*L Wurth—TXN, Beach St, 32121,76 -t -> 32421.76 6--1 Clr+cular* Dlrrcli thictile Iron ritip fir- 67►ab ID t W. wiv� r • + do fell I Av 1 n, nn fL Ib 27 1 ?A. III. 31+ 2620 1 0 M H • • f GOLDEN TP I AN low * - + •� • x I� F T you 13 LO au!l 140 1. + 61 11 O T edo4uojj el r*— � � � � � ' '�-_ {� F_ r � ��s- �" � a -- F , ��1 �� �' ���`' �i �. MH 8+92.58 TO MH 4+02.58 / 0/"018 CONTRACTOR C 17:11 9 t:= lfl I] 33 04 10 -I JOINT BONDING AND ELECTRICAL ISOLATION SECTION 33 0410 JOINT BONDING AND ELECTRICAL ISOLATION PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: 1. Joint bonding requirements for electrical continuity of: a. Concrete cylinder pipe b. Mortar coated steel pipe c. Dielectrically coated steel pipe d. Ductile iron pipe, as required on Drawings 2 . Electrical isolation devices for installation at: a. Connections to existing piping b. Laterals c. Cased crossings d . Tunnels e. Selected below grade to above ground piping transitions B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division O -Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 -General Requirements Page I of8 3. Section 33 05 24 -Installation of Carrier Pipe in Casing or Tunnel Liner Plate 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. When a pay item for Cathodic Protection exists: a. Measurement I) This Item is subsidiary to Cathodic Protection construction. b. Payment I) The work performed and materials furnished in accordance with this Item are subsidiary to the lump sum price bid for "Cathodic Protection" for each material of utility pipe bid, and no other compensation will be allowed . 2 . When a pay item for Cathodic Protection does not exist: a. Measurement I) Measurement for this Item is by lump sum. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the lump sum price bid for "Joint Bonding and Electrical Isolation". 3 . The price bid shall include: CITY OF FORT WORTH NORTHSIDE IV 24 -INCH WATER TRANSMISSION MAIN PHASE 18 ST AND ARD CONSTRUCTION SPECIFICATION DOCUM ENTS City Project No. 102687 Revised December 20, 2012 330410-2 JOINT BO ND ING AND ELECTRICAL ISOLATION Page 2 of8 a. Furnishing and installing Joint Bonding and Electrical Isolation as specified by the Drawings b . Mobilization c . Excavation d. Furnishing, placement, and compaction of backfill e . Field welding f. Connections g . Adjustments h. Testing 1. Clean-up J. Start-up/Commissioning 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification , unless a date is specifically cited . 2 . ASTM International (ASTM). 3 . American Water Works Association (AWWA): a . C207 , Steel Pipe Flanges for Waterworks Service -Sizes 4 IN through 144 IN . 4. NACE International (NACE). 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITT ALS A. Submittals shall be in accordance with Section 01 33 00 . B . All submittals shall be approved by the City prior to delivery and/or fabrication for specials . 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data I . Manufacturer's catalog cut sheets shall be submitted for each item . a. Include the manufacturer's name and provide sufficient information to show that the materials meet the requirements of the Contract Documents for : I) Flange Isolation 2) Bonding Clips for Concrete Cylinder Pipe 3) Petrolatum tape 2 . Where more than 1 item or catalog number appears on a catalog cut sheet, clearly identify the item proposed. B. Test and Evaluation Reports 1. Record results for the Post-Installation Thermite Weld Inspection and submit to the City for approval prior to backfilling. 2. Record results for bonded joint te sting and submit to City for approval prior to backfi 11 ing . 3. Record results for the continuity test for casing to carrier pipe and submit to the City for approval prior to backfilling. C ITY O F FORT WORTH NO RTH SID E IV 24 -INC H WATE R TRAN SMISSIO N MAIN PHASE I B ST AN D ARD CONSTRUC TIO N SPECIF ICATIO N DOCUMENTS Ci ty Project No . I 02 687 Rev ised December 20, 201 2 330410-3 JOINT BONDING AND ELECTRICAL ISOLATION Page 3 of8 1.7 CLOSEOUT SUBMITTALS A. Test results for electrical continuity, flange isolation and casing to carrier pipe isolation shall be submitted to the City . B . Results of all testing are to be submitted to City for inclusion in the O&M manual. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED) 1.12 WARRANTY [NOT USED] PART 2 -PRODUCTS 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. Joint Bonding and Electrical Isolation Materials to be incorporated into the project include, but are not limited to, the following: 1. Electrical continuity bonds 2. Flange isolation assemblies 3 . Casing spacers 4. Casing end seals B. Electrical Continuity Bonds 1. Applications for Electrical Continuity Bonding include the following: a. Bonding across bolted joint assemblies b. Bonding across gasketed joint assemblies C . Flange Isolation 1. Required applications of dielectric flange isolation assemblies include, but are not limited to, selected locations where new piping is mechanically connected to existing piping. 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 minimum of 1 EDPM sealing element placed in a tapered groove. f. NSF 61 certified g . A minimum of 800 volts/mil dielectric strength is required . h . Flange shall seal for the test pressure without leaking. 3. Sleeves a. Provide full length mylar sleeves. 4. Washers CITY OF FORT WORTH NORTHSIDE IV 24-INCH WAT ER TRANSMISSION MAIN PHASE I B ST AND ARD CONSTRUCTION SPECIFICATION DOCUM ENTS City Project No . I 02687 Revised December 20 , 2012 a. Provide double G-10 washer sets. D . Casing Spacers 33 04 10 -4 JOINT BONDING AND ELECTRICAL ISOLATION Page 4 of8 1. For piping installed in tunnels or cased crossings, install casing spacers between the piping and the casing or tunnel liner to provide electrical isolation in accordance with Section 33 05 24. E. Casing End Seals 1. See Section 33 05 24 for casing end seals. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED) PART 3 -EXECUTION 3.1 INST ALLERS (NOT USED] 3.2 EXAMINATION (NOT USED] 3.3 PREPARATION A. Preparation of Concrete Pipe for Bonding 1. General a. Fabrication 1) Use concrete pipe for this project that has been fabricated in such a manner as to establish electrical continuity between metallic components of pipe and joints. b. Acceptable Methods 1) Establish electrical continuity as indicated in the Contract Documents. 2 . Criteria for Electric Continuity a. Tensile Wire I) Pipe manufacturer is to obtain a resistance no greater than 0.03 ohms between any wire and steel joint ring at end of pipe farthest from that wire. 2) Manufacturer is to report values obtained and method of measurement. b . Internal Pipe Joint Components I) Pipe manufacturer is to obtain resistance ofless than 0.03 ohms between any component and steel pipe cylinder. 3. Tensile Wire Continuity a. Establish continuity between tensile wire coils and steel cylinder on embedded cylinder type pre-stressed pipe by tightly wrapping tensile wire over longitudinal mild steel straps during pipe manufacture. b . Use and install 2 continuous straps 180 degrees apart longitudinally along the pipe. 1) These straps must maintain electrical continuity between metallic components . c . Use steel straps made of mild steel and free of grease, mill scale or other high resistance deposits. d. Make longitudinal straps electrically continuous with pipe cylinder by steel fasteners of suitable dimensions placed between steel cylinder and longitudinal straps . CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHAS E 1B ST AND ARD CONSTRUCTION SP ECIFICATION DOC UM ENTS City Project No . I 02687 Revi sed December 20 , 2012 33 04 10 -5 JOINT BONDING AND ELECTRICAL ISOLATION Page 5 of 8 1) Connect fasteners so as to remain intact during pipe fabrication process. 4 . Steel Cylinder Continuity a. Establish continuity of all joint components and steel cylinder. 1) These components include anchor socket brackets, anchor socket, spigot ring and bell ring. b. If mechanical contact does not provide a resistance of less than 0.03 ohms between components, tack weld component to provide electrical continuity . B . Preparation of Steel Pipe for Bonding 1. Bonding wires are not required for welded steel pipe . 2 . Mechanical jointed steel pipe requires the installation of bond wires across the joint as shown on the Drawings. C. Preparation of Ductile Iron Pipe for Bonding 1. Install insulated bond wires as shown on the Drawings. D . Electrical Bond Wires 1. Electrical bond wires are to be a minimum No . 4 AWG, 7 stranded, copper cable with THHN insulation . 2. Remove 1 inch ofTHHN insulation from each end of the bond wire. 3. Thermite weld the bond wires to the pipeline. 4 . Provide the minimum number of bond wires as shown on Drawings for steel or ductile iron pipe . E. Electrical Bond Clip 1. Weld 3 ASTM 366 steel bonding clips , each approximately 0 .13 inches thick, 2.5 inches long, and 1.25 inches wide, with 1/8-inch fillet welds to the bell and spigot of adjacent pre-stressed concrete cylinder pipe or steel pipe with rubber gasketed joints. 2. Manufacture clips to maintain continuity regardless of small deflections of finished joints . 3.4 INSTALLATION A. Installation of Electrical Continuity Bonds by Thermite Welding l . Inspection a . Use continuous bond wires with no cuts or tears in the insulation covering the conductor. 2. General a . Attach bond wires at required locations by thermite welding process. 3. Thermite Welding Methods a. Perform thermite welding of bond wires to piping in the following manner: 1) Clean and dry pipe to which the wires are to be attached. 2) Use grinding wheel to remove all coating, mill scale , oxide , grease and dirt from an area approximately 3 inches square. a) Grind surface to bright metal. 3) Remove approximately 1 inch of insulation from each end of wire to be thermite welded to pipe exposing clean, oxide-free copper for welding . 4) Select proper size thermite weld mold as recommended by manufacturer. Place wire or strap between graphite mold and the prepared metal surface . CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHASE I B STANDARD CONSTRUCTION SPECIFICATION DOC UM ENTS City Project No. 102687 Revised December 20, 2012 33 04 10 - 6 JOINT BONDING AN D EL ECTRICAL ISOLATION Page 6 of 8 5) Place metal disk in bottom of mold. 6) Pour thermite weld charge into the mold. Squeeze bottom of cartridge to spread ignition powder over charge. 7) Close mold cover and ignite starting powder with flint gun. 8) After exothermic reaction , remove thermite weld mold and gently strike weld with a hammer to remove weld slag. 9) Pull on wire or strap to assure a secure connection. 10) If weld is not secure or the bond breaks, repeat procedure with new wire . 11) If the weld is secure , coat all bare metal and weld metal with Stopaq CZ tape . 4 . Post-Installation Thermite Weld Inspection a. Contractor is responsible for all testing. b. All testing is to be performed by or under the supervision of certified NACE personnel. c . Visually examine each thermite weld connection for strength and suitable coating prior to backfilling . d . Measure resistance through selected bonded joints with a digital low resistance ohmmeter (DLRO). 1) Resistance of 0 .001 ohms or less is acceptable . 2) If the above procedure indicates a poor quality bond connection , reinstall the bond. 3) Record results and submit to the City for approval prior to backfilling. 5 . Backfilling of Bonded Joints a . Perform backfilling of bonded piping in manner that prevents damage to the bonds and all connections to the metallic structures . b. Use appropriate backfill material to completely cover the electrical bond. c . Provide protection so that future construction activities in the area will not destroy the bonded connections . d. If construction activity damages a bonded connection, install new bond wire . B . Installation of Pipeline Flange Isolation Devices 1. Placement a . Install isolation joints at the locations shown on the Drawings. 2. Assembly a . Place gasket, sleeves and washers as recommended by the manufacturer. b . Follow manufacturer's recommendations for even tightening to proper torque . 3 . Testing a . Immediately after an electrical isolation fitting has been installed, contact the City to perform testing for electrical isolation effectiveness . 4 . Painting a . Do not use metal base paints on electrical isolation devices. 5 . Encapsulation a . Encapsulate below-grade isolation joints with the Denso Densyl Tape system after the isolation joint has been tested for effectiveness. C. Installation of Casing Spacers I . Casing spacers shall be installed in accordance with Section 33 05 24. D . Installation of End Seals C ITY OF FORT WORT H NORTHSID E IV 24 -IN CH WATE R TRANSMISSION MAIN PH AS E 18 ST AND ARD C ON STRUCTION SP EC IFICATION DOCU MENTS City Project No . I 026 87 Revi sed December 20 , 201 2 330410-7 JOINT BO DING AND ELECTRICAL ISOLATION I . End seals shall be installed in accordance with Section 33 05 24. 3.5 REPAIR/ RESTORATION [NOT USED) 3.6 RE-INSTALLATION [NOT USED) 3.7 FIELD QUALITY CONTROL A. Testing of Joint Continuity Bonds and Isolation Joints Page 7 of8 I. After the completion of the continuity bonding of individual joints, but before the pipe is backfilled, each bonded joint shall be tested for electrical continuity. 2 . A DC current shall be impressed on the pipe on 1 side of the joint under test using a portable 12-volt battery and a driven ground rod. The battery shall be connected such that the positive terminal is connected to the ground rod and the negative terminal is connected to the pipe section under test. The magnitude of test current is not important as long as it causes a change in pipe-to-soil potential on the section of pipe that is in the test current circuit. 3 . The pipe-to-soil potential shall be measured on each side of the isolation joint using a high impedance voltmeter and portable copper/copper sulfate reference electrode with the test current "on" and "off. 4 . A joint is considered electrically continuous if the "on" and "off potentials are the same on either side of the joint under test. 5. This same procedure shall be used to test individual isolation joints except that the joint is considered effective if the pipe-to-soil potential is not the same when measured on each side of the joint when the test current is "on". 6. Record results and submit in accordance with this Specification. B. Casing to Carrier Pipe Isolation Tests I. Immediately after the pipe has been installed in the casing, but prior to connecting the line, make pipe available for testing and contact the City to perform an electrical continuity test to determine that the casing is electrically isolated from the pipeline. 2. The continuity test shall be fully documented and approved by the City prior to backfilling. 3. Record results and submit in accordance with this Specification . 4. If the electrical isolation between carrier pipe and casing is not effective, the cause shall be immediately investigated and the situation remedied . 5 . Under no circumstances shall a shorted casing be backfilled. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] CITY OF FORT WORTH NORTHSIDE IV 24-INCH WAT ER TRANSMISSION MAIN PHASE 18 STANDARD CONSTRUCTION SPEC IFICATION DOCUM EN TS City Project No . 102687 Revised December 20, 2012 330410-8 JOrNT BO DrNG AND ELECTR ICAL ISOLATION Page 8 of8 3.14 ATTACHMENTS [NOT USED] END OF SECTION R evision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.C -Modified material specificat ions for gaskets , sleeves and washers CITY OF FO RT WORTH NORTHS ID E IV 24-INCH WATE R TRANSMISSION MAIN PHASE 1B ST AND ARD CONSTRUCT ION SPECIFICATION DOCUM ENTS City Project No. I 02687 Revised Decem ber 20, 2012 33 04 11 - I CORROSION CONTROL TEST ST A TIO NS PART 1 -GENERAL 1.1 SUMMARY SECTION 33 0411 CORROSION CONTROL TEST STATIONS A. Section Includes: Page I of7 1. Test station materials and installation requirements, as shown on the Drawings, at: a . Foreign pipeline crossings b. Cased crossings c. Below-grade pipeline electrical isolation joints 2. Required applications of corrosion control test stations include locations where future testing is anticipated for the following reasons: a. Testing to determine the effectiveness of the installed Cathodic Protection systems and to allow for startup adjustments b. Testing to determine interference effects from and on adjacent or crossing foreign underground structures c. Testing to determine sources and magnitude of stray DC currents and required mitigative measures d. Periodic monitoring to determine status of existing Cathodic Protection systems, stray current and foreign line influence B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division O -Bidding Requirements, Contract Forms, and Conditions of the Contract 2 . Division 1 -General Requirements 3 . Section 33 04 12 -Magnesium Anode Cathodic Protection System 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the Cathodic Protection construction. 2. Payment a . The work performed and the materials furnished in accordance with this Item are subsidiary to the lump sum price bid for "Cathodic Protection" for each material of utility pipe bid, and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2 . NACE International (NACE). CITY OF FORT WORTH NORTHSID E IV 24-INCH WATE R TRANSMISSION MA1N PHASE 1B STANDARD CONSTRUCTION SP EC IFICATION DOCUM ENTS City Project No. 102687 Re vised December 20 , 2012 33 04 11 -2 CORROSION CONTROL TE ST STATIONS 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. Page 2 of7 B . All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Submit product data for all components of the Corrosion Control Test Stations. Data submitted shall include: a. Test Station b . Wiring c. Splicing materials d. Therrnite weld materials e. Weld coatings 1.7 CLOSEOUT SUBMITTALS A. Structure-to-soil potential data shall be submitted to the City. 1.8 MAINTENANCE MATERIAL SUBMITT ALS [NOT USED] 1.9 QUALITY ASSURANCE A. Certifications 1. Provide manufacturer's certifications that all components of the corrosion control system meet the requirements of the Contract Documents . a. The certification shall reference the applicable Section of the Specifications and the applicable standard details. B. Inspection 1. The City may , at its own cost , inspect the Cathodic Protection materials prior to, or during, installation. C. Drawings 1. The drawings for the corrosion control test stations are diagrammatic and shall not be scaled for exact locations, unless scales are explicitly stated on the specific drawing . 2 . Field conditions, conflicts with other utilities or mechanical and structural features shall determine exact locations. 3. Contractor shall note other existing utilities in the area and during excavation, shall not damage these utilities . 4. Any damaged utilities shall be repaired to the satisfaction of the City at the Contractor's expense. 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery 1. Coordinate the delivery of test station materials . C ITY OF FORT WORTH NORTH SIDE IV 24-IN CH WATER TRA SMISSION MAIN PHAS E I B STANDARD C ONSTRUCTION SPECIFICATION DOCU M ENTS City Projec t No. 102687 Re vised Decembe r 20, 2012 33 04 11 -3 CORROSION CONTROL TE ST STAT IONS Page 3 of7 B. Storage and Handling Requirements 1. Secure and maintain a location to store the material in accordance with Section 0 1 66 00. C. Packaging Waste Management 1. Dispose of waste materials properly and remove from job site after installation is complete. 1.11 FIELD [SITE) CONDITIONS [NOT USED) 1.12 WARRANTY [NOT USED) PART 2 -PRODUCTS 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 MATERIALS A. Flush Mount Test Stations 1. Test stations shall consist of test wires, a terminal head and a traffic box as shown on the Drawings. 2 . The terminal head shall be a 7 terminal "Big Fink" as manufactured by Cott Manufacturing Company or approved equal. 3 . The test station shall be installed in a 24 -inch x 24-inch x 6-inch concrete pad. 4 . The Precast Concrete traffic box shall be a 10.25-inch diameter 3-RT with a cast iron cover marked "CP Test" as manufactured by Brooks Products, Inc. or approved equal. 5 . Install a marker sign adjacent to all flush-mounted test stations . B . Above-Grade Test Stations 1. At test station locations where flush mounted structures cannot be installed, or where stated on Drawings, an above-grade test station shall be used, and placed such that possible damage from vandalism, traffic, etc . is minimized. 2. The test station shall be a 7 terminal "Big Fink" as manufactured by Cott Manufacturing or approved equal. 3 . The "Big Fink" test station shall be mounted on a 5 foot length of3-inch diameter UV-resistant plastic conduit in populated locations, and mounted on a 5 foot length of 3-inch diameter concrete filled galvanized steel conduit in low population locations. 4 . The test station shall be installed adjacent to a permanent structure , if available, for physical protection. a. If exposed to traffic, provide a frangible base for test station. 5. The interior of the test station conduit shall be filled with Portland cement concrete after the installation of the test and bond wires. 6 . The test station conduit shall be installed with a 24-inch x 24-inch x 6-inch concrete pad. C. Permanent Reference Electrodes CITY OF FORT WORTH NORTHSID E IV 24-INCH WATER TRANSMISSION MAIN PHAS E 18 STANDARD CONSTRUCTION SP EC lFICATION DOC UMENTS City Project No. 102687 Revised De cember 20, 2012 33 04 11 - 4 CORROSIO CONTROL TEST STATIONS Page 4 of7 1. The permanent reference electrode shall be a copper sulfate Permacell Plus double membrane ceramic cell in a geomembrane package as manufactured by Corrpro Companies, Inc. or approved equal. 2. Equip with No . 14 A WG stranded copper wire with blue HMWPE insulation of suitable length to attach to the terminal board of the test station. D . Test Station Lead Wires 1. Test station lead wires of all sizes shall have TW, THW, or THHN insulation as shown on the Drawings. 2. Insulation type shall be color coded based upon connection to underground structures. a . Protected pipeline: white b . Foreign structures : red c. Steel casings: yellow d. Permanent reference cells: blue e . Anode header cable : black (HMWPE) f. Unprotected or existing pipeline: black (HMWPE) 3 . Test station lead wires shall be terminated on the test station terminal board utilizing crimped on solderless ring terminals . 4. All terminal boards shall be wired by the installer as shown on the Drawings. E . Thermite Weld Equipment 1. Charges and Molds a . Weld charges and mold size shall be specified by the manufacturer for the specific surface configuration. b . Use only the correct charges for the specific application . c . Welding charges and molds shall be Erico , Cadweld or Continental Industries Thermoweld . 2 . Weld Coating a . Coat weld with Stopaq CZ tape or approved equal. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 -EXECUTION 3.1 INST ALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION/ INSTALLATION 1. Install test stations at each of the locations scheduled on the Drawings. At a minimum, test stations are required at each of the following locations: a . At all major underground metallic pipeline crossings b. At all cased crossings and tunnels (both ends) c . At all underground isolation flanges d. At all magnesium anode ground bed locations CITY OF FORT WORTH NORT H SID E IV 24-IN C H WATER TRANSMISSION MAIN PHAS E I B ST AND ARD CONSTRUC TION SP EC IFI C ATION DOCUM ENTS City Project No. I 02687 Revised Decembe r 20, 2012 33 04 11 - 5 CORROSION CONTROL TEST STATIONS Page 5 of7 B. General 1. Install test stations at locations indicated on Drawings . a. If a flush mounted test station is not feasible in a particular location, then an above-grade test station may be used, subject to approval by the City or its designated representative. 2. Use continuous test station lead wires without cuts or tears in the insulation . 3. Locate test stations as indicated on Drawings, as close to the pipe as possible. a. If the pipe is installed under a road, place the test station at the curb for easy access. 4 . Attach test lead wires to the pipe by thermite welding . 5. Attach test wires to the pipe prior to backfilling . 6. Use color coded test wires as indicated on the Contract Documents. 7. Wire test station terminal board configurations as shown on the Drawings. 8. At foreign pipeline crossing test stations: a. Notify the owners of the pipeline and obtain permission before the test leads are connected to their pipeline . b. The foreign pipeline owner should have a representative present. c. Contractor shall not install lead wires or bond wires on foreign pipelines . d. If foreign pipeline owner refuses test leads connected to their pipeline, then document owner's refusal and install potential test station on water main. e. Document the owner's contact name, phone number, email address and date of contact. f. Submit documentation to the City or its designated representative. C. Flush -Mount Test Stations 1. Install as shown on the Drawings. 2. Sufficient slack shall be coiled beneath the test station to allow for soil settlement and to prevent damage to the leads during backfilling. a. Additional slack shall be left to allow for withdrawal of the terminal board a minimum of 18 inches above the top of the precast concrete traffic box for test purposes. 3. Install with permanent copper sulfate reference electrodes where indicated on the Drawings. a. Install permanent reference electrode approximately 6 inches from the pipe . b. Compact native soil by hand around the electrode . c. The balance of the backfill shall be select granular backfill material. d. Saturate the backfilled permanent reference electrode with 5 gallons of water. 4. Set test stations 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 no less than 6 inches thick. D. Above-Grade Test Stations 1. Install above-grade test stations where a flush mounted test station cannot be located . 2. Use and location of above-grade test stations shall be approved by the City or its designated representative. CITY OF FORT WORTH NORTHSID E IV 24-INCH WATER TRANSMISSION MAIN PHAS E 18 ST AND ARD CONSTRUCTION SP ECIFICATION DOCUM ENTS City Project No. I 02687 Revi sed December 20, 2012 33 04 11 -6 CORROSION CO TROL TEST STATIONS 3 . Locate test station adjacent to a permanent structure (e .g. a power pole), if available, for physical protection . Page 6 of7 4. Coil sufficient slack beneath the test station to allow for soil settlement and to prevent damage to the leads during backfilling. 5 . Pour a 24-inch x 24-inch x 6-inch concrete pad at grade around the test station conduit. 6. Fill the interior of the 3-inch above-grade test station steel galvanized conduit with Portland cement concrete after installation of the test stations wires. E . Test Lead Wire Attachment 1. Attach test leads to the pipe by thermite welding directly to the pipe on steel and ductile iron pipelines as shown on Drawings. a. See Drawings . 2. The pipe to which the wires are to be attached shall be clean and dry. 3 . When connecting directly to the pipe, use a grinding wheel to remove all coating, mill scale, oxide , grease and dirt from an area approximately 3 inches square. a. Grind the surface to bright metal. 4 . The wires to be thermite welded to the pipe shall have approximately 1 inch of insulation removed from each end, exposing clean, oxide-free copper for welding . 5. Using the proper size thermite weld mold as recommended by the manufacturer, place the wire between the graphite mold and the prepared metal surface. a. Use a copper sleeve crimped over the wire for all No. 10 A WG or smaller wires . 6 . Place the metal disk in the bottom of the mold. 7 . Pour the thermite weld charge into the mold . 8 . Squeeze the bottom of the cartridge to spread ignition powder over the charge . 9 . Close the mold cover and ignite the starting powder with a flint gun. 10. After the exothermic reaction, remove the thermite weld mold and gently strike the we ld with a hammer to remove the weld slag. 11 . Pull on the wire to assure a secure connection. 12 . If the weld is not secure or the wire breaks , repeat the procedure. 13 . If th e weld is secure , coat all bare metal and weld metal with Stopaq CZ tape. F . Post Installation Backfilling of Test Station -Lead Wires 1. Protect test station wires to prevent damage to the wire insulation and conductor integrity during backfilling. 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 . Replace any test wire found to have a high resistance connection . 3.5 REPAIR/ RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. All test stations shall be visually inspected during the final walk through. C ITY O F FORT WORTH NORT HS ID E IV 24-1 C H WATE R TRA N SMIS SION MAIN PH AS E I B STANDARD CONSTRUC TIO N SP EC IFICATIO N DOCU MEN TS City Proj ec t No. 102687 Revised December 20 , 2012 33 04 11 - 7 CORROSION CONTROL TEST ST A TIO NS Page 7 of7 B. Materials or installation work not conforming to the requirement of this Specification shall be replaced or repaired to the City's satisfaction. C. Damaged or missing test station components shall be replaced by equal components. 3.8 SYSTEM STARTUP A. Commissioning 1. Native state structure-to-soil potentials shall be acquired along the water main and submitted to the City. B. Method 1. Measure 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 on foreign pipelines crossing or parallel to the water main . 2 . Verify that all electrical isolation devices are operating properly including flange isolators and casing spacers. C. Contractor is responsible for all testing. D . All testing is to be done by or under the supervision of certified NACE personnel. E. Record results and submit in accordance with this Specification . 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USEDJ 3.13 MAINTENANCE A. Refer to Section 33 04 12. 3.14 ATTACHMENTS [NOT USEDJ END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.D .2 -revised insulation color coding CITY OF FORT WORTH NORTHS ID E IV 24-INCH WATER TRANSMISSION MAIN PHASE I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102687 Revised December 20, 2012 33 04 12 -I MAG NE SIUM AN ODE CA THODIC PROTECTION SECTION 33 0412 MAGNESIUM ANODE CATHODIC PROTECTION PART 1 -GENERAL 1.1 SUMMARY A. Section Includes : Page I of 10 1. Requirements for Cathodic Protection Systems on concrete cylinder pipes, carbon steel pipes and ductile iron pipes using Magnesium Anodes 2 . The Cathodic Protection System shall include, but not be limited to the following : a . Materials and installation b . Post-installation survey c. Final Report to include recommendations B . Deviations from this City of Fort Worth Standard Specification 1. None. C . Related Specification Sections include, but are not necessarily limited to : 1. Division O -Bidding Requirements, Contract Forms, and Conditions of the Contract 2 . Divisionl -General Requirements 3 . Section 33 05 26 -Utility Markers/Locators 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measure a . Measurement for this Item shall be by lump sum. 2 . Payment: a. The work performed and materials furnishe d in accordance with this Item shall b e 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 groundbeds c. Anode test stations d. Excavation e. Furnishing, placement, and compaction of backfill f. Field welding g. Connections h. Adjustments 1. Testing J. Clean-up k. Start-up/Commissioning 1.3 REFERENCES A. Abbreviations and Acronyms CITY OF FORT WORTH NORTHSIDE IV 24 -INCH WATER TRA N SMISSIO N MAIN PH ASE 18 ST AND ARD CONSTRUC TIO N SPEC IFICA TIO N DOC UM EN TS City Project No . I 02687 Rev ised December 20, 20 12 330412-2 MAGNE SI UM ANODE C ATHODIC PROTE CTION Page 2 of 10 1. A WG : American Wire Gauge 2. CSE : Copper/Copper Sulfate Reference Electrode 3. HMWPE: High Molecular Weight Polyethylene B. Definitions 1. Anode: The electrode of an electrochemical cell at which oxidation occurs . 2 . Cable/Wire : One conductor or multiple conductors insulated from one another. 3. Cathode: The electrode of an electrochemical cell at which reduction is the principal reaction . 4. Cathodic Polarization: The change of electrode potential in the negative direction caused by direct current (DC) flow across the electrode/electrolyte interface . 5 . Cathodic Protection: A technique used to reduce the corrosion of a metal surface by making that surface the cathode of an electrochemical cell. 6. Corrosion: Degradation of a material , usually a metal , that results from a reaction with its environment. 7 . Corrosion Control Engineer: ACE certified, licensed engineer in the state of Texas , employed by a Corrosion Engineering Firm. 8 . Corrosion Engineering Firm: Engineering firm in charge of the corrosion protection design on behalf of the Contractor. 9 . Criterion: Standard for assessment of the effectiveness of a Cathodic Protection System . 10 . Current: Flow of electric charge. 11 . Electrode: A conductor used to establish contact with an electrolyte and through which current is transferred to or from an electrolyte . 12 . Electrolyte : A chemical substance containing ions that migrate in an electric field (i.e., soil or water). 13 . Foreign Structure : Any metallic structure that is no t intended as a part of a system under Cathodic Protection . 14 . Galvanic Anode: A metal that provides sacrificial protection to another metal that is less active (more noble) when electrically coupled in an electrolyte. 15 . Interferenc e: Any electrical disturbance on a metallic structure as a result of stray current. 16 . Pipe-to-Electrolyte Potential : The potential difference between the pipe and the electrolyte that is measured with reference to an electrode in contact with the electrolyte . 17. Polarized Potential: The potential across the structure/electrolyte interface that is the sum of the free corrosion potential and the cathodic polarization 18 . Reference Electrode: An electrode whose open-circuit potential is constant under similar conditions of measurement and is used to measure the relative potentials of other electrodes 19. Stray Current: Current flow through paths other than the intended circuit. 20. Voltage: Electromotive force or difference in electrode potential expressed in volts. C. Reference Standards 1. NACE International (NACE). C ITY O F FORT WORT H NORT HS ID E IV 24-fN C H WAT ER TRA NSMISSION M AJN PHAS E I B STANDARD CONSTRUC TIO N SP ECIF ICATIO N DO CUMENTS City Project No. 102687 Revised Decemb er 20, 2012 33041 2-3 MAGNE SIU M AN ODE CATHODIC PROTECTION 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 . B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A . Product Data Page 3 of 10 1. Submit product data for all components of the Cathodic Protection System. Data submitted shall include: a . Anodes b . Anode Test Stations c . Wiring d. Splicing Materials e . Thermite Weld Materials f. Weld Coatings 1.7 CLOSEOUT SUBMITTALS A. The results of all testing procedures shall be submitted to the Engineer or the City for review and approval. Testing information required includes: 1. Anode groundbed current outputs 2 . Pipe-to-soil potentials 3. Results of interference testing 4 . Results of electrical isolation joint tests 5 . Operating and maintenance instructions B. Results of all testing are to be submitted to Owner for inclusion in the O&M manual. C . Provide writte n documentation from the Corrosion Control Engineer of any deficiencies discovered during the post installation inspection . 1.8 MAINTENANCE MATERIAL SUBMITT ALS [NOT USED) 1.9 QUALITY ASSURANCE A. Qualifications 1. Cathodic Protection installer shall show adequate documented experience in th e type o f Cathodic Protection work required for the project. B . Certifications 1. The Contractor shall , upon request by City, furnish manufacturer's certified test reports that indicate that anodes meet Specifications and that all tests have been performed in accordance with the applicable standards . 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery of Cathodic Protection materials shall be coordinated by the Contractor. B . Storage and Handling Requirements 1. Secure and maintain a location to store the material in accordance with Section 01 66 00 . CITYO F FORT WORT H NORTHSID E IV 24-INCH WATER TRANS MISSION MAIN PH ASE 1B STAN DARD CON STRUCTION SPECIFICATION DOCUMENTS City Proj ect No . 102 687 Revised Decem ber 20, 201 2 330412 -4 MAGNESIUM ANODE CATHODIC PROTECTION Page 4 of 10 C. Packaging Waste Management 1. Dispose of anode and thermite weld material packaging properly and remove from the job site after installation is complete . 1.11 FIELD [SITE) CONDITIONS [NOT USED) 1.12 WARRANTY [NOT USED) PART 2 -PRODUCTS 2.1 OWNER-FURNISHED (oa) OWNER-SUPPLIEDPRODUCTS [NOT USED) 2.2 MATERIALS A . Sacrificial Anodes -Magnesium 1. Magnesium Anodes a . Use high potential prepackaged Magnesium Anodes. b. The metallurgical composition of the Magnesium Anodes shall conform to the following: Element Content(%) Al 0 .01 Mn 0.50 to 1.30 Cu 0 .02 Maximum Ni 0.001 Maximum Fe 0.03 Maximum Other 0 .05 Each or 0 .3 Maximum (Total) Magnesium Remainder 2 . Magnesium Anode Current Capacity a . Magnesium Anodes require a current capacity of no less than 500 amp-hours per pound of magnesium. 3 . Anode Backfill Material a. Use chemical backfill material around all galvanic anodes . b. Backfill provides a reduced contact resistance to earth, provides a uniform environment surrounding the anode, retains moisture around the anode and prevents passivation of the anode. c. All galvanic anodes shall come prepackaged in a backfill material conforming to the following composition: 1) Ground hydrated gypsum: 75 percent 2) Powdered 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-mesh screen and 50 percent is retained by a 100-mesh screen . d . Completely surround the anode with the backfill mixture within a cotton bag. e. For cast magnesium ingots , the required weight of backfill shall be as follows: CITY O F FORT WORTH NORTHSIDE IV 24 -INCH WA TER TRANSMISSION MAIN PHAS E 18 STANDARD CONSTRUCTION SPECIFIC ATIO DOCUMENTS City Project No . 102687 Rev ised December 20, 201 2 330412-5 MAGNESIUM ANODE CATHODIC PROTECTION Page 5 o f IO A node Weig ht Ba ckfi ll Weight Total Weight (Pounds) (Pounds) (Pounds) 17 44 61 20 50 70 32 58 90 40 65 105 48 48 96 60 70 130 4. Anode Lead Wires a . For the lead wire for the Magnesium Anodes, use a l 0-foot length of No . 12 A WG solid copper wire equipped with TW of THW insulation . 5 . Lead Wire Connection to Magnesium Anode a. Cast Magnesium Anodes with a 20 gauge galvanized steel core . b . Extend 1 end of the core beyond the anode for the lead wire connection . c . Silver-solder the lead wire to the core and fully insulate the connection . B. Splicing Tape 1. Tape used for covering anode lead wire to anode header cable connections shall be 2 layers of Scotch l 30C rubber splicing tape , then 2 layers of Scotch 88 vinyl electrical tape as manufactured by 3M Scotch, or approved equal. 2 . Taped splices shall be covered with a coating of 3M Scotchkote electrical coating, or approved equal. C. Crimping Lugs I . Crimping lugs used to connect the anode lead wire to anode header cable shall be copper compression crimpit Catalog No. YCI0CI0 as manufactured by Bumdy, or approved equal. D. Anode Header Cable 1. Anode header cables routed between the anode groundbed and the test stations shall be #10 AWG stranded copper conductors with type HMWPE insulation (black). E. Anode Test Stations 1. Test stations shall consist of test wires , a terminal head and a traffic box as shown on the Drawings . 2. The terminal box shall be a 7 terminal NM-7 with cast iron lockable lid as manufactured by CP Test Services , or approved equal. 3 . The Precast Concrete traffic box shall be a 10.25-inch diameter 3-RT with a cast iron cover marked "CP Test" as manufactured by Brooks Products, Inc, or approved equal. 4 . If the area is not paved, the test station shall be installed in a 24-inch x 24-inch x 6- inch square concrete pad . 5 . Install a marker sign adjacent to all flush-mounted test stations. F. Shunt I. Monitoring shunt shall be a 0 .01 ohm Type RS shunt as manufactured by Holloway, or approved equal. 2 . There shall be at least I shunt in each Magnesium Anode test station . G. Test Lead Wire C ITY O F FORT WORTH NORTH S ID E IV 24-INC H WA TE R TRANSMISSION MAIN PHAS E I B ST AN D ARD CONSTRUC TION SP EC IFICATION DO CUM ENTS City Project No. 102 687 Revised De cember 20 , 201 2 330412 -6 MAGNESIUM AN ODE CATHODIC PROTECTION Page 6 of 10 1. Test station lead wires shall be # 12 A WG stranded copper cable with type TW, THW or THHN insulation, black in color. H. Permanent Reference Electrode 1. The permanent reference electrode shall be a copper sulfate Permacell Plus double membrane ceramic cell in a geomembrane package, as manufactured by Corrpro Companies, Inc ., or approved equal. 2 . The permanent reference electrode shall be equipped with No. 14 A WG stranded copper wire with blue HMWPE insulation of suitable length to attach to the terminal board of the test station . I. Marker Sign 1. Provide marker sign in accordance with Section 33 05 26 . 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 -EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A . Installation of Sacrificial Anodes 1. Placement a. Each anode shall be installed vertically in a 12-inch diameter by 10 foot deep hole or by trench maintaining the same spacing as shown on the Drawings. b . Centerline of the anode shall be at a minimum of 10 feet from the centerline of the pipe. c. Anodes shall be installed within the pipeline right-of-way . 2. Augured Hole a . The anode hole diameter shall easily accommodate the anode. 3. Backfilling a. After the hole is augured, the packaged anode shall be lowered into the hole and the soil shall be firmly tamped around the package so that it is in intimate contact with the package. b . Pour a minimum of 5 gallons of water into the anode hole . c . Backfill the remainder of the anode 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 lead wire shall be connected to an anode header cable as indicated on the Drawings . 5. Handling C ITY OF FORT WORTH NORTHS ID E IV 24-INC H WATER TRANSM IS SION MAIN PHAS E I B STANDARD CONSTRUCTION SP ECIF ICATION DOC UMENTS City Project No. 102687 Revi sed December 20, 2012 33 04 12 -7 MAGNESIUM ANODE CATHODIC PROTECTION Page7ofl0 a. Anodes shall be handled in a manner that will avoid damaging anode materials and wire connections. B. Installation of Permanent Anode 1. Location a. Install 1 permanent copper sulfate reference electrode at each anode ground bed. b. The permanent reference electrode shall be within 6 inches of the pipe at pipe depth. c. Prepare and install the permanent reference electrode in strict accordance with the manufacturer's recommendations. 2. Placement a. Place the permanent reference electrode in the same ditch with the water line and carefully covered with the same soil as the pipeline backfill. 3. Lead Wire a. Protect the permanent reference electrode lead wire during backfill operations and route to the test station along with the water line test leads and anode ground bed cables. C. Installation of Wire and Cable 1. Depth a. All underground wire and cable shall be installed at a minimum of 24 inches below final grade with a minimum separation of 6 inches from other underground structures. 2. Anode Header Cable a. Each anode lead wire shall be connected to a# 10 A WG/HMWPE header cable which shall be routed into a flush-to-grade test station. 3 . Anode Lead Wire to Header Cable Connection a. Each anode lead wire to header cable connection shall be made using a copper compression connector. b . Each connection shall be taped using rubber tape, vinyl tape and coated with Scotchkote electrical coating as shown on the Drawings. 4. Anode-to-Pipeline Connection a . Connect each group of anodes to the pipeline through a test station as shown on the Drawings. b . A 0.0 l ohm shunt shall be used to connect the anode header cable to the pipeline as shown on the Drawings. 5. A 3-inch wide, yellow, non-detectable warning tape labeled "Cathodic Protection Cable Buried Below" shall 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 lead 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 shall be used to 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 metal. 4. The wires to be thermite welded to the pipe shall have approximately 1 inch of insulation removed from each end, exposing clean, oxide-free copper for welding. CITY OF FORT WORTH NORTHSIDE IV 24-INCH WAT ER TRANSMISSION MAIN PHAS E I B STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS City Project No. I 02687 Revi se d December 20, 2012 33 04 12 -8 MAGNE SIUM ANODE CA THO DIC PROTECTION Page 8 o f 10 5. Charges and Molds a . Weld charges and mold size shall be as specified by the manufacturer for the specific surface configuration. b. Care shall be taken during installation to be sure correct charges are used. c. Welding charges and molds shall be the product of a manufacturer regularly engaged in the production of such materials . 6 . Using the proper size therrnite weld mold as recommended by the manufacturer, the wire shall be placed between the graphite mold and the prepared metal surface. 7 . The metal disk shall be placed in the bottom of the mold . 8. The cap from the weld charge container shall 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 . l 0 . Close the mold cover and ignite the starting powder with a flint gun . The mold should be held firmly in place until all of the charge has burned and the weld has cooled slightly . 11 . Remove the therrnite weld mold and gently strike the weld with a hammer to remove the weld slag. 12 . Pull on the wire to assure a secure connection. 13 . If the weld is not secure or the wire breaks , repeat the procedure. 14 . If the weld is secure , coat all bare metal and weld metal with Stopaq CZ tape , or approved equal. E . Flush-to-Grade Anode Test Stations 1. Flush-to-grade anode test stations shall be installed as shown on the Drawings. 2 . Test stations shall be installed in a 24-inch x 24-inch x 6-inch square concrete pad. 3 . Sufficient slack shall be coiled beneath the test station to allow for soil settlement and to prevent damage to the leads during backfilling . a. Additional slack shall be left to allow for withdrawal of the terminal board a minimum of 12 inches above the top of the concrete pad for test purposes . F. Post Installation Backfilling of Cables 1. General a . During the backfilling operation , cables shall b e protected to prevent damage to the wire insulation and conductor integrity . 3.5 REPAIR A . Cut wires shall be spliced by using a copper compression connector. l. The connection shall be completely sealed against moisture penetration by the use of rubber tape , vinyl tape and Scotchkote electrical coating . B . Damaged or missing test station components shall be replaced by equal components . 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections C ITY OF FO RT WORTH NORTHSID E IV 24-INCH WATER TRAN SMISSION MA IN PH AS E I B ST AND ARD C ON STRUC TION SP ECIF IC ATIO N DOCUMENTS Ci ty Proj ect No . I 02 687 Revised Decembe r 20 , 20 12 330412 -9 MAGN ESI UM ANOD E CATHODIC PROTECTION Page 9 of 10 1. All components of the Cathodic Protection System shall be visually inspected by the City prior to commissioning of the system. 3.8 SYSTEM STARTUP A General 1. The Cathodic Protection System shall be inspected, energized and adjusted ( commissioned) as soon as possible after the Cathodic Protection equipment has been installed . B . Equipment 1. All Cathodic Protection testing instruments shall be in proper working order and calibrated according to factory specifications . C. Commissioning 1. The commissioning of the Cathodic Protection System shall be performed by, or under the direct supervision of, the Corrosion Engineering Firm qualified to verify compliance with this Specification and with the referenced corrosion control standards set forth by NACE International. D. Method 1. Measure native state structure-to-soil potentials along the water line using the permanent reference electrodes at each anode test station and a portable reference electrode at all other test stations and at above grade pipeline appurtenances . 2 . Energize the Cathodic Protection System by connecting each Magnesium Anode groundbed to the pipeline lead in the test station junction box by means of a 0 .01 ohm shunt. 3 . Record each anode groundbed current using the shunt. 4 . Allow sufficient time for the pipeline to polarize. 5. 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 established by NACE International standards. 6. Record all final current outputs measured at each test station. 7 . Verify that all electrical isolation devices are operating properly including flange isolators and casing spacers. 8 . Verify that interference does not exist with foreign structures . 9 . Perform joint tests with owners of the foreign structures (if any) and mitigate any interference detected. 10 . If necessary, install resistance bonds to mitigate interference . 11 . Interference testing coordination with the owners of foreign structures is the responsibility of the Cathodic Protection tester. E. Verification and Responsibilities 1. Contractor shall correct, at his expense, any deficiencies in materials or installation procedures discovered during the post-installation inspection. CITY OF FORT WORTH NORTHS ID E IV 24-IN C H WAT ER TRANSMISS ION MAIN PHAS E I 8 STANDARD CON STRUCTION SPECIFI CATION DO CU M ENTS City Project No. 102687 Revised December 20, 2012 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED) 3.11 CLOSEOUT ACTIVITIES [NOT USED) 3.12 PROTECTION [NOT USED) 3.13 MAIN TENANCE [NOT USED) 3.14 ATTACHMEN TS [N OT USED) 3304 12 -1 0 MAGNESIUM ANODE CA THO DI C PROTECTION Page 10 of 10 END OF SECTION Revisio n Log DATE NAME SUMMARY OF CHANGE CITY OF FO RT WORTH NORTHSIDE IV 24-INCH WATER TRANSM ISSION MAIN PHASE 18 STANDARD CONSTRUCTION SPEC IFICATION DOCUMENTS C ity Project No. 102687 Revised December 20 , 2012 33 04 40 -I CLEANING AND ACC EPTANCE TESTING OF WATER MAINS SECTION 33 04 40 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS PART 1 -GENERAL 1.1 SUMMARY A. General Page I of8 1. Before any newly constructed potable water mains will be permitted to be placed into service in the Fort Worth Water Department 's Water Distribution System, it shall be cleaned (purged) and tested, or cleaned, disinfected, and tested until the bacteria count within the water main meets the standards established by the Fort Worth Water Department and the requirements of Chapter 290 of the Texas Administrative Code (TAC) established by the Texas Commission on Environmental Quality (TCEQ). B. Deviations from this City of Fort Worth Standard Specification I . None. C . Related Specification Sections include, but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division I -General Requirements 3. Section 33 01 31 -Closed Circuit Television (CCTV) Inspection 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment I . Measurement a. This Item is considered subsidiary to the water main being Cleaned and Tested . 2 . Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to cleaning, disinfection, hydrostatic testing, and bacteriological testing and shall be subsidiary to the unit price bid per linear foot of water pipe complete in place, and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards I . Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Water Works Association/American (AWWA): a. C301, Prestressed Concrete Pressure Pipe, Steel-Cylinder Type. b. C303, Concrete Pressure Pipe, Bar-Wrapped, Steel-Cylinder Type. c. C651, Disinfecting Water Mains. d. C655, Field De-Chlorination. CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSIO MAIN PHASE 18 STANDARD CONSTRUCTION SPECIFICATION DOC UMEN TS City Project No. 102687 Revised February 6, 2013 33 04 40 -2 CLEANING AN D ACCEPTANCE T E STING OF WATER MAINS 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals For 24-inch and larger water mains , provide the following : Page 2 of8 1. Cleaning Plan -Prior to the start of construction, submit a water main cleaning plan detailing the methods and schedule, including: a . A detailed description of cleaning procedures b. Pigging entry and exit ports c . Flushing procedures d. Plans and hydraulic calculations to demonstrate adequate flushing velocities e . Control of water f . Disposal 2. Disinfection Plan -prior to the start of construction submit a disinfection plan including : a . The method mixing and introducing chlorine b. Flushing c . De-chlorination d. Sampling 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 -PRODUCTS 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES A. Pigs I . Open cell polyurethane foam body 2. Densities between 2 pounds per cubic foot up to 8 pounds per cubic foot 3 . May be wrapped with polyurethane spiral bands 4. Abrasives are not permitted, unless expressly approved by the City in writing for the particular application . 5 . Must pass through a reduction up to 65 percent of the cross sectional area of the nominal pipe diameter CITY OF FORT WORTH NO RTHS ID E IV 24-INCH WATER TRANSMISSIO MAIN PHAS E I B ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS City Proj ect No. I 02687 Revised February 6, 2013 33 04 40 - 3 CLEANING AND ACCEPTANC E T ESTING OF WA TER MAINS Page 3 of 8 6. Pigs shall be able to traverse standard piping arrangements such as 90 degree bends, tees , crosses , wyes, and gate valves . 2.3 ACCESSORIES [NOJ' USED] 2.4 SOURCE QUALITY CONTROL [NOT USED) PART 3 -EXECUTION 3.1 INSTALLERS [NOT USED) 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION/INSTALLATION/APPLICATION [NOT USED] 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. All water mains shall be cleaned prior to bacteriological testing . a . Pig all 36-inch and smaller water mains . b . Pig or manually sweep 42-inch and larger mains. c . Flushing is only permitted when specially designated in the Drawings , or if pigging is not practical and approved by th e City . B . Pigging Method 1. If the method of pigging is to be used , prepare the main for the installation and removal of a pig , including : a . Furnish all equipment , material and labor to satisfactorily expose cleaning wye , remove cleaning wye covers , etc. b . Where expulsion of the pig is required through a dead-ended conduit: 1) Prevent backflow of purged water into the main after passage of the pig . 2) Install a mechanical joint to provide a riser out of the trench on 12-inch and smaller mains to prevent backwater re-entry into the main . 3) Additional excavation of the trench may be performed on mains over 12 inches , to prevent backwater re-entry into the main. 4) Flush any backflow water that inadvertently enters the main . c . Flush short dead-end pipe sections not swabbed by a pig. d. Once pigging is complete: I) Pigging wyes shall remain in place unless otherwise specified in the Contract Documents. 2) Install cleaning wye , blind flanges or mechanical joint plugs . C ITY O F FORT WORTH NORTHSID E IV 24-INCH WATE R TRA NSMISSIO MAIN PH ASE I B STAN DARD CON STRUC TIO N SPEC IFI CATIO N DO CUM EN TS Ci ty Proj ect No. 102687 Revised February 6, 201 3 33 04 40 - 4 CLEANING AND AC CEPTANC E TESTING OF WATER MAINS Page 4 of 8 3) Plug and place blocking at other openings. 4) Backfill 5) Complete all appurtenant work necessary to secure the system and proceed with disinfection . C. Flushing Method 1. Prepare the main by installing blow-offs at appropriate locations, of sufficient sizes and numbers, and with adequate flushing to achieve a minimum velocity in the main of 2 .5 feet per second. a . Minimum blow-off sizes for various main sizes are as follows: 1) 4-inch through 8-inch main -¾-inch blow-off 2) 10-inch through 12-inch main -1-inch blow-off 3) 16-inch and greater main -2-inch blow-off b. Flushing shall be subject to the following limitations : 1) Limit the volume of water for flushing to 3 times the volume of the water mam . 2) Do not unlawfully discharge chlorinated water. 3) Do not damage private property. 4) Do not create a traffic hazard. c. Once Flushing is complete : 1) Corporations stops used for flushing shall be plugged. D . Daily main cleaning 1. Wipe joints and then inspect for proper installation . 2. Sweep e ach joint and keep clean during construction. 3 . Install a temporary plug on all exposed mains at the end of each working day or an extended period of work stoppage. E . Hydrostatic Testing l . All water main that is to be under pressure, shall be hydrostatically tested to meet the following criteria: a. Furnish and install corporations for proper testing of the main . l) Furni s h adequate and sati s factory equipment and supplies necessary to make such hydrostatic tests . 2) The section of line to be tested shall be gradually filled with water, carefully expelling the air and the specified pressure applied. b. The City will furnish water required for the testing at its nearest City line. c . Expel air from the pipe before applying the required test pressure. d . Test Pressure 1) Test pressures should meet the following criteria: a) Not less than 1.25 ( 187 psi minimum) times the stated working pressure of the pipeline measured at the highest elevation along the test section . b) Not less than 1.5 (225 psi minimum) times the stated working pressure at the lowest elevation of the test section . e . Test Conditions l) Must be at least 2 hour duration 2) Add water as necessary to sustain the required test pres sure . 3) Test fire hydrants to the fire hydrant valve. C ITY O F FORT WORTH NORT H SID E IV 24-fNCH W ATE R TRA NSMISSIO M AIN PHAS E I B STANDARD CONSTRUC TIO N SP EC IFICATIO N DO CUMENTS City Proj ec t No . 1026 87 Rev ised February 6, 201 3 33 04 40 - 5 CLEANING AND ACCEPTANCE T ESTING OF WATER MAINS Page 5 of 8 a) Leave the isolation valve on the fire hydrant lead line open during the hydrostatic testing. 4) Test service lines to curb stop a) Leave the corporation stop on the service line open during the hydrostatic testing. 5) Close isolation valves for air release valves. 6) Makeup water must come from a container of fixed 55 gallon container that does not have a water source. f. Measure all water used in the pressure test through an approved meter, or measure the difference in volume within a 55 gallon container. 1) Do not test against existing water distribution valves unless expressly provided for in the Drawings, or approved by the City. 2) If the City denies approval to test against existing water distribution system valve, then make arrangements to plug and test the pipe at no additional cost. 2. Allowable Leakage a. No pipe installation should be accepted if the amount of makeup water is greater than that determined using the following formula: In inch-pound units, Where: L= SD ✓P 148,000 L = testing allowance (make up water), gallons per hour S = length of pipe tested, ft. D = nominal diameter of pipe, in. P = average test pressure during the hydrostatic test, psi b . For any pipeline that fails to pass hydrostatic test: 1) Identify the cause 2) Repair the leak 3) Restore the trench and surface 4) Retest c. All costs associated with repairing the pipeline to pass the hydrostatic test is the sole responsibility of the Contractor and included in the price per linear foot of pipe. d. If the City determines that an existing system valve is responsible for the hydrostatic test to fail, the Contractor shall make provisions to test the pipeline without the use of the system valve. e . There shall be no additional payment to the Contractor if the existing valve is unable to sustain the hydrostatic test and shall be included in the price per linear foot of pipe . F. Disinfection l. General a. Disinfection of the main shall be accomplished by the "continuous feed" method or the "slug" method as determined by the Contractor. b . The free chlorine amounts shown are minimums. The Contractor may require higher rates . 1) Calcium hypochlorite granules shall be used as the source of chlorine. c . Continuous Feed Method CITY OF FORT WORTH NORTHSIDE IV 24-INCH WAT ER TRANSMISSIO MAIN PHASE I B STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS City Project No . 102687 Revised February 6, 2013 33 04 40 - 6 CLEANING AND ACC EPTANC E TESTING OF WATER MAINS Page 6 of8 l) Apply water at a constant rate in the newly laid main . a) Use the existing distribution system or other approved source of supply. 2) At a point not more than 10 feet downstream from the beginning of the new main, water entering the new main shall receive a dose of chlorine. a) Free chlorine concentration: 50 mg/L minimum, or as required by TCEQ, whichever is greater. b) Chlorine applications shall not cease until the entire conduit is filled with heavily chlorinated water. 3) Retain chlorinated water in the main for at least 24 hours. a) Operate valves and hydrants in the section treated in order to disinfect the appurtenances. b) Prevent the flow of chlorinated water into mains in active service. c) Residual at the end of the 24-hour period: 10 mg /L free chlorine, minimum, for the treated water in all portions of the main . 4) Flush the heavily chlorinated water from the main and dispose of in a manner and at a location accepted by the City. 5) Test the chlorine residual prior to flushing operations. a) If the chlorine residual exceeds 4 mg/L, the water shall remain in the new main until the chlorine residual is less the 4 mg/L. b) The Contractor may choose to evacuate the water into water trucks , or other approved storage facility, and treat the water with Sodium Bisulfate, or another de-chlorination chemical, or method appropriate for potable water and approved by the City until the chlorine residual is reduced to 4 mg/Lor less . c) After the specified chlorine residual is obtained, the water may then be discharged into the drainage system or utilized by the Contractor. d. Slug Method l) Water from the existing distribution system or other approved source of supply shall be made to flow at a constant rate in the newly laid main. 2) At a point not more than 10 feet downstream from the beginning of the new main, water entering the new main shall receive a dose of chlorine. a) Free chlorine concentration: 100 mg/L minimum, or as required by TCEQ , whichever is greater. b) The chlorine shall be applied continuously and for a sufficient time to develop a solid column or "slug" of chlorinated water that shall expose all interior surfaces to the "slug" for at least 3 hours. 3) Operate the fittings and valves as the chlorinated water flows past to disinfect the appurtenances. 4) Prevent the flow of chlorinated water into mains in active service. 5) Flush the heavily chlorinated water from the main and dispose of in a manner and at a location accepted by the City . 6) Upon completion, test the chlorine residual remaining in the main. a) Chlorine levels of 4 mg/I or less should be maintained. 2. Contractor Requirements a . Furnish all equipment, material and labor to satisfactorily prepare the main for the disinfection method approved by the City with adequate provisions for sampling. b. Make all necessary taps into the main to accomplish chlorination of a new line, unless otherwise specified in the Contract Documents. CITY OF FORT WORTH NORTHS ID E IV 24-INCH WAT ER TRANSMISSIO MAIN PHASE I B STANDARD CONSTRUCTION SPECIF ICATION DOCUMENTS City Project No. 102687 Revised February 6, 2013 33 04 40 - 7 CLEAN ING A ND AC CE PTANC E T ESTING OF WATER MAINS Page 7 o f8 c . After satisfactory completion of the disinfection operation , as determined by the City, remove surplus pipe at the chlorination and sampling points, plug the remaining pipe , backfill and complete all appurtenant work necessary to secure the main. G . Dechlorination 1. General. All chlorinated water shall be de-chlorinated before discharge to the environment. Chemical amounts, as listed in ANSI/ A WW A C65 l : "Disinfecting Water Mains", shall be used to neutralize the residual chlorine concentrations using de-chlorination procedures listed in ANSI/A WW A C655 : "Field De-Chlorination". De-Chlorination shall continue until chlorine residual is non-detectable. 2 . Testing. Contractor shall continuously test for the chlorine residual level immediately downstream of the de-chlorination process, during the entire discharge of the chlorinated water. Contractor shall periodically conduct chlorine residual testing and check for possible fish kills at locations where discharged water enters the existing watershed. 3 . Fish Kill . If a fish kill occurs associated with the discharge of water from the distribution system or any other construction activities: a . The Contract shall immediately alter activities to prevent further fish kills . b . The Contractor shall immediately notify Water Department Field Operations Dispatch. c . The Contractor shall coordinate with City to properly notify TCEQ . d . Any fines assessed by the TCEQ ( or local , state of federal agencies) for fish kills shall be the responsibility of the Contractor. H . Bacteriological Testing (Water Sampling) l . General a . Notify the City when the main is suitable for sampling. b . The City shall then take water samples from a suitable tap for analysis by the City's laboratory, unless otherwise specified in the Contract Documents. l) No hose or fire hydrant shall be used in the collection of samples . 2 . Water Sampling a . Complete microbiological sampling prior to connecting the new main into the existing distribution system in accordance with A WW A C65 l . b . Collect samples for bacteriological analysis in sterile bottles treated with sodium thiosulfate . c. Collect 2 consecutive sets of acceptable samples , taken at least 24 hours apart , from the new main. d . Collect at least l set of samples from every 1,000 linear feet of the new main ( or at the next available sampling point beyond 1,000 linear feet as designated by the City), plus I set from the end of the line and at least I set from each branch . e . If trench water has entered the new main during construction or, if in the opinion of the City, excessive quantities of dirt or debris have entered the new main , obtain bacteriological samples at intervals of approximately 200 linear feet. f . Obtain samples from water that has stood in the new main for at least 16 hours after formal flushing. 3 . Repetition of Sampling CITY O F FORT WORTH NORTHSID E IV 24-IN CH WATER TRAN SMISSIO MA IN PHAS E 1B STANDARD CO NSTRUCTIO N SP ECIF IC ATIO N DOCUM ENTS City Proj ect No . 1026 87 Revis ed Fe bruary 6 , 2013 33 04 40 -8 CLEANING AND ACC EPT ANCE TESTING OF WATER MAINS Page 8 of 8 a. Unsatisfactory test results require a repeat of the disinfection process and re- sampling as required above until a satisfactory sample is obtained. 3.11 CLOSEOUT ACTIVITIES [N OT USEDI 3.12 PROTECTION [NOT USED) 3.13 MAINTENANCE [NOT USED) 3.14 ATTACHMENTS [NOT USED) END OF SECTION Revis ion Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 3 . 10 .E. l.e.-Added service lines to hydrostatic testing requirements 1.3.A.2.d Added A WW A C655 Field De-Chlorination as reference 2/6/2013 D Townsend 3 .10 .G -Added De-Ch lorination Requirement CITY OF FORT WORTH NORTHSIDE IV24-INCH WATE R TRANSM ISSIO MAIN PHASE 1B STANDARD CONSTRUCT IO N SPECIFICATION DO CUMENTS City Project No. 1026 87 Revised February 6 , 2013 33 04 50 ?? -I CLEANING OF S EWER MAINS PIPES Page I of 5 SECTION 33 04 50 2 CLEANING OF PIPES 3 PART 1 -GENERAL 4 1.1 SUMMARY 5 A General 6 1. Before any television inspection, pipes shall be cleaned to remove all debris , solids, 7 sand, grease, grit, etc. from the sewer and manholes . 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include , but are not necessarily limited to: 11 1. Division 0-Bidding Requirements , Contract Forms, and Conditions of the 12 Contract 13 2 . Division 1 -General Requirements 14 3 . Section 33 01 31-Closed Circuit Television (CCTV) Inspection -Sanitary Sewer 15 4. Section 33 01 32 -Closed Circuit Television (CCTV) Inspection -Storm 16 Drain/Storm Sewer 17 1.2 PRICE AND PAYMENT PROCEDURFS 18 A Cleaning of Pipe 19 1. Measurement and Payment 20 a. Measurement 21 1) This Item is considered subsidiary to the pipe being cleaned. 22 b. Payment 23 1) The work performed and the materials furnished in accordance with this 24 Item are subsidiary to the unit price bid per linear foot of pipe complete in 25 place, and no other compensation will be allowed. 26 B. Cleaning of Pipe -Condition Assessment for Storm Drain 27 1. Measurement and Payment 28 a. Measurement 29 1) This Item is to be measured by the linear foot when performed ahead of 30 storm drain condition assessment. Measurement for this Item will be by the 31 linear foot of pipe cleaned. 32 b. Payment 33 1) The work performed and the materials furnished in accordance with this 34 ltem and measured as provided under "Measurement" will paid for at the unit 35 price bid per linear foot for "Clean Storm Pipe Ahead of Condition 36 Assessment" for different ranges of pipe diameters , and no other 37 compensation will be allowed. 38 1.3 REFERENCES [NOT USED) 39 1.4 ADMINIS1RA 11VE REQUIREMENTS [NOT USED] CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN, PHASE I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102687 R ev ised March 11 , 2022 33 04 50 ?? -2 CLEANING OF SEWER MAINS PIP ES 1.5 SUBMITIALS [NOT USED] 2 1.6 ACTION SUBMITIALS/INFORMA TIONAL SUBMITIALS [NOT USED] 3 1.7 CLOSEOUT SUBMITIALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITIALS [NOT USED] 5 1.9 QUALI1Y ASSURANCE [NOT USED] 6 1.10 DELIVERY, SlORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 -PRODUCTS [NOT USED] 10 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS 11 2.2 PRODUCT 1YPF.S 12 A Use only the type of cleaning material which will not create hazards to health or 13 property or affect treatment plant processes. 14 2.3 ACCF.SSORIF.S 15 2.4 SOURCE QUALI1Y CONIROL 16 PART 3 -EXECUTION 17 18 19 20 21 22 3.1 3.2 3.3 3.4 3.5 3.6 INSTALLERS [NOT USED] EXAMINATION [NOT USED] PREPARATION [NOT USED] ERECTION/INSTALLATION/APPLICATION REPAIR/RES10RATION [NOT USED] RE-INSTALLATION [NOT USED] [NOT USED] 23 3. 7 FIELD [oR] SITE QUALl1Y CONTROL [NOT USED] 24 3.8 SYSTEM STARTUP [NOT USED] 25 3.9 ADJUSTING [NOT USED] 26 3.10 CLEANING 27 A General Page 2 of 5 28 1. All materials, equipment, and pers onnel necessary to complete the cleaning of pipes 29 and manholes must be present on the jobsite prior to isolating the manhole or line 30 segment and beginning the cleaning process . CITY Of FORT WORTH NORTHSIDE IV 24-INCH WAT ER TRANSM ISSION MAIN , PHAS E 18 STANDARD CONSTRUCTION SP EC IFICATION DOCUMENTS City Project No . 102687 Revi sed March I I , 2022 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 35 36 37 38 39 40 41 42 43 44 45 46 47 33 04 50 ?? -3 C LEANING OF S EW ER MAI N S PIP ES Page 3 of 5 2. Maintain clean work and surrounding premises within the work limits so as to comply with Federal, State, and local environmental and anti-pollution laws , ordinances , codes , and regulations when cleaning and disposing of waste materials , debris , and rubbish. 3. Keep the work and surrounding premises within work limits free of accumulations of dirt , dust, waste materials , debris , and rubbish. 4. Suitable containers for storage of waste materials , debris, and rubbish shall be provided until time of disposal. a. It is the sole responsibility of the Contractor to secure a licensed legal dump site for the disposal of this material. b . Under no circumstances shall sewage or solids removed from the main or manhole be dumped onto streets or into ditches, catch basins, storm drains , or sanitary sewers . 5 . The cleaning process shall remove all grease, sand, silts , solids , rags , debris , etc . from each sewer segment, including the manhole(s). 6 . Selection of cleaning equipment and the method for cleaning shall be based on the condition of the pipes at the time work commences and will be subject to approval by the City . 7 . All cleaning equipment and devices shall be operated by experienced personnel. 8 . Satisfactory precautions shall be taken to protect the pipes and manholes from damage that might be inflicted by the improper use of the cleaning process or equipment. 9. Any damages done to a sewer main and/or structure by the Contractor shall be repaired by the Contractor at no additional cost and to the satisfaction of the City . 10 . Cleaning shall also include the manhole wall washing by high pressure water jet. 11 . The Contractor may be required to demonstrate the performance capabilities of the cleaning equipment proposed for use on the project. a. If the results obtained by the proposed pipe cleaning equipment are not satisfactory, the Contractor shall use different equipment and/or attachments, as required , to meet City satisfaction . b. More than 1 type of equipment/attachments may be required at a location . 12 . When hydraulic or high velocity cleaning equipment is used, a suitable sand trap , weir , dam , or suction shall be constructed in the downstream manhole in such a manner that all the solids and debris are trapped for removal. 13. Whenever hydraulically-propelled cleaning tools which depend upon water pressure to provide their cleaning force , or any tool which retard the flow of water in the pipes are used , precautions shall be taken to ensure that the water pressure created does not cause any damage or flooding to public or private property being served by the manhole s ection involved . 14 . Any damage of property, as a result of flooding, shall be the liability and responsibility of the Contractor. 15. The flow of wastewater present in a sanitary sewer main shall be utilized to provide necessary fluid for hydraulic cleaning devices whenever possible . 16 . When additional quantities of water from fire hydrants are necessary to avoid delay in normal working procedures, the water shall be conserved and not used unnecessarily . a. No fire hydrant shall be obstructed or used when there is a fire in the area. C ITY OF FORT W O RT H NORT HSID E IV 24-I NCH WATER T RANSMISSION MA IN , PH AS E 18 ST ANDARD C ONSTR UCT IO N SP ECIFICATION DO CUM ENTS C ity Proj e ct No. 1026 87 Revised Marc h I I , 2022 I 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 35 36 37 38 39 40 41 42 43 44 45 46 47 48 B. 33 04 50 ?? -4 CLEANING OF SEWER MAINS PfPES Page4of5 b. It is the responsibility of the Contractor to obtain the fire hydrant, water meter and all related charges for the set-up, including the water usage bills from respective water purveyor agency . c . All expenses shall be considered incidental to the cleaning of the existing pipes. Methods 1. Hydraulic Cleaning a. Hydraulic-propelled devices w hie h require a head of water to operate must utilize a collapsible dam. b . The dam must be easily collapsible to prevent damage to the sewer main, property, etc. c . When using hydraulically-propelled devices, precautions shall be taken to ensure that the water pressure created does not cause damage or flood public or private property. d. Do not increase the hydraulic gradient of the sanitary sewers beyond the elevation that could cause overflow of sewage into area waterways or laterals. e. The flow of wastewater present in a sanitary sewer main shall be utilized to provide necessary fluid for hydraulic cleaning devices whenever possible. 2 . High-Velocity Cleaning a. Cleaning equipment that uses a high velocity water jet for removing debris shall be capable of producing a minimum volume of 50 gpm, with a pressure of 1,500 ps~ for a pipe and 3,500 psi for the (manhole) structure at the pump. 1) Any variations to this pumping rate must be approved, in advance, by the City . 2) To prevent damage to older pipes and property, a pressure less than 1500 psi can be used. 3) A working pressure gauge shall be used on the discharge of all high- pressure water pumps. 4) For pipes 18 inches and larger in diameter, in addition to conventional nozzles , use a nozzle which directs the cleaning force to the bottom of the pipe. 5) Operate the equipment so that the pressurized nozzle continues to move at all times. 6) The pressurized nozzle shall be turned off or reduced anytime the hose is on hold or delayed in order to prevent damage to the line. 3. Mechanical Cleaning a. Mechanical cleaning, in addition to normal cleaning when required, shall be with approved equipment and accessories driven by power winching devices. b . Submit the equipment manufacturer's operational manual and guidelines to the City, which shall be followed strictly unless modified by the City. c . All equipment and devices shall be operated by experienced operators so that they do not damage the pipe in the process of cleaning. d . Buckets, scrapers, scooters, porcupines, kites, heavy duty brushes, and other debris-removing equipment/accessories shall be used as appropriate and necessary in the field, in conjunction with the approved power machines. e. The use of cleaning devices such as rods, metal pigs, porcupines, root saws, snakes, scooters, sewer balls, kites , and other approved equipment, in conjunction with hand winching device, and/or gas, electric rod propelled devices, shall be considered normal cleaning equipment. CITY OF FORT WORTH NORTHSIDE IV 24-fNC H WATER TRANSMISSION MAIN, PHASE IB STANDARD CONSTRUCTION SP ECIF ICATION DOCUMENTS City Project No . 102687 Revised March 11 , 2022 3.11 CLOSEOUf ACTIVITIF.S [NOT USED] 2 3.12 PROTECTION [NOT USED] 3 3.13 MAIN1ENANCE [NOT USED] 4 3.14 ATTACHMENTS [NOT USED) 5 END OF SECTION 6 Re vision Log 33 04 50 ?? -5 CLEANING OF SEWER MAINS PIPES Page 5 of 5 DATE NAME SUMMARY OF CHANGE 7 8 9 10 11 12 13 14 3 /1 I /2022 MOwen Revised language to refer to cleaning of pipes instead of sewer CITY Of FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN, PHASE 18 STANDARD CONSTRUCTION S P ECIFICATION DOCUMENTS City Project No. 102687 Revised March 11 , 2022 - I UTILITY TRENCH EXCAVATION, EM B EDM ENT, AND BACKFI LL Page I of21 1 SECTION 33 05 10 2 UTILITY TRENCH EXCAVATION , EMBEDMENT AND BACKFILL 3 PART 1-GENERAL 4 1.1 SUMMARY 5 A Section Includes : 6 1. Excavation , Embedment and Backfill for: 7 a. Pressure Applications 8 1) Water Distribution or Transmission Main 9 2) Wastewater Force Main 10 3) Reclaimed Water Main 11 b. Gravity Applications 12 1) Wastewater Gravity Mains 13 2) Storm Sewer Pipe and Culverts 14 3) Storm Sewer Precast Box and Culverts 15 2 . Including: 16 a. Excavation of all material encountered, including rock and unsuitable materials 17 b. Disposal of excess unsuitable material 18 c. Site specific trench safety 19 d. Pumping and dewatering 20 e. Embedment 21 f. Concrete encasement for utility lines 22 g . Backfill 23 h. Compaction 24 B. Deviations from this City of Fort Worth Standard Specification 25 1. None. 26 C. Related Specification Sections include, but are not necessarily limited to: 27 I . Division 0-Bidding Requirements, Contract Forms, and Conditions of the 28 Contract 29 2. Division 1 -General Requirements 30 3 . Section 02 41 13-Selective Site Demolition 31 4 . Section 02 41 15 -Paving Removal 32 5 . Section024114 -Utility Removal/Abandonment 33 6 . Section 03 30 00 -Cast-in-place Concrete 34 7 . Section 03 34 13 -Controlled Low Strength Material (CLSM) 35 8 . Section 31 10 00 -Site Clearing 36 9. Section 31 25 00 -Erosion and Sediment Control 37 10 . Section 33 05 26-Utility Markers/Locators 38 11. Section 34 71 13 -Traffic Control 39 1.2 PRICE AND PAYMENT PROCEDURES 40 A Measurement and Payment C ITY OF FORT WORTH NORTHSIDE IV24-I NC H WATER TRANSMISSION MAIN PHASE 1B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C ity Project No . 102687 Rev ised April 2, 2021 I 2 3 4 5 6 7 8 9 lO II 12 13 14 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 -2 UT ILITY T RENC H EXCA VAT ION , EMBEDMENT , AND BAC KF IL L Page2of2 1 1. Trench Excavation , Embedment and Backfill associated with the installation of an underground utility or excavation a. Measurement 1) This [tern is considered subsidiary to the installation of the utility pipe line as designated in the Drawings . b . Payment 1) The work performed and the materials furnished in accordance with this ltem are considered subsidiary to the installation of the utility pipe for the type of embedment and backfill as indicated on the plans. No other compens ation will be allowed . 2 . [mported Embedment or Backfill a. Measurement I) Measured by the cubic yard as delivered to the site and recorded by truck ticket provided to the City b. Pay ment I) Imported fill shall only be paid when using materials for embedment and backfill other than those identified in the Drawings. The work performed and materials furnished in accordance with pre-bid item and measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard of "Imported Embedment/Backfill" delivered to the Site for : a) Various embedment/backfill materials c . The price bid shall include : I) Furnishing backfill or embedment as specified by this Specification 2) Hauling to the site 3) Placement and compaction of backfill or embedment 3 . Concrete Encasement for Utility Line s a . Measurement I) Measured by the cubic yard per plan quantity. b . Pay ment I) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per cubic y ard of "Concrete Encasement for Utility Lines " per plan quantity . c . The price bid shall include: I) Furnishing , hauling, placing and finishing concrete in accordance with Section 03 30 00 2) Clean-up 4 . Ground Water Control a . Measurement I) Measurement shall be lump sum when a ground water control plan is specifically required by the Contract Documents. b . Payment 1) Payment shall be per the lump sum price bid for "Ground Water Control" including : a) Submittals b) Additional Testing c) Ground water control system in s tallation d) Ground water control sy stem operations and maintenance e) Disposal of water CITY OF FORT W O RT H NO RT HS ID E IV 24 -I NCH WATE R T RA NSMISS ION MA IN PHASE I B STANDARD CONSTR UCT ION S P ECIF ICATION DOCUMENTS C ity Project No. 1026 87 Rev ised April 2, 2021 -3 UTI LI T Y T R ENC H EXCA VATION , EMB EDM ENT , AND BAC KF ILL Page 3of21 f) Removal of ground water control system 2 5 . Trench Safety 3 a . Measurement 4 1) Measured per linear foot of excavation for all trenches that require trench 5 safety in accordance with OSHA excavation safety standards (29 CFR Part 6 1926 Subpart P Safety and Health regulations for Construction) 7 b . Payment 8 1) The work performed and materials furnished in accordance with this Item 9 and measured as provided under "Measurement" will be paid for at the unit 10 price bid per linear foot of excavation to comply with OSHA excavation 11 safety standards (29 CFR Part 1926 .650 Subpart P), including , but not 12 limited to , all submittals , labor and equipment. 13 1.3 REFERENCES 14 A Definitions 15 1. General -Definitions used in this section are in accordance with Terminologies 16 ASTM F412 and ASTM 08 and Terminology ASTM D653 , unless otherwise 17 noted . 18 2 . Definitions for trench width , backfill, embedment, initial backfill, pipe zone, 19 haunching bedding, springline , pipe zone and foundation are defined as shown in 20 the following schematic : 21 ....J ....J c.:: ~ u <( CD ....J <( z G:: INITI AL BACKFI LL >-z w ::i; Cl w SPRINGLI E CD ~ w HAUNCHING FOUNDA TIO UNPAVED AREAS EXCAVATED TRENCH WIDTH ' ~ /' ::l G:: u <( CD ....J <( z G:: w z 0 N w 0.. a: OD CLEARANCE C IT Y OF FORT W O RTH NORTHS ID E IV24-I NC H WATER T RAN SMI SS ION MAIN PHASE 18 STANDARD CONST R UCT IO N S P ECIF ICATION DOCU MENTS C ity Proj e ct No . 102687 Revi sed April 2 , 202 1 -4 UTILIT Y TRENCH EXC AVATION , EM B EDMENT , AND BAC KF ILL Page 4of21 3 . Deleterious materials -Harmful materials such as clay lumps, silts and organic 2 material 3 4. Excavated Trench Depth -Distance from the surface to the bottom of the bedding 4 or the trench foundation 5 5 . Final Backfill Depth 6 a. Unpaved Areas -The depth of the final backfill measured from the top of the 7 initial backfill to the surface 8 b . Paved Areas -The depth of the final backfill measured from the top of the 9 initial backfill to bottom of permanent or temporary pavement repair 10 B. Reference Standards 11 1. Reference standards cited in this Specification refer to the current reference 12 standard published at the time of the latest revision date logged at the end of this 13 Specification, unless a date is specifically cited. 14 2. ASTM Standards : 15 a . ASTM C33-08 Standard Specifications for Concrete Aggregates 16 b . ASTM C88-05 Soundness of Aggregate by Use of Sodium Sulfate or 17 Magnesium Sulfate 18 c . ASTM C136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate 19 d . ASTM 0448-08 Standard Classification for Sizes of Aggregate for Road and 20 Bridge Construction. 21 e . ASTM C535-09 Standard Test Method for Resistance to Degradation of Large- 22 Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine 23 f . ASTM 0588 -Standard Test method for Moisture-Density Relations of Soil- 24 Cement Mixture 25 g. ASTM 0698-07 Test Method for Laboratory Compaction Characteristics of 26 Soil Using Stand Efforts (12 ,400 ft-lb/ft3 600 Kn-m/M3)). 27 h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in 28 Place by Sand Cone Method . 29 1. ASTM 2487 -10 Standard Classification of Soils for Engineering Purposes 30 (Unified Soil Classification Sy stem) 31 J. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers 32 and Other Gravity-Flow Applications 33 k. ASTM D2922 -Standard Test Methods for Density of Soils and Soil 34 Aggregate in Place by Nuclear Methods (Shallow Depth) 35 l. ASTM 3017 -Standard Test Method for Water Content of Soil and Rock in 36 place by Nuclear Methods (Shallow Depth) 37 m . ASTM 04254 -Standard Test Method for Minimum Index Density and Unit 38 Weight of Soils and Calculations of Relative Density 39 3 . OSHA 40 a. Occupational Safety and Health Administration CFR 29, Part 1926-Safety 41 Regulations for Construction, Subpart P -Excavations 42 1.4 ADMINIS1RA TIVE REQUIREMENTS 43 A. Coordination 44 1. Utility Company Notification 45 a. Notify area utility companies at least 48 hours in advance, excluding weekends 46 and holidays , before starting ex cavation . CIT Y OF FORT W O RT H NO RT HS ID E IV 24-INC H WATE R TRANS MI SS ION MA IN PH ASE I B STANDARD CONSTR UCT ION SPEC IF ICATION OCX:::UMEN TS C ity Proj ect No . 102687 Rev ised April 2, 202 1 -5 UTILITY TRENCH EXCAVATION , EMB EDMENT , AND BACKFILL Page5of21 b. Request the location of buried lines and cables in the vicinity of the proposed 2 work. 3 B. Sequencing 4 1. Sequence work for each section of the pipe installed to complete the embedment 5 and backfill placement on the day the pipe foundation is complete. 6 2 . Sequence work such that proctors are complete in accordance with ASTM 0698 7 prior to commencement of construction activities. 8 1.5 SUBMITIALS 9 A Submittals shall be in accordance with Section 01 33 00. 10 B. All submittals shall be approved by the City prior to construction. 11 1.6 ACTION SUBMITIALS/INFORMA TIONAL SUBMITIALS 12 A Shop Drawings 13 1. Provide detailed drawings and explanation for ground water and surface water 14 control, if required . 15 2 . Trench Safety Plan in accordance with Occupational Safety and Health 16 Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P - 17 Excavations 18 3. Stockpiled excavation and/or backfill material 19 a. Provide a description of the storage of the excavated material only if the 20 Contract Documents do not allow storage of materials in the right-of-way of the 21 easement. 22 1. 7 CLOSEOUT SUBMITIALS [NOT USED] 23 1.8 MAINfENANCE MA 1ERIAL SUBMITIALS [NOT USED] 24 1.9 QUALI1Y ASSURANCE [NOT USED] 25 1. 10 DELIVERY, SlORAGE, AND HANDLING 26 A Storage 27 I. Within Existing Rights-of-Way (ROW) 28 a. Spoil, imported embedment and backfill materials may be stored within 29 existing ROW, easements or temporary construction easements, unless 30 specifically disallowed in the Contract Documents. 31 b. Do not block drainage ways, inlets or driveways. 32 c. Provide erosion control in accordance with Section 31 25 00. 33 d . Store materials only in areas barricaded as provided in the traffic control plans. 34 e. In non-paved areas, do not store material on the root zone of any trees or in 35 landscaped areas. 36 2. Designated Storage Areas 37 a. If the Contract Documents do not allow the storage of spoils, embedment or 38 backfill materials within the ROW, easement or temporary construction 39 easement, then secure and maintain an adequate storage location. 40 b. Provide an affidavit that rights have been secured to store the materials on 41 private property . 42 c. Provide erosion control in accordance with Section 31 25 00. CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHAS E 18 STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS City Project No . 102687 Revised April 2, 2021 -6 UT ILI TY T RENC H EXCAVATION, EM B EDM ENT , AND BAC KF ILL Page 6of 21 d. Do not block drainage ways . 2 e . Only materials used for 1 working day will be allowed to be stored in the work 3 zone. 4 B. Deliveries and haul-off -Coordinate all deliveries and haul-off. 5 1.11 FIELD [SHE] CONDITIONS 6 A. Existing Conditions 7 1. An y data which has been or may be provided on subsurface conditions is not 8 intended as a representation or warranty of accurac y or continuity between soils. It 9 is expressly understood that neither the City nor the Engineer will be responsible 10 for interpretations or conclusion s drawn there from by the Contractor. 11 2 . Data is made available for the convenience of the Contractor. 12 1.12 WARRAN1Y [NOT USED] 13 PART2 -PRODUCTS 14 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS 15 2.2 MA1ERIALS 16 A. Materials 17 1 . Utility Sand 18 a. Granular and free flowing 19 b . Generally meets or ex ceed s the limit s on deleterious substances per Table 1 for 20 fine aggregate according to ASTM C 33 21 c . Reasonably free of organic material 22 d . Gradation : sand material consisting of durable particles , free of thin or 23 elongated pieces , lumps of clay, loam or vegetable matter and meets the 24 following gradation may be used for utility sand embedment/backfill 25 26 27 28 29 30 31 32 33 34 Sieve Size Percent Retained ½" 0 ¼" 0-5 #4 0-10 #16 0-20 #50 20-70 #100 60-90 #200 90-100 e . The City has a pre-approved list of sand sources for utility embedment. The pre-approved list can be found on the City website, Project Resources page . The utility sand sources in the pre-approved li s t have demonstrated continued quality and uniformity on City of Fort Worth projects . Sand from these sources are pre-approved for use on City projects without project specific testing. 2 . Crushed Rock a. Durable crus hed rock or recy cled concrete b . Meet s the gradation of ASTM D448 size numbers 56 , 57 or 67 C ITY OF FORT WORT H NO RTHS IDE IV 24-INCH WAT ER TRANSM ISS ION MA IN PHAS E 18 STAND AR D CONST R UCT ION SP ECIF ICATION DOCUM ENTS C ity Proj ect No. 10268 7 Rev ised April 2 , 202 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 2 1 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 -7 UTILITY TRENC H EXCAVATION , EMB E DMENT , AND BACKF ILL Page7 o f21 c . May be unwashed d. Free from significant silt clay or unsuitable materials e. Percentage of wear not more than 40 percent per ASTM C 131 or C535 f . Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 3 . Fine Crushed Rock a. Durable crushed rock b. Meets the gradation of ASTM D448 size numbers 8 or 89 c . May be unwashed d. Free from significant silt clay or unsuitable materials . e . Have a percentage of wear not more than 40 percent per ASTM C 131 or C535 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 4 . Ballast Stone a . Stone ranging from 3 inches to 6 inches in greatest dimension . b . May be unwashed c . Free from significant silt clay or unsuitable materials d . Percentage of wear not more than 40 percent per ASTM Cl31 or C535 e . Not more than a 12 percent maximum loss when subjected to 5 cycles of sodium sulfate soundness per ASTM C88 5 . Acceptable Backfill Material a . ln-situ or imported soils classified as CL, CH, SC or GC in accordance with ASTM D2487 b. Free from deleterious materials, boulders over 6 inches in size and organics c . Can be placed free from voids d . Must have 20 percent passing the number 200 sieve 6 . Blended Backfill Material a. In-situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 b . Blended with in-situ or imported acceptable backfill material to meet the requirements of an Acceptable Backfill Material c . Free from deleterious materials , boulders over 6 inches in size and organics d. Must have 20 percent passing the number 200 sieve 7. Unacceptable Backfill Material a. In-situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM D2487 8 . Select Fill a . Classified as SC or CL in accordance with ASTM D2487 b. Liquid limit less than 35 c. Plasticity index between 8 and 20 9 . Cement Stabilized Sand (CSS) a . Sand 1) Shall be clean , durable sand meeting grading requirements for fine aggregates of ASTM C33 and the following requirements : a) Classified as SW, SP , or SM by the United Soil Classification System of ASTM D2487 b) Deleterious materials (1) Clay lumps , ASTM C142 , less than 0.5 percent (2) Lightweight pieces , ASTM C123 , less than 5 .0 percent CIT Y OF FORT W O RTH NO RTHSID E IV 24-I NC H WATE R T RANS MI SS IO N MAIN PH ASE 18 ST ANDARD CONSTR UCT IO N SPEC IFI CATION DOCUM ENT S City Proj ect No . 102687 Revised Apri l 2 , 202 I 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 35 36 37 38 39 40 -8 UTILITY TRENCH EXCAVATION , EMB EDM ENT , AND BACKFILL Page 8of21 (3) Organic impurities, ASTM C40, color no darker than standard color (4) Plasticity index of 4 or less when tested in accordance with ASTM 04318. b. Minimum of 4 percent cement content of Type I/II portland cement c. Water l) Potable water, free of soils, acids, alkalis, organic matter or other deleterious substances, meeting requirements of ASTM C94 d. Mix in a stationary pug mill, weigh-batch or continuous mixing plant. e . Strength 1) 50 to 150 psi compressive strength at 2 days in accordance with ASTM 01633, Method A 2) 200 to 250 psi compressive strength at 28 days in accordance with ASTM 01633, Method A 3) The maximum compressive strength in 7 days shall be 400 psi. Backfill that exceeds the maximum compressive strength shall be removed by the Contractor for no additional compensation. f. Random samples of delivered product will be taken in the field at point of delivery for each day of placement in the work area. Specimens will be prepared in accordance with ASTM O 1632. 10 . Controlled Low Strength Material (CLSM) a. Conform to Section 03 34 13 11 . Trench Geotextile Fabric a. Soils other than ML or OH in accordance with ASTM 02487 I) Needle punch, nonwoven geotextile composed of polypropylene fibers 2) Fibers shall retain their relative position 3) Inert to biological degradation 4) Resist naturally occurring chemicals 5) UV Resistant 6) Mirafi 140N by Tencate, or approved equal b. Soils Classified as ML or OH in accordance with ASTM 02487 1) High-tenacity monofilament polypropylene woven yarn 2) Percent open area of 8 percent to 10 percent 3) Fibers shall retain their relative position 4) Inert to biological degradation 5) Resist naturally occurring chemicals 6) UV Resistant 7) Mirafi FW402 by Tencate, or approved equal 12 . Concrete Encasement a. Conform to Section 03 30 00 . CITY OF FORT WORTH NORTHSIDE IV 24-INCH WAT ER TRANSMISSION MAIN PHAS E I B STANDARD CONSTR UCTION SPECIFICATION DOCUMENTS City Project No . 102687 Revised April 2 , 2021 -9 UTILIT Y TRENCH EXCAVAT ION , EM BEDMENT, AND BACKFILL Page9of21 2.3 ACCF.SSORIF.S [NOT USED] 2 2.4 SOURCE QUALI1Y CON1ROL [NOT USED] 3 PART 3 -EXECUI1ON 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION 6 A Verification of Conditions 7 1. Review all known , identified or marked utilities , whether public or private, prior to 8 excavation . 9 2. Locate and protect all known, identified and marked utilities or underground 10 facilities as excavation progresses . 11 3. Notify all utility owners within the project limits 48 hours prior to beginning 12 excavation . 13 4. The information and data shown in the Drawings with respect to utilities is 14 approximate and based on record information or on physical appurtenances 15 observed within the project limits . 16 5 . Coordinate with the Owner(s) ofunderground facilities . 17 6 . Immediately notify any utility owner of damages to underground facilities resulting 18 from construction activities. 19 7 . Repair any damages resulting from the construction activities. 20 B. Notify the City immediately of any changed condition that impacts excavation and 21 installation of the proposed utility . 22 3.3 PREPARATION 23 A Protection of In-Place Conditions 24 1. Pavement 25 a. Conduct activities in such a way that does not damage existing pavement that is 26 designated to remain . 27 1) Where desired to move equipment not licensed for operation on public 28 roads or across pavement, provide means to protect the pavement from all 29 damage. 30 b . Repair or replace any pavement damaged due to the negligence of the 31 contractor outside the limits designated for pavement removal at no additional 32 cost to the City . 33 2. Drainage 34 a . Maintain positive drainage during construction and re-establish drainage for all 35 swales and culverts affected by construction. 36 3. Trees 37 a . When operating outside of existing ROW , stake permanent and temporary 38 construction easements. 39 b. Restrict all construction activities to the designated easements and ROW. 40 c . Flag and protect all trees designated to remain in accordance with Section 31 IO 41 00. CIT Y OF FORT WORTH NO RTHSIDE IV 24-INCH WATER TRANSMI SS ION MAIN PHAS E 1B STANDARD CONSTRUCTION S P ECIF ICATION DOCUMENTS City Project No. 102687 Revised April 2, 2021 -1 0 UT ILITY T R ENCH EXCAVATION , EMBEDMENT , AND BACKF ILL Page 10of21 d . Conduct excavation , embedment and backfill in a manner such that there is no 2 damage to the tree canopy . 3 e. Prune or trim tree limbs as specifically allowed by the Drawings or as 4 specifically allowed by the City . 5 1) Pruning or trimming may only be accomplished with equipments 6 specifically designed for tree pruning or trimming. 7 f. Remove trees specifically designated to be removed in the Drawings in 8 accordance with Section 31 10 00. 9 4. Above ground Structures 10 a . Protect all above ground structures adjacent to the construction . 11 b. Remove above ground structures designated for removal in the Drawings in 12 accordance with Section 02 4 1 13 13 5. Traffic 14 a . Maintain existing traffic , except as modified by the traffic control plan , and in 15 accordance with Section 34 71 13 . 16 b . Do not block access to driveways or alleys for extended periods of time unless : 17 1) Alternative access has been provided 18 2) Proper notification has been provided to the property owner or resident 19 3) It is specifically allowed in the traffic control plan 20 c. Use traffic rated plates to maintain access until access is restored . 21 6. Traffic Signal -Poles , Mast Arms , Pull boxes , Detector loops 22 a. Notify the City's Transportation Management Division a minimum of 48 hours 23 prior to any excavation that could impact the operations of an existing traffic 24 signal. 25 b . Protect all traffic signal poles , mast arms , pull boxes , traffic cabinets , conduit 26 and detector loops. 27 c . Immediately notify the City 's Transportation Management Division if any 28 damage occurs to any component of the traffic signal due to the contractors 29 activities . 30 d . Repair an y damage to the traffic signal poles , mast arms , pull boxes , traffic 31 cabinets , conduit and detector loops as a result of the construction activities . 32 7 . Fences 33 a. Protect all fences designated to remain. 34 b. Leave fence in the equal or better condition as prior to construction . 35 3.4 INSTALLATION 36 A. Excavation 37 1. Excavate to a depth indicated on the Drawings. 38 2. Trench excavations are defmed as unclassified. No additional payment shall be 39 granted for rock or other in-situ materials encountered in the trench. 40 3 . Ex cavate to a width sufficient for laying the pipe in accordance with the Drawings 41 and bracing in accordance with the Excavation Safety Plan. 42 4 . The bottom of the excavation shall be firm and free from standing water. 43 a. Notify the City immediately if the water and/or the in-situ soils do not provide 44 for a firm trench bottom . 45 b. The City will determine if any changes are required in the pipe foundation or 46 bedding. C ITY OF FORT WORTH NORTHSIDE IV 24 -INCH WATER TRANSMISSION MAIN PHASE I B STANDARD CONST R UCT ION S P EC IFIC ATION DOCUMENTS C ity Project No. 102687 Revised April 2, 202 1 -11 UTILITY TRENC H EXCAVATI ON , EMB EDM ENT , AND BAC KF ILL Page 11 of2 1 5 . Unless otherwise permitted by the Drawings or by the City, the limits of the 2 excavation shall not advance beyond the pipe placement so that the trench may be 3 backfilled in the same day. 4 6 . Over Excavation 5 a. Fill over excavated areas with the specified bedding material as specified for 6 the specific pipe to be installed . 7 b. No additional payment will be made for over excavation or additional bedding 8 material. 9 7 . Unacceptable Backfill Materials 10 a. In-situ soils classified as unacceptable backfill material shall be separated from 11 acceptable backfill materials. 12 b. If the unacceptable backfill material is to be blended in accordance with this 13 Specification , then store material in a suitable location until the material is 14 blended. 15 c. Remove all unacceptable material from the project site that is not intended to be 16 blended or modified. 17 8 . Rock -No additional compensation will be paid for rock excavation or other 18 changed field conditions. 19 B. Shoring, Sheeting and Bracing 20 1. Engage a Licensed Professional Engineer in the State of Texas to design a site 21 specific excavation safety system in accordance with Federal and State 22 requirements . 23 2 . Excavation protection systems shall be designed according to the space limitations 24 as indicated in the Drawings. 25 3. Furnish , put in place and maintain a trench safety system in accordance with the 26 Excavation Safety Plan and required by Federal, State or local safety requirements . 27 4 . If soil or water conditions are encountered that are not addressed by the current 28 Excavation Safety Plan , engage a Licensed Professional Engineer in the State of 29 Texas to modify the Excavation Safety Plan and provide a revised submittal to the 30 City. 31 5. Do not allow soil , or water containing soil, to migrate through the Excavation 32 Safety Sy stem insufficient quantities to adversely affect the suitability of the 33 Ex cavation Protection Sy s tem. Movable bracing, shoring plates or trench bo x es 34 used to support the sides of the trench excavation shall not: 35 a. Disturb the embedment located in the pipe zone or lower 36 b . Alter the pipe 's line and grade after the Excavation Protection S y stem is 37 removed 38 c . Compromis e the compaction of the embedment located below the spring line of 39 the pipe and in the haunching 40 C. Water Control 41 1. Surface Water 42 a . Furnish all materials and equipment and perform all incidental work required to 43 direct surface water away from the excavation. 44 2 . Ground Water 45 a . Furnish all materials and equipment to dewater ground water by a method 46 which preserves the undisturbed state of the subgrade soils . 47 b . Do not allow the pipe to be submerged within 24 hours after placement. CITY OF FORT W O RTH NO RTHS ID E IV 24 -I NCH WATER TRANS MI SS IO N MAIN PH A SE 1B STANDARD CONSTR UCT ION S P ECIF ICATION DOCUMENTS C ity Proj ect No . 102687 Rev ised April 2, 202 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 35 36 37 38 39 40 41 42 43 44 45 46 47 48 D. -12 UT ILITY T RENC H EXCAVATION, EMB EDMENT , AND BACKF ILL Page 12 o f 2 1 c . Do not allow water to flow over concrete until it has sufficiently cured . d. Engage a Licensed Engineer in the State of Tex as to prepare a Ground Water Control Plan if any of the following conditions are encountered : 1) A Ground Water Control Plan is specifically required by the Contract Documents 2) If in the sole judgment of the City , ground water is so severe that an Engineered Ground Water Control Plan is required to protect the trench or the installation of the pipe which may include: a) Ground water levels in the trench are unable to be maintained below the top of the bedding b) A firm trench bottom cannot be maintained due to ground water c) Ground water entering the excavation undermines the stability of the ex cavation . d) Ground water entering the excavation is transporting unacceptable quantities of soils through the Excavation Safety System . e . In the event that there is no bid item for a Ground Water Control and the City requires an Engineered Ground Water Control Plan due to conditions discovered at the site , the contractor will be eligible to submit a change order. f. Control of ground water shall be considered subsidiary to the excavation when: I) No Ground Water Control Plan is specifically identified and required in the Contract Documents g . Ground Water Control Plan installation , operation and maintenance I) Furnish all materials and equipment necessary to implement, operate and maintain the Ground Water Control Plan . 2) Once the excavation is complete, remove all ground water control equipment not called to be incorporated into the work. h . Water Disposal I) Dispose of ground water in accordance with City polic y or Ordinance. 2) Do not discharge ground water onto or across private property without written permission . 3) Permission from the City is required prior to disposal into the Sanitary Sewer. 4) Disposal shall not violate any Federal, State or local regulation s. Embedment and Pipe Placement 1. Water Lines less than , or equal to , 12 inches in diameter: a . The entire embedment zone shall be of uniform material. b. Utility sand shall be generally used for embedment. c. If ground water is in sufficient quantity to cause sand to pump , then use crushed rock as embedment. 1) If crushed rock is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit price . d. Place evenly spread bedding material on a firm trench bottom. e. Provide firm , uniform bedding . f. Place pipe on the bedding in accordance with the alignment of the Drawings . g . In no case shall the top of the pipe be less than 42 inches from the surface of the proposed grade, unless specifically called for in the Drawings. h. Place embedment, including initial backfill, to a minimum of 6 inches, but not more than 12 inches , above the pipe . C ITY OF FORT W O RT H NO RT HSID E IV 24-INCH WATER TRANS MI SSI O N MA IN PH ASE 18 STANDARD CONST RUCT ION S P ECIF ICATION DOCU MENTS City Proj ect No . 102687 Rev ised Ap ril 2, 202 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 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 -13 UTILITY T R ENC H EXCAVATION , EM B EDM ENT , AND BACKF IL L Page 13of2 1 1. Where gate valves are present, the initial backfill shall extend to 6 inches above the elevation of the valve nut. J. Form all blocking against undisturbed trench wall to the dimensions in the Drawings. k . Compact embedment and initial backfill. I. Place marker tape on top of the initial trench backfill in accordance with Section 33 05 26. 2. Water Lines 16-inches through 24-inches in diameter: a . The entire embedment zone shall be of uniform material. b . Utility sand may be used for embedment when the excavated trench depth is less than 15 feet deep. c. Crushed rock or fine crushed rock shall be used for embedment for excavated trench depths 15 feet, or greater. d . Crushed rock shall be used for embedment for steel pipe. e. Provide trench geotextile fabric at any location where crushed rock or fine crushed rock come into contact with utility sand f. Place evenly spread bedding material on a firm trench bottom. g. Provide firm , uniform bedding. I) Additional bedding may be required if ground water is present in the trench . 2) If additional crushed rock is required not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit price. h. Place pipe on the bedding according to the alignment shown on the Drawings . 1. The pipe line shall be within: 1) ±3 inches of the elevation on the Drawings for 16-inch and 24-inch water lines J. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer 's recommendations. k . Place remaining embedment including initial backfill to a minimum of 6 inches, but not more than 12 inches , above the pipe . I. Where gate valves are present, the initial backfill shall extend to up to the valve nut. m. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM 0698. n . Density test performed by a commercial testing firm approved by the City to verify that the compaction of embedment meets requirements. o . Place trench geotextile fabric on top of the initial backfill. p. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 05 26. 3. Water Lines 30-inches and greater in diameter a. The entire embedment zone shall be of uniform material. b . Crushed rock shall be used for embedment. c. Provide trench geotextile fabric at any location where crushed rock or fine crushed rock come into contact with utility sand. d. Place evenly spread bedding material on a firm trench bottom . e. Provide firm , uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. CITYOFFORT WORTH NORTHS ID E IV24-INCH WATER TRANSMISSION MAIN PHAS E 18 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102687 Revised April 2, 202 1 I 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 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 4. -14 UTILITY TRENCH EXCAVATION , EMBEDM ENT , AND BACKF ILL Page 14 of21 2) If additional crushed rock is required which is not specifically identified in the Contract Documents , then crushed rock shall be paid by the pre-bid unit pnce. f. Place pipe on the bedding according to the alignment shown on the Drawings. g. The pipe line shall be within: I) ± 1 inch of the elevation on the Drawings for 30-inch and larger water lines h. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer 's recommendations. 1. For stee l pipe greater than 30 inches in diameter , the initial embedment lift shall not exceed the spring line prior to compaction. J. Place remaining embedment, including initial backfill, to a minimum of 6 inches, but not more than 12 inches , above the pipe. k . Where gate valves are present, the initial backfill shall extend to up to the valve nut. I. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D698 . m. Density test may be performed by a commercial testing ftrm approved by the City to verify that the compaction of embedment meets requirements. n . Place trench geotextile fabric on top of the initial backfill . o . Place marker tape on top of the trench geotextile fabric in accordance with Section 33 05 26 . Sanitary Sewer Lines and Storm Sewer Lines (HOPE) a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the sanitary sewer pipe line . e. Provide firm , uniform bedding . 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit price. f. Place pipe on the bedding according to the alignment shown in the Drawings . g. The pipe line shall be within ±0.1 inches of the elevation , and be consistent with the grade shown on the Drawings . h . Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. 1. For sewer lines greater than 30 inches in diameter , the embedment lift shall not exceed the spring line prior to compaction . J. Place remaining embedment including initial backfill to a minimum of 6 inches, but not more than 12 inches , above the pipe. k. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D698. I. Density test may be performed by a commercial testing ftrm approved by the City to verify that the compaction of embedment meets requirements. m. Place trench geotextile fabric on top of the initial backfill. n. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 05 26. C ITY OF FORT WORTH NO RTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHAS E 18 STANDARD CONSTRUCT ION SP EC IFICATION DOCUMENTS City Project No . 102687 Revi sed April 2, 2021 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 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 -15 UTILITY T R ENC H EXCAVATI ON , EMB EDM ENT , AND BAC KF ILL Page 15 of21 5. Storm Sewer (RCP) a . The bedding and the pipe zone up to the spring line shall be of uniform material. b. Crushed rock shall be used for embedment up to the spring line. c . The specified backfill material may be used above the spring line . d. Place evenly spread bedding material on a firm trench bottom. e . Spread bedding so that lines and grades are maintained and that there are no sags in the storm sewer pipe line . f . Provide firm , uniform bedding . 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents , then crushed rock shall be paid by the pre-bid unit pnce. g. Place pipe on the bedding according to the alignment of the Drawings. h. The pipe line shall be within ±0.1 inches of the elevation, and be consistent with the grade, shown on the Drawings . 1. Place embedment material up to the spring line. 1) Place embedment to ensure that adequate support is obtained in the haunch. J. Compact th e embedment and initial backfill to 95 percent Standard Proctor ASTM 0698 . k . Density test may be performed by a commercial testing firm approved by the City to verify that the compaction of embedment meets requirements. I. Place trench geotextile fabric on top of pipe and crushed rock . 6 . Storm Sewer (PP -Poly propylene) a . The entire embedment zone shall be of uniform material. b. Crushed rock s hall be used for embedment up to top of pipe . c . Place evenly spread bedding material on a firm trench bottom . d . Spread bedding s o that lines and grades are maintained and that there are no sags in the storm sewer pipe line. e. Provide firm , uniform bedding . 1) Additional bedding may be required if ground water is present in the trench . 2) If additional crushed rock is required which is not specifically identified in the Contract Documents , then crushed rock shall be paid by the pre-bid unit price. f. Place pipe on the bedding according to th e alignment shown in the Drawings. g. The pipe line shall be within ±0 .1 inches of the elevation , and be consistent with the grade shown on the Drawings . h. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer 's recommendations. 1. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTMD698 . J. Density test may be performed by City to verify that the compaction of embedment m eets requirements . k . Place trench geotextile fabric on top of the initial backfill . 7. Storm Sewer Reinforced Concrete Box a. Crushed rock shall be used for bedding. b . The pipe zone and the initial backfill shall be: CIT Y OF FORT W O RT H NORTHSIDE IV 24 -I NC H WATER TRANS MI SS ION MA IN PHASE I B STANDARD CONSTR UCT IO N S P ECIF ICATION DOCUMENTS C ity Proje ct No . 102687 Revised April 2, 202 1 2 3 4 5 6 7 8 9 10 II 12 13 14 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 E. -16 UT ILI T Y TRENC H EXCAVAT IO N, EMB EDM ENT , AND BAC KF ILL Page 16of21 1) Crushed rock, or 2) Acceptable backfill material compacted to 95 percent Standard Proctor density c . Place evenly spread compacted bedding material on a firm trench bottom. d . Spread bedding so that lines and grades are maintained and that there are no sags in the storm sewer pipe line . e. Provide firm , uniform bedding. I) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit pnce. f. Fill the annular space between multiple boxes with crushed rock, CLSM according to 03 34 13. g. Place pipe on the bedding according to the alignment of the Drawings. h. The pipe shall be within ±0.1 inches of the elevation , and be consistent with the grade, shown on the Drawings . 1. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM D698. 8. Water Services (Less than 2 Inches in Diameter) a. The entire embedment zone shall be of uniform material. b . Utility sand shall be generally used for embedment. c . Place evenly spread bedding material on a firm trench bottom . d. Provide firm , uniform bedding. e . Place pipe on the bedding according to the alignment of the Plans . f . Compact the initial backfill to 95 percent Standard Proctor ASTM D698 . 9 . Sanitary Sewer Services a. The entire embedment zone shall be of uniform material. b . Crushed rock shall be used for embedment. c . Place evenly spread bedding material on a firm trench bottom. d . Spread bedding so that lines and grades are maintained and that there are no sags in the sanitary sewer pipe line . e. Provide firm , uniform bedding. 1) Additional bedding may be required if ground water is present in the trench . 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit price. f. Place pipe on the bedding according to the alignment of the Drawings. g. Place remaining embedment, including initial backfill, to a minimum of 6 inches, but not more than 12 inches , above the pipe. h. Compact the initial backfiU to 95 percent Standard Proctor ASTM D698 . 1. Density test may be required to verify that the compaction meets the density requirements . Trench Backfill I. At a minimum , place backfiU in such a manner that the required in-place density and moisture content is obtained, and so that there will be no damage to the surfac~ pavement or structures due to any trench settlement or trench movement. C ITY OF FORT WORT H NORT HSID E IV 24-INC H WATER T RAN S MISSION MAIN PHAS E 18 STANDARD CONSTRUCT IO N S P EC IFI C ATION DOC UM ENTS City Project No . 102687 Revi sed April 2, 2021 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 35 36 37 38 39 40 4 1 42 43 44 45 46 47 48 49 -17 UTI LI TY T R ENC H EXCAVATION , EMBEDMENT, AND BACKF LLL Page 17 o f21 a. Meeting the requirement herein does not relieve the responsibility to damages associated with the Work . 2. Backfill Material a . Final backfill (not under existing pavement or future pavement) 1 ) Bae kfill with : a) Acceptable backfill material b) Blended backfill materia~ or c) Select backfill material, CSS , or CLSM when specifically required b . Final backfill depth 15 feet or greater ( under existing or future pavement) 1) Backfill depth from Oto 15 feet deep a) Backfill with : (1) Acceptable backfill material (2) Blended backfill materia~ or (3) Select backfill material, CSS , or CLSM when specifically required 2) Backfill depth from 15 feet and greater a) Backfill with: (1) Select Fill (2) CSS , or (3) CLSM when specifically required b) c . Backfill for service lines: 1) Backfill for water or sewer service lines shall be the same as the requirement of the main that the service is connected to. 3 . Required Compaction and Density a . Final backfill (depths less than 15 feet/under existing or future pavement) l) Compact acceptable backfill material, blended backfill material or select backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at moisture content within -2 to +5 percent of the optimum moisture . 2) CSS or CLSM requires no compaction. b . Final backftll ( depths 15 feet and greater/under existing or future pavement) 1) Compact select backfill to a minimum of 98 percent Standard Proctor per ASTM D 698 at moisture content within -2 to +5 percent of the optimum moisture up to the final grade . 2) CSS or CLSM requires no compaction . c . Final backfill (not under existing or future pavement) 1) Compact acceptable backfill material blended backfill material, or select backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at moisture content within -2 to +5 percent of the optimum moisture. 4 . Saturated Soils a . If in-situ soils consistently demonstrate that they are greater than 5 percent over optimum moisture content, the soils are considered saturated. b. Flooding the trench or water jetting is strictly prohibited . c. If saturated soils are identified in the Draw ings or Geotechnical Report in the Appendix, Contractor shall proceed with Work following all backfill procedures outlined in the Drawings for areas of soil saturation greater than 5 percent. d . If saturated soils are encountered during Work but not identified in Drawings or Geotechnical Report in the Appendix : l) The Contractor shall: a) Immediately notify the City . CIT Y OF FORT W O RTH NO RT HS ID E IV 24-IN C H WATER T RA NS MJ SS IO N MA IN PHASE I B STANDARD CONSTR UCT IO N S P EC IFI CAT ION DOCUMENTS C ity Proj e ct No. 102687 R ev ised April 2, 202 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 35 36 37 38 39 40 41 42 43 44 45 46 47 -18 UT ILI TY TRENCH EXCAVAT ION , EM BEDM ENT , AND BACKFI LL Page 18 of2 1 b) Submit a Contract Claim for Extra Work associated with direction from City. 2) The City shall: a) Investigate soils and determine if Work can proceed in the identified location. b) Direct the Contractor of changed backfill procedures associated with the saturated soils that may include: ( I) Im ported backfill (2) A site specific backfill design 5 . Placement of Backfill a. Use only compaction equipment specifically designed for compaction of a particular soil type and within the space and depth limitation experienced in the trench . b. Flooding the trench or water setting is strictly prohibited. c . Place in loose lifts not to exceed 12 inches. d. Compact to specified densities . e . Compact only on top of initial backfill, undisturbed trench or previously compacted backfill. f. Remove any loose materials due to the movement of any trench box or shoring or due to sloughing of the trench wall . g . Install appropriate tracking balls for water and sanitary sewer trenches in accordance with Section 33 05 26 . 6. Backfill Means and Methods Demonstration a . Notify the City in writing with sufficient time for the City to obtain samples and perform standard proctor test in accordance with ASTM 0698 . b . The results of the standard proctor test must be received prior to beginning excavation. c . Upon commencing of backfill placement for the project the Contractor shall demonstrate means and methods to obtain the required densities. d . Demonstrate Means and Methods for compaction including: I) Depth of lifts for backfill which shall not exceed 12 inches 2) Method of moisture control for excessively dry or wet backfill 3) Placement and moving trench bo x, if used 4) Compaction techniques in an open trench 5) Compaction techniques around structure e . Provide a testing trench box to provide access to the recently backfilled material. f. The City will provide a qualified testing lab full time during this period to randomly test density and moisture continent. I) The testing lab will provide results as available on the job site . 7. Varying Ground Conditions a . Notify the City of varying ground conditions and the need for additional proctors . b. Request additional proctors when soil conditions change. c . T he City may acquire additional proctors at its discretion. d. Significant changes in soil conditions will require an additional Means and Methods demonstration. CITY OF FORT WORT H NORTHS I DE IV 24 -I NC H WATER TRANSM ISS IO N MA IN PHAS E I B STANDARD C ONSTRUCTION SPECIF ICAT ION DOCUMENTS C ity Project No . 102687 Rev ised April 2, 202 1 -1 9 UTILITY TRENC H EXCA VATION, EMB EDM ENT , AND BAC KF ILL Pag e 19 o f21 3.5 REPAIR [NOT USED] 2 3.6 RE-INSTALLATION [NOTUSED] 3 3. 7 FIELD QUALI1Y CONIROL 4 A Field Tests and Inspections 5 I . Proctors 6 a . The City will perform Proctors in accordance with ASTM D698 . 7 b. Test results will generally be available to within 4 calendar days and distributed 8 ~: 9 1) Contractor 10 2) City Project Manager 11 3) City Inspector 12 4) Engineer 13 c . Notify the City if the characteristic of the soil changes. 14 d. City will perform new proctors for varying soils : 15 1) When indicated in the geotechnical investigation in the Appendix 16 2) If notified by the Contractor 17 3) At the convenience of the City 18 e . Trenches where different soil types are present at different depths , the proctors 19 shall be based on the mixture of those soils. 20 2. Density Testing of Backfill 21 a . Density Tests shall be in conformance with ASTM D2922. 22 b. Provide a testing trench protection for trench depths in excess of 5 feet. 23 c. Place, move and remove testing trench protection as necessary to facilitate all 24 test conducted by the commercial testing firm approved by the City. 25 d. The commercial testing lab will perform moisture/density test for every 200-ft 26 or less of trench length , as measured along the length of the pipe. A minimum of 27 one test shall be performed for every 2 vertical feet of compacted backfill 28 material, independent of the contractor's lift thickness for compaction . Test 29 locations shall be staggered within each lift so that successive lifts are not tested 30 in the same location . A random number generator may be used to determine test 31 locations . Moisture/density tests shall be performed at a depth not more than 2 32 feet above the top of the pipe bedding and in 2-foot increments up to the final 33 grade. The project inspector or project manager may request testing at an 34 increased frequency and/or at specific locations . 35 e . The contractor can proceed with subsequent earthwork only after test results for 36 previously completed work comply with requirements . If the required 37 compaction density has not been obtained, the backfill should be scarified and 38 moistened or aerated , or removed to a depth required , and be replaced with 39 approved backfill, and re-compacted to the specified density at the contractor 's 40 expense. In no case will excavation, pipe-laying , or other operation be allowed 41 to proceed until the specified compaction is attained. 42 f. The testing lab will provide results to Contractor and the City 's Inspector upon 43 completion of the testing. 44 g. A formal report will be posted to the City 's Accela (Developer Projects) and 45 BIM 360 (City Projects) site within 48 hours. 46 h. Test reports shall include: 47 1) Location of test by station number C ITY O F FORT W O RT H NORTH SID E IV 24-I NC H WATER T RANSMJ SSIO N MA rN PHASE 1B STANDARD CONSTR UCT ION SP EC IFI C ATI ON DOCUM ENTS City Proje ct No . 102687 Rev ised April 2, 202 1 -20 UTILITY TRENC H EXCAVAT ION , EM B EDMENT , AND BACKF ILL Page 20 o f21 2) Time and date of test 2 3) Depth of testing 3 4) Field moisture 4 5) Dry density 5 6) Proctor identifier 6 7) Percent Proctor Density 7 3. Den s ity of Embedment 8 a. Storm sewer boxes that are embedded with acceptable backfill materia~ 9 blended backfill material, cement modified backfill material or select material 10 will follow the same testing procedure as backfill. 11 b . The City may test fine crushed rock or crushed rock embedment in accordance 12 w ith ASTM D2922 or ASTM 1556 . 13 B. Non-Conforming Work 14 I. All non-conforming work shall be removed and replaced. 15 3.8 SYSlEM STAR1lJP (NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 3.10 CLEANING [NOT USED] 18 3.11 CLOSEOUT ACTIVITIES [NOT USED] 19 3.12 PROTECTION [NOT USED] 20 3.13 MAINfENANCE [NOT USED] 21 3.14 ATTACHMENTS [NOT USED] 22 END OF SECTION Revision Log DATE NAM E SUMMARY OF CHANGE 1.2 -Adde d It em for Co ncre t e Encase me nt for Utilit y Lin es Various Sectio n s -Rev ise d Depth s t o Include 15 ' and greater 12/20/20 I 2 D. Jo hn son 3 .3 .A -Addit ional no t es fo r p aveme nt protectio n and posit ive dr ai n age . 3.4.E.2 -A dde d re quir e ment s fo r backfill o f se rvice lin es. 3.4 .E.5 -Added language proh ibiting floodin g o f t re n c h 1.2 .A .3 -Cla rifi ed measur eme nt and pay me nt for concret e e n case m ent as per pl an 6/18 /2 0 13 D. John son quant it y 2 .2 .A -Adde d language fo r co n cre t e e ncase men t 11 /09 /16 Z. Arega 2 .2.A. I .d Mo di fy gradat ion fo r san d mat er ia l 2 .2 A . I. E. -Adde d re feren ce to pre -a pproved list of san d so ur ces fo r embedm en t ; 3 .3 A. 6 . - Ch ange d refe rence to T ran spo rt atio n M an age me nt Di v ision ; 3.4 - 2 /26/202 1 Z . Arega P rov ide d cl ar ificat io n re : use of co mmercial testing firms approved by Cit y an d backfi ll re qui rement s; and 3.7 A. 2 . P rovi de d clar ificatio n re: back fill t estin g re qui re ment s. C ITY OF FORT W ORT H NO RTHS ID E IV 24-INC H WATER TRANS MI SS IO N MA IN PHASE I B STANDARD CONSTR UCT ION S P ECIF ICATION DOCUMENTS C ity Proj ect No. 102 687 Rev ised April 2, 202 1 4/2/2021 -21 UTILITY TRENCH EXCAYAT ION , EM B EDMENT , AND BACKFILL Page 21 of21 3.4 D. 6 . Add requirements Storm Se\.\er (PP -Polypropylene) CITYOF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHASE 1B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C ity Project No . 102687 Revised Apri l 2, 2021 330513 -1 FRAM E, COVER , AND GRADE RINGS Pagel o f6 SECTION 33 05 13 2 FRAME, COVER, AND GRADE RINGS 3 PART 1 -GENERAL 4 1.1 SUMMARY 5 A Section Includes : 6 1. Cast iron frame , cover and grade rings used as access ports into water, sanitary 7 sewer and storm drain structures such manholes or vaults 8 2. Compression Molded Composite Frames and Covers used as access ports into 9 sanitary sewer and water structures such as manholes and junction boxes. 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include , but are not necessarily limited to : 13 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the 14 Contract 15 2 . Division 1 -General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A Measurement and Payment 18 1. Measurement 19 a . This Item is considered subsidiary to the structure containing the frame , cover 20 and grade rings. 21 2. Payment 22 a . The work performed and the materials furnished in accordance with this Item 23 are subsidiary to the unit price bid per each structure complete in place, and no 24 other compensation will be allowed . 25 1.3 REFERENC FS 26 A Reference Standards 27 1. Reference standards cited in this Specification refer to the current reference 28 standard published at the time of the latest revision date logged at the end of this 29 Specification, unless a date is specifically cited. 30 2 . ASTM International (ASTM) 31 a. ASTM A48 -Standard Specification for Gray Iron Castings 32 b . ASTM A536 -Standard Specification for Ductile Iron Castings 33 c . ASTM C478 -Specification for Precast Reinforced Concrete Manhole Sections 34 3 . American Association of State Highways and Transportation Officials (AASHTO) 35 a . AASHTO HS-25 -AASHTO Highway Bridge Specification: Axial Loading to 36 meet or exceed 21 ,280 pounds/wheel load 37 b. AASHTO M306-Standard Specification for Drainage, Sewer, Utility and 38 Related Castings CIT Y OF FORT WORTH NORTHSIDE JV 24-INC H WATE R TRANSMISSION MAIN PHASE 1B ST ANDARD C ONSTRUCT ION SP EC IFI CATION DOCUMENTS City Project No . 102687 Rev ised Decembe r 9 , 2021 33 05 13 -2 F RAM E, COVER, AND GRADE RINGS 1.4 ADMINIS1RA TIVE REQUIREMENTS [NO T USED] 2 1.5 SUBMITIALS 3 A Submittals shall be in accordance with Section 01 33 00 . Page 2 o f 6 4 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 5 specials . 6 1.6 ACTI O N SUBMITIALS/INFO RMA TIONAL SUBMITIALS 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 A B. Product Data I. All castings shall be cast with : a. Approved foundry's name b . Part number C. Country of origin 2. All moldings shall display : a. Approved Molder b . Molding date C. Wording that material is non-metallic d. Country of origin 3 . Provide manufacturers : a . Spee ific at ions b . Load tables C. Dim ens ion diagrams d . Anchor detail s e . Installation in s tructions Certificates 24 1. Manufacturer shall certify that all castings or moldings conform to the ASTM and 25 AASHfO designations. 26 1. 7 CLOSEOUT SUBMITIALS [NO T USED] 27 1.8 MAINIENANCE MA1ERIAL SUBMITIALS [NO T USED ] 28 1.9 Q UALI1Y ASSURANCE [NO T USED ] 29 1.10 DELIVERY, STORAGE, AND HANDLING [NO T USED] 30 1.11 FIELD [SI1E] CO NDITI O NS [NO T USED] 31 1.12 WARRANIY [NOT USED] 32 PART2 -PRODUCTS 33 2.1 O WNER-FURNISHED (oRJ O WNER-SUPPLIED PRO DUCTS [NO T USED] 34 2.2 EQUIPMENT, PRODUCT TYPES, MA1ERIALS 35 A Manufacturers 36 1. Only the manufacturers as listed on the City 's Standard Products List will be 37 considered as shown in Section 0 1 60 00 unle ss otherwise s pecified on the plans. C ITY OF FORT W O RT H NO RT HSID E IV 24-INCH WATER TRANSMISSION MAIN PH ASE 18 STAND ARD C O NSTR UCTION SP EC IFI CATION DO CUMENTS City Proj ec t No . 102687 Rev ised December 9, 202 1 33 05 13 -3 FRAM E, COVER , AND GRADE RINGS Page 3 o f 6 a. The manufacturer must comply with this Specification and related Sections. 2 2. Any product that is not listed on the Standard Products List is considered a 3 substitution and shall be submitted in accordance with Section 01 25 00. 4 B. Cast Iron Covers 5 l. Use castings for frames that conform to ASTM A48, Class 35B or better. 6 2. Use castings for covers that conform to ASTM A536 , Grade 65-45-12 or better. 7 3. Use clean casting capable of withstanding application of AASHfO HS-20 vehicle 8 loading with permanent deformation . 9 4. Covers 10 a. Size to set flush with the frame with no larger than a 1/8 inch gap between the 11 frame and cover 12 b . Provide with 2 inch wide pick slots in lieu of pick holes . 13 c. Provide gasket in frame and cover. 14 d . Standard Dimensions 15 I) Sanitary Sewer 16 a) Provide a clear opening of 30 inches for all sanitary sewer frames and 17 cover assemblies unless otherwise specified in the Contract Documents. 18 2) Storm Drain 19 a) Provide a clear opening of 24 inches for all storm drain frames, inlets 20 and cover assemblies unless otherwise specified in the Contract 21 Documents. 22 b) Provide a minimum clear opening of 30 inches for all storm sewer 23 manholes andjunction structures. 24 e . Standard Labels 25 I) Water 26 a) Cast lid with the word "WATER" in 2-inch letters across the lid . 27 2) Sanitary Sewer 28 a) Cast lid with the word "SANITARY SEWER" in 2-inch letters across 29 the lid . 30 3) Storm Drain 31 a) Cast lid with the word "STORM DRAIN" in 2-inch letters across the n lid. 33 34 35 36 37 38 39 40 f. Hinge Covers l) Provide water tight gasket on all hinged covers. 2) Water a) Provide hinged covers for all water structures. 3) Sanitary Sewer a) Provide hinged covers for all manholes or structures constructed over 24-inch sewer lines and larger and for manholes where rim elevations are greater than 12 inches above the surface. 41 C. Composite Covers 42 1. All composite moldings shall consist of a thermosetting resin matrix blended and/or 43 combined with reinforcing fiber rovings, short fiber filaments, or equivalent 44 nonmetallic reinforcing structure(s). The thermosetting resin matrix shall be a 45 polymer , vinylester , or a blend of these. The moldings shall be true to pattern in 46 locations affecting their strength and value for the service intended. Before the 47 moldings are removed from the molding operation, they shall be thoroughly 48 deflashed and cleaned at the parting lines, holes , notches and all exposed edges. C ITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHAS E 1 B STANDARD CONSTRUCTION SPECIFICATION DOCUM EN TS City Project No. 102687 Revised December 9, 2021 33 05 13 -4 FRAME, COVER, AND GRADE RINGS Page 4 of 6 2. Use clean molding capable of withstanding application of AASI-ITO HS-25 vehicle 2 loading with permanent deformation. Composite frames shall have a minimum wall 3 thickness of 0. 75 inches in sections exposed to traffic and potential traffic wheel 4 impact. 5 3 . Metal reinforcements or metal hinges molded within the composite shall not be 6 permitted. 7 4 . All composite moldings shall have UV stabilizers ( concentrations from 0.05% to 8 5%) added prior to shaping the product by injection molding. 9 5 . Coven 10 a. Composite covers shall be compression molded under high pressures (>0.5 11 tons/sq inch of x-y surface area) and high temperatures (>200 degrees F). 12 Components for locking systems below the cover exposed to sewer environment 13 shall be made of none orros ive materials such as nonmagnetic 3 16 stainless steel 14 (Austenite) or a polymer. 15 b. Size to set flush with the frame with no larger than a 1/8 inch gap between the 16 frame and cover 17 c. Provide with 2 inch wide pick slots in lieu of pick holes. 18 d . Provide gasket in frame and cover. 19 e. Standard Dimensions 20 1) Sanitary Sewer and Water 21 a) Provide a clear opening of30 inches for all sanitary sewer frames and 22 cover assemblies unless otherwise specified in the Contract Documents. 23 f. Standard Labels 24 1) Sanitary Sewer 25 a) Cast lid with the word "SANITARY SEWER" in 1-1/2-inch 26 (minimum) or 2-inch (maximum) letters across the lid. 27 2) Water 28 a) Cast lid with the word "WATER" in 1-1/2-inch (minimum) or 2-inch 29 (maximum) letters across the lid . 30 b) 31 g. Hinge Covers 32 1) Hinged covers shall be double-hinged allowing a minimal 180° full 33 opemng. 34 2) Provide water tight gasket on all hinged covers . 35 3) Sanitary Sewer 36 a) Provide hinged covers for all manholes or structures constructed over 37 all sewer lines. 38 D. Grade Rings 39 l . Provide grade rings in sizes from 2-inch up to 8-inch. 40 E. Joint Sealant 41 1. Provide a pre-formed or trowelable bitumastic sealant in an extrudable or flat tape 42 form. 43 2. Provide sealant that is not dependant on a chemical action for its adhesive 44 properties or cohesive strength. 45 3. Provide adhesive as recommended by manufacturer on composite covers/grade 46 nngs. CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHASE 1B STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS City Project No. 102687 Revised December 9 , 2021 2.3 ACCF.SSORIF.S [NOT USED] 2 2.4 SOURCE QUALI1Y CONIROL [NOT USED] 3 PART 3 -EXECUTION 4 3. 1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A Grade Rings 33 05 13 -5 FRAME, COVER, AND GRADE RINGS Page 5 of 6 9 1. Place as shown in the water and sanitary sewer City Standard Details . 10 2 . Clean surfaces of dirt , sand, mud or other foreign matter before placing sealant. 11 3. Seal each grade ring with sealant specified in this Specification and as shown on the 12 City Standard Details . 13 B. Frame and Cover 14 1. Water 15 a. For water structures install frame, cover and grade rings in accordance with 16 applicable City StandardDetail. 17 2. Sanitary Sewer 18 a. For sanitary sewer structures install frame, cover and grade rings in accordance 19 with applicable City Standard Detail. 20 3 . Storm Drain 21 a. For storm drain structures install frame, cover and grade rings in accordance 22 with applicable City Standard Detail. 23 4 . Hinge Cover 24 a. Provide hinge cover on elevated manholes, junction boxes , in the flood plain 25 and where specified on the Drawings. Hinges are not required on composite 26 manholde covers. 27 C. Joint Sealing 28 1. Seal frame, grade rings and structure with specified sealant. 29 D. Concrete Collar 30 1. Provide concrete collar around all frame and cover assemblies constructed at grade . CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHASE 1B STANDARD CONSTRUCTION SP ECIF ICATION DOCUMENTS City Project No . 102687 Revised December 9, 2021 3.5 REPAIR I RF.STORATION [NOT USED] 2 3.6 RE-INSTALLATIO N [NOT USED] 3 3. 7 FIELD [oR] SI1E QUALI1Y CONIROL [NOT USED] 4 3.8 SYS1EM STARTUP [NOT USED] 5 3.9 ADJUSTI NG [NOT USED] 6 3.10 CLEANI NG [NOT USED] 7 3.11 CLOSEOUT ACTIVITIF.S [NOT USED] 8 3.12 PROJECTIO N [NOT USED] 9 3.13 MAIN1ENANCE [NOT USED] 10 3.14 ATTACHME N TS [NOT USED] 11 END OF SECTION 12 Revis io n Log 33 05 13 -6 FRAME, COVER , AND GRADE RINGS Page 6 of 6 DATE NAME SUM MARY OF CHAN GE 12 /20 /2012 D. Johnson 2 .2 .B.4 .d2)b) -Updated to c lear openin g dime n sions to 22 ½ inches 3/19 /2021 C. He n ry 2 .2 .B.4 .d2)a) -Up da ted to clear opening dimensions to 24 inch es 2 .2 .B.4 .d2)b) -Updated to clear o p ening di m en sions to 30 in ches 7 /02 /2021 MOwen Included com p osite requirements 12 /09 /2021 MOwen Up date sp ecificatio n to corresp ond to stan da rd detail r ev ision s. 13 CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSM ISS ION MAIN PHASE 1B STANDARD CONSTRUCT ION SP ECIF ICATION DOCUMENTS City Project No . 102687 Revised December 9, 2021 1 SECTION 33 05 17 2 CONCRETE COLLARS 3 PART 1 -GENERAL 4 1.1 SUMMARY 5 A Section Includes: 6 1. Concrete Collars for Manholes 7 2. Concrete Collars for Valves 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 33 05 17 - I CONCRET E COLLARS Page I of4 12 C. Related Specification Sections include but are not necessarily limited to : 13 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the 14 Contract 15 2. Division 1 -General Requirements 16 3 . Section 03 30 00 -Cast-In-Place Concrete 17 4. Section 03 80 00 -Modifications to Existing Concrete Structures 18 5. Section 33 05 13 -Frame, Cover, and Grade Rings 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A Measurement and Payment 21 1. Manhole 22 a. Measurement 23 1) Measurement for this Item shall be per each. 24 b . Payment 25 I) The work performed and the materials furnished in accordance with this 26 Item shall be paid for at the unit price bid per each "Concrete Collar for 27 Manhole" installed . 28 c . The price bid will include: 29 1) Concrete Collar 30 2) Excavation 31 3) Forms 32 4) Reinforcing steel (if required) 33 5) Concrete 34 6) Backfill 35 7) Pavement removal 36 8) Hauling 37 9) Disposal of excess material 38 10) Placement and compaction of backfill 39 11) Clean-up 40 12) Additional pavement around perimeter of concrete collar as required for 41 rim adjustment on existing manhole. C ITY OF F ORT WORT H NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN , PHAS E 18 ST AND ARD C ONSTR UCTION SP EC IFICATION DOC UM ENTS City Proj ect No . 102687 Rev ised Marc h I I , 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 2. Valve a. Measurement 1) Measurement for this I tern shall be per each. b. Payment 33 05 17 -2 CONCRETE COLLARS Page 2 of 4 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Concrete Collar for Valve" installed. c. The price bid will include: I) Concrete Collar 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Pavement removal 8) Hauling 9) Disposal of excess material 10) Placement and compaction of backfill 11) Clean-up 12) Additional pavement around perimeter of concrete collar as required for rim adjustment on existing manhole. CITY OF FORT WORTH NORTHSIDE JV 24-INCH WATER TRANSMISSION MAIN , PHASE 1B STANDARD CONSTRUCTION SP ECIFICATION DOCUMENTS City Project No. 102687 Revised March 11 , 2022 33 05 17 -3 CONC RET E COLLARS Page 3 of 4 1.3 REFERENC F.S 2 A Reference Standards 3 1. Reference standards cited in this Specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end of this 5 Specification, unless a date is specifically cited. 6 2 . ASTM International (ASTM): 7 a. D4258, Standard Practice for Surface Cleaning Concrete for Coating. 8 b. D4259 , Standard Practice for Abrading Concrete. 9 1.4 ADMINIS1RA TIVE REQUIREMENTS [NOT USED] 10 1.5 SUBMITTALS [NOT USED] 11 1.6 ACTION SUBMITTALS/INFORMA TIONAL SUBMITTALS [NOT USED] 12 1. 7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALI1Y ASSURANCE [NOT USED] 15 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRAN1Y [NOT USED] 18 PART2 -PRODUCTS 19 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 20 2.2 EQUIPMENT, PRODUCT 1YPF.S, MATERIALS 21 A Materials 22 1. Concrete-Conform to Section 03 30 00. 23 2 . Reinforcing Steel -Conform to Section 03 21 00. 24 3 . Frame and Cover -Conform to Section 33 05 13. 25 4 . Grade Ring -Conform to Section 33 05 13 . 26 2.3 ACCF.SSORIF.S [NOT USED) 27 2.4 SOURCE QUALI1Y CONTROL [NOT USED) 28 PART3 -EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION 31 A Evaluation and Assessment 32 1. Verify lines and grades are in accordance to the Drawings . CIT Y OF FORT WORT H NORTHSID E IV 24-INCH WATER TRANSMI SSIO N MA IN , PH ASE lB ST AND ARD C ONSTR UCTION SPEC IFICATION DOCUM EN TS City Project No . 102 687 R ev ised March 11 , 2022 3.3 PREPARATION [NOT USED] 2 3.4 INSTALLATION 3 A Final Rim Elevation 4 1. Install concrete grade rings for height adjustment. 5 a. Construct grade ring on load bearing shoulder of manhole. 6 b. Use sealant between rings as shown on Drawings . 33 05 17 -4 CONCRETE COLLARS Page 4 of 4 7 c. Sono Tube or approved equivalent may be used to perform the adjustment as 8 substitute for grade rings. 9 2. Set frame on top of manhole or grade rings using continuous water sealant o clean 10 smooth surface (when sono tube is used in lieu of grade rings, sealant is not 11 required). 12 3. Remove debris , stones and dirt to ensure a watertight seal. 13 4. Do not use steel shims, wood, stones or other unspecified material to obtain the 14 final surface elevation of the manhole frame. 15 3.5 REPAIR/ RFBTORATION [NOT USED] 16 3.6 RE--INSTALLA TION [NOT USED] 17 3.7 FIELD QUALilY CONIROL [NOT USED] 18 3.8 SYSlEM STARTUP [NOT USED! 19 3.9 ADJUSTING [NOT USED] 20 3.10 CLEANING [NOT USED] 21 3.11 CLOSEOUT ACTIVITIES [NOT USED] 22 3.12 PROTECTION [NOT USED] 23 3.13 MAINTENANCE [NOT USED] 24 3.14 ATTACHMEN1S [NOT USED] 25 END OF SECTION 26 Revision Log DATE NAME SUMMARY OF CHANGE 12 /20/2012 D . Johnson 1 .1 .A .2 -Blue text added to clarify where concrete collars are to be installed. 3 /1 I /2022 MOwen Added measurement and payment for "Concrete Collar for Valve" and provided option to use Semo tube or approved equal product in lieu of grade rings 27 CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN , PHASE 18 STANDARD CONSTRUCTION SP ECIFICATION DOCUMENTS City Project No . 102687 Revised March 11 , 2022 33 OS 20 -I AUGER BORING PART 1-GENERAL 1.1 SUMMARY A Section Includes: SECTION 33 05 20 AUGER BORING Page I of7 1. Minimum requirements for auger boring using 48-inch and smaller casing pipe with lengths less than 350 feet at the locations shown on the Drawings B. Deviations from this City of Fort Worth Standard Specification 1. None. C . Related Specification Sections include, but are not necessarily limited to : 1. Division O -Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 -General Requirements 3 . Section 33 05 10-Utility Trench Excavation, Embedment and Backfill 4 . Section 33 05 22 -Steel Casing Pipe 1.2 PRICE AND PAYMENT PROCEDURES A Measurement and Payment 1. Measurement a. This Item is considered subsidiary to steel casing pipe construction. 2 . Payment a. The work performed and materials furnished in accordance with this Item are subsidiary to the unit price bid per linear foot of By Other Than Open Cut to be complete in place , and no other compensation will be allowed. 1.3 REFERENCES A Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification , unless a date is specifically cited. 2 . Occupational Safety and Health Administration (OSHA) a. OSHA Regulations and Standards for Underground Construction, 29 CFR Part 1926 , Subpart S, Underground Construction and Subpart P, Excavation. 1.4 ADMINISTRATIVE REQUIREMENTS A Pre-installation 1. Provide written notice to the City at least 3 workings days in advance of the planned launch of auger boring operations. 1.5 SUBMITT ALS A Submittals shall be in accordance with Section 0 1 33 00 . CITY OF FORT WORTH NO RTHSID E IV 24-INCH WATER TRANSMISSION MAIN PH ASE 18 ST AN D ARD CONSTRUCTION SPECIFICATION DOCUMENTS City Proj ect No. I 02687 Revised December 20 , 2012 33 05 20 - 2 AUG ER BORING B. All submittals shall be approved by the City prior to delivery . 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED) 1.7 CLOSEOUT SUBMITTALS [NOT USED) 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED) 1.9 QUALITY ASSURANCE A . Qualifications 1. Contractor Page 2 of7 a . All boring work shall be performed by an experienced subcontractor or Contractor who has at least 5 years of experience in performing tunneling work and has completed at least 5 boring projects of similar diameter and ground conditions . 1) At least 1 of the projects shall have an individual boring length equal to or greater in length than the longest tunnel on this project. 2) Submit details of referenced projects including owner's name and contact information , project superintendent and machine operators. b. The project superintendent shall have at least 5 years of experience supervising boring construction. 1) The Contractor may be required to submit details of referenced project including owner 's name , contact information and project superintendent. c. The site safety representative and personnel responsible for air quality monitoring shall be experienced in tunnel construction and shall have current certification by OSHA. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 -PRODUCTS 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Description 1. Steel Casing Pipe shall be in accordance with Section 33 05 22. 2 . Tunnel Liner Plate is not permitted for use with Auger Boring. B. Design Criteria 1. Design excavation methods and spoil conveyance system for the full range of ground conditions described in the Geotechnical Reports anticipated 2. Tolerance a. Pressurized Carrier pipe C ITY OF FORT WORTH NORTHSID E IV 24-I NCH WATE R TRANSMISSION MAIN PHAS E 18 ST AND ARD CON STRUCTION SP EC IFI C ATIO N DO CUMENTS City Proj ect No . I 02 687 Revi se d De cemb er 20 , 201 2 33 05 20 - 3 AUGER BORING Page 3 of7 1) Lateral or vertical variation in the final position of the pipe casing from the line and grade established by the Drawings shall be permitted only to the extent of l inch in l O feet provided that such variation shall be regular and only in the direction that will not detrimentally affect the function of the carrier pipe and clearances from other underground utilities or structures. b. Gravity Carrier Pipe 1) Lateral variation in the final position of the pipe casing from the line and grade established by the Drawings shall be permitted only to the extent of 1 inch in 10 feet provided that such variation shall be regular and only in the direction that will not detrimentally affect the function of the carrier pipe and clearances from other underground utilities or structures . 2) Grades shown on Drawings must be maintained vertically. 3 . Use methods and equipment that control surface settlement and heave above the pipeline to prevent damage to existing utilities, facilities and improvements. a. Limit any ground movements (settlement/heave) to values that shall not cause damage to adjacent utilities or surface features (i.e . pavement, structures, railroad tracks, etc.) b. Repair any damage caused by ground movements at no cost to the City. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 -EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED) 3.3 PREPARATION A. Boring shall not begin until the following have been completed: 1. Review of available utility drawings and location of conduits and underground utilities in all areas where excavation is to be performed. a. Notify the applicable one-call system prior to any excavation to avoid interference with the existing conduits and utilities in accordance with Division 1. 1) Repair damage to existing utilities resulting from excavation at no additional cost to the City. b. Follow notification requirements of permit provider where applicable. 2 . Complete pit excavations and support systems for each drive in accordance with the requirements of the Specifications. 3.4 INSTALLATION A. General I. Immediately notify the City if any problems are encountered with equipment or materials or if the Contractor believes the conditions encountered are materially and significantly different than those represented within the Contract Documents. CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHASE I B ST AND ARD CONSTRUCTION SP EC IFICATION DOCUM ENTS City Project No. I 02687 Rev ised December 20, 2012 33 05 20 -4 AUG ER BORING Page 4 of 7 2. Where pipe is required to be installed under railroad embankments or under highways , streets or other facilities , construction shall be performed in such a manner so as to not interfere with the operation of the railroad, street, highway or other facility, and so as not to weaken or damage any embankment or structure. 3 . During construction operations, furnish and maintain barricades and lights to safeguard traffic and pedestrians until such time as the backfill has been completed and then remove from the site. 4. Properly manage and dispose of groundwater inflows to the shafts in accordance with requirements of specifications and all permit conditions . a. Discharge of groundwater inflow into sanitary sewers is not allowed without proper approval and permits. 5. Furnish all necessary equipment, power, water and utilities for tunneling , spoil removal and disposal, grouting and other associated work required for the methods of construction. 6. Promptly clean up , remove and dispose of any spoil or slurry spillage. 7. Do not disturb roadways , railroads, canal channels, adjacent structures, landscaped areas or existing utilities. a. Any damage shall be immediately repaired to original or better condition and to the satisfaction of the Engineer or permit grantor at no additional cost to the City . 8. Whenever there is a condition that is likely to endanger the stability of the excavation or adjacent structures, operate with a full crew 24 hours a day, including weekends and holidays, without interruption, until those conditions no longer jeopardize the stability of the Work. 9 . Notify the Texas One Call system (800-245-4545) to request marking of utilities by utility owners I operators that subscribe to One Call , and shall individually notify all other known or suspected utilities to request marking of these utilities . a . Confirm that all requested locates are made prior to commencing boring operations. b . Visually confirm and stake necessary existing lines , cables, or other underground facilities including exposing necessary crossing utilities and utilities within l O feet laterally of the designed tunnel. c . Control drilling and grouting practices to prevent damage to existing utilities. B . Boring Methods 1. Tunnel liner plate shall not be used for auger boring. 2 . The Contractor shall be fully responsible for insuring the methods used are adequate for the protection of workers, pipe, property and the public and to provide a finished product as required . 3 . Blasting is not allowed. C. Pits and Trenches 1. If the grade of the pipe at the end is below the ground surface, suitable pits or trenches shall be excavated for the purpose of conducting the jacking operations and for placing end joints of the pipe. 2. Wherever end trenches are cut in the sides of the embankment or beyond it, such work shall be sheeted securely and braced in a manner to prevent earth from caving m. CITY OF FORT WORTH NORTHSIDE IV 24-IN CH WATER TRANSMISSION MAIN PHASE 18 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No . 102687 Revised December 20 , 2012 33 05 20 - 5 AUG ER BORING Page 5 of7 3 . The location of the pit shall meet the approval of the City. 4 . The pits of trenches excavated to facilitate these operations shall be backfilled in accordance with Section 33 05 10 immediately after the casing and carrier pipe installation has been completed. D . Boring 1. Install steel casing pipe by boring hole with the earth auger and simultaneously jacking pipe into place. 2. The boring shall proceed from a pit provided for the boring equipment and workmen . 3 . Pilot Hole, required for 24-inch and larger casings a. By this method an approximate 2-inch hole shall be bored the entire length of the crossing and shall be checked for line and grade on the opposite end of the bore from the work pit. b. This pilot hole shall serve as the centerline of the larger diameter hole to be bored . c . Other methods of maintaining line and grade on the casing may be approved if acceptable to the Engineer. d. Placed excavated material near the top of the working pit and disposed of as required . 1) If no room is available, immediate haul off is required. 4 . The use of water or other fluids in connection with the boring operation will be permitted only to the extent required to lubricate cuttings. a . Jetting or sluicing will not be permitted . 5 . In unconsolidated soil formations, a gel-forming colloidal drilling fluid consisting of at least 10 percent of high grade carefully processed bentonite may be used to : a. Consolidate cuttings of the bit b. Seal the walls of the hole c. Furnish lubrication for subsequent removal of cuttings and installation of the pipe immediately thereafter 6. Allowable variation from the line and grade shall be as specified in this Specification. 7. All voids in excess of 2 inches between bore and outside of casing shall be pressure grouted . E . Contact Grouting 1. Contact grout any voids caused by or encountered during the boring. a. Modify equipment and procedures as required to avoid recurrence of excessive settlements or damage . F . Control of Line and Grade 1. Monitor line and grade continuously during boring operations. a. Record deviation with respect to design line and grade once at each casing joint. 2. If the pipe installation does not meet the specified tolerances , correct the installation , including any necessary redesign of the pipeline or structures and acquisition of necessary easements. CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN PHAS E 18 STANDARD CONSTRUCTION SP EC IFICA T ION DOCUM ENTS City Project No . 102687 Revised December 20, 2012 33 05 20 - 6 AUGER BORING Page 6 of7 3.5 CLEANUP AND RESTORATION A. After completion of the boring, all construction debris, spoils, oil, grease and other materials shall be removed from the pipe, pits and all work areas. B. Restoration shall follow construction as the Work progresses and shall be completed as soon as reasonably possible. 1. Restore and repair any damage resulting from surface settlement caused by shaft excavation or boring. 2 . Any property damaged or destroyed shall be restored to a condition equal to or better than existing prior to construction. 3 . Restoration shall be completed no later than 30 days after boring is complete, or earlier if required as part of a permit or easement agreement. 4. This provision for restoration shall include all property affected by the construction operations. 3.6 RE-INSTALLATION [NOT USED) 3.7 SITE QUALITY CONTROL A. Field Tests and Inspections 1. Allow access to the City and furnish necessary assistance and cooperation to aid in the observations, measurements, data and sample collection, including, but not limited to the following: a . The City shall have access to the boring system prior to, during and following all boring operations . b . The City shall have access to the tunneling shafts prior to , during and following all boring operations . 1) This shall include, but not be limited to, visual inspection of installed pipe and verification of line and grade. 2) The Contractor shall provide safe access in accordance with all safety regulations. c. The City shall have access to spoils removed from the boring excavation prior to, during and following all boring operations. B. Safety 1) The City shall be allowed to collect soil samples from the muck buckets or spoil piles a minimum of once every 10 feet and at any time when changes in soil conditions or obstructions are apparent or suspected . 1. The Contractor is responsible for safety on the job site . a . Perform all Work in accordance with the current applicable regulations of the Federal , State and local agencies . b. In the event of conflict, comply with the more restrictive applicable requirement. 2 . No gasoline powered equipment shall be permitted in receiving shafts/pits. a . Diesel, electrical, hydraulic, and air powered equipment are acceptable, subject to applicable local , State and Federal regulations. 3 . Furnish and operate a temporary ventilation system in accordance with applicable safety requirements when personnel are underground. a . Perform all required air and gas monitoring. CITY OF FORT WORTH NORTHSID E IV 24-INCH WATER TRANSMISSION MAIN PHAS E 1B STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS City Project No . 102687 Revised December 20 , 2012 33 05 20 -7 AUG ER BORING Page 7 of7 b . Ventilation system shall provide a sufficient supply of fresh air and maintain an atmosphere free of toxic or flammable gasses in all underground work areas . 4 . Perform all work in accordance with all current applicable regulations and safety requirements of the Federal, State and Local agencies. 5 . Comply with all applicable provisions of OSHA 29 CFR Part 1926, Subpart S, Underground Construction and Subpart P, Excavations . a. In the event of conflict, comply with the more stringent requirements. 6 . If personnel will enter the pipe during construction, the Contractor shall develop an emergency response plan for rescuing personnel trapped underground in a shaft excavation or pipe . a. Keep on-site all equipment required for emergency response in accordance with the agency having jurisdiction. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Rev ision Lo g DAT E NAM E SUMMARY OF CHANG E C ITY O F FORT WO RT H NORTH S ID E IV 24-INC H WATER TRANSMISSION MA IN PH ASE I B STANDARD CONSTR UC TIO N SPEC IFI CATIO N DOCUMENTS City Project No . 1026 87 Revised Dec embe r 20, 20 12 33 05 22 - 1 STEEL CASING PIPE PART 1-GENERAL 1.1 SUMMARY A. Section Includes: SECTION 33 05 22 STEEL CASING PIPE Page 1 of6 1. Minimum requirements for manufacturing, furnishing and transporting Steel Casing Pipe to be installed by Open Cut or By Other than Open Cut at the locations shown on the Drawings B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division O -Bidding Requirements, Contract Forms , and Conditions of the Contract 2 . Division 1 -General Requirements 3. Section 33 05 10 -Utility Trench Excavation, Embedment and Backfill 4. Section 33 05 20 -Auger Boring 5. Section 33 05 23 -Hand Tunneling 6. Section 33 05 24 -Installation of Carrier Pipe in Casing or Tunnel Liner Plate 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Open Cut a . Measurement 1) Measured horizontally along the surface for length of Steel Casing Pipe installed b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Casing, By Open Cut" installed for: a) Various Sizes c. The price bid shall include : 1) Furnishing and installing Steel Casing Pipe as specified by the Drawings 2) Mobilization 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess material 7) Furnishing, placement, and compaction of embedment 8) Furnishing, placement, and compaction of backfill 9) Clean-up 2. By Other than Open Cut a. Measurement CITY OF FORT WORTH NORTHSIDE IV 24-IN WAT ER TRANSMISSION MAIN , PHASE 18 ST AND ARD CONSTRUCTION SPECIFICATION DOCUM EN TS City Project No. I 02687 Revised December 20, 2012 33 05 22 -2 STEEL CASING PIPE Page 2 of6 1) Measured horizontally along the surface for length of Steel Casing Pipe installed b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Casing/Tunnel Liner Plate, By Other than Open Cut" installed for: a) Various Sizes 2) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Casing, By Other than Open Cut" installed for: a) Various Sizes c. The price bid shall include: 1) Furnishing and installing Steel Casing Pipe as specified by the Drawings 2) Mobilization 3) Launching shaft 4) Receiving shaft 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing, placement, and compaction of backfill l 0) Clean-up 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. Al39, Standard Specification for Electric-Fusion (Arc)-Welded Steel Pipe (NPS Sizes 4 and Over). 3. American Water Works Association (A WW A): a. C203, Coal-Tar Protective Coatings and Linings for Steel Water Pipelines - Enamel and Tape -Hot Applied. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITT ALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery . 1.6 ACTION SUBMITT ALS/INFORMA TIONAL SUBMITT ALS A. Product Data 1. Exterior Coating a . Material data b. Field touch-up procedures 2. Interior Coating CITY OF FORT WORTH NORTHSID E IV 24-IN WATER TRANSMISSION MAIN, PHASE 18 ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No . I 02687 Revised December 20 , 2012 a. Material data b . Field touch-up procedures B. Shop Drawings 1. No shop drawings required for Auger Boring 2. For Tunneling, provide the following : a. Furnish details for Steel Casing Pipe outlining the following: I) Grout/lubrication ports 2) Joint details 33 05 22 -3 STEE L CASING PIPE Page 3 of6 3) Other miscellaneous items for furnishing and fabricating pipe b . Submit calculations in a neat, legible format that is sealed by a Licensed Professional Engineer in Texas, consistent with the information provided in the geotechnical report, and includes: I) Calculations confirming that pipe jacking capacity is adequate to resist the anticipated jacking loads for each crossing with a minimum factor of safety of2 2) Calculations confirming that pipe capacity is adequate to safely support all other anticipated loads, including earth and groundwater pressures, surcharge loads, and handling loads 3) Calculations confirming that jointing method will support all loading conditions 1.7 CLOSEOUT SUBMITTALS [NOT USEDJ 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USEDJ 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery, Handling, and Storage 1. Prior to delivery of the pipe, end/internal bracing shall be furnished and installed, as recommended by the manufacturer, for protection during shipping and storage . 2 . Deliver, handle and store pipe in accordance with the Manufacturer's recommendations to protect coating systems. 1.11 FIELD [SITEJ CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 -PRODUCTS 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A . Design Criteria 1. The Contractor is fully responsible for the design of Steel Casing Pipe that meets or exceeds the design requirements of this Specification and that is specifically designed for installation by the intended trenchless method. 2 . For Steel Casing Pipe utilized for tunneling projects, consider the following: CITYOF FORT WORTH NORTHSIDE IV 24-IN WAT ER TRANSMISSION MAfN , PHAS E 18 ST AND ARD CONSTRUCTION SP EC IFICATION DOCUM ENTS City Project No . I 02687 Revi sed December 20, 2012 33 05 22 -4 STEEL CASING PIP E Page 4 of6 a. Design of the casing pipe shall account for all installation and service loads including: 1) Jacking loads 2) External groundwater and earth loads 3) Traffic loads 4) Practical consideration for handling, shipping and other construction operations 5) Any other live or dead loads reasonably anticipated b . Design shall be sealed and signed by a registered Professional Engineer licensed in the State of Texas . c. The allowable jacking capacity shall not exceed 50 percent of the minimum steel yield stress . 3. Steel Casing Pipe shall have a minimum wall thickness as follows: Casing Pipe Diameter Minimum Wall T hickness (inches) (inches) 14 -18 .3125 (5/16) 20-24 .375 (3/8) 26 -32 .5 (1 /2) 34 -42 .625 (5 /8) 44-48 .6875 (11/16) Greater than 48 Project specific desiim 4. Steel Casing Pipe shall be provided with inside diameter sufficient to efficiently install the required carrier pipe w ith casing spacers as required in Section 33 05 24. a. Allowable casing diameters are shown on the Drawings for each crossing . 5 . Furnish in lengths that are compatible with Contractor's shaft sizes and allowable work areas. 6. Random segments of pipe will not be permitted for straight runs of casing. a. Closing piece segments, however, shall be acceptable . 7. When required by installation method, provide grout/lubricant ports along the pipe at intervals of 10 feet or less . a . Ports and fittings shall be attached to the pipe in a manner that will not materially affect the strength of the pipe nor interfere with installation of carrier pipe . b . Plugs for sealing the fittings shall be provided by the Contractor and shall be capable of withstanding all external and internal pressures and loads without leaking. B. Materials 1. Provide new, smooth-wall , carbon steel pipe conforming to ASTM Al39 , Grade B. 2 . Dimensional Tolerances a. Furnishing and installing Steel Casing Pipe with dimensional tolerances that are compatible with performance requirements and proposed installation methods that meet or exceed the specific requirements below: l) Minimum wall thickness at any point shall be at least 87 .5 percent of the nominal wall thickness. CITY OF FORT WORTH NORTHS ID E IV 24-IN WATE R TRANSMISSION MAlN, PHAS E I B STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS City Project No. 1026 87 Revised December 20 , 20 12 33 05 22 -5 STEEL CASING PIP E Page 5 of6 2) Outside circumference within 1.0 percent or 3/4 inch of the nominal circumference, whichever is less. 3) Outside diameter of the pipe shall be within 1/8 inch of the nominal outside diameter. 4) Roundness such that the difference between the major and minor outside diameters shall not exceed 0.5 percent of the specified nominal outside diameter or 1/4 inch, whichever is less. 5) Maximum allowable straightness deviation of 1/8 inch in any 10-foot length. 3 . All steel pipe shall have square ends. a. The ends of pipe sections shall not vary by more than 1/8 inch at any point from a true plane perpendicular to the axis of the pipe and passing through the center of the pipe at the end. b . When pipe ends have to be beveled for welding, the ends shall be beveled on the outside to an angle of 35 degrees with a tolerance of± 2 ½ degrees and with a width of root face 1/16 inch± 1/32 inch . 4. Steel Casing Pipe shall be fabricated with longitudinal weld seams. a . All girth weld seams shall be ground flush . C . Finishes 1. Provide inside and outside of Steel Casing Pipe with a coal-tar protective coating in accordance with the requirements of A WW A C203 . a . Touch up after field welds shall provide coating equal to those specified above . 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3-EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Install Steel Casing Pipe for By Other than Open Cut in accordance with Section 33 05 20 or Section 33 05 23 . Install Steel Casing Pipe for Open Cut in accordance with Section 33 05 10. 1. Steel Casing Pipe connections shall be achieved by full penetration field butt welding or an integral machine press-fit connection (Permalok or equal) prior to installation of the pipe , depending on the type of carrier pipe. 2 . Allowable joint types for each crossing are shown on the Drawings . 3 . Field butt welding a square end piece of steel pipe to a 35 degree beveled end of steel pipe is acceptable. 4 . Integral machined press-fit connections shall be installed in accordance with the manufacturer's installation procedures and recommendations. CITY OF FO RT WORTH NORT HSID E IV 24-IN WATER TRANSMISSION MAIN, PHAS E I B STANDARD CONSTRUCTION SPECIF ICATIO N DOCUMENTS City Project No . 102687 Revised December 20, 2012 33 05 22 - 6 STE EL CA SING PIP E B . Carrier pipe shall be installed in side Steel Casing Pipe in accordance with Section 33 05 24 . C. Contact grouting of the annulu s out side the cas ing pipe shall be performed in ac cordance with Section 33 05 23 or Section 33 05 20 . 3.5 REP AIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD (oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTE NANCE [NOT USED] 3.14 ATTACHME NTS [NOT USED] END OF SECTION Rev isio n Lo g DATE NAME SUMMARY OF CHANGE Page 6 of6 12/20/2012 D. John so n 2 .2 .A -Fo rmattin g mod ifi ed to apply thi ckness re qu ire ments for all casi ng in sta ll ation method s CITY OF FO RT WORTH NORTHSID E IV 24-IN WATER TRANSM ISS ION MAIN , PHAS E I B STAN DARD CONSTRUCTION SP EC IFIC ATION DOC UM ENTS City Project No . I 02687 Revised Decem ber 20, 201 2 33 05 24 -I INSTALLAT ION O F CARRI ER PIP E IN CASI NG O R T UNNE L LIN ER PLATE Page I of 10 SECTION 33 05 24 2 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE 3 PARTl-GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for the installation of carrier pipe into steel casings or tunnel liner 7 plate at locations shown on the Drawings 8 B . Deviations from this City of Fort Worth Standard Specification 9 1. None . 10 C. Related Specification Sections include, but are not necessarily limited to: 11 I . Division O -Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division I -General Requirements 14 3. Section 33 01 30 -Sewer and Manhole Testing 15 4 . Section 33 11 13 -Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A . Measurement and Payment 18 1. Installation of Sanitary Sewer Carrier Pipe in Casing/Tunnel Liner Plate 19 a . Measurement 20 l) Measured horizontally along the surface from centerline to center! ine of the 21 beginning of the casing/liner to the end of the casing/liner 22 b. Payment 23 I) The work performed and materials furnished in accordance with this Item 24 and measured as provide d under "Measurement" shall be paid for at the 25 unit price bid per linear foot for "Sewer Carrier Pipe " complete in place for: 26 a) Various Sizes 27 c . The price bid shall include: 28 I) Furnishing and installing Sanitary Sewer Main (Pipe) in Casing/Tunnel 29 Liner Plate as specified by the Drawings 30 2) Mobilization 31 3) Grout 32 4) Casing Spacers 33 5) End seals 34 6) Excavation 35 7) Hauling 36 8) Disposal of excess material 37 9) Clean-up 38 2. Installation of Water Carrier Pipe in Casing/Tunnel Liner Plate 39 a. Measurement 40 1) Measured horizontally along the surface from centerline to centerline of the 41 beginning of the casing/liner to the end of the casing/liner Pay ment C IT Y OF FO RT WORTH NORTHSID E IV 24-INC H WATE R TRANSM ISS ION MA IN , PHASE I B ST AN D A RD CONSTRUCTION SPEC IFICATI ON DOCUMENTS C ity Proj e ct No. I 02687 Revi se d Octo ber 21 , 2022 Adde ndum No . I 33 05 24 - 2 IN ST ALL A T IO O F CARRI ER PIP E IN CASING OR TUNNEL LIN ER PLATE Page 2 of IO b. Payment 2 1) The work performed and materials furnished in accordance with this Item 3 and measured as provided under "Measurement" shall be paid for at the 4 unit price bid per linear foot for "Water Carrier Pipe" complete in place for: s a) Various Sizes 6 c . The price bid shall include: 7 1) Furnishing and installing Water Main (Pipe) in Casing/Tunnel Liner Plate 8 as specified by the Drawings 9 2) Mobilization 10 3) Grout 11 4) Joint restraint 12 5) Casing Spacers 13 6) End seals 14 7) Excavation IS 8) Hauling 16 9) Disposal of excess material 17 I 0) Clean-up 18 1.3 REFERENCES 19 A . Definitions 20 I . Carrier Pipe: Permanent pipe for operational use that is used to convey flows 21 2 . Casing: A steel pipe or tunnel liner installed by trenchless methods that supports the 22 ground and provides a stable underground excavation for installation of the carrier 23 pipe 24 B. Reference Standards 2S I . Reference standards cited in this Specification refer to the current reference 26 standard published at the time of the latest revision date logged at the end of this 27 Specification, unless a date is specifically cited. 28 2 . American Society of Testing and Materials (ASTM) 29 a. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 30 Specimens. 31 b . Cl 09 , Standard Test Method for Compressive Strength of Hydraulic Cement 32 Mortars (Using 2-in or [50 mm] Cube Specimens). 33 c. D638 , Standard Test Method for Tensile Properties of Plastics . 34 3 . International Organization for Standardization (ISO): 3S a. 9001 , Quality Management Systems -Requirements . 36 4 . Occupational Safety and Health Administration (OSHA) 37 a. OSHA Regulations and Standards for Underground Construction , 29 CFR Part 38 1926 , Subpart S, Underground Construction and Subpart P, Excavation. 39 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 40 1.5 SUBMITT ALS 41 A . Submittals shall be in accordance with Section O 1 33 00 . 42 B. All submittals shall be approved by the City prior to delivery . C IT Y OF FO RT WO RTH NORTHS ID E IV 24 -I NCH WATE R TRAN SMI SS ION MA IN , PH ASE 18 ST AN D ARD CONSTRUCT ION S PECIFICAT ION DOCU MEN T S C ity Proj ect No . I 02687 Re v ise d Octo be r 2 1, 2022 A dd endum No . I 33 05 24 -3 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLAT E Page 3 of 10 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 2 A. Product Data 3 1. Casing Isolators/Spacers 4 a. Material Data 5 2. Grout Mix 6 a. Material Data 7 B. Shop Drawings 8 1. Required for 24-inch and larger pipe installations 9 2. Submit Work Plan describing the carrier pipe installation equipment, materials and IO construction methods to be employed. 11 3. Casing Spacers/Isolators 12 a. Detail drawings and manufacturer's information for the casing isolators/spacers 13 that will be used. 14 1) Include dimension and component materials and documentation of 15 manufacturer's ISO 9001 :2000 certification . 16 b . Alternatives to casing spacers/isolators may be allowed by the City on a case- 17 by-case basis. 18 c. For consideration of alternate method, submit a detailed description of method 19 including details. 20 4. End seal or bulkhead designs and locations for casing/liners. 21 5. Annular Space (between casing pipe and casing/tunnel liner plate) Grouting Work 22 Plan and Methods including: 23 a. Grouting methods 24 b . Details of equipment 25 c. Grouting procedures and sequences including: 26 1) Injection methods 27 2) Injection pressures 28 3) Monitoring and recording equipment 29 4) Pressure gauge calibration data 30 5) Materials 31 d . Grout mix details including: 32 1) Proportions 33 2) Admixtures including: 34 a) Manufacturer's literature 35 b) Laboratory test data verifying the strength of the proposed grout mix 36 c) Proposed grout densities 37 d) Viscosity 38 e) Initial set time of grout 39 ( 1) Data for these requirements shall be derived from trial batches from 40 an approved testing laboratory . 41 e. Submit a minimum of 3 other similar projects where the proposed grout mix 42 design was used. 43 f. Submit anticipated volumes of grout to be pumped for each application and 44 reach grouted. 45 g. For pipe installations greater than 36-inches, without hold down jacks or a 46 restrained spacer, provide buoyant force calculations during grouting and 47 measures to prevent flotation . C ITY OF FO RT WORTH NORTHS ID E IV 24-INCH WATER TRANSMISSION MAIN , PHASE I B STANDARD CONSTR UCTION SPECIFICATION DOCUM EN TS City Project No. 102687 Revised October 21 , 2022 Addendum No . 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 35 36 37 38 39 40 41 42 43 44 45 46 47 33 05 24 - 5 fNST ALLATION OF CARRIER PIP E fN CASfNG OR TUNNEL LfNER PLAT E Page 5 of IO Fiberglass 33 31 13 2. Grout of annular space a . For gravity sewer carrier pipe installation: 1) Fill all voids between the carrier pipe and the casing or liner with grout. 2) All exterior carrier pipe surfaces and all interior casing or liner surfaces shall be in contact with the grout. b. For water line installation: 1) No annular space fill will be used. 3. Grout Mixes a . Low Density Cellular Grout (LDCC) 1) Annular space (between sewer carrier pipe and casing/liner) grout shall be LDCC. 2) The LDCC shall be portland cement based grout mix with the addition of a foaming agent designed for this application. 3) Develop 1 or more grout mixes designed to completely fill the annular space based on the following requirements: a) Provide adequate retardation to completely fill the annular space in 1 monolithic pour. b) Provide less than 1 percent shrinkage by volume. c) Compressive Strength (1) Minimum strength of 10 psi in 24 hours, 300 psi in 28 days d) Design grout mix with the proper density and use proper methods to prevent floating of the carrier pipe. e) Proportion grout to flow and to completely fill all voids between the carrier pipe and the casing or liner. 4. End Seals a. Provide end seals at each end of the casing or liner to contain the grout backfill or to close the casing/liner ends to prevent the inflow of water or soil. l) For water piping less than 24-inch diameter, use hard rubber seals, Model PL Link Seal as manufactured by the Thunderline Corporation or approved equal. 2) For water piping 24-inch diameter and greater, use pull-on, 1/8 inch thick, synthetic rubber end seals, Model C, as manufactured by Pipeline Seal and Insulator, Inc. or approved equal. 3) For sewer piping, no end seals are required since the annular space between the carrier pipe and the casing will be grouted. b. Design end seals to withstand the anticipated soil or grouting pressure and be watertight to prevent groundwater from entering the casing. 5. Casing Spacers/Insulators a. Provide casing spacers/insulators to support the carrier pipe during installation and grouting (where grout is used). 1) For concrete pressure pipe, mortar bands may be allowed in lieu of casing spacers/isolators. 2) Mortar bands shall be in accordance with Section 33 11 13. b. Casing Spacers/Isolators material and properties : 1) Shall be minimum 14 gage 2) For water pipe, utilize Stainless Steel. 3) For sewer pipe, utilize Coated Steel. CITY OF FORT WORTH NORTHSIDE IV 24-fNCH WAT ER TRANSMISSION MAfN, PHAS E 18 ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. I 02687 Revised October 21, 2022 Addendum No. I 33 05 24 -7 INSTALLATION OF CARRIER PIP E IN CASING OR T UNNE L LINER PLAT E Page 7 of IO I e . Site safety representative has prepared a code of safe practices and an 2 emergency plan in accordance with applicable requirements. 3 2. The carrier pipe shall be installed within the casings or liners between the limits 4 indicated on the Drawings, to the specified lines and grades and utilizing methods 5 which include due regard for safety of workers, adjacent structures and 6 improvements, utilities and the public. 7 B . Control of Line and Grade 8 1. Install Carrier pipe inside the steel casing within the following tolerances: 9 a . Horizontal 10 1) ± 2 inches from design line 11 b. Vertical 12 1) ± 1 inch from design grade 13 2. Check line and grade set up prior to beginning carrier pipe installation. 14 3 . Perform survey checks of line-and-grade of carrier pipe during installation 15 operations. 16 4 . The Contractor is fully responsible for the accuracy of the installation and the 17 correction of it , as required. 18 a. Where the carrier pipe installation does not satisfy the specified tolerances, 19 correct the installation , including if necessary, redesign of the pipe or structures 20 at no additional cost to City. 21 C. Installation of Carrier Pipe 22 I . Pipe Installation 23 a. Remove all loose soil from casing or liner. 24 b. Grind smooth all rough welds at casing joints. 25 2 . Installation of Casing Spacers 26 a . Provide casing spacers, insulators or other approved devices to prevent 27 flotation , movement or damage to the pipe during installation and grout backfill 28 placement. 29 b. Assemble and securely fasten casing spacers to the pipeline to be installed in 30 casings or tunnels. 31 c. Correctly assemble, evenly tighten and prevent damage during tightening of the 32 insulators and pipe insertion. 33 d. Install spacers in accordance with manufacturer's recommendations. 34 e. Install carrier pipe so that there is no metallic contact between the carrier pipe 35 and the casing. 36 f. Carrier pipe shall be installed without sliding or dragging it on the ground or in 37 the casing/liner in a manner that could damage the pipe or coatings. 38 1) If guide rails are allowed, place cement mortar on both sides of the rails. 39 g. Coat the casing spacer runners with a non-corrosive/environmentally safe 40 lubricant to minimize friction when installing the carrier pipe. 41 h. The carrier pipe shall be electrically isolated from the carrier pipe and from the 42 43 44 45 46 casmg. 1. Grade the bottom of the trench adjacent to each end of the casing to provide a firm , uniform and continuous support for the pipe. If the trench requires some backfill to establish the final trench bottom grade, place the backfill material in 6-inch lifts and compact each layer. CITY OF FORT WORTH NORTHSIDE IV 24-INCH WAT ER TRANSMISSION MAIN , PHAS E I B STANDARD CONSTRUCTION SPECIFICATION DOCU MENTS City Project No . 102687 Revised October 21 , 2022 Addendum No . I 33 05 24 -9 INSTALLATION OF CARRI ER PIP E IN CASING OR TUNNEL LINE R PLATE Page 9 of 10 2) Grout shall be pumped through a pipe or hose. I 2 3 3) Use grout pipes, or other appropriate materials , to avoid damage to carrier pipe during grouting . 4 5 6 7 8 9 10 11 12 13 14 4. Injection of LDCC Grout a. Grout injection pressure shall not exceed the carrier pipe manufacturer's approved recommendations or 5 psi (whichever is lower). b . Pumping equipment shall be of a size sufficient to inject grout at a volume, velocity and pressure compatible with the size/volume of the annular space. c. Once grouting operations begin, grouting shall proceed uninterrupted, unless grouting procedures require multiple stages . d. Grout placements shall not be terminated until the estimated annular volume of grout has been injected . 5. Block the carrier pipe during grouting to prevent flotation during grout installation. 6. Protect and preserve the interior surfaces of the casing from damage. 15 3.5 REPAIR/ RESTORATION [NOT USED] 16 3.6 RE-INSTALLATION [NOT USED] 17 3.7 FIELD IOR] SITE QUALITY CONTROL 18 A . Reports and Records required for pipe installations greater than 48-inches and longer 19 than 350 feet 20 1. Maintain and submit daily logs of grouting operations. 21 a. Include: 22 I) Grouting locations 23 2) Pressures 24 3) Volumes 25 4) Grout mix pumped 26 5) Time of pumping 27 2. Note any problems or unusual observations on logs. 28 8. Grout Strength Tests 29 I . City will perform testing for 24-hour and 28-day compressive strength tests for the 30 cylinder molds or grout cubes obtained during grouting operations. 31 2. City will perform field sampling during annular space grouting . 32 a . City will collect at least I set of 4 cylinder molds or grout cubes for each 100 33 cubic yards of grout injected but not less than I set for each grouting shift. 34 b . City will perform 24-hour and 28-day compressive strength tests per ASTM 35 C39 (cylindrical specimens) or ASTM Cl09 (cube specimens). 36 c . Remaining samples shall be tested as directed by City . 37 C. Safety 38 1. The Contractor is responsible for safety on the job site. 39 a . Perform all Work in accordance with the current applicable regulations of the 40 Federal, State and local agencies . 41 b. In the event of conflict, comply with the more restrictive applicable 42 requirement. 43 2. No gasoline powered equipment shall be permitted in jacking shafts and receiving 44 shafts/pits. CITY OF FO RT WORTH NORTHSIDE IV 24-INCH WAT ER TRANSMISSION MAIN , PHAS E I B ST AN D ARD CONSTRUCTION SPECIF ICATION DOCUM ENT S C ity Project No . I 02687 Revised October 21 , 2022 Addendum No . I 33 05 26 -I UTILITY MARKERS/LOCATORS PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: SECTION 33 05 26 UTILITY MARKERS/LOCATORS 1. Buried and surface utility markers for utility construction B. Deviations from this City of Fort Worth Standard Specification I. None. C. Related Specification Sections include , but are not necessarily limited to: 1. Division O -Bidding Requirements , Contract Forms, and Conditions of the Contract 2. Division 1 -General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a . Measurement for this Item will be by lump sum. 2. Payment Page I of4 a. The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for "Utility Markers". 3. The price bid shall include : a . Furnishing and installing Utility Markers as specified by the Drawings b. Mobilization c . Pavement removal d. Excavation e. Hauling f . Disposal of excess material g . Furnishing, placement and compaction of backfill h. Clean-up 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification , unless a date is specifically cited. 2 . American Public Works Association (AWPA): a . Uniform Color Code . 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITT ALS A. Submittals shall be in accordance with Section O 1 33 00 . CITY OF FORT WORTH NO RTHSID E IV 24-INCH WATER TRANSMISSION MAIN, PHAS E I B ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No . I 02687 Revised Decemb er 20, 2012 33 05 26 -3 UTILITY MARKERS/LOCATORS Page 3 of4 (1) Color -Blue (in accordance w ith APWA Uniform Color Code) (2) Legend -Caution Potable Water Line Below (repeated every 24 inches) b) Reclaimed water lines ( 1) Color -Purple (in accordance with APW A Uniform Color Code) (2) Legend -Caution Reclaimed Water Line Below (repeated every 24 inches) c) Sewer Line ( 1) Color -Green (in accordance with APW A Uniform Color Code) (2) Legend -Caution Sewer Line Below (repeated every 24 inches) 2 . Surface Markers a . Provide as follows : 1) 4-inch diameter, 6-feet minimum length, polyethylene posts, or equal 2) White posts with colored, ultraviolet resistant domes as follows: a) Water Lines (1) Color -Blue (in accordance with APWA Uniform Color Code) (2) Legend-Caution Potable Water Line Below b) Reclaimed water lines (1) Color-Purple (in accordance with APWA Uniform Color Code) (2) Legend-Caution Reclaimed Water Line Below c) Sewer lines (1) Color -Green (in accordance with APW A Uniform Color Code) (2) Legend -Caution Sewer Line Below 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 -EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Buried Markers (Detectable Warning Tape) 1. Install in accordance with manufacturer's recommendations below natural ground surface and directly above the utility for which it is marking . a. Allow 18 inches minimum between utility and marker. b. Bury to a depth of 3 feet or as close to the grade as is practical for optimum protection and detectability. B. Surface Markers 1. Bury a minimum of 2 feet deep, with a minimum of 4 feet above ground 2. The warning sign for all surface markers shall be 21 inches (not including post cap). 3. Where possible, place surface markers near fixed objects. 4 . Place Surface Markers at the following locations: CITY OF FORT WORTH NORTHSIDE IV 24-INCH WAT ER TRANSMISSION MAIN , PHASE 18 ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. I 02687 Revised December 20 , 2012 33 05 30 - l LOCATION OF EXISTING UTILITIE S PART 1 -GENERAL 1.1 SUMMARY A Section Includes: SECTION 33 05 30 LOCATION OF EXISTING UTILITIES Pagel of4 1. Locating and verifying the location and elevation of the existing underground utilities that may conflict with a facility proposed for construction by use of: a . Exploratory Excavation b . Vacuum Excavation B. Deviations from this City of Fort Worth Standard Specification 1. None . C. Related Specification Sections include, but are not necessarily limited to : l. Division O -Bidding Requirements , Contract Forms, and Conditions of the Contract 2 . Division l -General Requirements 3. Section 33 05 10-Utility Trench Excavation, Embedment and Backfill 1.2 PRICE AND PAYMENT PROCEDURES A Measurement and Payment I . Exploratory Excavation of Existing Utilities a . Measurement I) Measurement for this Item shall be per each excavation performed as identified in the Drawings , or as directed. b . Payment I) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Exploratory Excavation for Existing Utilities" specified. c . The price bid shall include: I) Grade survey 2) Pavement removal 3) Excavation 4) Utility Location 5) Hauling 6) Disposal of excess material 7) Furnishing, placing and compaction of embedment 8) Furnishing , placing and compaction of backfill 9) Clean-up 10) Surface restoration 2. Vacuum Excavation of Existing Utilities a. Measurement 1) Measurement for this Item shall be per each excavation performed as identified in the Drawings , or as directed. b . Payment C ITY O F FORT WORTH NORTHSIDE IV 24-I NCH WATER T RA N SMISSION MAIN, PHAS E 1B STA NDARD C ON STRUCTIO N SP EC IFI C ATIO N DO CUM ENT S City Proj ect N o . l 02687 Revi se d December 20, 20 12 33 05 30 -3 LOCATION O F EXIS T ING UTILIT IE S 1.5 SUBMITT ALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED) 1.7 CLOSEOUT SUBMITTALS A. Report of Utility Location l . Horizontal location of utility as surveyed 2. Vertical elevation of utility as surveyed a. Top of utility b . Spring line of utility c . Existing ground 3. Material type, diameter and description of the condition of existing utility 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED) 1.9 QUALITY ASSURANCE [NOT USED) 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED) 1.11 FIELD [SITE) CONDITIONS [NOT USED) 1.12 WARRANTY [NOT USED] PART 2 -PRODUCTS [NOT USED] PART 3 -EXECUTION 3.1 INST ALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions Page 3 of 4 1. Verify location of existing utilities in accordance with the General Requirements , the General Notes and the Drawings . 3.3 PREPARATION A. Coordinate with City Survey, if applicable. 3.4 INSTALLATION A. Exploratory Excavation l . Verify location of existing utility at location denoted on the Drawings, or as directed by the City. a. Expose utility to spring line , as necessary . b . Excavate and Backfill Trench for the Exploratory Excavation in accordance with Section 33 05 10 . B. Vacuum Excavation 1. Verify location of existing utility at location denoted on the Drawings , or as directed by the City. C ITY O F FORT WORTH NORTHSIDE IV 24-INCH WATE R TRA N SMISSION MAIN, PHAS E I B ST AN D ARD CONSTRUCTION SP EC IFICATION DOCU M E NTS City Project No. I 02687 Revised December 20, 201 2 PART 1-GENERAL 1.1 SUMMARY A. Section Includes : SECTION 33 11 05 BOLTS, NUTS , AND GASKETS 33 11 05 -I BOLTS , NUTS , AND GASKETS Page 1 of7 I. All nuts , bolts and gaskets associated with pressurized water utility lines including: a . T-Bolts and Nuts b . Flange Bolts and Nuts c. Threaded Rods d. Push-on Gaskets e. Mechanical Joint Gaskets f . Flange Gaskets g. Flange Isolation Kits h. Petrolatum Tape Systems B. Deviations from this City of Fort Worth Standard Specification I. None. C. Related Specification Sections include, but are not necessarily limited to : I. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract 2 . Division I -General Requirements 3 . Section 33 04 IO -Joint Bonding and Electrical Isolation 4 . Section 33 11 10 -Ductile Iron Pipe 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Hydrocarbon Resistant Gaskets a. Measurement I) Measurement for this Item shall be by lump sum . b . Payment I) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for all "Hydrocarbon Resistant Gaskets ". 2. All Other Items a. Measurement I) The Items in this Section are considered subsidiary to the Item being installed . b . Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the unit price bid for the Item being installed and no other compensation will be allowed. C ITY OF FORT WORTH NORT HS ID E IV 24-INCH WATER TRANSMISSION MAIN , PHAS E 1 B STANDARD CONSTRU CT IO N SPECIFICATION DOCUM ENTS City Proj ect No . 1026 87 Revised December 20, 2012 33 11 05 -3 BOLTS , NUTS , AND GASKETS Page 3 of7 1. Furnish an affidavit certifying that all fasteners , excluding T-Bolts, shall conform to the Fastener Quality Act (FQA) (P.L. 106-34). 2. Furnish an affidavit certifying that the Xylan Coating is manufactured by Whitford Corporation, or a Whitford Corporation certified Applicator. 1.7 CLOSEOUT SUBMITTALS [NOT USED) 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED) 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a . Fastener manufacturing operations (bolts , nuts, gaskets and coatings) shall be performed under the control of the manufacturer. b. All gaskets shall meet or exceed the latest revisions NSF 61 and shall meet or exceed the requirements of this Specification . B. Preconstruction Testing 1. The City may, at its own cost, subject random fittings for destructive testing by an independent laboratory for compliance with this Specification . a . The compliance test shall be performed in the United States . b . Any visible defects or failure to meet the quality standards herein will be grounds for rejecting the entire order. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Secure and maintain a location to store the material in accordance with Section O l 66 00 . 1.11 FIELD [SITE) CONDITIONS [NOT USED) 1.12 WARRANTY [NOT USED) PART 2 -PRODUCTS 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED) 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City 's Standard Products List will be considered as shown in Section 01 60 00. a . The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00 . B . Regulatory Requirements 1. All fasteners , excluding T-Bolts, shall conform to the Fastener Quality Act (FQA) (P.L. 106-34). All fasteners shall meet the marking requirements set forth by this Act. CITY OF FORT WORTH NORTH SID E IV 24-I NC H WA TE R TRANSMI SSION MAIN , PH ASE 1 B ST AN D ARD CON STR UC TIO N SP EC IFIC ATIO N DOCUM ENTS City Project No . 10268 7 Revi sed December 20 , 20 12 33 11 05 - 5 BOLTS , NUTS , AND GASKETS Page 5 of7 a. Full face b . Manufactured true to shape from minimum 80 durometer SBR rubber stock of a thickness not less than 1/8 inch c . Virgin stock d . Conforming to the physical and test requirements specified in A WW N ANSI Cl 11/A21.l 1 e. All gaskets shall meet or exceed the latest revisions NSF 61. f. Finished gaskets shall have holes punched by the manufacturer and shall match the flange pattern in every respect. g. Frayed cut edges are not acceptable . h. Field cut sheet gaskets are not acceptable . I. Hydrocarbon Resistant Gaskets 1. Furnish Viton® (Fluorocarbon) Rubber, hydrocarbon resistant gaskets, when required. J . Flange Isolation Kits 1. Flanges which are required by the Drawings to be Isolation Flanges shall conform to Section 33 04 l 0 . 2 . For bolts used with isolation sleeves per Section 33 04 10, threading must extend to bolt head with no grip to ensure sleeves fit properly. K. Petrolatum Tape System I . Petrolatum Tape Primer: Denso Paste, or approved equal 2. Molding and Filler mastic : Densyl Mastic, or approved equal 3 . All Purpose Petrolatum Tape: Densyl Tape , or approved equal L. Xylan Coating a. Coat nuts and bolts with a ceramic-filled, baked on fluorocarbon resin , when required . b. Coated nuts and bolts shall be prepared "near white" or "white" when coated to the coating manufacturer's recommended thickness by a certified applicator. c. Coating shall be of Xylan as manufactured by Whitford Corporation and applied by Whitford Corporation or Whitford Corporation Recommended Coater. d. Coating shall be free from holidays and defects. e. Coating thickness shall between 0.0007-inches and 0.0012-inches and shall be such that the nut turns freely on the bolt. f. Coating shall conform to the performance requirements of ASTM B 11 7, "Salt Spray Test" and shall include, if required, a certificate of conformance. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 -EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] C ITY OF FORT WORTH NORTHSIDE IV 24-INCH WAT ER TRANSMISSION MAIN, PHAS E I 8 STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS City Project No . 102687 Rev ised December 20, 20 I 2 33 11 05 -7 BOLTS , NUTS , AND GASKETS Page 7 of7 5. Wrap joint harness assembly with Petrolatum Tape System. E . Petrolatum Tape System 1. Surfaces should be free from dirt, loose rust, scale or flaking coatings. a. Clean surfaces in accordance with SSPC SP2 or SSPC SP3. I) High pressure wash of 3,000 to 7,000 psi is also suitable. b. Surfaces may be damp but shall not have droplets or continuous film of water. 2. Apply a uniform, thin coat of Petrolatum Tape Primer to the entire surface by stiff brush, gloved hand or rag at normal ambient temperatures . 3. By hand application, apply Molding and Filler Mastic to a rounded configuration to fill irregular shapes and reduce sharp-edged surfaces. 4. Spirally wrap All Purpose Petrolatum Tape with a minimum overlap of 1 inch. a . For severely corrosive environments, an overlap of 55 percent is recommended. b. Press air pockets out and smooth all lap seams. 5. For additional mechanical protection, overwrap may be applied to increase impact strength and electrical resistance. 3.5 REP AIR/ RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD (oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE C ITY OF FORT WORTH NORTHSIDE IV 24-INCH WAT ER TRANSMISSION MAIN , PHAS E I B ST AND ARD CONSTRUCTION SPECIFICATION DOC UMENTS City Project No . I 02687 Revised December 20 , 2012 33 11 10 -I DUC TIL E IRON PIP E PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: SECTION 33 1110 DUCTILE IRON PIPE Pagel o fl3 1. Ductile Iron Pipe 3-inch through 64-inch for potable water, wastewater and reuse applications B. Deviations from this City of Fort Worth Standard Specification 1. None . C. Related Specification Sections include, but are not necessarily limited to: 1. Division O -Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 -General Requirements 3. Section 33 01 31 -Closed Circuit Television (CCTV) Inspection 4 . Section 33 04 10 -Joint Bonding and Electrical Isolation 5. Section 33 04 40 -Cleaning and Acceptance Testing of Water Mains 6. Section 33 05 l O -Utility Trench Excavation, Embedment and Backfill 7 . Section 33 05 24 -lrlstallation of Carrier Pipe in Casing or Tunnel Liner Plate 8. Section 33 11 05 -Bolts, Nuts, and Gaskets 9. Section 33 11 11 -Ductile Iron Fittings 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Ductile Iron Pipe a. Measurement 1) Measured horizontally along the surface from center line to center line of the fitting, manhole, or appurtenance b . Payment l) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot for "DIP" installed for: a) Various sizes b) Various types of backfill c) Various linings d) Various Depths, for miscellaneous sewer projects only e) Various restraints t) Various uses c. The price bid shall include: 1) Furnishing and installing Ductile Iron Pipe with joints as specified by the Drawings CITY OF FORT WORTH NORTH SIDE IV 24-INCH WATER TRANSMISSION MArN , PHAS E I B STANDARD CONSTRUCTION SP EC IFICATION DOCUMENTS City Project No . 102687 Revised December 20, 2012 331110-3 DUCTILE IRON PIPE Page 3 of 13 a . C203, Coal-Tar Protective Coatings and Linings for Steel Water Pipelines - Enamel and Tape -Hot Applied. b . C600, Installation of Ductile-Iron Water Mains and their Appurtenances. c. M41, Ductile-Iron Pipe and Fittings. 6 . American Water Works Association/American National Standards Institute (A WW A/ANSI): a. C104/A2l.4, Cement-Mortar Lining for Ductile-Iron Pipe and Fittings. b. C105 /A2l.5, Polyethylene Encasement for Ductile-Iron Pipe Systems . c. Cl l l /A21.1 l, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings . d. Cl 15/A2l.15, Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron Threaded Flanges. e . C150/A2l.50, Thickness Design of Ductile-Iron Pipe . f. C 151 / A21.51, Ductile-Iron Pipe, Centrifugally Cast, for Water. g. C600, Installation of Ductile-Iron Water Mains and their Appurtenances 7. NSF International (NSF): a. 61, Drinking Water System Components -Health Effects. 8. Society for Protective Coatings (SSPC): a . PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 . B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials . 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS A. Product Data 1. Interior lining a . If it is other than cement mortar lining in accordance with A WW A/ ANSI C 104/ A21.4, including: 1) Material 2) Application recommendations 3) Field touch-up procedures 2 . Thrust Restraint a. Retainer glands , thrust harnesses or any other means 3 . Gaskets a. If hydrocarbon or other special gaskets are required B. Shop Drawings -Furnish for Ductile Iron Pipe used in the water distribution system or for a wastewater force main for 24-inch and greater diameters, including: 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in Texas including: a. Working pressure b. Surge pressure c . Deflection CITY OF FORT WORTH NORTHS ID E IV 24-INCH WATER TRANSMISSION MAIN, PHASE I B ST AND ARD CONSTRUCTION SP ECIFICATION DOCUM EN TS City Project No . I 02687 Revi sed December 20 , 2012 331110 -5 DUCTILE IRON PIP E Page 5 of 13 2. Secure and maintain a location to store the material in accordance with Section 01 66 00. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED) PART 2 -PRODUCTS 2.1 OWNER-FURNISHED [oR) OWNER-SUPPLIED PRODUCTS [NOT USED) 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section O 1 60 00. a . The manufacturer must comply with this Specification and related Sections . 2 . Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B . Pipe 1. Pipe shall be in accordance with A WW A/ ANSI C 111 / A21.11, A WW A/ ANSI C150/A21.15, and A WW A/ANSI C151/A21.51. 2. All pipe shall meet the requirements of NSF 61. 3 . Pipe shall have a lay length of 18 feet or 20 feet except for special fittings or closure pieces and necessary to comply with the Drawings . 4 . As a minimum the following pressures classes apply. The Drawings may specify a higher pressure class or the pressure and deflection design criteria may also require a higher pressure class, but in no case should they be less than the following : Diameter Min Pressure Class (inches) (osi) 3 through 12 350 14 through 20 250 24 200 30 through 64 150 5. Pipe markings shall meet the minimum requirements of A WW A/ ANSI C 151 / A21.51. Minimum pipe markings shall be as follows: a. "DI" or "Ductile" shall be clearly labeled on each pipe b. Weight, pressure class and nominal thickness of each pipe c. Year and country pipe was cast d. Manufacturer's mark 6. Pressure and Deflection Design a. Pipe design shall be based on trench conditions and design pressure class specified in the Drawings. CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN , PHAS E I B STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS City Project No . 102687 Revised December 20, 2012 33 11 10 -7 DUC TIL E IRON PIP E Page 7 of 13 8. Joints a . General -Comply with AWWNANSI Cl 11 /A21.11. b. Push-On Joints c. Mechanical Joints d. Push-On Restrained Joints 1) Restraining Push-on joints by means of a special gasket a) Only those products that are listed in Section 01 60 00 b) The working pressure rating of the restrained gasket must exceed the test pressure of the pipe line to be installed. c) Approved for use of restraining Ductile Iron Pipe in casing with a carrier pipe of 4-inches to 12-inches d) Otherwise only approved if specially listed on the Drawings 2) Push -on Restrained Joint bell and spigot a) Only those products list in the standard products list will be allowed for the size listed in the standard products list per Section O 1 60 00. b) Pressure rating shall exceed the working and test pressure of the pipe line . e. Flanged Joints -A WWNANSI Cl 15/A21.15, ASME B16 .1, Class 125 f. Flange bolt circles and bolt holes shall match those of ASME B 16 .1, Class 125. g. Field fabricated flanges are prohibited. 9. Gaskets a . Provide Gaskets in accordance with Section 33 11 05. I 0 . Isolation Flanges a. Flanges required by the drawings to be Isolation Flanges shall conform to Section 33 04 10. 11. Bolts and Nuts a. Mechanical Joints 1) Provide bolts and nuts in accordance with Section 33 11 05. b. Flanged Ends I) Meet requirements of A WW A C 115. a) Provide bolts and nuts in accordance with Section 33 11 05 . 12 . Flange Coatings a. Connections to Steel Flanges 1) Buried connections with Steel Flanges shall be coated with a Petrolatum Tape System in accordance with Section 33 11 05 . 13. Ductile Iron Pipe Exterior Coatings a . All ductile iron shall have an aspbaltic coating, minimum of I mil thick, on the pipe exterior, unless otherwise specified in the Contract Documents. 14 . Polyethylene Encasement a . All buried Ductile Iron Pipe shall be polyethylene encased. b. Only manufacturers listed in the City's Standard Products List as shown in Section O 1 60 00 will be considered acceptable. c. Use only virgin polyethylene material. d. Encasement for buried pipe shall be 8 mil linear low density (LLD) polyethylene conforming to A WW N ANSI CI 05 / A2 l .5 or 4 mil high density cross-laminated (HDCL) polyethylene encasement conforming to AWWNANSI Cl05/A21.5 and ASTM A674. CITY OF FORT WORTH NORTHSID E IV 24-INCH WAT ER TRANSMISSION MAIN , PHAS E I B STANDARD CONSTRUCTION SPEC IFICATION DO CUMENTS City Project No . 102687 Revised December 20 , 20 12 33 11 10 -9 DUCTILE IRO N PIPE Page 9 of 13 I) Ductile Iron Pipe for potable water shall have a cement mortar lining in accordance with A WW A/ ANSI CI 04/ A21.04 and be acceptable according to NSF 61. b . Ceramic Epoxy or Epoxy Linings I) Ductile Iron Pipe for use in wastewater applications shall be lined with a Ceramic Epoxy or Epoxy lining as designated in the City 's Standard Products List as shown in Section 01 60 00 . 2) Apply lining at a minimum of 40 mils OFT . 3) Due to the tolerances involved, the gasket area and spigot end up to 6 inches back from the end of the spigot end must be coated with 6 mils nominal , IO mils maximum using a Joint Compound as supplied by the manufacturer. a) Apply the joint compound by brush to ensure coverage . b) Care should be taken that the joint compound is smooth without excess buildup in the gasket seat or on th e spigot ends. c) Coat the gasket seat and spigot ends after the application of the lining . 4) Surface preparation shall be in accordance with the manufacturer 's recommendations . 5) Check thickness using a magnetic film thicknes s gauge in accordance with the method outline d in SSPC PA 2 . 6) Test the interior lining of all pipe barrels for pinholes with a non- destructive 2,500 volt test. a) Repair any defects prior to shipment. 7) Mark each fitting with the date of application of the lining system along with its numerical sequence of application on that date and records maintained by the applicator of his work. 8) For all Ductile Iron Pipe in wastewater service where the pipe has been cut, coat the exposed surface with the touch-up material as recommended by the manufacturer. a) The touch-up material and the lining shall be of the same manufacturer . 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 -EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install pipe, fittings, specials and appurtenances as specified herein , as specified in A WW A C600 , A WW A M4 l and in accordance with the pipe manufacturer's recommendations. 2. See Section 33 11 11 for installation requirements for Ductile Iron Fittings . C ITY O F FORT WORT H NORTH SIDE IV 24 -INC H WATER TRANSMISSION MA IN , PH ASE 1 B ST AN D ARD CO NSTR UC TIO N SPEC IF lCA TIO N DOCUMENTS Ci ty Proj ect N o . 102687 Revised December 20 , 201 2 33 11 10 -11 DUCTILE IRON PIPE 1. Preparation a. Remove all lumps of clay, mud, cinders, etc., on pipe surface prior to installation of polyethylene encasement. Page 11 of 13 1) Prevent soil or embedment material from becoming trapped between pipe and polyethylene. b. Fit polyethylene film to contour of pipe to affect a snug, but not tight encase with minimum space between polyethylene and pipe. 1) Provide sufficient slack in contouring to prevent stretching polyethylene where it bridges irregular surfaces such as bell-spigot interfaces, bolted joints or fittings and to prevent damage to polyethylene due to backfilling operations . 2) Secure overlaps and ends with adhesive tape and hold. c . For installations below water table and/or in areas subject to tidal actions, seal both ends of polyethylene tube with adhesive tape at joint overlap. 2 . Tubular Type (Method A) a . Cut polyethylene tube to length approximately 2 feet longer than pipe section . b . Slip tube around pipe, centering it to provide I-foot overlap on each adjacent pipe section and bunching it accordion-fashion lengthwise until it clears pipe ends . c. Lower pipe into trench and make up pipe joint with preceding section of pipe. d . Make shallow bell hole at joints to facilitate installation of polyethylene tube. e . After assembling pipe joint, make overlap of polyethylene tube , pull bunched polyethylene from preceding length of pipe, slip it over end of the new length of pipe and wrap until it overlaps joint at end of preceding length of pipe. f . Secure overlap in place . g. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel of pipe, securing fold at quarter points. h. Repair cuts, tears, punctures or other damage to polyethylene . 1. Proceed with installation of next pipe in same manner. 3. Tubular Type (Method B) a. Cut polyethylene tube to length approximately I foot shorter than pipe section . b . Slip tube around pipe, centering it to provide 6 inches of bare pipe at each end. c . Take up slack width at top of pipe to make a snug, but not tight, fit along barrel of pipe, securing fold at quarter points; secure ends . d. Before making up joint, slip 3-foot length of polyethylene tube over end of proceeding pipe section, bunching it accordion-fashion lengthwise. e. After completing joint, pull 3-foot length of polyethylene over joint, overlapping polyethylene previously installed on each adjacent section of pipe by at least 1 foot; make each end snug and secure. 4. Sheet Type a. Cut polyethylene sheet to a length approximately 2 feet longer than piece section . b . Center length to provide I-foot overlap on each adjacent pipe section, bunching it until it clears the pipe ends. c . Wrap polyethylene around pipe so that it circumferentially overlaps top quadrant of pipe. d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. CITY OF FORT WORTH NORTHS ID E IV 24-INCH WATER TRANSMISSION MAIN, PHASE l B ST AND ARD CONSTRUCTION SP ECrFICA TION DOCUM ENTS City Project No . l 02687 Revised December 20, 2012 5. Promptly remove rejected pipe from the site . 3.6 RE-INSTALLATION [NOT USEDI 3.7 FIELD [oRI SITE QUALITY CONTROL A. Potable Water Mains 33 11 IO -I 3 DUCTILE IRON PIPE Page 13 of 13 1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water main as specified in Section 33 04 40 . B. Wastewater Lines 1. Closed Circuit Television (CCTV) Inspection a. Provide a Post-CCTV Inspection in accordance with Section 3 3 01 31. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USEDI 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2 .A. l .b . -Updated Payment types 12/20/2012 D . Johnson I .3 -Added definitions of gland types for clarity 2.2 .B .9, 10 , 11 and 12 -Added reference to Section 33 11 05 and removed material specification for bolts, nuts and gaskets CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN, PHAS E I B STANDARD CONSTRUCTION SPECIFICATION DOCUM EN TS City Proj ect No. 102687 Revised December 20 , 2012 33 11 11 -I DUCTILE IRON FITT IN GS Page I of 13 SECTION 33 11 11 2 DUCTILE IRON FITTINGS 3 PART 1 -GENERAL 4 1.1 SUMMARY 5 A Section Includes : 6 l . Ductile Iron Fittings 3-inch through 64-inch for potable water, wastewater, and 7 other liquids for use with Ductile Iron Pipe and Polyvinyl Chloride (PVC) Pipe 8 2. All mechanical joint fittings shall be mechanically restrained using restrained 9 wedge type retainer glands. 10 B. Deviations from this City of Fort Worth Standard Specification 11 l. None. 12 C. Related Specification Sections include , but are not necessarily limited to: 13 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the 14 Contract 15 2 . Division 1 -General Requirements 16 3 . Section 03 30 00 -Cast-in-Place Concrete 17 4 . Section 33 04 10-Joint Bonding and Electrical Isolation 18 5. Section 33 04 40 -Cleaning and Acceptance Testing of Water Mains 19 6 . Section 33 05 10 -Utility Trench Excavation, Embedment and Backfill 20 7. Section 33 11 05 -Bolts, Nuts , and Gaskets 21 1.2 PRICE AND PAYMENT PROCEDl.JR.ES 22 A Measurement and Payment 23 1. Ductile Iron Water Fittings with Restraint 24 a. Measurement 25 l) Shall be per ton of fittings supplied 26 2) Fittings weights are the sum of the various types of fittings multiplied by 27 the w eight per fitting as listed in AWWNANSI Cl53/A21.53. 28 3) The fitting weights listed in AWW NANSI Cl 10/A21 .10 are only allowed 29 for specials where an AWW NANSI C153 /A21.53 is not available, or if the 30 Drawings specifically call for an AWWNANSI Cl 10/A21.10 fittings . 31 4) If the Contractor chooses to supply AWW NANSI Cl 10/A2 l.10 (full 32 body) Ductile Iron Fittings in lieu of AWWNANSI Cl53/A21.53 33 ( compact) Ductile Iron Fittings at his convenience , then the weight shall be 34 measured in accordance with AWWNANSI Cl53/A21.53 . 35 b . Payment 36 1) The work performed and materials furnished in accordance with this Item 37 and measured as provided under "Measurement" will be paid for at the unit 38 price bid per ton of "Ductile Iron Water Fittings with Restraint". 39 c. The price bid shall include : 40 1) Furnishing and installing Ductile Iron Water Fittings as specified by the 41 Drawings C ITY OF F ORT WORT H NORT HSIDE IV 24-IN C H WATER T RA NSMISSION MA IN , PH A S E 1B ST ANDARD C O NST R UCTION S P EC IFI C ATION DO CUM EN TS City Project No . 102687 R evised September 20, 2017 33 11 11 -3 DUCT ILE IRON FITTINGS Page 3 of 13 1.3 REFERENC F.S 2 A Def mitions 3 1. Gland or Follower Gland 4 a. Non-restrained, mechanical joint fitting 5 2 . Retainer Gland 6 a. Mechanically restrained mechanical joint fitting, consisting of multiple 7 gripping wedges incorporated into a follower gland meeting the applicable 8 requirements of ANSI/ A WW A Cl 10/ A21 . l 0. 9 B. Reference Standards 10 1. Reference standards cited in this Specification refer to the current reference 11 standard published at the time of the latest revision date logged at the end of this 12 Specification, unless a date is specifically cited. 13 2. American Society of Mechanical Engineers (ASME): 14 a. Bl 6 .1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 15 3 . ASTM International (ASTM): 16 a. Al 93, Standard Specification for Alloy-Steel and Stainless Steel Bolting for 17 High Temperature or High Pressure Service and Other Special Purpose 18 Applications 19 b. Al 94, Specification for Carbon and Alloy Steel Nuts for Bolts for High 20 Pressure or High Temperature Service, or Both 21 c . A242 , Standard Specification for High-Strength Low-Alloy Structural Steel. 22 d. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for 23 Water or Other Liquids . 24 e. B117 , Standard Practice for Operating Salt Spray (Fog) Apparatus. 25 4 . American Water Works Association (AWWA): 26 a . C203, Coal-Tar Protective Coatings and Linings for Steel Water Pipelines - 27 Enamel and Tape -Hot Applied. 28 b. C600 , Installation of Ductile-Iron Water Mains and their Appurtenances. 29 c . M41, Ductile-Iron Pipe and Fittings. 30 5. American Water Works Association/American National Standards Institute 31 (AWWNANSI): 32 a. Cl04/A21.4, Cement-Mortar Lining for Ductile-Iron Pipe and Fittings . 33 b . Cl05/A21.5 , Polyethylene Encasement for Ductile-Iron Pipe Systems. 34 c. Cl 10/A21.10, Ductile-Iron and Gray-Iron Fittings. 35 d . Cl 11/A21 . l l, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings . 36 e. Cl 15/ A2 l .15, Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron 37 Threaded Flanges. 38 f. C 151 / A21. 51, Due tile-Iron Pipe , Centrifugally Cast, for Water. 39 g. Cl53/A21.53, Ductile-Iron Compact Fittings for Water Service. 40 6. NSF International (NSF): 41 a . 61, Drinking Water System Components -Health Effects. 42 7. Society for Protective Coatings (SSPC): 43 a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. CITY OF FORT WORTH NORTHSIDE IV 24-fNCH WAT ER TRAN SMISSION MAfN, PHASE l 8 STANDARD CONSTRUCTION SPECIFICATION DOC UMENTS City Project No. 102687 Revi sed September 20 , 2017 33 11 11 -5 DUC TILE IRON F IT TINGS Page S of 13 1.7 CLOSEOUf SUBMITIALS [NOT USED) 2 1.8 MAINfENANCE MATERIAL SUBMITIALS [NOT USED] 3 1.9 QUALI1Y ASSURANCE 4 A Qualifications 5 1. Manufacturers 6 a. Fittings manufacturing operations (fittings, lining , and coatings) shall be 7 performed under the control of th e manufacturer. 8 b . Ductile Iron Fittings shall be manufactured in accordance with A WW N ANSI 9 Cl 10/A21.10 or AWWNANSI Cl53/A21.53 . 10 1) Perform quality control tests and maintain the results as outlined in these 11 standards to assure compliance. 12 B. Preconstruction Testing 13 1. The City may, at its own cost, subject random fittings for destructive testing by an 14 independent laboratory for compliance with this Specification . 15 a. The compliance test shall be performed in the United States . 16 b . Any visible defects or failure to meet the quality standards herein will be 17 grounds for rejecting the entire order. 18 1.10 DELIVERY, S10RAGE, AND HANDLING 19 A Storage and Handling Requirements 20 1. Store and handle in accordance with the guidelines as stated in A WW A M4 l . 21 2. Secure and maintain a location to store the material in accordance with Section 01 22 66 00 . 23 1.11 FIELD [SITE] CONDITIONS [NOT USED) 24 1.12 WARRANTY [NOT USED] 25 PART2 -PRODUCTS 26 2.1 OWNER-FURNISHED [oR) OWNER-SUPPLIED PRODUCTS [NOT USED] 27 2.2 EQUIPMENT, PRODUCT 1YPES AND MATERIALS 28 A Manufacturers 29 1. Only the manufacturers as !is ted on the City 's Standard Products List will be 30 considered as shown in Section O 1 60 00 . 31 a. The manufacturer must comply with this Specification and related Sections . 32 2 . Any product that is not listed on the Standard Products List is considered a 33 substitution and shall be submitted in accordance with Section O 1 25 00 . 34 B. Ductile Iron Fittings 35 1. Ductile Iron Fittings shall be in accordance with AWWNANSI Cl 10/A21.10 , 36 AWWNANSI Cl53/A21.53 . 37 2 . All fittings for potable water service shall meet the requirements of NSF 61. 38 3 . Ductile Iron Fittings , at a minimum , shall meet or exceed the pressures classes of 39 the pipe which the fitting is connected, unle s s specifically indicated in the 40 Drawings . C ITY OF FORT WORT H NO RT HSID E IV 24 -IN CH WATER TRANSMISSION MAIN, PHA SE 1 B ST ANDARD C O NSTR UCTION S P EC IFI C ATION DOCUMENTS City Project No. 10268 7 Revis ed September 20, 20 I 7 l 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 35 36 37 38 39 40 41 42 43 44 45 46 47 33 11 I I -7 DUCTILE CRO N F ITTINGS Page 7 of 13 b) Pressure rating shall exceed the working and test pressure of the pipe line c . Flanged Joints 1) AWWNANSI Cll5/A21.15,ASMEB16.l,Class 125 2) Flange bolt circles and bolt holes shall match those of ASMEB16. l, Class 125 . 3) Field fabricated flanges are prohibited. 6 . Gaskets a . Provide Gaskets in accordance with Section 33 11 05. 7. Isolation Flanges a. Flanges required by the drawings to be Isolation Flanges shall conform to Section 33 04 10. 8. Bolts and Nuts a. Mechanical Joints 1) Provide bolts and nuts in accordance with Section 33 11 05 . b. Flanged Ends 1) Meet requirements of A WW A C 115. a) Provide bolts and nuts in accordance with Section 33 11 05 . 9 . Flange Coatings a. Connections to Steel Flanges I) Buried connections with Steel Flanges shall be coated with a Petrolatum Tape System in accordance with Section 33 11 05 . 10 . Ductile Iron Fitting Exterior Coatings a. All Ductile Iron Fittings shall have an asphaltic coating, minimum of 1 mil thick, on the exterior, unless otherwise specified in the Contract Documents. 11. Polyethylene Encasement a. All buried Ductile Iron Fittings shall be polyethylene encased. b . Only manufacturers listed in the City's Standard Products List as shown in Section O 1 60 00 will be considered acceptable . c. Use only virgin polyethylene material. d . Encasement for buried fittings shall be 8 mil linear low density (LLD) polyethylene conforming toAWWNANSI C105/A21.5 or4 mil high density cross-laminated (HDCL) polyethylene encasement conforming to conforming to AWWNANSI Cl05/A21.5 and ASTM A674 . e . Marking : At a minimum of every 2 feet along its length, the mark the polyethylene film with the following information: I) Manufacturer's name or trademark 2) Year of manufacturer 3) AWWNANSI Cl05/A21.5 4) Minimum film thickness and material type 5) Applicable range of nominal diameter sizes 6) Warning -Corrosion Protection -Repair Any Damage f. Special Markings/Colors 1) Reclaimed Water, perform one of the following: a) Label polyethylene encasement with "RECLAIMED WATER", b) Provide purple polyethylene in accordance with the American Public Works Association Uniform Color Code; or CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANS MISSION MAIN , PHASE I B STANDARD CONSTR UCTION SP EC IFICATION DO CUMENTS City Project No. 102687 Revised September 20, 2017 331111-9 DUCTILE IRON FITTINGS Page 9 of 13 1 b) Care should be taken that the joint compound is smooth without excess 2 buildup in the gasket seat or on the spigot ends . 3 c) Coat the gasket seat and spigot ends after the application of the lining. 4 4) Surface preparation shall be in accordance with the manufacturer's 5 recommendations. 6 5) Check thickness using a magnetic film thickness gauge in accordance with 7 the method outlined in SSPC PA 2 . 8 6) Test the interior lining of all fittings for pinholes with a non-destructive 9 2 ,500 volt test. 10 a) Repair any defects prior to shipment. 11 7) Mark each fitting with the date of application of the lining system along 12 with its numerical sequence of application on that date and records 13 maintained by the applicator of his work. 14 8) For all Ductile Iron Fittings in wastewater service where the fitting has 15 been cut, coat the exposed surface with the touch-up material as 16 recommended by the manufacturer. 17 a) The touch-up material and the lining shall be of the same manufacturer. 18 2.3 ACCFSSORIFS [NOT USED] 19 2.4 SOURCE QUALI1Y CONIROL [NOT USED] 20 PART3 -EXECUTION 21 3.1 INSTALLERS [NOT USED] 22 3.2 EXAMINATION [NOT USED] 23 3.3 PREPARATION [NOT USED] 24 3.4 INSTALLATION 25 A General 26 1. Install fittings, specials and appurtenances as specified herein, as specified in 27 A WW A C600, A WW A M41, and in accordance with the fittings manufacturer's 28 recommendations. 29 2. Lay fittings to the lines and grades as indicated in the Drawings . 30 3 . Excavate and backfill trenches in accordance with 33 05 10 . 31 4. Embed Ductile Iron Fittings in accordance with 33 05 I 0. 32 B. Joint Making 33 1. Mechanical Joints with required mechanical restraint 34 a. All mechanical joints require mechanical restraint. 35 b. Bolt the retainer gland into compression against the gasket, with the bolts 36 tightened down evenly then cross torqued in accordance with AWW A C600 . 37 c. Overstressing of bolts to compensate for poor installation practice will not be 38 permitted. 39 2. Push-on Joints (restrained) 40 a. All push-on joints shall be restrained push-on type. 41 b. Install Push-onjoints as defmed in AWWNANSI Cl l l/A21. l l. 42 c. Wipe clean the gasket seat inside the bell of all extraneous matter. CITY OF FORT WORTH NORTHSIDE IV 24-INCH WAT ER TRANSMISSION MAIN, PHASE lB STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS City Project No . 102687 Revis ed September 20 , 2017 I 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 35 36 37 38 39 40 41 42 43 44 45 46 47 33 11 11 -11 DUCTILE IRON FITTINGS Page 11 of 13 g . Take up slack width at top of fitting to make a snug, but not tight, fit along barrel of fitting, securing fold at quarter points. h. Repair cuts, tears, punctures or other damage to polyethylene. 1. Proceed with installation of next fitting in same manner. 3. Tubular Type (Method B) a. Cut polyethylene tube to length approximately I foot shorter than fitting section. b . Slip tube around fitting, centering it to provide 6 inches of bare fitting at each end. c. Take up slack width at top of fitting to make a snug, but not tight, fit along barrel of fitting, securing fold at quarter points; secure ends . d. Before making up joint, slip 3-foot length of polyethylene tube over end of proceeding pipe section, bunching it accordion-fashion lengthwise. e . After completing joint, pull 3-foot length of polyethylene over joint, overlapping polyethylene previously installed on each adjacent section of pipe by at least 1 foot; make each end snug and secure. 4 . Sheet Type a. Cut polyethylene sheet to a length approximately 2 feet longer than piece section. b. Center length to provide !-foot overlap on each fitting, bunching it until it clears the fitting ends . c. Wrap polyethylene around fitting so that it circumferentially overlaps top quadrant of fitting . d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. e. Lower wrapped fitting into trench with preceding section of pipe. f. Make shallow bell hole at joints to facilitate installation of polyethylene. g. After completing joint, make overlap and secure ends . h. Repair cuts, tears, punctures or other damage to polyethylene. 1. Proceed with installation of fittings in same manner. 5. Pipe-Shaped Appurtenances a . Cover bends, reducers, offsets, and other pipe-shaped appurtenances with polyethylene in same manner as pipe and fittings. 6. Odd-Shaped Appurtenances a. When it is not practical to wrap valves , tees, crosses and other odd-shaped pieces in tube, wrap with flat sheet or split length polyethylene tube by passing sheet under appurtenances and bringing it up around body. b. Make seams by bringing edges together , folding over twice and taping down . c . Tape polyethylene securely in place at the valve stem and at any other penetrations. 7 . Repairs a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape or with short length of polyethylene sheet or cut open tube, wrapped around fitting to cover damaged area, and secure in place. 8. Openings in Encasement a. Provide openings for branches , service taps, blow-offs, air valves and similar appurtenances by making an X-shaped cut in polyethylene and temporarily folding back film . CITY OF FORT WORTH NORTHSIDE IV 24-INCH WAT ER TRANSMISSION MAIN , PHASE 18 STANDARD CONSTRUCTION SP ECIFIC ATION DOCUM ENTS City Project No . 102687 Revised September 20 , 2017 3.8 S Y S TEM STARTIJP [NOT USED] 33 11 11 -13 DUCTILE IRON FITTINGS Page 13 of 13 2 3.9 ADJUSTI NG [NOT USED] 3 3.10 CLEANI NG [NOT USED) 4 3.11 CLOSEOUT ACTI VITIF.S [NO T USED] 5 3 .12 PRO1ECTION [NOT USED] 6 3 .13 MA INTENANCE [NOT USED] 7 3.14 ATTA CHMEN TS [NOT USED) 8 END OF SECTIO N 9 Revision Log DATE NAME SUMMARY OF CHANGE 1.2 .A. I .c -Restraints included in price bid 1.2 .A .2 .c -Restraints inc luded in price bid 1.3 -Added definitions of gland types for clarity 12 /20 /2012 D. Johnson 2 .2 .B.5 -Removed unrestrained push -on and mechanical joints 2 .2 .B.6 , 7 , 8 , and 9 -Added reference to Section 33 05 IO and 33 04 IO ; removed material specifications for bo lts, nuts and gaskets. 3.4 -Requirement for all mechanical and push-o n joints to be restrained 3 .4 .D -Corrected reference 9 /20/2017 W . Norwood 2 .2 .B.5 .a .7 -Added requirement for 6 wedges on MJ Restraint for 8 inch PVC pipe 10 CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN , PHASE 18 STANDARD CONSTRUCTION SP ECIFICATION DOCUMENTS City Project No. 102687 Revi sed September 20, 2017 33 11 12 . I PO L YVTN YL C HLORIDE (PVC) PRESSURE PIPE SECTION 331112 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE PART 1-GENERAL 1.1 SUMMARY A. Section Includes : Page I of8 1. Polyvinyl Chloride (PVC) Pressure Pipe 4-inch through 36-inch for potable water, wastewater and reuse applications B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include , but are not necessarily limited to: 1. Div ision O -Bidding Requirements, Contract Forms, and Conditions of the Contract 2 . Division l -General Requirements 3 . 33 01 31 -Closed Circuit Television (CCTV) Inspection 4 . 33 04 40 -Cleaning and Acceptance Testing of Water Mains 5. 33 05 10 -Utility Trench Excavation, Embedment and Backfill 6. 33 05 24 -Installation of Carrier Pipe in Casing or Tunnel Liner Plate 7. 33 11 11 -Ductile Iron Fittings 1.2 PRICE AND PAYMENT PROCEDURES A . Measurement and Payment 1. Measurement a. Measured hori zontally along the surface from center line to center line of the fitting , manhole, or appurtenance 2 . Payment a. The work performed and materials furnished in accordanc e with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "PVC Water Pipe" installed for: 1) Various sizes 2) Various types of backfill b. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Sewer Force Main" installed for: 1) Various sizes 3 . The price bid shall include : a . Furnishing and installing PVC Pressure Pipe with joints as specified by the Drawings b . Mobilization c . Pavement removal d . Excavation e . Hauling C ITY OF FORT WORTH NORTHSID E IV 24-I NC H WATER TRAN SMISSION MA TN , PHASE I B STANDARD CONSTRUC TION SPECIF IC ATION DOCUM ENTS City Project No. 102687 Revised November 16, 201 8 331112-3 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 3 of8 d. Joint Types 2. Restraint, if required in Contract Documents a . Retainer glands b. Thrust harnesses c . Any other means of restraint 3 . Gaskets B. Shop Drawings: When restrained joints are required, furnish for PVC Pressure Pipe used in the water distribution system or for a wastewater force main for 24-inch and greater diameters, including: 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in Texas including: a. Working pressure b . Surge pressure c. Deflection 2. Provide thrust restraint calculations for all fittings and valves , sealed by a Licensed Professional Engineer in Texas, to verify the restraint lengths shown on the Drawings. 3. Lay schedule/ drawing for 24-inch and greater diameters sealed by a Licensed Professional Engineer in Texas including: a. Pipe class b. Joints type c . Fittings d. Stationing e. Transitions f. Joint deflection C. Certificates 1. Furnish an affidavit certifying that all PVC Pressure Pipe meets the provisions of this Section , each run of pipe furnished has met Specifications , all inspections have been made and that all tests have been performed in accordance with A WW A C900 . 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Finished pipe shall be the product of 1 manufacturer for each size, unless otherwise approved by the City . 1) Change orders, specials, and field changes may be provided by a different manufacturer upon City approval. b . Pipe manufacturing operations shall be performed under the control of the manufacturer. c. All pipe furnished shall be in conformance with A WW A C900. CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN, PHASE I B ST AND ARD CONSTRUCTION SPECIFICATION DOCUM ENTS City Project No. I 02687 Revised November 16 , 2018 33 11 12 -5 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page5of 8 C. Pressure and Deflection Design 1. Pipe design shall be based on trench conditions and design pressure class specified in the Drawings. Pipe shall be designed according to the methods indicated in A WW A M23 for trench construction, using the following parameters : a. Unit Weight of Fill (w) = 130 pcf b. Live Load = AASHTO HS 20 c. Trench Depth = 12 feet minimum, or as indicated in Drawings d . Maximum E' = 1,000 max e. Deflection Lag Factor = 1.0 f . Working Pressure (Pw) = 150 psi g. Surge Allowance (Ps) = 100 psi minimum h. Test Pressure = 1) No less than 1.25 times the stated working pressure (187 psi minimum) of the pipeline measured at the highest elevation along the test section. 2) No less than 1.5 times the stated working pressure (225 psi minimum) at the lowest elevation of the test section. 1. Maximum Calculated Deflection = 3 percent J. Restrained Joint Safety Factor (SF)= 1.5 k. Maximum Joint Deflection= 50 percent of the manufacturer's recommendations. 2. Verify trench depths after existing utilities are located. a. Accommodate vertical alignment changes required because of existing utility or other conflicts by an appropriate change in pipe design depth . b . In no case shall pipe be installed deeper than its design allows. 3 . Provisions for Thrust a. Thrusts at bends, tees , plugs or other fittings shall be mechanically restrained joints when required by the Drawings. b . No thrust restraint contribution shall be allowed for the restrained length of pipe within the casing. c . Restrained joints, where required, shall be used for a sufficient distance from each side of the bend, tee, plug, valve, or other fitting to resist thrust which will be developed at the design pressure of the pipe. For the purpose of thrust the following shall apply: 1) Calculate valves as dead ends. 2) Design pressure shall be greater than the pressure class of the pipe or the internal pressure (Pi), whichever is greater. 3) Restrained joints shall consist of approved mechanical restrained or push- on restrained joints as listed in the City's Standard Products List as shown in Section O 1 60 00. 4) Restrained PVC pipe is not allowed for pipe greater than 12 inches. d. The Pipe Manufacturer shall verify the length of pipe with restrained joints to resist thrust in accordance with the Drawings and the following: 1) Calculate the weight of the earth (W e) as the weight of the projected soil prism above the pipe, for unsaturated soil conditions. 2) Soil density= 115 pcf (maximum value to be used), for unsaturated soil conditions 3) In locations where ground water is encountered, reduce the soil density to its buoyant weight for the backfill below the water table. a) Reduce the coefficient offriction to 0.25. CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN, PHASE I 8 STANDARD CONSTRUCTION SP ECIFICATION DOCUM ENTS City Project No. 102687 Revised November 16 , 20 I 8 33 11 12 - 7 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 7 of8 2. Push-on Joints a . Install Push-On joints as defined in A WW A C900. b. Wipe clean the gasket seat inside the bell of all extraneous matter. c. Place the gasket in the bell in the position prescribed by the manufacturer. d. Apply a thin film of non-toxic vegetable soap lubricant to the inside of the gasket and the outside of the spigot prior to entering the spigot into the bell. e . When using a field cut plain end piece of pipe, refinish the field cut to conform to A WW A C605. 3. Joint Deflection a. Deflect the pipe only when necessary to avoid obstructions , or to meet the lines and grades shown in the Drawings. b. Joint deflection shall not exceed 50 percent of the manufacturer's recommendation. D. Detectable Metallic Tape Installation 1. See Section 33 05 26. 3.5 REP AIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. Potable Water Mains I. Cleaning, disinfection, hydrostatic testing, and bacteriological testing of water mams: a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water main as specified in Section 33 04 40 . B. Wastewater Lines I. Closed Circuit Television (CCTV) Inspection a. Provide a Post-CCTV Inspection in accordance with Section 33 0 I 31. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH NORTHS ID E IV 24-INCH WATER TRANSMISSION MAIN , PHASE I B ST AND ARD CONSTRUCTION SPECIFICATION DOCUM ENTS City Project No. I 02687 Revised November 16 , 2018 33 11 13 -I CONCRETE PRESSURE PlP E, BAR-WRAPPED, STEEL CYLINDER TYPE SECTION 331113 CONCRETE PRESSURE PIPE, BAR-WRAPPED, STEEL CYLINDER TYPE PART 1-GENERAL 1.1 SUMMARY A. Section Includes : Page I of 16 I. Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type (Concrete Pressure Pipe) 24-inch through 72-inch for potable water applications in conformance with AWWAC303 B. Deviations from this City of Fort Worth Standard Specification I. None. C. Related Specification Sections include, but are not necessarily limited to: I. Division O -Bidding Requirements, Contract Forms, and Conditions of the Contract 2 . Division I -General Requirements 3. Section 33 01 31 -Closed Circuit Television (CCTV) Inspection 4. Section 33 04 IO -Joint Bonding and Electrical Isolation 5. Section 3 3 04 40 -Cleaning and Acceptance Testing of Water Mains 6. Section 33 05 IO -Utility Trench Excavation, Embedment and Backfill 7 . Section 33 11 05 -Bolts , Nuts , and Gaskets 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Concrete Pressure Pipe a. Measurement I) Measured horizontally along the surface from center line to centerline of the fitting or appurtenance b. Payment I) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot for "Concrete A WW A C303 Pipe" installed for : a) Various sizes b) Various types of backfill c. The price bid shall include: I) Furnishing and installing Concrete Pressure Pipe with joints as specified by the Drawings 2) Mobilization 3) Coating 4) Lining 5) Pavement removal 6) Excavation 7) Hauling CITY OF FORT WORTH NORTHSIDE IV 24-INC H WATER TRANSMISSION MAIN, PHAS E I B ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. I 02687 Rev ised December 20, 2012 33 11 13 -3 CONCRETE PRESSURE PIP E, BAR-WRAPPED, STEEL CYLINDER TYPE Page 3 of 16 3 . American Society of Testing and Materials (ASTM): a. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. b. A307 , Standard Specification for Carbon Steel Bolts and Studs, 60,000 PSI Tensile Strength. c . Bl 17 , Standard Practice for Operating Salt Spray (Fog) Apparatus. d . B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel. e. C33, Standard Specification for Concrete Aggregates. f. Cl 44, Standard Specification for Aggregate for Masonry Mortar. g. C 150, Specification for Portland Cement. h . C293, Standard Test Method for Flexural Strength of Concrete (Using Simple Beam with Center-Point Loading). 1. C497, Methods of Testing Concrete Pipe . J . C882 , Standard Test Method for Bond Strength of Epoxy-Resin Systems Used With Concrete By Slant Shear. k. C1090 , Standard Test Method for Measuring Changes in Height of Cylindrical Specimens of Hydraulic-Cement Grout. I. E 165, Standard Practice for Liquid Penetrant Examination for General Industry . 4 . American Welding Society (A WS): a. DI.I , Structural Welding Code -Steel. 5 . American Water Works Association (AWWA): a. C206 , Field Welding of Steel Water Pipe . b . C207, Steel Pipe Flanges for Waterworks Service -Sizes 4 IN through 144 IN . c. C303, Concrete Pressure Pipe, Bar-Wrapped, Steel-Cylinder Type. d . M9, Concrete Pressure Pipe. 6. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. Cl l l /A2 l .1 l , Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 7 . International Organization for Standardization (ISO). 8. National Sanitation Foundation (NSF): a. NSF 61 , Drinking Water System Components -Health Effects 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED) 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 . B . All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data l . Exterior Coating a. Material data b . Application recommendations c. Field touch-up procedures 2. Joint Wrappers a . Material data CITY OF FORT WORTH NORTHSIDE IV 24 -I NCH WATER TRANSMISSION MAIN, PHAS E 1 B ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102687 Re vised December 20, 2012 33 11 13 - 5 CONCRETE PRESSURE PIPE , BAR-WRAPPE D, STEEL CYLINDER TYPE 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers Page 5 of 16 a . Shall be American Concrete Pressure Pipe Association (ACPPA) Quality Program certified , I.S.O . Quality Certification Program certified, or equal , for Concrete Pressure Pipe and accessory manufacturing . b . Pipe manufacturing operations (pipe, lining , and coatings) shall be performed under the control of the manufacturer . c . Pipe shall be the product of 1 manufacturer which has had not less than 5 years successful experience manufacturing A WWA C303 pipe of the particular type and size indicated. 1) This experience record will be thoroughly investigated by the Engineer, and acceptance will be at the sole discretion of the Engineer and City. 2) Pipe manufacturing operations (pipe, fittings, lining , and coating) shall be performed at 1 location, unless otherwise approved by the Engineer. d . Pipe shall be manufactured in accordance with the latest revisions of AWWAC303 . B. Certifications 1. Prior to shipment of the pipe, the Pipe Manufacturer shall submit the following: a. A Certificate of Adequacy of Design stating that the pipe to be furnished complies with A WW A C303 and these Specifications b. Copies of results of factory hydrostatic tests shall be provided to the Engineer c. Mill certificates, including chemical and physical test results for each heat of steel l) The manufacturer shall perform the tests described in A WW A C303, for all pipe, fittings, and specials, except that the absorption test detailed in this Specification shall supersede the requirements of the applicable portion of AWWAC303. d. Certified test reports for welder certification for factory and field welds in accordance with A WWA C303, Section 5 e. Certified test reports for cement mortar tests f. Certified test reports for steel cylinder tests C . Hydrostatic Pressure Testing 1. Hydrostatic pressure testing shall meet or exceed the requirements of A WW A C303 Section 4 .6 -Fabrication . a. Each pipe cylinder, with rings welded to its ends, shall be hydrostatically tested prior to application of lining or coating. b . The internal test pressure shall be that which results in a fiber stress equal to 75 percent of the minimum yield strength of the steel used. c . Each pipe cylinder tested shall be completely watertight under maximum test pressure . d. Test pressure shall be held for sufficient time to observe the weld seams. e . Pipe manufacturer shall maintain a recording of the pressure gauge report and provide to the Engineer. CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN, PHASE 18 ST AND ARD CONSTRUCTION SP EC IFICATIO N DOCUM ENTS City Project No. 102687 Revised December 20, 2012 33 II I 3 - 7 CONCRETE PRESSURE PIPE, BAR-WRAPPED, STEEL CYLINDER TYPE Page 7 of 16 a. In the event that an abnormal production time is required, and the City is required to pay excessive costs for inspection, then the Contractor shall be required to reimburse the City for such costs over and above those which would have been incurred under a normal schedule of production as determined by the Engineer. F. Manufacturer's Technician for Pipe Installation 1. Pipe Manufacturer's Representative a. During the construction period, the pipe manufacturer shall furnish the services of a factory trained, qualified, job experienced technician to advise and instruct, as necessary, in pipe laying and pipe jointing. 1) The technician shall assist and advise the Contractor in his pipe laying operations and shall instruct construction personnel in proper joint assembly and joint inspection procedures. 2) The technician is not required to be on-site full time; however, the technician shall be regularly on-site during the first 2 weeks of pipe laying and thereafter as requested by the Engineer, City or Contractor. 1.10 DELIVERY, STORAGE, AND HANDLING A. Packing 1. Prepare pipe for shipment to: a. Afford maximum protection from normal hazards of transportation b. Allow pipe to reach project site in an undamaged condition 2. Pipe damaged in shipment shall not be delivered to the project site unless such damaged pipe is properly repaired. 3. After the completed pipe and fittings have been removed from the final cure at the manufacturing plant: a. Protect pipe lining from drying by means of plastic end covers banded to the pipe ends. b. Maintain covers over the pipe ends at all times until ready to be installed. c. Moisture shall be maintained inside the pipe by periodic addition of water as necessary. 4. Pipes shall be carefully supported during shipment and storage . a. Pipe, fittings and specials shall be separated so that they do not bear against each other and the whole load shall be securely fastened to prevent movement in transit. b . Ship pipe on padded bunks with tie-down straps approximately over stulling. c. Store pipe on padded skids, sand or dirt berms, tires or other suitable means to protect the pipe from damage. d. Each end and each length of pipe, fitting or special ( 42-inches and larger) and the middle of each pipe joint shall be internally supported and braced with stulls to maintain a true circular shape. 1. Internal stulls shall consist of timber or steel firmly wedged and secured so that stulls remain in place during storage, shipment and installation. 11. Pipe shall be rotated so that one stull remains vertical during storage, shipment and installation. 111. At a minimum, stulls shall be placed at each end, each quarter point and center. B. Delivery, Handling, and Storage CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN, PHASE 1B ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. I 02687 Revised December 20, 2012 33 11 13 - 9 CONCRETE PRESSURE PIP E, BAR-WRAPPED, STE EL CYLIND ER TYP E Page 9 o f 16 b . Built-up mortar rings are to be applied at the quarter points of the pipe section. 6. Bushings, Couplings and Plugs a. Where outlets or taps are threaded, furnish and install brass reducing bushings in larger steel half couplings for the outlet size indicated. b . Threaded plugs shall be brass. 7. Mixes a . Cement Mortar 1) Cement mortar used for pouringjoints shall consist of: a) 1 part Portland Cement b) 2 parts clean , fine, sharp silica sand c) Mixed with water d) No manufactured sand shall be permitted . e) Exterior joint mortar shall be mixed to the consistency of thick cream. f) Interior joint mortar shall be mixed with as little water as possible so that the mortar is very stiff, but workable. g) Cement shall be ASTM C150 , Type I or Type II. h) Sand shall conform to ASTM C144 . 2) Cement mortar used for patching shall be mixed as per cement mortar for inside joints . 8. Joint Wrappers a . Joint wrappers shall be manufactured by Mar-Mac Manufacturing Company , or approved equal. b . For pipe within casing, Flex Protex joint filler , or approved equal , may be used for pipes that can be welded from the interior. 9 . Flexible Joint Couplings a. Flexible Joint Couplings shall be Dresser Style 38 , Smith-Blair Style 411 or approved equal. 10 . Pipe Ends a. The standard pipe end shall include steel joint ring and a continuous solid rubber ring gasket as per A WW A M9 . 11 . Gaskets 1) Flange in accordance with AWWA C207 . 2) Provide Gaskets in accordance with Section 33 11 05 . 12 . Bolts and Nuts a . Flanged Ends 1) Flange in accordance with A WW A C207 . 2) Provide bolts and nuts in accordance with Section 33 11 05 . 13. Isolation Flanges a . Flanges required by the drawings to be Isolation Flanges shall conform to Section 33 04 10 . 14. Flange Coatings a . Flange Coatings in accordance with Section 33 11 05 . 15. Threaded Outlets a . Where outlets or taps are threaded , Threaded with CC Threads and furnish and install brass bushings for the outlet size indicated . 16 . Weld Lead Outlets (if applicable) a. Use of threaded outlets for access for weld leads is permitted . CITY OF FORT WOR T H NORTHSID E IV 24 -INC H WAT ER TRA NSMISSION MAIN, PHAS E 1B ST AN D ARD CON STR UC TIO N SP EC lFICA T IO N DO CUMENTS City Project No . I 02 687 Revised Decemb er 20 , 201 2 33 11 13 -11 CONCRETE PRESSURE PIP E, BAR-WRAPP ED, STEE L CYLIND ER TYP E Page 11 o f 16 b. Restrained joints shall be used a sufficient distance from each side of the bend, tee, plug or other fitting to resist thrust which develops at the design pressure of the pipe . 1) The distance for thrust restraint shown on the Drawings is the minimum restraint and does not relieve the manufacturer from calculating the restraint needs as specified herein . a) In no case shall the restrained distance be less than indicated on the Drawings . 2) Restrained joints shall consist of welded joints or snap rings . 3) In areas where restrained joints are used for thrust restraint, the pipe shall have adequate cylinder thickness to transmit the thrust forces. c . Thrust restraint design 1) The length of pipe with restrained joints to resist thrust forces shall be verified by the pipe manufacturer in accordance with A WW A M9 and the following : a) The Weight of Earth (We) shall be calculated as the weight of the projected soil prism above the pipe . (1) Soil Density = 130 pounds per cubic foot (maximum value to be used for unsaturated soil). d . Thrust collars will only be permitted for temporary plugs . 1) Thrust collars may not be used for any other application, unless approved in writing by the Engineer . 3 . Inside Diameter a. The inside diameter , of the cement mortar lining shall be the nominal diameter specified, unless otherwise indicated on the Drawings. 4 . Joint Bonds, Insulated Connections and Flange Gaskets a. Joint Bonds, Insulated Connection and Flange Gaskets shall be in accordanc e with Section 33 04 10 . 5 . Bend Fittings a . All bend fittings shall be long radius to permit passage of pipeline pigs . 6 . Fittings with Flanges 1) Flanged joints shall be provided at connections to valves and where indicated on the Drawings . 2) Ends to be fitted with slip-on flanges shall have the longitudinal or spiral welds ground flush to accommodate the type of flanges provided. 3) Pipe flanges and welding of flanges to Concrete Pressure Pipe shall conform to the requirements of A WW A C207 and A WW A C206 . 4) Pipe flanges shall be of rated pressure equal to or greater than the adjacent pipe class. 5) Flanges shall match the fittings or appurtenances which are to be attached . 6) Flanges shall be Class E with 275 psi working pressure in accordance with A WW A C207 and in accordance with ASME B 16 . 1 Class 125 for areas designated with a 225 psi test pressure . C ITY O F FORT WORT H NORTH SID E IV 24-INC H WAT ER TRA NSMISSION MAIN, PHAS E I B ST AN D ARD CON STRUC TIO N SPECIFI CATIO N DOCUMENTS City Project No . I 02687 Rev ise d Dec emb er 20, 201 2 33 11 13 -12 CONCRETE PRESSURE PIPE, BAR-WRAPPED, STEEL CYLINDER TYPE 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 -EXECUTION 3.1 INSTALLERS (NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION (NOT USED] 3.4 INSTALLATION A General Page 12 of 16 1. Install Concrete Pressure Pipe, fittings , specials and appurtenances as required for the proper functioning of the completed pipe line. 2 . Install pipe, fittings, specials and appurtenances as specified herein , as specified in A WWA M9, and in accordance with the pipe manufacturer's recommendations . 3 . Lay pipe to the lines and grades show on the Drawings. 4. Excavate, embed and backfill trenches in accordance with Section 33 05 10 . 5 . At the close of each operating day : a. Keep the pipe clean and free of debris, dirt, animals and trash -during and after the laying operation. b . Effectively seal the open end of the pipe using a gasketed night cap. 6 . If pipe is placed in casing, restrain pipe from floating as required in Article 1.6 .B.4 . B. Pipe Handling l . Haul and distribute pipe fittings at the project site and handle piping with care to avoid damage. 2 . Before lowering into the trench and inspect each joint of pipe and reject or repair any damaged pipe. 3 . Pipe shall be handled at all times with a minimum of 1 wide non-abrasive sling, belts or other equipment designed to prevent damage to the coating or lining. 4. The equipment shall be kept in such repair that its continued use is not injurious to the coating . 5. The spacing of pipe supports required to handle the pipe shall be adequate to prevent cracking or damage to the lining or coating. C. Pipe Jointing I. General a . Thoroughly clean the bell and spigot rings before laying each joint of pipe by brushing and wiping. b . If any damage to the protective coating on the metal has occurred, repair the damage before laying the pipe. c . Lubricate the gasket and the inside surface of the bell with an approved lubricant (flax soap) which will facilitate the telescoping of the joint. d . Tightly fit together sections of pipe and exercise care to secure true alignment and grade. CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATE R TRAN SMISSION MAIN, PHASE I B ST AND ARD CONSTRUCTION SPECIFICATION DOCUM ENTS City Project No. I 02687 Revised December 20, 2012 33 11 13 -13 CONCRETE PRESSURE PIPE, BAR-WRAPPED, STEEL CYLINDER TYP E Page 13 of 16 e. When a joint of pipe is being laid, place the gasket on the spigot ring and enter the spigot end of the pipe into the bell of the adjoining pipe and force into position. I) The inside joint space between ends of the pipe sections shall have an opening within the tolerances as recommended by the pipe manufacturer. f. No "blocking up" of pipe or joints will be permitted, and if the pipe is not uniformly supported or the joint not made up properly, remove the joint and properly prepare the trench. g. After joining, check the position of the gasket with a feeler gauge. I) If the gasket is out of position, disassemble the joint and repeat the joint laying procedure. h . For interior welded joints, complete backfilling before welding. 1. For exterior field-welded joints, provide adequate working room under and beside the pipe. 2. Exterior Joints a. Make the exterior joint by placing a joint wrapper around the pipe and secure in place with 2 metal straps . I) The wrapper shall be 9 inches wide for pipe 36-inches and larger, and 7 inches wide for smaller pipe, hemmed on each side. 2) The wrapper shall be fiberglass reinforced or burlap cloth, with lengths encircling the pipe, leaving enough opening between ends to allow the mortar to be poured inside the wrapper into the joint. 3) Fill the joint with mortar from l side in 1 continuous operation until it has flowed entirely around the pipe. 4) During the filling of the joint, pat or manipulate the sides of the wrapper to settle the mortar and expel any entrapped air. 5) Leave wrappers in place undisturbed until the mortar has set-up. 3. Interior Joints a. Upon completion of backfilling of the pipe trench, fill the inside joint recess with a stiff cement mortar/high-strength grout. b. Prior to placing of mortar/grout, clean out dirt or trash which has collected in the joint and moisten the concrete surfaces of the joint space by spraying or brushing with a wet brush . c. Ram or pack the stiff mortar/grout into the joint space and take extreme care to insure that no voids remain in the joint space. d . After the joint has been filled, level the surfaces of the joint mortar/grout with the interior surfaces of the pip~ with a steel trowel so that the surface is smooth. e. Interior joints of pipe smaller than 21-inches shall have the bottom of the bell buttered with grout, prior to inserting the spigot, such that when the spigot is pushed into position it will extrude surplus grout from the joint. 1) The surplus grout shall be struck off flush with the inside of the pipe by pulling a filled burlap bag or an inflated ball through the pipe with a rope. 4. Welded Joints a. Weldjoints in accordance with the AWWA M9 . 1) Contractor shall provide adequate ventilation for welders and for the City to observe welds. 2) Unless otherwise specified on the Drawings, welds shall be full circle fillet welds. CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN , PHASE I B ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. I 02687 Re vised December 20, 2012 33 11 13 -14 CONC RETE PRE SSURE PIPE, BAR-WRAPPED, STEEL CYLIND ER TYPE b. Adequate provisions for reduc ing temperature stresses shall be the responsibility of the Contractor. c . Before welding : 1) Thoroughly clean pipe ends. Page 14 of 16 2) Weld pipe by machine or by the manual shielded electric arc process. d. Welding shall be performed so as not to damage lining or coating. e. Furnish labor, equipment, tools and supplies, including shielded type welding rod . 1) Protect welding rod from any deterioration prior to its use. 2) If any portion of a box or carton is damaged, reject the entire box or carton . f . 1n all hand welding: 1) The metal shall be deposited in successive layers. 2) Not more than 1/8 inch of metal shall be deposited in each pass. 3) Each pass except the final 1, whether in butt or fillet welds, shall be thoroughly bobbed or peened to relieve shrinkage stresses and to remove dirt, slag or flux before the succeeding bead is applied . 4) Each pass shall be thoroughly fused into the plates at each side of the welding groove or fillet and shall not be permitted to pile up in the center of the weld. 5) Undercutting along the side shall not be permitted. g. Welds shall be free from pin holes , non-metallic inclusions , air pockets, undercutting and/or any other defects. h. If the ends of the pipe are laminated, split or damaged to the extent that satisfactory welding contact cannot be obtained, remove the pipe from the line . 1. Furnish each welder employed with a steel stencil for marking the welds so that the work of each welder may be identified. 1) Have each welder stencil the pipe adjacent to the weld with the stencil assigned to him . a) In the event any welder leaves the job, his stencil shall be voided and not duplicated if another welder is employed . J . Welders 1) Each welder employed by the Contractor shall be required to satisfactorily pass a welding test in accordance with A WW A C206 before being allowed to weld on the line . 2) After each welder has qualified in the preliminary tests referred to above , inspections shall be made of joints in the line. a) The inspection will be done by a Certified Welding Inspector retained by the City. 3) Any welder making defective welds shall not be allowed to continue to weld . k. Weld Testing 1) Dye penetrant tests in accordance with ASTM El 65, or magnetic particle test in accordance with A WW A C206 and set forth in A WS D.1.1 . shall be performed by the Contractor under the supervision and inspection of the City 's Representative or an independent testing laboratory, on all full welded joints . a) Welds that are defective will be replaced or repaired, whichever is deemed necessary by the Engineer, at the Contractor's expense. C ITY O F FORT WORT H N O RTH SID E IV 24-INCH WAT E R TRA N SMI S SIO N MAIN, PHAS E I B STAN DARD C ONSTRUC TION SPECIFICATION DOCUMENTS City Project No. 102687 Revi sed Dec ember 20, 201 2 33 11 13 -15 CONCRETE PRESSURE PIPE , BAR-WRAPPED, STEEL CYLINDER TYPE Page 15 of 16 b) If the Contractor disagrees with the Engineer's interpretation of welding tests, test sections may be cut from the joint for physical testing. The Contractor shall bear the expense of repairing the joint, regardless of the results of physical testing. (1) The procedure for repairing the joint shall be approved by the Engineer before proceeding. 5. Protection of Exposed Metal a . Protect exposed ferrous metal by a minimum of l inch coating of cement mortar as previously specified for inside joints, unless otherwise specified in the Drawings. b. Exposed large flat surfaces such as flanges, bolts, caulked joints, threaded outlets, closures, etc., shall have coating reinforced with galvanized wire mesh. c. Thoroughly clean and wet the surface receiving a cement mortar coating with water just prior to placing the cement mortar coating. d. After placing, take care to prevent cement mortar from drying out too rapidly by covering with damp earth or burlap. e. Cement mortar coating shall not be applied during freezing weather. 6 . Patching a. Excessive field-patching oflining or coating shall not be permitted. b. Patching oflining or coating will be allowed where area to be repaired does not exceed 100 square inches and has no dimensions greater than 12 inches . c. In general, there shall not be more than 1 patch on either the lining or the coating of any 1 joint of pipe. d. Wherever necessary to patch the pipe, make patch with cement mortar as previously specified for interior joints. e. Do not install patched pipe until the patch has been properly and adequately cured and approved for laying by the City. f. Promptly remove rejected pipe from the site . 3.5 REPAIR/ RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field [oR] Site Tests and Inspections 1. Cleaning and Testing a . Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mams l) Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water main as specified in Section 33 04 40 . CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN , PHASE I 8 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102687 Revised December 20 , 2012 33 11 I 3 -I 6 CONCRETE PRESSURE PIP E, BAR-WRAPPED , STEEL CYLINDER TYPE 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.10.A.4.d . -Size revision for stull requirement Page 16 of 16 12/20 /2012 D . Johnson 2.2.8.10, 11, 12 and 13 -Added reference to Sections 33 11 05 and 33 04 10; removed material specifications for bolts , nuts and gaskets CITY OF FORT WORTH NORTHSID E IV 24-INCH WATER TRANSMISSION MAIN , PHASE I B STANDARD CONSTRUCT ION SPECIFICATION DOCUMENTS City Project No. 102687 Revi sed December 20, 2012 SECTION 33 11 14 33 11 14 -I BURIED STEEL PIPE AND FITTINGS Page 1 of27 BURIED STEEL PIPE AND FITTINGS PART 1-GENERAL 1.1 SUMMARY A. Section Includes: I. Buried Steel Pipe 24-inches and larger for potable water applications B. Deviations from this City of Fort Worth Standard Specification I. None. C. Related Specification Sections include, but are not necessarily limited to: I. Division O -Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division I -General Requirements 3. Section 33 01 31 -Closed Circuit Television (CCTV) Inspection 4. Section 33 04 IO -Joint Bonding and Electrical Isolation 5. Section 33 04 40-Cleaning and Acceptance Testing of Water Mains 6. Section 33 05 IO -Utility Trench Excavation, Embedment, and Backfill 7. Section 33 11 05 -Bolts, Nuts, and Gaskets 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment I. Buried Steel Pipe a. Measurement I) Measured horizontally along the surface from center line to center line of the fitting or appurtenance b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Steel A WW A C200 Pipe" installed for: a) Various sizes b) Various type of backfill c. The price bid shall include: 1) Furnishing and installing Buried Steel Pipe with joints as specified by the Drawings 2) Mobilization 3) Coating 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing, placement and compaction of embedment 10) Thrust restraint CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN , PHASE 18 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102687 Revised December 20, 2012 33 11 14 -2 BURIED STEEL PIPE AND FITTINGS Page 2 of27 11) Bolts and nuts 12) Welding 13) Gaskets 14) Furnishing, placement and compaction of backfill 15) Trench water stops 16) Clean-up 17) Cleaning 18) Disinfection 19) Testing 2. Buried Steel Pipe Fittings a . Measurement 1) Measurement for this Item shall be by lump sum . b . Payment l) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the lump sum price bid for "Steel Fittings". c. The price bid shall include : 1) Furnishing and installing Buried Steel Pipe with joints as specified by the Drawings 2) Mobilization 3) Coating 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing , placement and compaction of embedment l 0) Thrust restraint 11) Bolts and nuts 12) Welding 13) Gaskets 14) Furnishing , placement and compaction of backfill 15) Trench water stops 16) Clean-up 17) Cleaning 18) Disinfection 19) Testing 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited . 2. American Architectural Manufacturers Association (AASHTO). 3 . American Society of Mechanical Engineers (ASME): a . B 16.1 , Gray Iron Pipe Flanges and Flanged Fittings Classes 25 , 125 and 250). 4. ANSI International (ASTM): a. A307 , Standard Specification for Carbon Steel Bolts and Studs, 60,000 POI Tensile Strength. CITY OF FORT WORTH NORTHSID E IV 24-INCH WATER TRANSMISSION MAIN , PH ASE 1 B STANDARD CONSTRUCTION SPECIFICATION DOC UMENTS City Project No . 102687 Revised Decemb er 20 , 20 12 331114-3 BURIED STEE L PIPE AND FITTINGS Page 3 of27 b. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus . c . B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel. d . C33, Standard Specifications for Concrete Aggregates. e. Cl 44, Standard Specification for Aggregate for Masonry Mortar. f . C 150, Standard Specification for Portland Cement. g . C2 l 6, Standard Specification for Facing Brick (Solid Masonry Units Made from Clay or Shale). h . Dl6, Standard Terminology for Paint, Related Coatings, Materials, and Applications . 1. D242, Standard Specification for Mineral Filler for Bituminous Paving Mixtures. J. DD522 , Standard Test Methods for Mandrel Bend Test of Attached Organic Coatings. k . D2240, Standard Test Method for Rubber Property-Durometer Hardness. l. D454 l, Standard Test Method for Pull-Off Strength of Coatings Using Portable Adhesion Testers. m. El 65, Standard Practice for Liquid Penetrant Examination for General Industry . 5 . American Welding Society (A WS) 6 . D 1.1, Structure Welding Code -Steel. 7. American Water Works Association (A WWA): a . C200, Steel Water Pipe -6 Inches and Larger. b. C205, Cement Mortar Protective Lining and Coating for Steel Water Pipe 4 Ins and Larger Shop-Applied. c. C206 , Field Welding of Steel Water Pipe . d. C207, Steel Pipe Flanges for Waterworks Service -Sizes 4 IN through 144 IN e . C208, Dimensions for Fabricated Steel Water Pipe Fittings. f. C2 l 0, Liquid-Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines. g . C2 l 6, Heat Shrinkable Cross-Linked Polyolefin Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines h . C222, Polyurethane Coatings for the Interior and Exterior of Steel Water Pipe and Fittings 1. M 11, Steel Pipe -A Guide for Design and Installation. 8. American Water Works Association/American National Standards Institute (A WW A/ANSI): a . Cl l l /A21.l I , Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 9 . International Organization for Standardization (ISO). 10 . NACE International (NACE): a . SP0188 , Discontinuity (Holiday) Testing of New Protective Coatings on Conductive Substrates. 11 . NSF International (NSF): a. 61 , Drinking Water System Components -Health Effects. 12 . Spray Polyurethane Foam Alliance (SPFA). 13 . Society for Protective Coatings (SSPC)/National Associate of Corrosion Engineers (NACE) a . PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. CITY OF FORT WORTH NORTHSID E IV 24-INCH WAT ER TRANSMISSION MAIN, PHASE 18 STANDARD CONSTRU CT ION SP EC IFICATION DOCUMENTS City Project No . 1026 87 Revised December 20, 2012 b. SP 1, Solvent Cleaning. c. SP 2, Hand Tool Cleaning. d. SP 3, Power Tool Cleaning. 33111 4-4 BURIED STEEL PIPE AND FITTINGS Page 4 of27 14 . Society for Protective Coatings/National Associate of Corrosion Engineers (SSPC/NACE) a. SP 10/NACE No. 2, Near-White Blast Cleaning. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Subrnittals shall be in accordance with Section 01 33 00 . B . All subrnittals shall be approved by the City prior to delivery and/or fabrication for specials . 1.6 ACTION SUBMITT ALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Exterior Coating a . Material data b. Application recommendations C. Field touch-up procedures 2. Heat Shrink Sleeves, if applicable a. Material data b . Installation recommendations 3 . Joint Wrappers, if applicable a. Material data b . Installation recommendations 4. Mixes a . Mortar for interior joints and patches b. Bonding agents for patches 5. Gaskets B . Shop Drawings 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in Texas including : a . Internal pressure I) Maximum design pressure 2) Surge pressure b . External pressure I) Deflection 2) Buckling 3) Extreme loading conditions c . Special physical loading such as supports or joint design d . Thermal expansion and/or contraction 2. Thrust restraint calculations for all fittings and valves including the restraint length sealed by a Licensed Professional Engineer in Texas to verify the restraint lengths shown in the Drawings . CITY O F FORT WORTH NORTHSIDE IV 24 -INC H WATER TRANSMISSION MA IN , PH ASE I B ST AN D ARD CONSTRUC TION SP EC IFI CATION DOCUMENTS City Proj ec t No. I 02 687 Revi sed De cember 20 , 2012 33 11 14 -5 BURIBD STEEL PIPE AND FITTINGS Page 5 of27 3. Fabrication and lay drawings showing a schematic location with profile and a tabulated layout schedule that is sealed by a Licensed Professional Engineer in Texas and includes: a . Pipe class b. Joint types c. Fittings d. Outlets e . Thrust Restraint f. Stationing (in accordance with the Drawings) g. Transitions h. Joint deflection 1. Interior lining J. Outlet locations for welding, ventilation, and access k. Welding requirements and provisions for thermal stress control C . Certificates and Test Reports 1. Prior to shipment of the pipe, the pipe manufacturer shall submit the following : a. A Certificate of Adequacy of Design stating that the pipe to be furnished complies with A WW A C200, A WW A C205, A WW A C210, A WW A C222 and these Specifications . b . Copies of results of factory hydrostatic tests shall be provided to the Engineer. c. Mill certificates, including chemical and physical test results for each heat of steel. d. A Certified Test Report from the polyurethane coating manufacturer indicating that the coatings were applied in accordance with manufacturer's requirements and in accordance with this Specification . e. Certified test reports for welder certification for factory and field welds in accordance with A WW A C200, Section 4.11 . f . Certified test reports for cement mortar tests. g . Certified test reports for steel cylinder tests . 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Shall be certified under S.P .F .A. or I.S .O. quality certification program for steel pipe and accessory manufacturing b. Finished pipe shall be the product of 1 manufacturer. c . Pipe manufacturing operations (pipe, lining and coatings) shall be performed under the control of the manufacturer. d. The pipe manufacturer shall not have less than 5 years successful experience manufacturing pipe of the particular type and size indicated or demonstrate an experience record that is satisfactory to the Engineer and City. 1) This experience record will be thoroughly investigated by the Engineer, and acceptance will be at the sole discretion of the Engineer and City. 2) Pipe manufacturing operations (pipe, fittings, lining, coating) shall be performed at 1 location, unless otherwise approved by the Engineer. CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN, PHASE 18 ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102687 Revised December 20, 2012 33 11 14 - 6 BURIE D STEEL PIPE AND FITTrNGS Page 6 of 27 e. Manufacture pipe in accordance with the latest revisions of A WW A C200, AWWA C205, AWWA C210 and AWWA C222 . 1.10 DELIVERY, STORAGE, AND HANDLING A. Packing 1. Prepare pipe for shipment to: a . Afford maximum protection from normal hazard of transportation b . Allow pipe to reach project site in an undamaged condition 2 . Pipe damaged in shipment shall not be delivered to the project site unless such damaged pipe is properly repaired. 3. After the completed pipe and fittings have been removed from the final cure at the manufacturing plant: a. Protect pipe lining from drying by means of plastic end covers banded to the pipe ends . b. Maintain covers over the pipe ends at all times until ready to be installed. c . Moisture shall be maintained inside the pipe by periodic addition of water, as necessary. 4. Pipes shall be carefully supported during shipment and storage. a . Pipe, fittings and specials shall be separated so that they do not bear against each other and the whole load shall be securely fastened to prevent movement in transit. b. Ship pipe on padded bunks with tie-down straps approximately over stulling. c . Store pipe on padded skids , sand or dirt berms, tires or other suitable means to protect the pipe from damage . d. Each end of each length of pipe, fitting or special and the middle of each pipe joint shall be internally supported and braced with stulls to maintain a true circular shape. l) Internal stulls shall consist of timber or steel firmly wedged and secured so that stulls remain in place during storage, shipment and installation . 2) Pipe shall be rotated so that 1 stull remains vertical during storage, shipment and installation. 3) At a minimum, stulls shall be placed at each end and center. a) Additional stulls may be required depending upon the length of the joints and pipe design . 4) Stulls shall not be removed until backfill operations are complete (excluding final clean up), unless it can be demonstrated to the City's satisfaction that removal of stulls will not adversely affect pipe installation . B . Delivery, Handling, and Storage 1. Once the fust shipment of pipe has been delivered to the site, the Engineer and the Contractor shall inspect the pipe's interior coating for excessive cracking. 2 . If excessive cracking is found, the Contractor shall modify shipping procedures to reduce or eliminate cracking. 3. Deliver, handle and store pipe in accordance with the manufacturer's recommendations to protect coating systems. 4. Secure and maintain a location to store the material in accordance with Section 01 66 00. C ITY OF FORT WORTH NO RTHSID E JV 24-rNCH WATER TRANSMISSIO N MArN, PH ASE 1 B ST AND ARD CONSTRUC TION SPECIFICATION DOCUMENTS City Project No . I 02687 Revised December 20 , 20 I 2 33 11 14 -7 BURIED STEE L PIPE AND FITTINGS Page 7 of27 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 -PRODUCTS 2.1 OWNER-FURNISHED [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed by the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections . 2 . Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section O I 25 00 . B. Materials 1. General a. Pipe shall be manufactured in accordance with the latest revisions of A WW A C200 , A WW A C205 , A WW A C2 l O and A WW A C222 . b. All pipe lining material in contact with potable water shall meet the requirements of NSF 61. 2 . Exterior Polyurethane Coating a . For Pipe : I) Polyurethane Coating shall be factory applied and meet the requirements of A WW A C222. Use a Coating Standard ASTM D 16 , Type V system which is a I 00 percent solids , 2-component polyurethane ( or 2-package polyisocyanate, polyol-cured urethan e) coating . a) Components shall have balanced viscosities in their liquid state and shall not require agitation during u se. b) Conversion to Solids by Volume : 97 percent ± 3 percent c) Temperature Resistance: Minus 40 degrees F and plus 150 degrees F d) Minimum Adhesion: 1500 psi, when applied to steel pipe which has been blasted to comply with SSPC SP 10/NACE No. 2 (1) Cure Time : For handling in 2-3 minutes at 120 degrees F and full cure within 7 days at 70 degrees F e) Maximum Specific Gravities (1) Polyisocyanate resin, 1.20 (2) Polyol resin , 1.15 f) Minimum Impact Resistance : 80 inch-pounds using I-inch diameter steel ball g) Minimum Tensile Strength : 2000 psi h) Hardness : Minimum Durometer hardness of 65 on the Shore D scale in accordance with ASTM D2240 i) Flexibility Resistance (1) ASTM D522 using 1-inch mandrel (2) Allow coating to cure for 7 days . (3) Perform tes ting on test coupons held for 15 minutes at temperature extremes specified above. CITY OF FORT WORTH NO RTHSIDE IV 24 -INC H WA TER TRA NSMISSIO N MA IN , PHASE 18 ST AND ARD CON STRU CTIO N SPEC IFI CATI ON DO CUMEN TS Ci ty Project No . 1026 87 Rev ise d Dece mber 20, 201 2 33 11 14 -8 BU R IE D STEEL PIPE AND FITTINGS Page 8 of 27 j) Dry Film Thickness : 35 mils k) Coating shall be a self priming, plural component, 100 percent solids, non-extended polyurethane, suitable for burial or immersion and shall be : ( 1) Corropipe II Omni as manufactured by Madison Chemical Industries Inc . (2) Durashield 210 as manufactured by LifeLast, Inc., or (3) Protec II, as manufactured by ITW -Futura Coatings, Inc . 2) The coating manufacturer shall have a minimum of 5 years experience in the production of this type coating. b. For Specials, Fittings , Repair and Connections 1) Provide shop-applied and field-applied coating as follows: a) Corropipe II Omni, and GP II (E) Touch-Up, respectively, as manufactured by Madison Chemical Industries , or b) Durashield 210 , Durashield 310, or Durashield 310 JARS as manufactured by LifeLast, Inc., or c) Protec II, or as recommended by the coating manufacturer. d) Properties specified above. e) Mix and apply polyurethane coatings in accordance with the coating manufacturer's recommendations. 3. Cement Mortar Linings a . Cement mortar linings shall be shop-applied . b . Shop-applied cement mortar linings shall conform to the requirements of A WW A C205 with the following modifications : 1) Sand used for cement mortar shall be silica sand ASTM C33. 2) Curing of the linings shall conform to the requirements of A WW A C205. 4 . Gaskets l) Flange in accordance with A WW A C207 . 2) Provide Gaskets in accordance with Section 33 11 05. 5. Bolts and Nuts a . Flanged Ends l) Flange in accordance with A WW A C207. 2) Provide bolts and nuts in accordance with Section 33 11 05. 6 . Flange Coatings a . Flange Coatings in accordance with Section 33 11 05 . 7 . Steel shall: a. Meet the requirements of A WW A C200 b. Be of continuous casting c. Be homogeneous d. Be suitable for field welding e. Be fully kilned f. Be fine austenitic grain size 8 . Bend Fittings a. Fabricate all fittings from hydrostatically tested pipe. b . All bend fittings shall be long radius to permit easy passage of pipeline pigs. 9. Threaded Outlets a. Where outlets or taps are threaded, Threaded with CC Threads and furnish and install brass bushings for the outlet size indicated. CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATE R TRANSMISSION MAIN, PHASE I 8 ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. I 02687 Revised December 20, 2012 33 11 14 -9 BURCED STEEL PIP E AND FITTINGS Page 9 of 27 10. Weld Lead Outlets a . Use of threaded outlets for access for weld leads is permitted. b. Additional outlet configurations shall be approved by the Engineer. c . Outlets shall be welded after use. 11 . Mixes a. Mortar for Joints 1) Mortar shall be 1 part cement to 2 parts sand . 2) Cement shall be ASTM C150 , Type I or IL 3) Sand shall be of sharp silica base . a) Sand shall conform to ASTM C144. 4) Interior joint mortar shall be mixed with as little water as possible so that the mortar is very stiff, but workable. 5) Water for cement mortar shall be from a potable water source . 6) Mortar for patching shall be as per interior joints. b. Bonding Agent 1) Bonding Agent for Cement Mortar Lining must meet NSF 61, if cement lining is in contact with potable water. 2) Bonding agent for cement mortar lining patching shall be: a) Probond Epoxy Bonding Agent ET-150, parts A and B b) Sikadur 32 Hi-Mod, or c) Approved equal 12 . Heat Shrink Sleeves for Polyurethane Coated Steel Pipe a. Primer: Provide as recommended by the sleeve manufacturer . b . Filler Mastic : Provide mastic filler as recommended by the heat shrink sleeve manufacturer. 1) Size and type shall be as recommended by the sleeve manufacturer for type of pipe and joint. c. Joint Coating : Cross-linked polyolefin wrap or sleeve with a mastic sealant , 85 mils total thickness, suitable for pipeline operating temperature, sleeve material recovery as recommended by the manufacturer. 1) High recovery sleeves shall be provided for bell and spigot and coupling style joints with a minimum of 50 percent recovery. 2) Sleeve length shall provide a minimum of 3 inches overlap onto intact pipe coating on each side of the joint. 3) Width to take into consideration shrinkage of the sleeve due to installation and joint profile d . Heat shrink sleeves shall meet A WW A C216, as manufactured by: 1) Canusa 2) Raychem , or 3) Approved equal e. Provide heat shrink sleeve suitable to interior joint welding without damage to heat shrink sleeve. C. Performance / Design Criteria 1. Pipe Design a. Steel pipe shall be designed , manufactured and tested in conformance with A WW A C200 , A WW A Ml 1 and these Specifications. b . Sizes and pressure classes (working pressure) shall be as shown below . c . For the purpose of pipe design, the transient pressure plus working pressure shall be as indicated below . C ITY O F FORT WORTH NORTHSIDE IV 24-I NC H WATE R TRANSMISSION MAIN, PHASE I B ST AN D ARD C ON STRUC TION SP ECIFIC AT IO N DOCUM ENTS City Proj ect No. I 026 87 Rev ised December 20, 2012 331114-10 BURCE D STEEL PIPE AND FITTINGS Page 10 of27 d. Fittings, specials and connections shall be designed for the same pressures as the adjacent pipe. e. Pipe design shall be based on trench conditions and the design pressure in accordance with A WW AM 11; using the following parameters: 1) Unit Weight of Fill (W) = 130 pounds per cubic foot 2) Live Load a) = AASHTO HS 20, at all locations except at railroads b) = Cooper E80, at Railroads 3) Trench Depth = As indicated in the Drawings 4) Deflection Lag Factor (D1) = 1.0 5) Coefficient (K) = 0.10 6) Maximum Calculated Deflection: a) Dx = 3 percent (for polyurethane coated pipe) b) Dx = 2 percent (for cement mortar coated pipe) 7) Soil Reaction Modulus (E') < 1,000 8) Working Pressure = 150 psi a) Test Pressure = (1) No less than 1.25 minimum times the stated working pressure (187 psi minimum) of the pipeline measured at the highest elevation along the test section. (2) No less than 1.5 times the stated working pressure (225 psi minimum) at the lowest elevation of the test section . 9) Surge Allowance = 100 psi, minimum a) Where Total Pressure (including surge)= 150 psi+ 100 psi= 250 psi f. Fittings and specials shall be : 1) Designed in accordance with A WW A C208 and A WW A M 11 except that crotch plates shall be used for outlet reinforcement for all Pressure Diameter Values, POV, greater than 6,000. g. Where the pipe requires additional external support to achieve the specified maximum deflection, the Contractor and pipe supplier will be required to furnish alternate methods for pipe embedment. 1) No additional compensation will be made to the Contractor by the Owner where this method is required. h. Trench depths indicated shall be verified after existing utilities are located. 1) Vertical alignment changes required because of existing utility or other conflicts shall be accommodated by an appropriate change in pipe design depth. 2) In no case shall pipe be installed deeper than its design allows. 1. Field fabrication or cutting is not allowed, unless otherwise approved by the City . 2 . Provisions for Thrust a. Thrust at bends, tees or other fittings shall be resisted by restrained joints. 1) Thrust at bends adjacent to casing shall be restrained by welding joints through the casing and a sufficient distance each side of the casing. 2) The distance for thrust restraint shown on the Drawings is the minimum restraint and does not relieve the manufacturer from calculating the restraint needs as specified herein. a) In no case shall the restrained distance be less than indicated on the Drawings. CITY OF FORT WORTH NORTHS ID E IV 24-[NCH WATER TRANSMISSION MAIN, PHASE I B STANDARD CONSTRUCTION SPECJFICA TION DOCUMENTS City Project No. 102687 Revised December 20, 2012 33 11 14 -11 BURIED STEEL PIPE AND FITTINGS Page 11 of27 b. Restrained joints shall be used a sufficient distance from each side of the bend, tee, plug or other fitting to resist thrust which develops at the design pressure of the pipe. c. Restrained joints shall consist of welded joints. d. The length of pipe designed with restrained joints to resist thrust shall be verified by the pipe manufacturer in accordance with A WW A M 11 and the following: 1) The weight of the earth (We) shall be calculated as the weight of the projected soil prism above the pipe, for unsaturated soil conditions 2) Soil Density = 110 pounds per cubic foot (maximum value to be used), for unsaturated soil conditions 3) Coefficient of Friction= 0.25 (maximum value to be used for polyurethane coated steel pipe). 4) If indicated on the Drawings and the Geotechnical Borings that ground water is expected, account for reduced soil density. 5) For horizontal bends, the length of pipe to be restrained shall be calculated as follows: Where: 3. Inside Diameter L= PAO-cos~) f (2We+ Wp + Ww) ~ = Deflection angle L = Length of pipe to be restrained on each side P = internal pressure A= Cross sectional area of pipe steel cylinder I.D. We = Weight of prism of soil over the pipe WP = Weight of pipe W w = Weight of water f = Coefficient of friction between pipe and soil a . The inside diameter, including the cement-mortar lining, shall be a minimum of the nominal diameter of the pipe specified, unless otherwise indicated on the Drawings. 4. Wall Thickness a. The minimum pipe wall steel thickness shall be as designed, but not less than 0.25 inches or pipe D/240, whichever is greater for pipe and fittings, with no minus tolerance, where D is the nominal inside pipe diameter. b. Where indicated on the Drawings, pipe and fittings shall have thicker steel pipe wall. c. The minimum steel wall thickness shall also be such that the fiber stress shall not exceed: 1) 50 percent of the minimum yield strength of the steel for working pressure and 2) 75 percent of the minimum yield strength of the steel at the maximum pressure (including transient pressure), nor the following, at the specified working pressure: CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN , PHASE 18 STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS City Project No. I 02687 Revised December 20, 2012 33 11 14 -12 BURIE D STEEL PIPE AND FITTINGS Page 12 of27 Maximum Stress at Workin Pressure 23,000 si Mortar Coated Steel NOT USED d. Pipe which is placed in casing or tunnel shall have a minimum pipe wall steel thickness of 0.375 inches or pipe D/144 , whichever is greater, where Dis the nominal pipe diameter . e . Pipe, fittings and specials shall be designed such that the maximum stresses in the pipe due to thrust loading will not exceed 18 ,000 psi. 5. Seams a . Except for mill-type pipe, the piping shall be made from steel plates rolled into cylinders or sections thereof with the longitudinal and girth seams butt welded or shall be spirally formed and butt welded . 1) There shall be not more than 2 longitudinal seams . 2) Girth seams shall be butt welded and shall not be spaced closer than 6 feet except in specials and fittings . 6 . Joint Length a. Maximum joint length shall not exceed 50 feet. b . Maximum joint length of steel pipe installed in casing shall meet the project requirements . c . Manufactured random segments of pipe will not be permitted for straight runs of pipe . 1) Closing piece segments , however, shall be acceptable . 7 . Joint Bonds, Insulated Connections and Flange Gaskets a . Joint Bonds, Insulated Connection, and Flange Gaskets shall be in accordance with Section 33 04 10 . 8 . Bend Fittings a . All bend fittings shall be long radius to permit passage of pipeline pigs. 9. Pipe Ends a . Pipe ends shall be : 1) Lap welded slip joints 2) Butt strap joint 3) Flanged joint 4) Flexible coupled joint 5) Roll groove gasket joint b . Pipe ends shall be welded or harnessed where indicated and as necessary to resist thrust forces . 1) Thrust at bends adjacent to casing shall be restrained by welding joints through the casing and a sufficient distance each side of the casing. c . Rubber Gasket Joint I) Rubber gasketedjoints (O-ring or Carnegie Joints) will only be allowed for pipe sizes 54-inch diameter and smaller. 2) Joints shall conform to A WW A C200 standard . 3) The joints shall consist of: a) Bell (I) Flared bell end formed and sized by forcing the pipe or a plug die or by expanding on segmental dies. C ITY O F FORT WORTH NORTHSIDE IV 24-INC H W ATE R TRANSM ISSIO N MAIN , PHA S E I B STAN DARD CONSTRUC TION SPECIF ICATIO N DOCUMENTS City Proj ec t N o . 1026 87 Rev ise d Dec ember 20 , 201 2 b) Spigot 33 11 14 -13 BURIED STEEL PIP E AND FITTINGS Page 13 of27 (1) Rolled spigot or camegie shaped steel joint ring in accordance with AWWA C200 and as shown as Item For Hin Figure 8-1 of the AWWAMll. 4) The welded area of bell and spigot pipe ends shall be checked after forming by the dye penetrant or magnetic particle method. 5) The difference in diameter between the interior diameter (I.D.) of the bell and the outer diameter ( 0 .D.) of the spigot shoulder at point of full engagement with an allowable deflection shall be no more than 0.04 inches as measured on the circumference with a diameter tape. 6) The gasket shall have sufficient volume to approximately fill the area of the groove and shall conform to A WW A C200. 7) The joint shall be suitable for the specified test and/or surge pressure and deflection. 8) Joints shall be of clearances such that water tightness shall be provided under all operating and test conditions with a pipe diameter deflection based upon the supplied pipe coating. 9) Joints shall be electrically continuous. d. Lap Welded Slip Joint 1) Lap welded slip joint shall be provided in all locations for pipe larger than 24-inches and where joints are welded for thrust restraint. 2) Lap welded slip joints may be welded from the inside or outside. 3) Ends of pipe, fittings and specials for field welded joints shall be prepared with 1 end expanded in order to receive a plain end making a bell and plain end type of joint. a) Clearance between the surfaces of lap joints shall not exceedl/8 inch at any point around the periphery. 4) In addition to the provisions for a minimum lap of 1 ½ inches as specified in A WW A C200, the depth of bell shall be such as to provide for a minimum distance of 1 inch between the weld and the nearest tangent of the bell radius when welds are to be located on the inside of the pipe. e. Fittings with Flanges 1) Flanged joints shall be provided at connections to valves and where indicated on the Drawings. 2) Ends to be fitted with slip-on flanges shall have the longitudinal or spiral welds ground flush to accommodate the type of flanges provided. 3) Pipe flanges and welding of flanges to steel pipe shall conform to the requirements of A WW A C207 and A WW A C206. 4) Pipe flanges shall be of rated pressure equal to or greater than the adjacent pipe class. 5) Flanges shall match the fittings or appurtenances which are to be attached . 6) Flanges shall be Class E with 275 psi working pressure in accordance with A WW A C207 and drilled in accordance with ASME B 16 .1 Class 125 for areas designated with a 225 test pressure. 7) When Isolation Flanges are required by the Drawings, Drillings shall accommodate the required spacing for mylar sleeves according to Section 33 04 10. f. Flexible Couplings 1) Flexible couplings shall be provided where specified on the Drawings. 2) Ends to be joined by flexible couplings shall be: CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN, PHAS E 18 ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENT S City Project No. 102687 Revised December 20, 2012 33 11 14 -14 BURIE D STEEL PIPE AND FITTINGS Page 14 of27 a) Plain end type, prepared as stipulated in A WW A C200 . b) Welds on ends to be joined by couplings shall be ground flush to permit slipping the coupling in at least 1 direction to clear the pipe joint. c) Harness bolts and lugs shall comply with A WW A M 11. g. Butt Strap Closure Joints 1) Where necessary to make closure to pipe previously laid, closure joints shall be installed using butt strap joints in accordance with A WW A C206 and applicable provisions of this Specification. 10. Polyurethane Coating a. Applicator Qualifications 1) Equipment shall be certified by the coating manufacturer to meet the requirements for: a) Material mixing b) Temperature control c) Application rate d) Ratio control for multi-part coatings 2) Equipment not meeting the written requirements of the coating manufacturer shall be rejected for coating application until repairs or replacement of the equipment is made to the satisfaction of the City . 3) Personnel responsible for the application of the coating system shall: a) Provide certification of attendance at the coating manufacturer's training class within the last 3 years b) Be present during all coating application work and shall have responsibility for controlling all aspects of the coating application b . Surface Preparation 1) Remove visible oil , grease, dirt and contamination in accordance with SSPC SP 1. 2) Remove surface imperfections such as metal slivers , burrs , weld splatter, gouges or delaminations in the metal by filing or grinding prior to abrasive surface preparation. 3) In cold weather or when moisture collects on the pipe and the temperature of the pipe is less than 45 degrees F , preheat pipe to a temperature between 45 and 90 degrees F and 5 degrees F above dew point. 4) Clean pipe by abrasive blasting with a mixture of steel grit and shot to produce the surface preparation cleanliness as required by coating manufacturer and as specified. a) Recycled abrasive shall be cleaned of debris and sp ent abrasive in an air wash separator. 5) Blast media mixture and gradation shall be adequate to achieve a sharp angular surface profile as required by coating manufacturer and to the minimum depth specified. 6) Protect prepared pipe from humidity, moisture and rain. 7) Keep pipe clean , dry and free of flash rust. a) Remove all flash rust , imperfections or contamination on cleaned pipe surface by reblasting prior to primer application. 8) Complete priming and coating of pipe in a continuous operation the same day as surface preparation . C ITY O F FORT WORTH NORTHSID E IV 24-I NCH WATE R TRAN SMI SSIO N MAIN , PHA SE I B ST AN D ARD CO NSTRUCTIO N SPECIFI CAT IO N DOCUMENTS City Proj ect No . I 0268 7 Revised December 20, 201 2 331114-15 BURIED STEEL PIPE AND FITTINGS Page 15 of27 9) Abrasive blast exterior surfaces in accordance with SSPC SP 10/NACE No. 2; to a near-white blast cleaning with a minimum 3.0 mil angular profile in bare steel. c. Equipment 1) 2-component, heated airless spray unit in accordance with coating manufacturer's recommendation d. Temperature 1) Minimum 5 degrees F above dew point temperature a) The temperature of the surface shall not be less than 60 degrees F during application. e. Humidity 1) Heating of pipe surfaces may be required to meet requirements of this Section if relative humidity exceeds 80 percent. f. Resin 1) Do not thin or mix resins; use as received. 2) Store resins at a temperature recommended by the coating manufacturer. g. Application 1) Applicator shall be certified by the coating manufacturer and conform to coating manufacturer's recommendations. a) Thinning is not permitted. 2) Apply directly to pipe to achieve a total dry film thickness (DFT) of 3 5 mils. 3) Multiple-pass, 1 coat application process is permitted provided maximum allowable recoat time specified by coating manufacturer is not exceeded. 4) Provide cutbacks in accordance with coating manufacturer's recommendations as appropriate for the type of joint and heat shrink sleeve to be used. h. Recoating 1) Recoat only when coating has cured less than maximum time specified by coating manufacturer. 2) When coating has cured for more than recoat time, brush-blast or thoroughly sand the surface. 3) Blow-off cleaning using clean, dry, high pressure compressed air. 1. Curing 1) Do not handle pipe until coating has been allowed to cure, per manufacturer's recommendations. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Marking for Identification 1. For each joint of pipe and each fitting, plainly mark on l end: a. Class for which it is designated b. Date of manufacturer c. Identification number d. Top centerlines shall be marked on all specials B. Factory Testing 1. Cement Mortar Lining -Shop-applied cement mortar linings shall be tested in accordance with A WW A C205. CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN, PHASE I B ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. I 02687 Revised December 20 , 2012 33 11 14 -16 BURIE D STEE L PIP E AND FITTINGS Page 16 of27 2. Polyurethane Coating -The polyurethane coating shall be tested in accordance with AWWAC222 . a. Thickness : Test thickness of coating in accordance with SSPC PA 2 . 1) Test coating system applied to the pipe for holidays according to the procedures outlined in NACE SP0 188 using a high voltage spark tester (operating at 100 volts per mil), for the dry film thickness (OFT) specified of35 mil. b . Adhesion Testing 1) Polyurethane coatings or linings shall have an adhesion to steel of 1,500 pounds per square inch, minimum . 2) Test polyurethane coating adhesion to steel substrates using pneumatic pull off equipment, such as HA TE Model 108 or Delfesko Positest, in accordance with ASTM D4541 and A WW A C222, except as modified in this Section. 3) Adhesion testing records shall include : a) Pipe identification b) Surface tested (interior or exterior) c) Surface temperature d) Coating thickness e) Tensile force applied f) Mode of failure g) Percentage of substrate failure relative of dolly surface 4) Glue dollies for adhesion testing to the coating surface and allowed to cure for a minimum of 12 hours. a) Because of high cohes ive strength, score polyurethane coatings around the dolly prior to conducting the adhesion test. 5) Failure shall be by adhesi ve and cohesive failure only. a) Adhesive failure is defined as separation of the coating from the steel substrate . b) Cohesive failure is defined as failure within the coating, resulting in coating remaining both on the steel substrate and dolly . 6) Retest partial adhesion and glue failure if the substrate failure is less than 50 percent relative of the dolly surface area and the applied tension was less than the specified adhesion . 7) Glue failures in excess of the minimum required tensile adhesion are accepted as meeting the specified adhesion requirements. 8) Conduct, accept and reject adhesion tests on polyurethane pipe coating and lining independently (where applicable). 9) Frequency of adhesion testing in accordance with A WW A C222. I 0) Randomly select repair patches on the polyurethane coating for adhesion testing in a manner as described herein and at the discretion of the coating inspector conducting the adhesion tests. a) Adhesion ofrepairs shall be as specified by the coating manufacturer for the type of repair. C. Manufacturer's Technician for Pipe Installation 1. Pipe Manufacturer's Representative C ITY OF FORT WORTH NORT H SIDE IV 24 -INC H W ATE R T RA NSMISSION MAIN, PHAS E I B STANDARD CON STR UCT IO N SPEC IFI CATIO N DOC UMENTS City Project No . 102687 Revise d December 20 , 201 2 331114-17 BURIE D STEEL PIP E AND FITTINGS Page 17 of27 a . If required by the Engineer or requested by the Contractor during construction , the pipe manufacturer shall furnish the services of a factory trained , qualified, job experienced technician to advise and instruct as necessary in pipe laying and pipe jointing. l) The technician shall assist and advise the Contractor in his pipe laying operations and shall instruct construction personnel in proper joint assembly and joint inspection procedures . 2) The technician is not required to be on-site full time; however, the technician shall be regularly on-site during the first 2 weeks of pipe laying and thereafter as requested by the Engineer, City or Contractor. 2. Polyurethane Coating Manufacturer's Representative a . The pipe manufacturer shall provide services of polyurethane coating manufacturer's representative and a representative from the heat shrink joint manufacturer for a period of not less than 3 days at beginning of actual pipe laying operations to advise Contractor and City regarding installation, including but not limited to : l) Handling and storage 2) Cleaning and inspecting 3) Coating repairs 4) Field applied coating 5) Heat shrink installation procedures 6) General construction methods and how they may affect pipe coating b. Representative shall be required to return if, in the opinion of the Engineer, the polyurethane coating or the Contractor's construction methods do not comply with Contract Specifications. 1) Cost for the manufacturer's representatives to return to the site shall be at no additional cost to the City . D. Hydrostatic Pressure Testing 1. Perform hydrostatic pressure testing in accordance with A WW A C200 . 2. Hydrostatically test each joint of pipe prior to application of lining or coating. a. The internal test pressure shall be that which results in a fiber stress equal to 75 percent of the minimum yield strength of the steel used. b. Each joint of pipe tested shall be completely watertight under maximum test pressure. c. Test pressure shall be held for sufficient time to observe the weld seams. d. Maintain a recording pressure gauge , reference number of pipe tested, etc . 1) The pipe shall be numbered in order that this information can be recorded. 3. Test fittings by : a . Hydrostatic test b . Magnetic particle test c. Ultrasonic d. Radiography e. Dye penetrant test E. City Testing and Inspection 1. Pipe may be subject to inspection at the manufacturer's facility by an independent testing laboratory, which laboratory shall be selected and retained by the City. a. Representatives of the City , City's laboratory, or the Engineer shall have access to the work whenever it is in preparation or progress. CITY OF FORT WORTH NORTHS ID E IV 24-INCH WATER TRANSMISSION MAIN, PHAS E I 8 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102687 Revised December 20, 2012 33 11 14 -18 B UR IB D STEE L PIP E AND FITTINGS Page 18 of27 b . Pipe manufacturer shall provide proper facilities for access and for inspection. c. Pipe manufacturer shall notify the City in writing, a minimum of 2 weeks prior to the pipe fabrication so that the City may advise the manufacturer as to the City's decision regarding tests to be performed by an independent testing laboratory. d . Material, fabricated parts and pipe , which are discovered to be defective, or which do not conform to the requirements of this Specification shall be subject to rejection at any time prior to City's final acceptance of the product. 2 . The inspection and testing by the independent testing laboratory anticipates that production of pipe shall be done over a normal period of time and without "slow downs" or other abnormal delays . a. The pipe manufacturer shall coordinate their manufacturing schedule with the Contractor and advise the Contractor of any changes in the schedule . PART 3 -EXECUTION 3.1 INST ALLERS (NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION (NOT USED) 3.4 INSTALLATION A. General I. Install steel pipe , fittings , specials and appurtenances as specified herein, as specified in A WW A M 11, in accordance with the pipe manufacturer's recommendations and as required for the proper functioning of the completed pipe line . 2. Lay pipe to the lines and grades as indicated in the Drawings . 3. Excavate , embed and backfill trenches in accordance with Section 33 05 10. 4. For installation of carrier pipe within casing, see Section 33 05 24. 5 . Inspect and test eachjoint for holidays just prior to pipe being lowered into the ditch . a. All damaged areas and holidays are to be repaired before the pipe is lowered into the trench . 6. Place and consolidate embedment and backfill prior to removing pipe stulls . 7. Maximum allowable pipe deflection is limited to: a. 2 percent for mortar coated steel pipe b . 3 percent for polyurethane coated steel pipe 8 . Install bonds at all pipe joints, except for welded joints or insulated joints. B. Pipe Handling I . Haul and distribute pipe and fittings at the project site . 2 . Handle pipe with care to avoid damage . a. Pipe shall be handled at all times with sufficient non-abrasive slings , belts or other equipment designed to prevent damage to the coating or lining. b. The spacing of pipe supports required to handle the pipe shall be adequate to prevent cracking or damage to the lining or coating. CITY OF FORT WORTH NORTHS ID E IV 24-INCH WATER TRANSMISSION MAIN , PHAS E I B ST AND ARD CONSTR UCTION SPECIFICATION DOC UM ENTS City Project No . I 02687 Re vised December 20, 2012 33 II 14 -19 BURIED STEEL PIPE AND FITTINGS Page 19 of27 c. Inspect each joint of pipe and reject or repair any damaged pipe prior to lowering into the trench . d. The equipment shall be kept in such repair that its continued use is not injurious to the coating. e. Do not lay pipe in wet conditions. 3 . At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash -during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Line Up at Bends 1. Line up pipe for joining so as to prevent damage thereto. a. Thoroughly clean the bell and spigot ends of each joint of pipe of foreign matter, rust and scale before placing spigot into bell. 2. Where abrupt changes in grade and direction occur, employ special shop fabricated fittings for the purpose . a. Field cutting the ends of the steel pipe to accomplish angular changes in grade or direction of the line shall not be permitted. D. Pipe Laying I. Rubber Gasket Joints a. Join rubber gasket joints in accordance with the manufacturer's recommendations . b . Clean bell and spigot of foreign material. c. Lubricate gaskets and bell and relieve gasket tension around the perimeter of the pipe . d. Engage spigot as far as possible in bell. e. Joint deflection or pull shall not exceed the manufacturer's recommendation . f. Check gasket with feeler gauge all around the pipe. g. In areas of petroleum hydrocarbon soil contamination, install special Neoprene gaskets or approved equal. 2. Welded Joints a . Weld joints in accordance with A WW A C206. I) Contractor shall provide adequate ventilation for welders and for City's representative to observe welds. 2) Welds shall be full circle fillet welds, unless otherwise specified. 3) Welding shall be completed after application of field applied joint coating. b . Adequate provisions for reducing temperature stresses shall be the responsibility of the Contractor. c . After the pipe has been joined and properly aligned and prior to the start of the welding procedure: I) The spigot and bell shall be made essentially concentric by shimming or tacking to obtain clearance tolerance around the periphery of the joint. 2) In no case shall the clearance tolerance be permitted to accumulate . d. Before welding: I) Thoroughly clean pipe ends. 2) Weld pipe by machine or by the manual shielded electric arc process. 3) Welding shall be performed so as not to damage lining or coating. 4) Cover the polyurethane coating as necessary to protect from weld splatter. CITY OF FORT WORTH NORTHSIDE IV 24-INCH WA TE R TRANSMISSION MAIN, PHASE I B STANDARD CONSTRUCTION SP ECIF ICATIO N DOCUMENTS City Project No . I 02687 Revised December 20 , 2012 33 11 14 -20 BURIED STEEL PIPE AND FITTINGS Page 20 of27 e. Furnish labor, equipment, tools and supplies, including shielded type welding rod. 1) Protect welding rod from any deterioration prior to its use. 2) If any portion of a box or carton is damaged, reject the entire box or carton. f. Hand Welding 1) The metal shall be deposited in successive layers. 2) Not more than 1/8 inch of metal shall be deposited in each pass. 3) Each pass except the final 1, whether in butt or fillet welds, shall be thoroughly bobbed or peened to relieve shrinkage stresses and to remove dirt, slag or flux before the succeeding bead is applied . 4) Each pass shall be thoroughly fused into the plates at each side of the welding groove or fillet and shall not be permitted to pile up in the center of the weld. 5) Undercutting along the side shall not be permitted. g. Welds shall be free from pin holes, non-metallic inclusions, air pockets, undercutting and/or any other defects. h. If the ends of the pipe are laminated, split or damaged to the extent that satisfactory welding contact cannot be obtained, remove the pipe from the line. 1. Furnish each welder employed with a steel stencil for marking the welds, so that the work of each welder may be identified. J. Have each welder stencil the pipe adjacent to the weld with the stencil assigned to him. 1) In the event any welder leaves the job, his stencil shall be voided and not duplicated if another welder is employed. k. Welders 1) Use only competent, skilled and qualified workmen. a) Each welder employed by the Contractor shall be required to satisfactorily pass a welding test in accordance with A WW A C206 before being allowed to weld on the line . b) After each welder has qualified in the preliminary tests referred to above, inspections shall be made of joints in the line. c) Any welder making defective welds shall not be allowed to continue to weld. E. Interior Joint Grouting I. Upon completion of backfilling of the pipe trench, clean out dirt or trash which has collected in the joint and moisten the concrete surfaces of the joint space by spraying or brushing with a wet brush. 2. Fill the inside of the joint recess with a stiff cement mortar. 3 . Where the mortar joint opening is I inch or wider, such as where trimmed spigots are required, apply a bonding agent to mortar and steel surface prior to placing joint mortar. 4 . Ram or pack the stiff mortar into the joint space and take extreme care to ensure that no voids remain in the joint space. 5 . After the joint has been filled, level the surfaces of the joint mortar with the interior surfaces of the pipe with a steel trowel so that the surface is smooth. 6. Interior joints of pipe 24-inch and smaller shall have the bell buttered with mortar, prior to inserting the spigot, such that when the spigot is pushed into position it will extrude surplus mortar from the joint. CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN , PHASE I B STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS City Project No. 102687 Revised December 20 , 2012 331114-21 BURIED STEEL PIPE AND FITTINGS Page 2 1 of27 a. The surplus mortar shall be struck off flush with the inside of the pipe by pulling a filled burlap bag or inflated ball through the pipe with a rope . F . Exterior Joint Protection 1. Heat Shrink Sleeves a . General 1) Buried pipe joints shall be field coated after pipe assembly in accordance with A WW A C216, using Heat Shrink Sleeves. 2) Width of heat shrink sleeve shall be sufficient to overlap the polyurethane coating by a minimum of 3 inches . 3) Overlapping of 2 or more heat shrink sleeves to achieve the necessary width will not be permitted. b. Installation 1) Clean pipe surface and adjacent coating of all mud, oil, grease , rust and other foreign contaminates with a wire brush in accordance with SSPC SP 2, or SSPC SP 3. Remove oil or grease contamination by solvent wiping the pipe and adjacent coating in accordance with SSPC SP 1. a) Clean the full circumference of the pipe and a minimum of 6 inches onto the existing coating . 2) Remove all loose or damaged pipe coating at joint and either repair the coating as specified herein or increase the length of the joint coating, where reasonable and practical. 3) Complete joint bonding of non-welded pipe joints before application of joint coating. 4) Joint bonds shall be low profile bonds and all gaps and crevices around the bonds shall be filled with mastic sealant. 5) Store sleeves in shipping box until use is required . a) Keep dry and sheltered from exposure to direct sunlight. b) Store off the ground or concrete floors and maintain at a temperature between 60 degrees F and 100 degrees F as recommended by the sleeve manufacturer. 6) Metal surface shall be free of all dirt, dust and flash rusting prior to sleeve application. 7) Preheat pipe uniformly to 140 degrees F to 160 degrees F or as recommended by the sleeve manufacturer. a) Monitor pipe temperature using a surface temperature gauge , infrared thermometer or color changing crayons. b) Protect preheated pipe from rain, snow, frost or moisture with tenting or shields and do not permit the joint to cool. 8) Prime joint with specified primer and fill all cracks, crevices and gaps with mastic filler in accordance with the manufacturer's recommendations for the full circumference of the pipe. 9) Apply heat shrink sleeve when it is at a minimum temperature or 60 degree s F and while maintaining the pipe temperature above the preheat temperature specified. 10) Apply sleeve in accordance with the manufacturer's instructions and center the sleeve over the joint to provide a minimum of 3-inch overlay onto the existing pipe coating. 11) Apply heat to the sleeve using either propane fire infrared heaters or wrap around heaters. CITY O F FORT WORTH NORTHSIDE IV 24-I NC H WATER TRANSMIS SIO N MAIN , PH ASE I B STANDARD CONSTRUC TION SP ECIFIC ATIO N DOC UM ENTS City Project No. 1026 87 Rev is ed December 20 , 201 2 33 11 14 -22 BURIE D STEE L PIP E AND FITTINGS Page 22 of2 7 a) Hold flame a minimum of 6 inches from the sleeve surface. b) Periodically roll the coating on the pipe surface. c) Heat from the center of the sleeve to the outer edge until properly seated, then begin in the opposite direction . d) Monitor sleeve for color change , where appropriate , or with appropriate temperature gauges. e) Take care not to excessively heat the parent coating . 12) Completed joint sleeve shall be fully bonded to the pipe and existing coating surface, without voids, mastic beading shall be visible along the full circumference of the sleeve, and there shall be no wrinkling or excessive bums on the sleeves . a) Sleeves which do not meet these requirements shall be removed and the joint recoated as directed by the Engineer. b) Minor repairs may be repaired using heat shrink sleeve repair kits . 13) Allow the sleeve to cool before moving, handling or backfilling. In hot climates, provide shading from direct sunlight. a) Water quenching will be allowed only when permitted by the sleeve manufacturer . G. Protective Welded Joints Coating System -Weld After Backfill 1. General a . Application of protective coating at the pipe joints will be as follows: 1) Apply a 3 layer joint coating system consisting of a factory applied 35 mil polyurethane coating 2) A field applied 60 mil by 6 inch wide strip of CANlJSA HCO Wrapid Tape heat resistant tape at the location of the welding 3) A field applied 110 mil (full recovered thickness) by 18 inch wide CANlJSA Aqua Wrap high shrink heat shrinkable joint sleeve 4) After the heat shrinkable joint sleeve is installed, backfill the trench and then weld the joint. b . The Contractor is respons ible for his operations so that they do not damage the factory applied coating system . c . When applying the 3 layer joint coating system for post welding the joints, the Contractor must show that his operation will not damage the joint coating system to the Engineer's satisfaction. d . The Contractor will be required to fully uncover a maximum of 10 joints, selected at random by the Engineer or City to visually inspect and test the joint after welding. Any damage must be repaired . 1) If the Contractor's welding procedure damages the 3 layer joint coating system, the Contractor, at the direction of the Engineer, will be required to modify his welding procedure. 2 . Joint Coating (3 Layer) a. Apply 3 Layer Joint Coating System before Welding the Joint b. Pipe Manufacturing and Heat Tape 1) A 35 mil thickness polyurethane coating shall be applied over entire length of pipe. 2) The Contractor shall field apply 60 mil thick by 6 inch wide strip of CANlJSA HCO Wrapid Tape heat resistant tape to the exterior bell end of the pipe, centered on the location of the welding, over a 35 mil factory applied polyurethane coati ng. C ITY O F FORT WORTH NORTH SID E rv 24 -IN C H WAT ER T RAN SMI SSIO N MAIN, PH ASE I B ST AN DARD CONSTRUCTIO N SPECIF ICATION DOCUMENTS City Project No. 1026 87 Rev ise d Dec ember 20 , 2012 33 11 14 -23 BURIED STEEL PIPE AND FITTINGS Page 23 of27 c. Surface Preparation and Installation for Heat Shrinkable Joint Sleeve 1) Clean pipe surface and adjacent coating of all mud, oil, grease, rust and other foreign contaminates with a wire brush in accordance with SSPC SP 2, or SSPC SP 3. Remove oil or grease contamination by solvent wiping the pipe and adjacent coating in accordance with SSPC SP 1. a) Clean the full circumference of the pipe and a minimum of 6 inches onto the existing coating. 2) Remove all loose or damaged pipe coating at joint and either repair the coating as specified herein or increase the length of the joint coating, where reasonable and practical. 3) Complete joint bonding of pipe joints before application of joint coating. a) Joint bonds shall be low profile bonds and all gaps and crevices around the bonds shall be filled with mastic sealant. 4) Store sleeves in shipping box until use is required. a) Keep dry and sheltered from exposure to direct sunlight. b) Store off the ground or concrete floors and maintain at a temperature between 60 degrees F and 100 degrees F as recommended by the sleeve manufacturer. 5) Metal surface shall be free of all dirt, dust and flash rusting prior to sleeve application. 6) Preheat pipe uniformly to 140 degrees F to 160 degrees F or as recommended by the sleeve manufacturer. a) Monitor pipe temperature using a surface temperature gauge, infrared thermometer or color changing crayons. b) Protect preheated pipe from rain, snow, frost or moisture with tenting or shields and do not permit the joint to cool. 7) Prime joint with specified primer and fill all cracks, crevices, and gaps with mastic filler in accordance with the manufacturer's recommendations for the full circumference of the pipe. 8) Apply heat shrink sleeve when it is at a minimum temperature or 60 degrees F and while maintaining the pipe temperature above the preheat temperature specified. a) Apply sleeve in accordance with the manufacturer's instructions and center the sleeve over the joint to provide a minimum of 3-inch overlay onto the existing pipe coating. 9) Apply heat to the sleeve using either propane fire infrared heaters or wrap around heaters. a) Hold flame a minimum of 6 inches from the sleeve surface . b) Periodically roll the coating on the pipe surface. c) Heat from the center of the sleeve to the outer edge until properly seated, then begin in the opposite direction. d) Take care not to excessively heat the parent coating. e) Monitor sleeve for color change, where appropriate, or with appropriate temperature gauges. 10) Completed joint sleeve shall be fully bonded to the pipe and existing coating surface, without voids, mastic beading shall be visible along the full circumference of the sleeve, and there shall be no wrinkling or excessive bums on the sleeves . a) Sleeves which do not meet these requirements shall be removed and the joint recoated as directed by the Engineer. CITY OF FORT WORTH NORTHSIDE IV 24-[NCH WATER TRANSMISSION MAIN, PHASE I B STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS City Project No . 102687 Revised December 20, 2012 33 11 14 -24 BURIE D STEE L PIP E AND FITTINGS Page 24 of 27 b) Minor repairs may be repaired using heat shrink sleeve repair kits . 11) Allow the sleeve to cool before moving, handling or backfilling. a) In hot climates, provide shading from direct sunlight. b) Water quenching will be allowed only when permitted by the sleeve manufacturer. 12) Holiday testing shall be performed using a high voltage holiday tester ( operating at 100 volts per mil) at each joint after field application of heat shrinkable joint sleeve per SP0 188 . a) If any holidays or cuts are detected, the sleeve shall be repaired using the heat shrink sleeve manufacturer's recommendation. b) The damaged area shall be covered with a minimum of 50-mm overlap around the damaged area. H . Protection of Buried Metal l . Coat buried ferrous metal such as bolts and flanges, which cannot be protected with factory or field-applied polyurethane coatings or heat shrink sleeves , with 2 wraps of wax tape and encase in flowable fill. 3.5 REPAIR A. Repair and Field Touchup of Polyurethane Coating 1. For repair and field touch-up of polyurethane coating, apply: a. Madison GP II (E) Touchup Polyurethane Coating b . Lifelast Durasheild 210, 310 or 310 JARS c . ITW -Futura Coatings Protec II , or d. Coating manufacturer's recommendation 2. Holidays a . Remove all traces of oil , grease , dust, dirt and other debris. b . Roughen area to be patched by sanding with rough grade sandpaper ( 40 grit). c. Apply a 35 mil coat of repair material described above. d . Work repair material into scratched surface by brushing or rolling in accordance with manufacturer's recommendations. e. Retest for Holiday . 3 . Field Cuts or Large Damage a. If in the opinion of the City the polyurethane coating is excessively damaged , the pipe segment will be rejected until the coating system is removed and replaced so that the system is in a like-new condition . b. Remove burrs from field cut ends or handling damage and smooth out edge of polyurethane coating. c . Remove all traces of oil, grease, dust, dirt and other debris. d . Roughen area to be patched with rough grade sandpaper (40 grit). e . Feather edges and include overlap of 2 inches ofroughened polyurethane in area to be patched. f. Apply a 35 mil coat of repair material described above , in accordance with manufacturer's recommendations . g . Work repair material into scratched surface by brushing. h . Feather edges of repair material into prepared surface . 1. Cover at least 1 inch of roughed area surrounding damage or adjacent to field cut. J . Test repairs for holidays . CITY OF FORT WORTH NORTHS ID E IV 24-INC H WATER TRANSMISSION MAIN , PHAS E I B STANDARD C ON STRUC TIO N SP EC IFI C ATIO N DOCUMENTS City Proj ect No. 102687 Re vised Dec ember 20, 201 2 B. Patch of Cement Mortar Lining 1. Repair cracks larger than 1/16 inch. 2. Pipes with disbonded linings will be rejected. 3. Excessive patching of lining shall not be permitted. 33 11 14 -25 BURIED STEEL PIPE AND FITTINGS Page 25 of27 4. Repair in accordance with A WW A C205 and as follows: a . Apply bonding agent to patch area. b. Patching of lining shall be allowed where area to be repaired does not exceed 100 square inches and has no dimension greater than 12 inches. c. In general, there shall be not more than 1 patch in the lining of any joint of pipe. 5 . Wherever necessary to patch the pipe, make the patch with the mortar indicated. 6. Do not install patched pipe until the patch has been properly and adequately cured, unless approved by the City. 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. Quality Control of Field Applied Polyurethane Coating a. Surface Preparation 1) Visually inspect surface preparation to ensure cleanliness and dryness requirements have been met. 2) Use Testex tape on at least 1 joint per day to ensure that adequate profile is being achieved . b. Visual 1) Visually inspect cured coating to ensure that the coating is completely cured with no blisters , cracks, pinholes, missed areas, excessive roughness, "sticky" or "gooey" areas. 2) Check to ensure that the coating completely covers the steel and existing coating. c. Thickness 1) Use a magnetic dry film thickness (DFT) gauge on cured coating to ensure adequate thickness has been achieved according to SSPC PA 2 . a) If the thickness of the coating is below the minimum specified millage anywhere along the length of the pipe, then adjustments must be made to the spray system to correct the problem. 2) At a minimum, the thickness shall be measured for every 50 square feet of sprayed area . d . Adhesion 1) Perform the following procedure on a minimum of 1 joint per day: a) Select area to test that has cured for at least 1 hour for fast setting coatings. b) Test and repair in accordance with A WW A C222 Dolly Pull-off Test. e. Holiday Testing 1) Holiday testing shall be performed using a high voltage holiday tester at each joint no sooner than 1 hour after field application of polyurethane coating . f. Inspection at Welding Joints CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN, PHASE I B STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS City Project No . 102687 Revised December 20, 2012 331114-26 BlJR[E D STEEL PIP E A D FITTINGS Page 26 of27 I) When applying the 3 layer joint coating system for post welding the joints, the Contractor must show that his operation will not damage the joint coating system to the Engineer's satisfaction. 2) The Contractor will be required to fully uncover a maximum of 10 joints, selected at random by the Engineer or City to visually inspect and test the joint after welding. 3) Any damage must be repaired . 4) If the Contractor's welding procedure damages the 3 layer joint coating system, the Contractor, at the direction of the Engineer, will be required to modify his welding procedure. 2. Weld Testing a . Dye penetrant tests in accordance with ASTM E165, or magnetic particle test in accordance with A WW A C206 and set forth in A WS D.1 .1. shall be performed by the Contractor under the supervision and inspection of the City's Representative or an independent testing laboratory, on all full welded joints. 1) Welds that are defective will be replaced or repaired, whichever is deemed necessary by the Engineer, at the Contractor's expense . 2) If the Contractor disagrees with the Engineer's interpretation of welding tests, test sections may be cut from the joint for physical testing. The Contractor shall bear the expense ofrepairing the joint, regardless of the results of physical testing . 3) The procedure for repairing the joint shall be approved by the Engineer before proceeding. 3. Deflection Testing a. Prior to hydrostatic testing, th e City's inspector shall perform deflection testing at a minimum rate of l measurement for every 2 ,500 linear feet of water line . b . City may reject any areas not meeting the deflection requirements of this Specification. 4. Cleaning and Testing a . Cleaning, disinfection, hydrostatic testing, and bacteriological testing of water mams: 1) Clean, flush , pig, disinfect, hydrostatic test, and bacteriological test the water main as specified in Section 33 04 40 . 5. Closed Circuit Television (CCTV) Inspection a. Provide a Post-CCTV Inspection for water lines 24-inch and larger in accordance with Section 33 01 31. CITY OF FORT WORTH NORTHS ID E IV 24-INCH WAT ER TRANSMISSION MAIN , PH ASE I B ST AND ARD CONSTRU CT IO N SPECIFICATION DOCUMENTS City Project No . I 02687 Revised Decembe r 20, 2012 3.8 SYSTEM STARTUP [NOT USED) 3.9 ADJUSTING [NOT USED) 3.10 CLEANING [NOT USED) 3.11 CLOSEOUT ACTIVITIES [NOT USED) 3.12 PROTECTION [NOT USED) 3.13 MAINTENANCE [NOT USED) 3.14 ATTACHMENTS [NOT USED) END OF SECTION Revision Log 331114-27 BURIED STEEL PIPE AND FITTINGS Page 27 of27 DATE NAME SUMMARY OF CHANGE 12 /20/2012 D. Johnson 2 .2 .B.4 , 5, an d 6 -Added reference to Section 33 11 05 and removed material specification for bolts , nuts, gaskets and flange coating CITY OF FORT WORTH NORTHSID E IV 24-INCH WATER TRANSMISSIO N MAIN, PH ASE I B ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. I 02687 Revised December 20 , 2012 331210-1 WAT ER SERVICES I-INC H TO 2-INCH PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: Page I of 17 SECTION 33 12 10 WATER SERVICES I-INCH TO 2-INCH 1. Lead-free 1-inch to 2-inch water service lines from the water main to the right-of- way, fittings and water meter boxes complete in place, as shown on the Drawings, directed by the Engineer, and specified herein for: a. New Water Service b . New Water Service (Bored) c. Water Meter Service Relocate d. Private Water Service B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Products Installed but not Furnished Under this Section 1. Water meters for various sizes D. Related Specification Sections include, but are not necessarily limited to : 1. Division 0 -Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division l -General Requirements 3. Section 33 04 40 -Cleaning and Acceptance Testing of Water Mains 4. Section 33 05 l O -Utility Trench Excavation, Embedment and Backfill 5. Section 33 12 25 -Connection to Existing Water Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. New Water Service a. Measurement 1) Measurement for this Item shall be per each new "Water Service" complete in place from the tap of the main to the installation of the meter box and associated appurtenances where the service line is installed by open cut construction. b . Payment l) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Water Service" installed for: a) Various sizes c . The price bid shall include: l) Furnishing and installing New Service Line as specified by the Drawings 2) Submitting product data 3) Tapping saddle 4) Corporation stop 5) Curb stop CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN, PHASE I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C ity Project No. 102687 Revised February 14 , 2017 6) Fittings 7) Service line installed by open cut 8) Connection to meter 9) Meter Box and Lid I 0) Pavement removal I 1 ) Excavation 12) Hauling 13) Disposal of excess material 33 12 10 - 2 WATER SE R VI CES I -INCH TO 2-I NC H Page 2 of 17 14) Surface Restoration assoc iated with Meter Box installation and connection, excluding grass (seeding, sodding or hydro-mulch paid separately) 15) Clean-up I 6) Disinfection 17) Testing 2. New Bored Water Service a. Measurement 1) Measurement for this Item shall be per each new Water Service complete in place from the tap of the main to the installation of the meter box and associated appurtenances where the service line is installed by trench les s method . b. Payment 1) The work perfonned and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Bored Water Service" installed for : a) Various sizes c . The price bid shall include : 1) Submitting product data 2) Tapping saddle 3) Corporation stop 4) Curb stop 5) Fittings 6) Service line installed by trenchless method 7) Connection to meter 8) Meter Box and Lid 9) Pavement removal 10) Excavation 11) Hauling 12) Disposal of excess material 13) Surface restoration associated with Meter Box installation and connection , excluding grass (seeding, sodding or hydro-mulch paid separately) 14) Clean-up 15) Disinfection 16) Testing 3. Water Meter Service Reconnect a. Measurement 1) Measurement for thi s Item shall be per each Water Meter Service Reconnect complete in place from public service line connection to private service line connection. b . Payment C IT Y OF FO RT WO RTH NORT HSID E IV 24 -INCH W ATE R TRANS MI SS ION MAIN , PHASE I 8 STAN DARD CONSTRUCT ION SPEC IFICATION DOCUMENTS C ity Proj e ct No . 102687 Rev ise d Fe bru ary 14 , 20 17 331210-3 WAT ER SE RVIC ES I-INCH TO 2-IN CH Page 3 of 17 1) The work performed in conjunction with relocation of the meter, associated private service line , fittings and meter box 5 feet or less in any direction from centerline of existing meter location and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Water Meter Service, Reconnection" installed for : a) Various size of services c. The price bid shall include: 1) Private service line 2) Fittings 3) Private connection to water meter 4) Connection to existing private service line 5) Cut and crimp of existing service 6) Removal and Disposal or Salvage of existing 2-inch or smaller water meter, as directed by City 7) Pavement removal 8) Excavation 9) Hauling 10) Disposal of excess material 11) Surface restoration for area disturbed for installation of meter box , excluding grass (seeding, sodding or hydro-mulch paid separately) 12) Clean-up 13) Cleaning 14) Disinfection 15) Testing 4 . Private Water Service Relocation a . Measurement 1) Measurement for this Item shall be per linear foot of Private Service relocation complete in place from the meter box to a connection to the existing service line on private property. b. Payment I) The work performed in conjunction with Private Service Line installation where the meter and meter boxes are moved more than 5 feet in any direction from centerline of existing meter location and materials furnished in accordance with the Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Private Water Service" performed for : a) Various service sizes c . The price bid shall include: 1) Obtaining appropriate permit 2) Obtaining Right of Entry 3) Submitting product data 4) Private service line 5) Fittings 6) Backflow preventer, check valve , and isolation valve relocation, if applicable 7) Connection to existing private service line 8) Pavement removal and replacement 9) Excavation 10) Hauling 11 ) Disposal of excess material C ITY O F FORT WORTH NORTH SID E IV 24-INCH WATE R TRANSM ISS IO N MAIN , PHASE I B STAN DARD CONSTRUCT ION SPEC IFICATION DOCUMENTS C ity Proj ect No. 102687 Rev ise d Fe bruary 14 , 201 7 331210-4 WAT ER SERVICES I-INCH TO 2-INCH Page 4 of 17 12) Surface restoration, excluding grass (seeding, sodding or hydro-mulch paid separately) 13) Clean-up 14) Cleaning 15) Disinfection 16) Testing 1.3 REFERENCES A. Definitions I. New Service a. Installation of new I-inch to 2-inch Water Service Line by open cut construction from the water main to the right-of-way, including corporation stop, curb stop , fittings and water meter boxes complete in place, as shown on the Drawings. 2. New Service (Bored) a. Installation of new I-inch to 2-inch Water Service Line by trench less construction method from the water main to the right-of-way, including corporation stop , curb stop, fittings and water meter boxes complete in place, as shown on the Drawings. 3 . Meter Service Reconnection a. Relocation and reconnection of the private service line from an existing meter to be abandoned and a new meter installed that lies within 5 feet of the existing meter. 4. Private Service Relocation a. Relocation and reconnection of private service line behind the water meter where the existing meter to be abandoned and the new meter installed is greater than 5 feet of the existing meter. A licensed plumber is required to relocate the private service. 5. Lead-free a. Lead-free pipes and plumbing fittings and fixtures shall contain less than 0.25 percent lead in accordance with the reduction of Lead in Drinking Water Act (P .L. 111-380). B. Reference Standards I. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. A48, Standard Specification for Gray Iron Castings. b . A536 , Standard Specification for Ductile Iron Castings. c. B88, Standard Specification for Seamless Copper Water Tube . d . B98, Standard Specification for Copper-Silicon Alloy Rod, Bar and Shapes . e . C 131, Standard Specification for Resistance to Degradation of Small-Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. f. C 150, Standard Specification for Portland Cement. g. C330 , Standard Specification for Lightweight Aggregates for Structural Concrete. h. C857 (RL), Standard Practice for Minimum Structural Design Loading for Underground Precast Concrete Utility Structures CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN , PHASE 18 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No . I 02687 Revised February 14 , 2017 33 12 10 -5 WAT E R S E RVI CES I-INCH TO 2-INC H Page 5 of 17 1. D883, Standard Terminology Relating to Plastics . J. 01693 , Standard Test Method for Environmental Stress-Cracking of Ethylene Plastics 3. American Water Works Association (AWWA): a. C700, Cold-Water Meters -Displacement Type, Bronze Main Case. b. C800, Underground Service Line Valves and Fittings. 4. NSF International (NSF): a. 61 , Drinking Water System Components -Health Effects. 5. Reduction of Lead in Drinking Water Act a. Public Law 111-380 (P.L. 111-380) 6. General Services Administration (GSA): a . RR-F-621 E, Frames, Covers, Gratings , Steps, Sump and Catch Basin , Manhole 1.4 ADMINISTRATIVE REQUIREMENTS A . Scheduling 1. Provide advance notice for service interruptions and meet requirements of Division 0 and Division 1. 1.5 SUBMITT ALS A . Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITT ALS/INFORMATIONAL SUBMITTALS A. Product Data, if applicable: 1. Tapping Saddle 2. Corporation stop 3. Curb Stop 4. Service Line 5. Meter Box 6 . Meter Box Lid B. Certificates and Test Reports I . Prior to shipment of any Water Service components, the manufacturer shall submit the following : a . A Certificate of Adequacy of Design stating that the components to be furnished comply with all regulatory requirements identified in this Section including: 1) The Reduction of Lead in Drinking Water Act (P.L. 111-380) 2) AWWAC800 3) NSF 61 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A . Qualifications C ITY OF FORT WORTH NORTHS ID E IV 24-INCH WAT E R TRANSMIS SION MAIN , PHA SE I B ST AND ARD CONSTRUCTION SPEC IFICATION DOCUMENTS C ity Project No . I 02687 Revised Fe bruary 14 , 2017 I . Manufacturers 331210-6 WATE R S ER VI C ES I-INC H TO 2-INCH Page 6 o f 17 a. Water Services shall meet or exceed the latest revisions of A WWA C800 , NSF 61 , the Reduction of Lead in Drinking Water Act and shall meet or exceed the requirements of this Specification . 1.10 DELIVERY, STORAGE, AND HANDLING A . Storage and Handling Requirements 1. Protect all parts such that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. 2. Protect all equipment and parts against any damage during a prolonged period at the site . 3. Prevent plastic and similar brittle items from being directly ex posed to sunlight or extremes in temperature. 4 . Secure and maintain a location to store the material in accordance with Section 01 66 00 . 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 -PRODUCTS 2.1 OWNER-FURNISHED PRODUCTS A. Water meters for variou s sizes 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on th e City 's Standard Products List will be considere d as shown in Section 01 60 00. a. The manufacturer must comply with thi s Specification and related Sections. 2 . An y product that is not listed on the Standard Products List is considered a s ubstitution and shall be submitted in accordance with Section 01 25 00 . 3 . The Water Services and appurtenances shall be new and the product of a manufacturer regularly engaged in the manufacturing of Water Services and appurtenances having s imilar service and s ize . B. Des cription I. Regulatory Requirements a. All materials shall conform to the Reduction of Lead in Drinking Water Act (P.L. 111-380). This Act defines "Lead-free" for pipes and other appurtenances to be less than 0.25 percent lead. b. Water Service s shall m eet or ex cee d the latest revi s ion s of A WW A C800 and shall meet or exceed th e requirements of this Specification . c. All Water Service s compone nt s in contact with potable w ater shall conform to th e requirements of NSF 61 . C. Material s/Des ign Criteria C ITY OF FORT WO RT H NO RTHS ID E IV 24-INCH WAT E R TRANSM ISS ION MAIN , PH AS E 18 STAN DARD CONSTR UCT ION S PEC IFICATION DOCUM E NT S City Proj ect No . 1026 87 Rev ise d Fe bru ary 14 , 20 17 331210-7 WAT ER SERVJC ES I-INCH TO 2-INCH Page 7 of 17 1. Service Lines a. Provide Type K Copper Tubing per ASTM B88. b. Furnish in the annealed conditions, unless otherwise specified in the Contract Documents. 2 . Service Couplings a. Fitting Ends I) Flared Copper Tubing with thread dimensions per A WW A C800 2) Provide coupling nuts with a machined bearing skirt of a length equal to the tubing outer diameter (O .D.). b. Provide with hexagonal wrench grip compatible with the coupling size. c. Provide lead-free service couplings in accordance with the Reduction of Lead in Drinking Water Act. 3. Corporation stops a. Provide brass castings per A WW A C800 for: 1) Bodies 2) Plugs 3) D washers 4) Bottom nuts b . Machining and Finishing of Surfaces 1) Provide I ¾ inch per foot or 0.1458 inch per inch± 0 .007 inch per inch taper of the seating surfaces for the key and body . 2) Reduce large end of the tapered surface of the key in diameter by chamfer or turning for a distance that will bring the largest end of the seating surface of the key into the largest diameter of the seating surface of the body. 3) Relieve taper seat in the body on the small end. 4) Extend small end of the key there-through to prevent the wearing of a shoulder and facilitate proper seating of key . 5) Design key, key nut and washer such that if the key nut is tightened to failure point, the stem end of the key shall not fracture. 6) Design nut and stem to withstand a turning force on the nut of at least 3 times the necessary effort to properly seat the key without failure in any manner. 7) Port through corporation stop shall be full size to eliminate turbulence in the flow way. 8) Design stop for rotation about the axis of the flow passageway inside the following minimum circles in order to properly clear the tapping machine: a) Two 7/8-inch for I-inch corporation stops b) Four 15/16-inch for I ½-inch and 2-inch corporation stops c . Provide lead-free corporation stops in accordance with the Reduction of Lead in Drinking Water Act. 4. Curb Stops a. Provide brass castings per A WWA C800. b . Valve plugs shall be: I) Cylinder type 2) Plug type, or 3) Ball type c . Incorporate full flow porting. d. Provide for full 360 degree plug rotation clockwise or counter-clockwise. e. Overall Length C ITY OF FORT WORTH NORTHSID E IV 24-INCH WAT ER TRANSMISSION MAJN , PHAS E 18 ST AND ARD CONSTRUCTION SPECIFI C AT IO N DOC UMENTS City Project No . I 02687 Revi sed February 14 , 2017 33 12 10 - 8 WAT E R SE RVI CES I-INCH TO 2-INCH Page 8 of 17 1) 3-5/16 inch ± 1 /8 inch for I-inch diameter 2) 4-1/32 inch± 9.32 for I-inch diameter f . Cylindrical Plug Type I) Provide O-ring seal at top and bottom . a) O-ring at top only is acceptable if bottom of curb stop body is closed. 2) Seals shall be Buna N. 3) 1 O-ring seal shall surround the outlet port of the curb stop and act to effectively seal in the closed position. 4) The port in the plug shall provide a straight through , full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas . 6) Design the curb stop to provide ease and accuracy of operation and positive shut-off of water. g. Tapered Plug Type 1) Provide O-ring seal at top and bottom. 2) The tapered plug and cylindrical recess in the valve body shall be machined to match within approved manufacturing tolerances . 3) Inlet and outlet ports shall be sealed by O-rings or combination Teflon U- shaped seal rings backed with O-rings. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas. 6) Design the curb stop to provide ease and accuracy of operation and positive shut-off of water. h. Ball Plug Type I) Provide double O-ring seals on the stem . 2) The ball shall seal against rubber rings mounted in the valve body at the inlet and outlet ports . 3) The ball shall be bronze with a smooth Teflon coating. 4) The port in the plug shall provide a straight through, full size flow way , so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas . 1. Provide lead-free curb stops in accordance with the Reduction of Lead in Drinking Water Act. 5. Straight Adapters a. Brass castings and threads per A WW A C800 b . Provide lead-free straight adapters in accordance with the Reduction of Lead in Drinking Water Act. 6. Three Part Copper Unions a . Brass castings and threads per A WW A C800 b. Provide lead-free Three Part Copper Unions in accordance with the Reduction of Lead in Drinking Water Act. 7. Straight Meter Couplings a. Brass castings per A WW A C800 b . Threads per A WW A C700 c. Tailpiece with outside iron pipe thread d . Chamfer corners on threaded end of meter nut. e . Machine inside and outside of tailpiece . C ITY OF FORT WORTH NORTHS ID E IV 24-INCH WAT E R TRANSMISSION MAIN , PHASE I B ST AND ARD CONST RUCT IO N SPEC IFICAT ION DOCUM ENTS City Project No. I 02687 Rev ised Fe bruary 14 , 20 17 331210-9 WAT ER SER VIC ES I-INCH TO 2-INCH Page 9 of 17 f. Provide lead-free Straight Meter Couplings in accordance with the Reduction of Lead in Drinking Water Act. 8. Branch Connections a. Brass castings per A WW A C800 b. Inlet and outlet connections per A WW A C800 c. Provide lead-free branch connections in accordance with the Reduction of Lead in Drinking Water Act. 9. Service Saddles a . Castings 1) Brass or Nylon coated ductile iron castings per A WW A C800 2) Free of porosity with sharp edges removed 3) Saddle a) Form to fit firmly against side of maximum diameter of water main with approximately 180 degrees wrap around. 4) Outlet a) Design outlet boss for no thread distortion by bending moments. b) Tapped for taper threaded corporation stop conforming to A WWA C800. b . Straps 1) Conform to ASTM 898. 2) Form flat to fit uniformly against the wall of the water main. 3) Shall be double straps 4) Rod diameter not less than 5/8 inch flattened to l inch on one side. 5) Straps shall be threaded 5/8 inch (l l-NC-2A) for a distance such that ½ inch remains after clamp is fully tightened on the pipe. 6) Chamfer strap ends to protect the starting threads. 7) The threads shall be full and free from shear. 8) 4-inch and larger pipe shall be in accordance with Section 33 12 25. c. Nuts 1) Bronze material a) Same material as straps 2) Dimensions equal to or larger than heavy hexagon nuts 3) Tapped 5/8 inch (11-NC-2B) d. Gaskets I) Neoprene rubber material 2) Cemented to saddle and positioned to facilitate installation 10. Brass Flanged Angle Valve a. For 1 ½-inch and 2-inch services b. Brass castings per A WW A C800 c. Valve Body with integral outlet flange and inlet wrenching flat d. Fit together key and body by turning key and reaming body 1) Key with O-ring seal seat at the upper end 2) Lap key and body seat are to conform to corporation stop requirements of this Specification. 3) The outlet flange shall contain an O-ring seat or a uniform flat drop-in flange gasket surface. 4) Drop-in flange gasket surface shall contain gasket retaining grooves milled circular about the axis of the flange. CITY OF FORT WORTH NORTHSID E IV 24-INCH WAT ER TRANSMJSSION MAIN , PHASE I B ST AND ARD CONSTRUCTION SP ECIFICATION DOC UMENT S City Project No . I 02687 Revised February 14 , 2017 33 12 10 - 10 WATE R SERVI CES I-INC H TO 2-INCH Page 10ofl7 5) The size of the outlet flange and the diameter and spacing of the bolt holes shall conform to A WW A C700. 6) The flange on 2-inch angle valves shall be double drilled to permit connection to 1 ½ -inch meters . 7) The inlet port of the valve shall be tapered to conform to A WW A C800 taper pipe thread . 8) The key cap shall include a wrenching tee marked with a raised or recessed arrow to show whether the valve is open or closed . 9) Valve Assembly (main body, key, key cap) a) Brass material per A WW A C800 b) O-ring seal on the top of the key between the key and body seat c) Key cap shall complete the assembly by attaching to the key by means of a strong bronze pin with phosphor bronze spring washer(s) depressed between the key cap and the top of the valve main body. d) Provide with padlock wings for locking the valve in the closed position . e) There shall be a uniform application of cold water valve grease between the body and the key . f) The valve shall be capable of being easily opened and stopping lugs. g) The waterway through the valve shall be smooth and rounded for minimum pressure loss , and shall be free of burrs or fins . h) The valve shall be strong, well designed, neat in appearance, water- tight and entirely adequate for the intended purpose. i) Provide with either a high quality rubber drop-in gasket or an O-ring seal depending on the manufacturer's flange seal surface design choice . e . Provide lead-free brass flanged angle valves in accordance with the Reduction of Lead in Drinking Water Act. 11. Meter Boxes shall : a. Be constructed of: 1) Polymer, black poly ethylene material as defined in ASTM 0883 . a) Minimum wall thickness of 3/8-inch throughout with no blowing agents or foaming plastics b) Body shall be black throughout, blended at the time of manufacture, and shall have a molded recycled emblem with a minimum of 35 percent Post Industrial/ Pre Consumer Recycled Content-verified with a Leed Product Documentation . c) Have a tensile strength greater than 1700 pounds per square inch (psi). d) Smooth edges and comers and be free from sharp edges so the unit can be handled safely without gloves. e) Exterior free from seams or parting lines . f) Have crush resistant ribbing along the outside of the box. g) Have a flange around the lid opening to help prevent settling and aide in adjustment to grade . h) Not to be installed in roadway -designed to withstand loading in non- deliberate and incidental traffic only. 2) Concrete a) Frame of No . 6 gauge wire welded closed b) Type I or Type II Portland cement, in accordance with ASTM C 150, portioned with lightweight aggregate, in accordance with ASTM C330 (I) Percentage of wear not to exceed 40 per ASTM C 13 1 (2) Minimum 28 day compressive strength of 3 ,000 psi C IT Y OF FO RT WO RT H NO RT HS ID E IV 24-INC H WATE R T RANS MI SS ION MA IN , PHASE I B ST AN D ARD CO NST RUCT ION S PEC IFI CATION DOCU M ENTS C ity Proj ect No. I 02687 Rev ised February 14 , 20 17 33 12 10 -11 WA TE R SER VI CES 1-fN C H TO 2-fNC H Page 11 of 17 b. Be able to withstand a minimum 15 ,000 pounds vertical load c. Withstand a minimum 400 pounds sidewall load. d. Have pipe holes measuring a minimum of 2-1/2" x 3-1/4". e. I-inch Standard Meter Box (Class A) I) For use with services utilizing 5/8-inch x ¾-inch, ¾-inch or I-inch meter Single or Dual service meter. 2) Polymer a) Size: working of not less than 10 inches x 16 inches , 12 inches high 3) Concrete a) Size: working area not less than I 0-inches x 16-inches, 12 inches high f . 2-inch Standard Meter Box (Class C) l) For use with services utilizing 1-1/2-inch or 2-inch Single service meter . 2) Polymer a) Size: working area not less than 14-inches x 28-inches, 12 inches high 3) Concrete a) Size: working area not less than 15-inches x 26-1/2-inches , 12 inches high g . Bullhead Standard Meter Box (Class B) I) For use with services utilizing two 5/8-inch x ¾-inch or ¾-inch or I-inch Single service meter. 2) Pol ymer a) Size: working area not less than 15-inches x 18-inches, 12 inches high 3) Concrete a) Si z e : working area not less than 15-inches x 18-inches, 12 inches high 12. Meter Box Lid a . Meter Box Lids Shall : 1) Be solid throughout with reinforcing ribs . 2) Have City of Fort Worth 'Molly' logo molded into the lid . 3) Bear the Manufacturer 's IS (name or logo) and Country of Origin . 4) Be designed both with and without AMI receptacles 5) Have a molded tread-plate 6) Seat securely and evenly inside the meter box and shall not overlap the top edge of the meter box. 7) Have a molded pick bar for use by meter reading tool. 8) Have Automated Meter Infrastructure (AMI) snap locking slide mounts for number of meters/endpoints associated with meter bo x 9) Have an opening to accept the AMI end-point. Opening shall accommodate an endpoint with a 1-7 /8 inches diameter. I 0) Have recessed AMI end point area, to alleviate a trip hazard , centered over AMI slide mount. Reces s area should be 4-1/2 inches in diameter and 3/8" deep. 11) Have built-in anti-flotation devices. b . Cast Iron or Ductile Iron I) Lids for Concrete Meter Boxes shall be constructed out of a cast iron and meet RRF-621 specification . 2) Shall withstand a minimum vertical load of 15 ,000 pound s 3) Coat castings with a bituminous emulsified asphalt unless otherwise specified in the Contract Documents , ground smooth , and cleaned w ith shot blasting, to get a uniform quality free from strength defects and distortions. C ITY OF FORT WO RTH NO RTHS ID E IV 24-fNC H WATE R TRANS MI SS ION MAfN , PHASE I B STAN DARD CONST RUCT ION S PEC IFICATION DOCUM ENTS C ity Proj ect No . 102687 Revise d Fe bru ary 14 ,20 17 33 1210-12 WATE R SERVI CES I-INCH TO 2-INCH Page 12ofl7 4) Dimensions shall be within industry standards of± 1/16 inch per foot. 5) Shall have a plug inserted in to the AMI receptacle to avoid water entering through opening until the AMI receptacle is used 6) Be a minimum of 1-3/4 inches thick at reinforcing ribs. 7) Casting weights may vary ±5 percent from drawing weight per industry standards. c. Plastic(Composite) I) The lid shall : a) Constructed of Engineered Plastic as defined in ASTM D883 (1) Have a molded recycled emblem with a minimum of 50 percent Post Consumer Recycled and 50 percent Post Industrial/ Pre Consumer Recycled Content-verified with a Leed Product Documentation . (2) Be designed to fit a concrete box/cast iron box in retrofit installations. (3) Have a tensile strength greater than 1700 psi. (4) Have a 'knock-out" plug to accept the AMI end-point. Knock-out diameter shall be 1-7 /8 inch diameter. A removable plug may be substituted for the knock-out plug. (5) Be constructed out of a composite material blend for maximum durability and corrosion resistance. (6) Be black throughout with no blowing agents or foaming plastics (7) Smooth edges and comers and be free from sharp edges so the unit can be handled safely without gloves . (8) Exterior free from seams or parting lines. (9) Have a molded tread-pattern-tread dimensions shall be .188-inch x .938-inch x .150-inch deep . (10) Have "City of Fort Worth" molded into the lid. (11) Have "Water Meter" molded into the lid-Font shall be standard Fadal CNC font with I -inch characters x .150-inch deep. ( 12) Have a molded pick hole pocket-dimensions shall be 3-inch x 9/16 -inch x Thru Hole with 3/16-inch 304 stainless steel rod. (13) Have 2 pieces of ½-inch rebar located in lid pockets for locatability as shown in Drawings. (14) Have location capability using metal detector. b) Domestic Manufacture Only-Made in USA molded on Lid. c) Not t o be installed in roadway or parking area d) Be designed to withstand H-10 loading for non-deliberate and incidental traffic only as . e) Have ultraviolet protection . 2) I-inch Standard Plastic Meter Box Lid (Class A) a) For use with services utilizing 5/8-inch x ¾-inch, ¾-inch or I-inch meter Single or Dual service meter. b) Size: 11-7/8-inch x 17-7/8-inch, 1-1/2 inches high c) For use with Class A Standard Meter Box. d) Polymer lid shall seat evenly inside meter box and shall not overlap the top edge of the meter box . 3) 2-inch Standard Plastic Meter Box Lid (Class C) a) For use with services utilizing 1-1/2-inch o.r 2-inch Single service meter. C ITY OF FORT WORTH NORT HSID E IV 24-INCH WATER TRANSM ISSION MAIN, PHASE I 8 STANDARD CONST RUCTION SPECIFICATION DOCUMENTS City Project No. 102687 Revised February 14 , 2017 33 12 10 -13 WAT ER SERVICES I -INCH TO 2-INC H Page 13 of 17 b) Size 27-inches x 15-1/4-inches, 1-7/8 inches high c) For use with Class C Standard Meter Box. d) Polymer lid shall seat evenly inside meter box and shall not overlap the top edge of the meter box. 4) Bullhead Standard Plastic Meter Box Lid (Class B) a) For use with services utilizing two 5/8-inch x ¾-inch or ¾-inch or I- inch Single service meter: b) Size: 16-5/8-inch x 14-5/8-inch, 1-3/4 inches high c) For use with Class B Standard Meter Box. d) Polymer lid shall seat evenly inside meter box and shall not overlap the top edge of the meter box. 13. Horizontal Check Valve a. Equip I ½-inch and 2-inch Water Services with a horizontal check valve , with pipe plug , only if specified in the Drawings. b. If an existing backflow preventer is present, the Contractor is to leave it , and is not required to provide an additional horizontal check valve. c . Provide lead-free horizontal check valves in accordance with the Reduction of Lead in Drinking Water Act . 14. Service Marker a. 3 inch wide, 5 mil blue vinyl tape 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections I . At the City 's option, the manufacturer shall be required to provide certification records showing conformance of materials, design and testing to these Specifications. 2 . The test procedures shall conform to A WW A C800. a. In the event that a chosen valve fails the City's hydrostatic test, the cost of the test shall be at the expense of the supplier. b . Proof testing of the remainder of the valves shall be at the cost and responsibility of the supplier. c . These tests will be the basis of acceptance or rejection of the remainder of the shipment by the City . 3. The City reserves the right to select products at random for testing. The failure of materials to conform to the applicable Specification may result in the rejection of the entire shipment. B. Marking 1. Service saddle castings shall be clearly marked by letters and numerals cast thereon showing: a . Manufacturer 's name b . Type c . Size of Pipe C ITY OF FO RT WORTH NORTHSIDE IV 24-INCH WA TE R TRANSMI SS ION MAIN , PHAS E 18 STANDARD CONST RUCTION SPECIF ICATION DOCUMENTS City Project No . I 02687 Rev ise d February 14 , 20 I 7 33 12 10 -14 WATE R SER VIC ES I -INCH TO 2-INCH PART 3 -EXECUTION 3.1 INSTALLERS Page 14ofl7 A. A licensed plumber is required for installations on the outlet side of the service meter. 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install Water Services and appurtenances in accordance with A WW A C800. 2. Install Water Service Lines 5 feet north or east of center of lot frontage on lots 75 feet or wider, or where shown on Drawings. 3. Install Water Service Lines on lot center line on lots less than 75 feet wide, unless otherwise shown on the Drawings. 4 . Install services at a minimum depth of 36 inches below final grade/proposed top of curb, unless otherwise specified in the Contract Documents . 5 . Perform leak tests in accordance with Section 33 04 40. 6 . Replace existing ¾-inch Service Lines with I -inch new Service Line , tap , and corporation. 7. Install replaced or relocated services with the service main tap and service line being in line with the service meter , unless otherwise directed by the City. 8. Excavate, embed and backfill trenches in accordance with Section 33 05 10 . B. Handling I . Haul and distribute Service Lines fittings at the project site and handle with care to avoid damage . a. Inspect each segment of Service Line and reject or repair any damaged pipe prior to lowering into the trench. b. Do not handle the pipe in such a way that will damage the pipe. 2. At the close of each operating day : a. Keep the pipe clean and free of debris , dirt, animals and trash -during and after the laying operation. b . Effectively seal the open end of the pipe using a gasketed night cap . C . Service Line Installation 1. Service Taps a . Only ductile iron pipe may be directly tapped. b . Install service taps and/or tap assemblies of the specified size as indicated on the Drawings , or as specified by the Engineer. c. Perform taps on a water system that is either uncharged or under pressure . d . Taps consist of: I) For Concrete Pres sure Pipe or Steel Pipe a) Standard internal pipe threaded holes in the pipe walls (I) Made during pipe fabrication (2) Provide tapered threaded outlet with cc threads for up to 2-inch. C ITY OF FO RT WORTH NO RTHS ID E IV 24-INC H WAT E R TRANSM ISSION MAIN , PH ASE I B ST AND ARD C ONSTRUC TION S PEC IFICATION DOCUMENTS C ity Project No. I 02687 Revised Fe bruary 14 , 2017 33 12 10 -15 WAT ER SERVIC ES I -INCH TO 2-INCH Page 15 of 17 (3) Provide flange outlet with flange to thread insulator adaptor kits for 4-inch and larger taps . 2) Other pipe materials a) Bronze service clamp with a sealed, threaded port through which the pipe wall is drilled to complete a service port e . Tap Assemblies 1) Consist of corporation stop with iron to copper connection attached to: a) Copper tubing terminating as shown on the City's Standard Detail b) May be required adjacent to gate valves c) Install as shown on the Drawings, or as directed by the Engineer. d) When required , shall be included in the unit price bid for installing gate valve. 2) Chlorination and testing purposes a) No separate payment will be made for taps required for testing and chlorination. 2. Installation of Water Services a. Install tap and Service Line in accordance with City Details. b. Install meter box in accordance with City Details. 1) Adjustment of the Service Line to proper meter placement height shall be considered as part of the Meter Box installation. 3. Trenching a. Provide a trench width sufficiently wide to allow for 2 inches of granular embedment on either side of the Service Line. 4. Bored Services a. Services shall be bored utilizing a pilot hole having a diameter ½ inch to ¾ inches larger than the Service Line. 5. Arrangement a . Arrange corporation stops, branches, curb stops, meter spuds, meter boxes and other associate appurtenances as shown in the City Detail, and to the approval of the Engineer. 6. Service Marker a. When Meter Box is not installed immediately subsequent to service installation: I) Mark Curb Stop with a strip of blue vinyl tape fastened to the end of the service and extending through the backfill approximately 6 inches above ground at the Meter Box location . b . Installation of service taps only: 1) Attach service marker tape to the corporation stop or plug and extend upward and normal to the main through the backfill at the adjacent trench edge to at least 6 inches above ground to flag the tap location . 7 . Corporation stops a. Fully open corporation stop prior to backfill. D. Removal of Existing Water Meters 1. Remove, tag and collect existing Water Service meter for pickup by the City for reconditioning or replacement. 2. After installation of the Water Service in the proposed location and receipt of a meter from the City inspector, install the meter . C ITY OF FORT WORTH NORTHSIDE IV 24-INCH WAT ER TRANSMISSION MAIN , PHAS E I 8 ST AND ARD CONSTRUCTION SP ECIFICA Tl ON DOCUMENTS City Project No . 102687 Revised February 14 , 20 I 7 33 12 10-16 WAT ER SERVIC ES I -I NC H TO 2 -INCH Page 16ofl7 3 . Reset the meter bo x as necessary to be flush with ex isting ground or as otherwise directed by the C ity . 4 . All such work on the outlet si de of the service meter shall be performed by a licensed plumber. 3.5 REPAIR I RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD (oR] SITE QUALITY CONTROL A. F ie ld T e sts and inspection s I . C he ck each Water Service in stallation for leaks and full flo w throu gh th e curb stop at th e time th e main is test ed in accordance w ith Section 3 3 04 40 . 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION C ITY O F FO RT WORTH NO RT HSID E IV 24 -INCH WAT ER TRANSMISS ION MAIN , PHAS E I B STANDARD CONST R UCT ION SP EC IFICATION DOCUM ENTS C ity Proj ect No. 10268 7 Rev ise d Fe bru ary 14 , 20 17 DATE NAME 12/20/2012 D. Johnson 2/13 /2013 F. Griffin 4/26/2013 F. Griffin 6/19/2013 D. Johnson 11 /21 /2016 W. Norwood 11 /21 /2016 W. Norwood 2/14/17 W . Norwood 2/14/17 W . Norwood 331210-17 WATER SER VICES I-INCH TO 2-INCH Page 17 of 17 Revision Log SUMMARY OF CHANGE Added Blue Text for clarification 1.2 A. -Revision to items included in price bid Specification modified to be in accordance with the Reduction of Lead in Drinking Water Act -All materials shall be lead free in accordance with this Act. 1.2 .A.3 -Water Meter Service Relocate was renamed Water Meter Service Reconnect 1.6.8. -added certification submittals for compliance with regulatory requirements Added the phrase ', including grass' to lines ; Part I , 1.2 .A.l.c.14 , Part!, 1.2 .A .2 .c.13 , Part I , l.2.A.2.c.13 , Part 1,1.2 .A.3 .c .l l , Part!, 1.2 .A.4.c. l l Added the phrase 'and replacement' to line Part I , 1.2.A.4.c.7 Revised lines with 'including grass' replacing with 'excluding grass (seeding, sodding or hydromulching paid separately)' Included in Part I, 1.2, A, I , c, 14 ; Part I , 1.2 , A, 2, c, 13 ; Part I , 1.2 , A , 3, c, 11 ; Part I , 1.2 , A, 4, 2, 11 1.2.A.4 .c -Addition of private water service appurtenances relocation to being included in the linear foot price oforivate water services Require meter box suitable for AMI meter. 2 .2,C, 11 & 2 .2,C, I 2 Require service saddle with double straps . 2.2 ,C,9,b 2.2, C, 9.a.3 Remove table "Fit Contour ofpipe ... " 3.4, C, l .d.(2) Remove nylon s leeve inserts, require cc threads. C ITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN , PHASE 18 STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS City Project No. 102687 Revi se d February 14 , 2017 33 12 20 - I RESILIENT SEA TED (WEDGE) GATE VAL VE Page I of 10 1 SECTION 33 12 20 2 RESILIENT SEA TED (WEDGE) GA TE VAL VE 3 PART 1 -GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Resilient Seated (Wedge) Gate Valves 4-inch through 48-inch for use with potable 7 water mains 8 a. 24-inch and larger valves may require an integral bypass 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C . Related Specification Sections include, but are not necessarily limited to : 12 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the 13 Contract 14 2. Division 1 -General Requirements 15 3. Section 33 11 05 -Bolts, Nuts, and Gaskets 16 4. Section 33 11 l 0 -Ductile Iron Pipe 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Gate Valve 20 a. Measurement 21 l) Measurement for this Item shall be per each . 22 b. Payment 23 l) The work performed and the materials furnished in accordance with this 24 Item shall be paid for at the unit price bid per each "Gate Valve" installed 25 for: 26 a) Various sizes 27 c . The price bid shall include: 28 1) Furnishing and installing Gate Valves with connections as specified in the 29 Drawings 30 2) Valve box 31 3) Extension 32 4) Extensions for valves in vaults 33 5) Valve vault and appurtenances (for 16-inch and larger gate valves) 34 6) Petrolatum tape for connections to steel flanges 35 7) 2-inch risers (for 16-inch and larger gate valves) 36 8) Isolation kits when installed with flanged connections 37 9) Polyethylene encasement 38 10) Pavement removal 39 11) Excavation 40 12) Hauling CITY OF FORT WORTH NORTHSIDE IV 24-INCH WAT ER TRANSMISSION MAIN , PHAS E 18 STANDARD CONSTRUCTION SPECIFICATION DOCUM EN TS City Project No. 102687 Revised May 6, 2015 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 35 36 37 38 39 33 12 20 - 2 RESILI E T SEAT ED (W EDGE) GAT E VAL VE Page 2 o f 10 13) Disposal of excess material 14) Furnishing, placement and compaction of embedment 15) Furnishing, placement and compaction of backfill 16) Clean-up 17) Cleaning 18) Disinfection 19) Testing 2. Cut-in Gate Valve a . Measurement I) Measurement for this [tern shall be per each . b. Payment l) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Cut-in Gate Valve" installed for : a) Various sizes c. The price bid shall include: 1) Furnishing and installing Gate Valves with connections as specified in the Drawings 2) System dewatering 3) Connections to existing pipe materials 4) Valve box 5) Extension 6) Extensions for valves in vaults 7) Valve vault and appurtenances (for 16-inch and larger gate valves) 8) Petrolatum tape for connections to steel flanges 9) 2-inch risers (for 16-inch and larger gate valves) I 0) Isolation kits when installed with flanged connections 11) Valve vault and appurtenances (for 16-inch and larger gate valves) 12) Polyethylene encasement 13) Pavement removal 14) Excavation 15) Hauling 16) Disposal of excess material 17) Furnishing, placement and compaction of embedment 18) Furnishing, placement and compaction of backfill 19) Clean-up 20) Cleaning 21) Disinfection 22) Testing 40 1.3 REFERENCES 41 A. Abbreviations and Acronyms 42 1. NRS -Non Rising Stem 43 2 . OS& Y -Outside Screw and Yoke 44 B. Reference Standards C IT Y O F FORT WORT H NORT HSID E IV 24-I NCH WATER T RANS MI SSI ON MAIN , PHA SE I B ST A ND ARD CONST RUCT ION SPEC IFICATIO N DOCU M ENTS C ity Project No . I 02687 Revi sed May 6, 201 5 33 12 20 -3 RESILIENT SEA T ED (W EDGE) GATE VAL VE Page 3 of 10 1 1. Reference standards cited in this Specification refer to the current reference 2 standard published at the time of the latest revision date logged at the end of this 3 Specification, unless a date is specifically cited. 4 2 . American Association of State Highway and Transportation Officials (AASHTO). 5 3. American Society of Mechanical Engineers (ASME): 6 a. B 16.1 , Gray Iron Pipe Flanges and Flanged Fittings (Classes 25 , I 25 , and 250). 7 4 . American Iron and Steel Institute (AISI). 8 5 . ASTM International (ASTM): 9 a. A48, Standard Specification for Gray Iron Castings. 10 b. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. 11 c. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi 12 Tensile Strength. 13 d. A536, Standard Specification for Ductile Iron Castings. 14 e. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 15 f. B633 , Standard Specification for Electrodeposited Coatings of Zinc on Iron and 16 Steel. 17 6. American Water Works Association (AWWA): 18 a. C509, Resilient-Seated Gate Valves for Water Supply Service. 19 b. C515 , Reduced-Wall , Resilient-Seated Gate Valves for Water Supply Service. 20 c. C550, Protective Interior Coatings for Valves and Hydrants. 21 d . C900, Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 IN 22 through 12 IN , for Water Transmission and Distribution. 23 7 . American Water Works Association/American National Standards Institute 24 (A WW A/ ANSI): 25 a. CI05/A21.5 , Polyethylene Encasement for Ductile-Iron Pipe Systems . 26 b. C 111/ A2 I . I I , Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and 27 Fittings . 28 c. C 115/ A21 . I 5, Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron 29 Threaded Flanges . 30 8. NSF International (NSF): 31 a . 61 , Drinking Water System Components -Health Effects. 32 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 33 1.5 SUBMITTALS 34 A. Submittals shall be in accordance with Section O I 33 00 . 35 B . All submittals shall be approved by the City prior to delivery . 36 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 37 A. Product Data 38 1. Resilient Seated (Wedge) Gate Valve noting the pressure rating and coating system 39 supplied, including: 40 a. Dimensions, weights, material list, and detailed drawings 41 b . Joint type 42 c . Maximum torque recommended by the manufacturer for the valve size 43 2 . Polyethylene encasement and tape C ITY OF FORT WORTH NO RTHS ID E IV 24-INCH WATE R TRANSMISSION MAIN , PHAS E 1B STAN DA RD CONST RUCTIO N SPECIFICATION DOCUMENTS C ity Project No. 102687 Revised May 6, 20 I 5 331220-4 RESILI ENT SEAT ED (W EDG E) GATE VALV E Page 4 o f 10 a. Whether the film is linear low density or high density cross linked polyethylene 2 b. The thickness of the film provided 3 3. Thrust Restraint, if required by contract Documents 4 a. Retainer glands 5 b . Thrust harnesses 6 c. Any other means 7 4. Instructions for field repair of fusion bonded epoxy coating 8 5. Gaskets 9 B. Certificates 10 1. Furnish an affidavit certifying that all Resilient Seated (Wedge) Gate Valves meet 11 the provisions of this Section, each valve meets Specifications, all inspections have 12 been made and that all tests have been performed in accordance with A WWA C509 13 or AWWA CSIS. 14 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. 15 3 . Furnish affidavit that Resilient Seated (Wedge) Gate Valve manufacturer has five 16 years experience manufacturing Resilient Seated Gate Valves of similar service and 17 size with experience record. 18 4. Furnish affidavit that Resilient Seated (Wedge) Gate Valve manufacturer owns or 19 controls any foreign factory/foundry that supplies valve casings and can certify that 20 the Resilient Seated (Wedge) Gate Valve manufacturer is in control of quality 21 control at the foreign factory/foundry. 22 1.7 CLOSEOUT SUBMITTALS [NOT USED] 23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 24 1.9 QUALITY ASSURANCE 25 A. Qualifications 26 I . Manufacturers 27 a. Valves 16-inch and larger shall be the product of I manufacturer for each 28 project. 29 l) Change orders, specials and field changes may be provided by a different 30 manufacturer upon City approval. 3 I b. For valves less than 16-inch, valves of each size shall be the product of l 32 manufacturer, unless approved by the City. 33 I) Change orders, specials and field changes may be provided by a different 34 manufacturer upon City approval. 35 c. Valves shall meet or exceed A WW A C509 or A WW A CS 15. 36 d. For valves equipped with a bypass, the bypass valve must be of the same 37 manufacturer as the main valve . 38 e . Resilient Seated Gate Valves shall be new . 39 f. Resilient Seated Gate Valve Manufacturer shall not have less than 5 years of 40 successful e x perience manufacturing of Resilient Seated Gate Valves of similar 41 service and size, and indicated or demonstrate an experience record that is 42 satisfactory to the Engineer and City. This experience record will be thoroughly 43 investigated by the Engineer, and acceptance will be at the sole discretion of the 44 Engineer and City. C ITY OF FO RT WO RT H NO RTHS ID E IV 24-fNCH W ATER T RA NS MI SS IO N MA IN , PHASE 1B STAN DARD C ON ST RUCT ION SP EC IFIC AT IO N DOCU MENTS C ity Proj ect No . I 02687 Revise d May 6, 20 15 33 12 20 -5 RE SILI EN T SEA T ED (W EDG E) GA T E VAL VE Page 5 o f 10 1 g. Casings for Resilient Seated Gate Valve, such as valve body, wedge , and 2 bypass; that are not manufactured within the United States of America, shall be 3 manufactured by factories/foundries that are owned or controlled (partial 4 ownership) such that the Resilient Seated Gate Valve Manufacturer can control 5 and guarantee quality at the foreign factory/foundry. 6 1.10 DELIVERY, STORAGE, AND HANDLING 7 A . Storage and Handling Requirements 8 1. Protect all parts so that no damage or deterioration will occur during a prolonged 9 delay from the time of shipment until installation is completed and the units and 10 equipment are ready for operation . 11 2. Protect all equipment and parts against any damage during a prolonged period at the 12 site. 13 3. Protect the fini shed surfaces of all exposed flanges by wooden blank flanges , 14 strongly built and securely bolted thereto. 15 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 16 5. Prev ent plastic and similar brittle items from being directly exposed to sunlight or 17 extremes in temperature . 18 6 . Secure and maintain a location to store the material in accordance with Section O 1 19 66 00. 20 1.11 FIELD [SITE] CONDITIONS [NOT USED] 21 1.12 WARRANTY 22 A . Manufacturer Warranty 23 1. Manufacturer 's Warranty shall b e in accordance with Div ision 1. 24 PART 2 -PRODUCTS 25 2.1 OWNER-FURNISHED (oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 26 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 27 A. Manufacturers 28 1. Only the manufacturers as listed on th e City 's Standard Products List will be 29 considered as shown in Section 0 1 60 00 . 30 a . The manufacturer must comply with this Specification and related Section s . 3 1 2. Any product that is not listed on the Standard Products List is considered a 32 substitution and shall be s ubmitted in accordance with Section O 1 25 00. 33 B. Description 34 I. Regulatory Requirements 35 a . Valves shall be new and meet or exceed A WW A C509 or A WW A C5 l 5 and 36 shall meet or exceed the requirements of this Specification . 37 b. All val ve components in contact with potable water shall conform to the 38 requirements of NSF 61 . 39 C . Material s C ITY OF FO RT WO RTH NORTHSIDE IV 24-I NC H WATE R TRANSMI SS ION MAIN , PHASE I B STAN DARD CONSTR UCT ION S PEC IFICATION DOCU M ENTS C ity Proj ect No. 1026 87 Revise d May 6, 20 15 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 35 36 37 38 39 40 41 42 43 44 45 46 47 48 331220-6 RESILI E NT S EATE D (W E DGE) GAT E VALVE Page 6 of IO 1 . Valve Body a. Valve body: ductile iron per ASTM A536 b . Flanged ends : Furnish in accordance with AWWA/ANSI Cl 15/A21.15. c . Mechanical Joints : Furnish with outlets which conform to AWWA/ANSI C 111 / A2 I. 11. d. Valve interior and exterior surface s: fusion bonded epoxy coated, minimum 5 mils , meeting A WW A C550 requirements e . Buried valves: Provide with polyethylene encasement in accordance with AWWA/ANSI C105/A21.5. 1) Polyethylene encasement: Furnish in accordance with Section 33 11 I 0. 2. Wedge (Gate) a. Resilient wedge: rated at 250 psig cold water working pressure b . The wedge (gate) for all valve sizes shall be 1 piece , fully encapsulated with a permanently bonded EPDM rubber . 3. By pass a . For gate valves using a double roller, track and scrapper system , an integrally cast bypass on the body of the valve is required0 I) Orient the bypass on the same side of the gate valve as the spur gear to allow operation of both valves from the manhole opening. 2) The bypass shall be a minimum 4-inch in size . 4 . Gate Valve Bolts and Nuts a . Bonnet, Stuffing Box and Gear Box -Hex head bolt, and hex nut: Steel ASTM A307 Gr. B, Zinc Plate per ASTM 8633 , SC3 for non-buried service (4-inch through 12-inch valves) or as specified in 2 .2 .C.4 .b . b . Hex head bolt and hex nut: AISI 304 stainless steel for buried service (all sizes) and for valves 16-inch through 36-inch (non-buried service) 5 . Bolts and Nuts a. Mechanical Joints a) Provide bolts and nuts in accordance with Section 33 11 05 . b. Flanged Ends I) Meet requirements of A WW A C 115 or A WW A C207 depending on pipe material. 2) Provide bolts and nuts in accordance with Section 33 11 05 . 3) Flanged isolation kits shall be provided when connecting to buried steel or concrete pressure pipe. Kits shall conform to Section 33 04 10. 6. Joints a. Valves: flanged , or mechanical-joint or any combination of these as specified on the Drawings or in the project Specifications 1) Flanged-joints: A WW Al ANSI C 115/ A21.l 5 , ASME B 16 .1, Class 125 a) Flange bolt circles and bolt holes shall match those of ASME B 16 .1, Class 125. b) Field fabricated flanges are prohibited. 2) Steel or concrete pressure pipe a) Use flange-joints unless otherwise specified in the Contract Documents . 3) Ductile Iron or PVC pressure pipe a) Use mechanical joints with mechanically restrained retainer glands unless otherwi se specified in the Contract Documents. C IT Y O F FO RT WORTH NO RT HS ID E IV 24 -I NCH WATER T RANSMI SS IO N MAIN , PHASE I B STAN DA RD CONSTR UCTION S PECIF ICATION DOCUMENTS C ity Proj ect No . I 02 687 Revise d May 6, 20 I S 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 33 12 20 -7 RES ILI EN T SEA TED (WE DG E) GA TE VAL VE Page 7 o f 10 7 . Operating Nuts a . Supply for buried service valves b. 1-15/16-inch square at the top, 2 -inch at the base, and 1-3/4-inch high c . Cast an arrow showing the direction of opening with the word "OPEN" on the operating nut base. d. To open , the operating nut shall be turned to the RIGHT (CLOCKWISE) direction. Nut shall be painted red per A WWA specifications e . Connect the operating nut to the shaft with a shear pin that prevents the nut from transferring torque to that shaft or the gear box that exceeds the manufacturer 's recommended torque. f. Furnish handwheel operators for non-buried service, or when shown in the Drawings. 8. Gearing a. Gate valves that are 24 inch and larger: Equip with a spur gear. b. Bevel gears for horizontally mounted valves are not allowed . c. The spur gear shall be designed and supplied by the manufacturer of the valve as an integral part of the gate valve. 9. Gaskets a . Provide gaskets in accordance with Section 33 11 05. 20 2.3 ACCESSORIES 21 A. All gate valves shall have the following accessories provided as part of the gate valve 22 installation: 23 1. A keyed solid extension stem of sufficient length to bring the operating nut up to 24 within l foot of the surface of the ground , when the operating nut on the gate valve 25 is 3 feet or more beneath the surface of the ground. Extension Stems are : 26 a . Not required on City stock orders 27 b. Not to be bolted or attached to the valve-operating nut 28 c . To be of cold rolled steel with a cross-sectional area of l square inch , fitting 29 loosely enough to allow deflection 30 2. Furnish joint components such as gaskets, glands, lubricant, bolts, and nuts in 31 sufficient quantity for assembly of each joint. 32 3. Cast Iron Valve Boxes: provide for buried service gate valves , cast iron valve 33 boxes and covers 34 a . Each valve box for 4-inch through 12-inch valves shall be 2-piece, 5 ¼-inch 35 shafts , screw type, consisting of a top section and a bottom section . 36 b. Valve boxes shall be as listed in the City of Fort Worth Standard Products List 37 in attached in Section 01 60 00. 38 c. Valve box covers shall be so designed that they can be easily removed to 39 provide access to valve operating nut. 40 d. Valve bo x covers must be designed to stay in position and resist damage under 41 AASHTO HS 20 traffic loads . 42 e . Each cover shall be casted with the word "WATER" or "RECLAIMED" in 43 44 45 46 raised letters on the upper surface. f. Cast iron valve boxes and covers shall conform to ASTM A48, Class 35B . I) Valve box covers shall be round for potable water applications and square for reclaimed water applications. C IT Y OF FO RT WORT H NO RT HSID E IV 24-INC H W ATE R T RANS MI SSIO N MAIN , PHA SE I B STAN DARD C ONSTR UC TIO N SPECIF ICATION DOCU MEN TS C ity Project No . 102687 Rev ise d Ma y 6, 2015 331220-8 RESILI ENT S EA TED (WEDGE) GA TE VAL VE Page 8 of 10 g. Box extension material shall be A WW A C900 PVC or ductile iron . 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART3-EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. General 9 1. All valves shall be installed in vertical position when utilized in normal pipeline 10 installation. 11 2. Valves shall be placed at line and grade as indicated on the Drawings. 12 3. Polyethylene encasement installation shall be in accordance with Section 33 11 10. 13 3.5 REPAIR/RESTORATION [NOT USED] 14 3.6 RE-INSTALLATION [NOT USED] 15 3.7 FIELD (oR] SITE QUALITY CONTROL 16 A. Field Inspections 17 1. Before acceptance of the installed valve , the City Field Operations Staff shall have 18 the opportunity to operate the valve. 19 2. The City shall be given the opportunity to inspect all buried flanges before they are 20 covered. 21 3. The Operator will be assessing the ease of access to the operating nut within the 22 valve box and ease of operating the valve from a fully closed to fully opened 23 position . 24 4. If access and operation of the valve meet the City's criteria, then the valve will be 25 accepted as installed . 26 B . Non-Conforming Work 27 1. If access and operation of the valve or its appurtenances does not meet the City's 28 criteria, the Contractor will remedy the situation until it meets the City's criteria, at 29 the Contractor's expense. CITY OF FORT WORTH NORTHSIDE IV 24-fNCH WA TER TRANSMISS ION MAfN , PHAS E 1B ST AND ARD CONSTRUCTION SPEC IFI CATIO N DOCUM ENT S C ity Project No. I 02687 Revised May 6, 2015 3.8 SYSTEM STARTUP [NOT USED) 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 33 12 20 -9 RES ILIENT SEATED (WEDGE) GA TE VAL VE Page 9 of 10 CITY OF FO RT WO RTH NORTHSIDE IV 24 -I NCH WATER TRANSMISS ION MAIN, PHAS E I B ST AND ARD CONSTRUCTION SP EC IFICATION DOCUMENTS C ity Project No. I 02687 Revised May 6, 2015 2 3 DATE 12/20/20 12 6/24 /2014 5/6/2015 NAME D. Johnson 331220-10 RESILIENT SEA TED (WEDGE) GATE VAL V E Page IO of IO END OF SECTION Revision Log SUMMARY OF CHANGE I. I .A -Modified acceptable size range and added requirement for bypass in 30-inch gate valves, Blue text added for exceptions 1.2 Measurement and Payment -Added Cut-In Gate Valve 1.2.A. I .c and 1.2.A .2.c -added additional items to be included in price bid 1.6.A -removed requirement for product data for bolts and nuts because it is to be included under Section 33 11 05 . 1.9 .A. I -Added requirement for bypass valve manufacturing 2 .2.C. -Added requirement for 30-inch gate valves to have a bypass and bypass material requirements ; Added reference to Section 33 11 05 and removed material s pecification for bolts, nuts and gaskets ; Added requirement for flanged isolation kits ; Added restraint requirements for mechanical joint connections with ductile iron or PVC pressure pipe . 2 .3.3 -Modified acceptable cast iron from Class 40 to Class 35B ; Added requirements for reclaimed water applications 1.1.A.2 Revision -Gate valves larger than 24-inches may be approved by the City on a case-by-case basis 1.6 .B .3 Added Section . Requires Affidavit for 5 years of experience in manufacturing RS Gate valves of similar size and typ e. 1.6 .B.4 Added Section -Require s Affidavit on Gate Valve manufacturers ownership D. Townsend in foreign factories/foundries providing components to certify on-site quality control. 1.9 .A. I .f Added Section . Requirement for 5 years of experience in manufacturing RS Gate valves of similar size and type . 1.9 .A.1 .g Added Section. Requirement for Gate Valve manufacturers ownership (or control) in foreign factories /foundries providing components to certify on-site quality control I . I .A. I Revised maximum allowab le Resilie nt Seated (Wedge) Gate Valve from 30-inch to 48 -inch I . I .A. I .a Revised minimum size gate valve requiring bypass from 30-inch to 24- inch . D. Townsend 2 .2.C.3 . Changed requirement for an integrally cast bypass from 30 -in ch and above re s ilient seated gate valves to all double roller, track and scrapper sy stem resilient seated gate valves 2 .2 .C.3 .2 Added the minimum size bypass shall be 4 -inches . 2 .2 .C.7 .d Added that nut shall be painted red per A WWA specifications CITY OF FORT WORTH NORTHSIDE IV 24 -1 CH WAT ER TRANSMISS ION MAIN , PHAS E I B ST AND ARD CONSTRUCTION SP EC IFI C AT ION DOC UM ENT S City Project No. I 02687 Revised May 6, 2015 33 12 25 -I CONNECTION TO EXISTING WATER MAINS SECTION 3312 25 CONNECTION TO EXISTING WATER MAINS PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: 1. Connection to existing water mains to include, but not limited to: a. Cutting in a tee for a branch connection b. Extending from an existing water main c. Installing a tapping sleeve and valve B . Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division O -Bidding Requirements, Contract Forms, and Conditions of the Contract 2 . Division 1 -General Requirements 3. Section 33 04 40-Cleaning and Acceptance Testing of Water Mains 4 . Section 33 05 10 -Utility Trench Excavation, Embedment and Backfill 5 . Section 33 05 30 -Location of Existing Utilities 6 . Section 33 11 05 -Bolts, Nuts, and Gaskets 7 . Section 33 11 10 -Ductile Iron Pipe 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Page I of8 I. Connection to an existing unpressurized Fort Worth Water Distribution System Main that does not require the City to take part of the water system out of service a. Measurement 1) This Item is considered subsidiary to the water pipe being installed. b. Payment I) The work performed and the materials furnished in accordance with this Item are subsidiary to the unit price bid per linear foot of water pipe complete in place, and no other compensation will be allowed. 2 . Connection to an existing pressurized Fort Worth Water Distribution System Main that requires a shutdown of some part of the water system a . Measurement I) Measurement for this Item shall be per each connection completed . b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Connection to Existing Water Main" installed for: a) Various sizes of existing water distribution main CITY OF FORT WORTH NORTHSIDE JV 24-INCH WATER TRANSMISSION MAIN, PHASE 18 STANDARD CONSTRUCTION SP ECIF ICATION DOCUM EN TS City Project No. 102687 Revised Fe bruary 6, 2013 331225-2 CONN ECTION TO EXISTING WATER MAINS Page 2 of8 c . The price bid shall include all aspects of making the connection including, but not limited to: 1) Preparing submittals 2) Dewatering 3) Exploratory excavation (as needed) 4) Coordination and notification 5) Remobilization 6) Temporary lighting 7) Polyethylene encasement 8) Make-up pieces 9) Linings I 0) Pavement removal 11) Excavation 12) Hauling 13) Disposal of excess material 14) Clean-up 15) Cleaning 16) Disinfection 17) Testing 3. Connection to an existing pressurized Fort Worth Water Distribution System Main by Tapping Sleeve and Valve: a. Measurement 1) Measurement for this Item shall be per each connection completed. b . Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tapping Sleeve and Valve" installed for: a) Various sizes of connecting main b) Various sizes of existing water distribution main c. The price bid shall include all aspects of making the connection including, but not limited to: l) Preparing submittals 2) Dewatering 3) Exploratory excavation (as needed) 4) Coordination and notification 5) Tapping Sleeve and Tapping Valve 6) Remobilization 7) Temporary lighting 8) Polyethylene encasement 9) Make-up pieces 10) Linings 11) Pavement removal 12) Excavation 13) Hauling 14) Disposal of excess material 15) Clean-up 16) Cleaning 17) Disinfection 18) Testing CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN, PHASE I B STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS City Project No . 102687 Revised February 6 , 20 I 3 33 12 25 -3 CONNECTION TO EXISTING WATER MAINS Page 3 of8 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the tim e of the latest revision date logged at the end of this Specification, unle ss a date is specifically cited. 2 . American Society of Mechanical Engineers (ASME): a. B16.1, Gray Iron Pipe Flange s and Flanged Fittings Classes 25, 125 and 250) 3 . ASTM International (ASTM): a . A36, Standard Specification for Carbon Structural Steel. b . A 193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for High Temperature or High Pressure Servic e and Other Special Purpose Applications c. A 194, Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both d. A242 , Standard Specification for High-Strength Low-Alloy Structural Steel. e. A283, Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates. f. A285, Standard Specification for Pressure Vessel Plates , Carbon Steel , Low- and Intermediate -Tensile Strength. g. B 117 , Standard Practice for Operating Salt Spray (Fog) Apparatus . h . D2000, Standard Classification System for Rubber Products in Automotive Applications . 4 . American Water Works Association (AWWA): a . C200 , Steel Water Pipe -6 IN and Larger. b. C207, Steel Pipe Flanges for Waterworks Service -Sizes 4 IN through 144 IN. c . C213 , Fusion-Bonded Epoxy Coating for the Interior and Exterior of Steel Water Pipelines. d . C223 , Fabricated Steel and Stainless Steel Tapping Sleeves . 5. American Water Works Association/American National Standards Institute (A WW A/ANSI): a . CI 05 / A2 l .5 , Polyethylene Encasement for Ductile-Iron Pipe Systems. b . Cl l l /A2 l.l l , Rubber-Gasket Jo ints for Ductile-Iron Pressure Pipe and Fittings . c . Cl 15A21 /15 , Flanged Ductile-Iron Pipe with Ductile Iron or Gray-Iron Threaded Flanges . 6 . NSF International (NSF): a . 61 , Drinking Water System Components -Health Effects . 7. Manufacturers Standardi zation Society of the Valve and Fitting Industry Inc . (MSS): a. SP-60 , Connecting flange Joint Between Tapping Sleeves and Tapping Val ves . 1.4 ADMINISTRATIVE REQUIREMENTS A. Pre-installation Meetings 1. Required for any connections to an existing , pressurized 16-inch or larger City water distribution system main that requires a shutdown of some part of the water sy stem CITY O F FORT WOR T H NORTHSID E IV 24-I NC H W AT ER TRA NSMISSIO N MAIN , PHASE I B ST AND ARD CONSTRUC TION SPEC IFICATIO N DO CUMENTS City Project No . I 02687 Re vised Fe bruary 6, 201 3 331225-4 CONNECTION TO EXISTING WATER MAINS Page 4 of8 2. May also be required for connections that involve shutting water service off to certain critical businesses 3. Schedule a pre-installation meeting a minimum of 3 weeks prior to proposed time for the work to occur. 4. The meeting shall include the Contractor, City Inspector and City Valve Crew. 5. Review work procedures as submitted and any adjustments made for current field conditions. 6. Verify that all valves and plugs to be used have adequate thrust restraint or blocking . 7. Schedule a test shutdown with the City . 8. Schedule the date for the connection to the existing system . B. Scheduling I. Schedule work to make all connections to existing 16-inch and larger mains : a. During the period from November through April, unless otherwise approved by the City b. During normal business hours from Monday through Friday, unless otherwise approved by the City 2. Schedule City Valve Crew by 1:00 P.M. a minimum of I business day prior to planned disruption to the existing water system. a. In the event that other water system activities do not allow the existing main to be dewatered at the requested time, schedule work to allow the connection at an alternate time acceptable to the City . I) If water main cannot be taken out of service at the originally requested time, coordination will be required with the City to discuss rescheduling and compensation for mobilization . 2) No additional payment will be provided if the schedule was altered at the Contractor's request. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B . All submittals shall be approved by the City prior to delivery and/or fabrication for specials . 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data, if applicable I. Tapping Sleeve noting the pressure rating and coating system supplied including: a. Dimensions, weights , material list, and detailed drawings b . Maximum torque recommended by the manufacturer for the valve by size B . Submittals I. Provide a detailed sequence of work for 16-inch, or larger, connections if required by City that includes: a. Results of exploratory excavation · b. Dewatering c. Procedure for connecting to the existing water main CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN, PHASE I 8 ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. I 02687 Revised February 6, 2013 33 12 25 -5 CONNECTION TO EXISTING WATER MAINS Page 5 of8 d. Time period for completing work from when the water is shut down to when the main is back in service e. Testing and repressurization procedures 2. Welders that are assigned to work on connection to concrete cylinder or steel pipe must be certified and provide Welding Certificates, upon request, in accordance with A WW A C200. 1.7 CLOSEOUT SUBMITTALS [NOT USED) 1.8 MAINTENANCE MATERIAL SUBMITTALS (NOT USED) 1.9 QUALITY ASSURANCE [NOT USED) 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Protect parts so that no damage or deterioration occurs during a prolonged delay from the time of shipment until installation is completed. 2 . Protect all equipment and parts against any damage during a prolonged period at the site . 3 . Protect the finished surfaces of all exposed flanges using wooden flanges, strongly built and securely bolted thereto . 4 . Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 5 . Prevent plastic and similar brittle items from being exposed to direct sunlight and extremes in temperature. 6. Secure and maintain a location to store the material in accordance with Section 01 66 00. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty l. Manufacturer's warranty shall be in accordance with Division 1. PART 2-PRODUCTS 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed by the City's Standard Products List will be considered as shown in Section 01 60 00 . a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00 . B. Description 1. Regulatory Requirements CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN, PHASE 18 ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. I 02687 Revised February 6, 2013 331225 -6 CONNE CTION TO EX ISTING WATER MAINS Page 6 of8 a. Tapping Sleeves shall meet or exceed A WW A C223 and the requirements of this Specification. b . All valve components in contact with potable water shall conform to the requirements of NSF 61. C . Tapping Sleeve Materials I . Body a . Body: Carbon Steel per ASTM A283 Grade C, ASTM A285 Grade C, ASTM A36 Steel or equal b. Finish: fusion bonded epoxy coating to an average 12 mil thickness. Fusion applied per AWWA C213. c. All buried tapping sleeves shall be provided with polyethylene encasement in accordance with AWWA/ANSI Cl05/A2l.5 . I) Polyethylene encasement shall be in accordance with Section 33 11 10 . 2. Flange a . Carbon Steel per ASTM A36 in accordance with AWWA C207 and ASME B16.1 Class 125. b. Recessed for tapping valve per MSS SP-60 3 . Bolts and Nuts a. Flanged Ends I) Meet requirements of A WW A C 115 or A WW A C207 depending on pipe material. 2) Provide bolts and nuts in accordance with Section 33 11 05. 4. Gaskets a. Provide gaskets in accordance with Section 33 11 05. 5. Test Plug a. ¾-inch NPT carbon steel with square head and fusion bonded epoxy coating 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 -EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions I. Verify by exploratory excavation , if needed, that existing water main is as depicted in the Drawings and that the location is suitable for a connection to the existing water main . a. Excavate and backfill trench for the exploratory excavation in accordance with 33 05 10. 2 . Verify that all equipment and materials are available on-site prior to the shutdown of the existing main . 3 . Pipe lines shall be completed, tested and authorized for connection to the existing system in accordance with Section 33 04 40. CITY OF FORT WORTH NORTHSIDE IV 24-INCH WAT ER TRANSMISSION MAIN , PHAS E I B ST AND ARD CONSTRUCTION SPECIFICATION DOC UMENTS City Project No. I 02687 Rev ised February 6, 2013 33 12 25 - 7 CONNECTION TO EXISTING WATER MAINS 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General Page 7 of8 1. Upon disruption of the existing water main, continue work until the connection is complete and the existing water main is back in service. B. Procedure 1. Expose the proposed connection point in accordance with Section 33 05 10 . 2. Dewater the existing water line so the chlorinated water is not unlawfully discharged. 3. Maintain the water that may bleed by existing valves or plugs during installation within the work area to a reasonable level. a. Control the water in such a way that it does not interfere with the proper installation of the connection or create a discharge of chlorinated water. 4.-If any discharge of chlorinated water occurs, discharged water shall be de- chlorinated in accordance with Section 33 04 40 5. Cut and remove existing water main in order to make the connection . 6. Verify that the existing pipe line is suitable for the proposed connection. 7. Place trench foundation and bedding in accordance with 33 05 10. 8. In the event that a tapping sleeve and valve is used, the coupon from the existing water main shall be submitted to the City. 9. Prevent embedment, backfill, soil, water or other debris form entering the pipeline. 10. Establish thrust restraint as provided for in the Drawings . 11 . Clean and disinfect the pipeline associated with the connection in accordance with Section 33 04 40. 12. Place embedment to the top of the pipe zone. 13 . Request that the City Valve Crew re-pressurize the pipeline. 14 . Directionally flush the connection in accordance with Section 33 04 40. 15 . Request that City Valve Crew open all remaining valves. 3.5 REP AIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED) 3.8 SYSTEM STARTUP [NOT USED) 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] CITY OF FORT WORTH NORTHS ID E IV 24-INCH WATER TRANSMISSION MAIN , PHASE I B ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No . 102687 Revised February 6, 2013 33 12 25 -8 CONNECTION TO EX IS TING WATER MAINS Page 8of8 3.14 ATTACHMENTS INOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D . Johnso n 2 .2 .C.3 and 4 -Added reference to Section 33 11 05 and remo ve d bolt, nut and gasket material specification 2/6/2013 D . Townsend 3.4 .B.4 Modified to refer to Section 33 04040 CITY OF FORT WORTH NO RTHS ID E IV 24-INCH WATER TRANSMISSION MAIN , PHASE I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102687 Re v ise d Fe bruary 6 , 20 13 331 2 30-1 C OMBINATION AIR VA LVE ASS EMBL IE S FOR POTAB LE WATER SYSTEMS Page I of 8 SECTION 33 12 30 COMBINATION AIR VAL VE ASSEMBLIES FOR POT ABLE WATER SYSTEMS PART 1-GENERAL 1.1 SUMMARY A. Section Includes : 1. 2 -inch through 8-inch Combination Air-Release and AirNacuum Valve Assemblies (Combination Air Valves) for potable water systems including: a . Combination air-release and air/vacuum valve b. Tap to water main c. Lead-free Inlet piping and appurtenances d. Vent piping and appurtenances e . Vault enclosure and appurtenances B . Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include , but are not necessarily limited to: 1. Division 0 -Bidding Requirements , Contract Forms, and Conditions of the Contract 2 . Division 1 -General Requirements 3 . Section 33 05 13 -Frame, Cover and Grade Rings 4 . Section 33 11 10 -Ductile Iron Pipe 5. Section 33 11 11 -Ductile Iron Fittings 6. Section 33 11 14 -Buried Steel Pipe and Fittings 7 . Section 33 12 10 -Water Services I-Inch to 2-Inch 8 . Section 33 12 20 -Resilient Seated (Wedge) Gate Valve 9 . Section 33 39 20 -Precast Concrete Manholes 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment I . M e a surement a. Measurement for this Item shall be per each. 2 . Payment a . The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Water Air Release Valve & Vault" installed for : 1) Various inlet sizes 3 . The price bid shall include : a. Furnishing and installing Combination Air Valves with appurtenances as specified in the Drawings b . Air valve vault and appurtenances c . Tapping the main d . Isolation val ves C ITY O F FORT WORTH N ORTHSIDE IV 24-I NCH WAT ER TRAN SMISSION MAIN, PH AS E IB ST AN D ARD CO NSTRUC TION SPEC IFI CATIO N DOCUMENTS City Proj ect No. 10268 7 Rev ised Dec ember 20, 201 2 33 12 30 - 2 COMBINATION AIR VALV E ASSEMBLIE S FOR POTABLE WATER SYSTEMS e . Fittings f. Vent piping g. Vent cover and/or enclosure h . Vent enclosure and/or pipe bollard protection, if required 1. Excavation and backfill 1.3 REFERENCES A . Definitions Page 2 of8 1. Combination Air Valve : A device having the features of both an air-release valve and an air/vacuum valve 2 . Inlet: The opening at the base of the Combination Air Valve mechanism through which air and water from the pipeline enters 3 . Inlet Piping: The piping and appurtenances between the pipeline and the valve inlet 4 . Lead-free : Lead-free pipes and plumbing fittings and fixtures shall contain less than 0 .25 percent lead in accordance with the reduction of Lead in Drinking Water Act (P .L. 111-380). 5 . Orifice: The opening in the Combination Air Valve mechanism through which air is expelled from or admitted into the pipeline or piping system. Some valves may have multiple orifices . 6. Outlet: The opening at the top of Combination Air Valve mechanism, including the orifice , through which air enters or exits the Air Valve 7 . Vent Piping: The piping and appurtenances from the Combination Air Valve outlet to its termination point outside the vault B . Reference Standards 1. R efere nce standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2 . American Iron and Steel Institute (AISI). 3 . ASTM International (ASTM): a. A536, Standard Specification for Ductile Iron Castings. 4. American Water Works Association (AWWA): a . C512, Air-Re lease, AirNacuum, and Combination Air Valves for Waterworks Service. b . M51 , Air-Re lease, AirNacuum, and Combination Air Valves. 5 . NSF International (NSF): a . 61 , Drinking Water System Components -Health Effects . 6. Reduction of Lead in Drinking Water Act a . Public Law 111-380 (P .L. 111-380) 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITT ALS A . Submittals shall be in accordance with Section O 1 33 00 . B. All submittals shall be approved by the City prior to delivery . C ITY O F FORT WORTH NO RT HS ID E IV 24-INCH WATER TRANSMISSIO N MA IN , PHAS E I B STANDARD CO NSTRUCT IO N SPECIF IC ATION DOCUMENTS C ity Project No. 10268 7 Rev ised December 20, 20 12 33 12 30 -3 COMBINATION AIR VALVE ASS EMBUES FOR POTABLE WATER SYSTEM S Page 3 of8 1.6 ACTION SUBMITT ALS/INFORMA TIONAL SUBMITT ALS A. Product Data I. Combination Air Valves a . Application type b . Working pressure rating C. Test pressure rating d . Surge pressure rating e . Inlet size f. Small orifice size g . Large orifice size 2. Valve vault and appurtenances 3. Tapping appurtenances 4 . Isolation valves 5 . Fittings 6 . Vent piping 7 . Vent cover and/or enclosure 8 . Vent enclosure and/or pipe bollard protection 1.7 CLOSEOUT SUBMITTALS [NOT USED) 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications I . Manufacturers a. Combination Air Valves of the same size shall be the product of I manufacturer, unless approved by the City. b . Combination air valves shall be in conformance with A WW A C512 . B. Certifications I . Obtain an Affidavit of Compliance from the valve manufacturer in accordance with AWWAC512 . 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Protect all parts such that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipme nt are ready for operation . 2. Protect all equipment and parts against any damage during a prolonged period at the site . 3 . Protect the finished surfaces of all exposed flanges by wooden blank flanges , strongly built and securely bolted thereto. 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 5 . Prevent plastic and similar brittle items from being directly exposed to sunlight or extremes in temperature . C ITY OF FORT WORTH NORT HSID E IV 24-IN C H WATE R TRA NSMIS S ION MA IN , PHAS E 18 STAN DARD CON STRUC TIO N SP EC IFI CATIO N DO CUMENTS City Proj ect No . 10268 7 Rev ise d December 20, 201 2 33 12 30 -4 COMBINATION AIR VALVE ASS EMBL IE S FOR POT ABLE WATE R SYSTEMS 6 . Secure and maintain a location to store the material in accordance with Section 01 66 00 . 1.11 FIELD CONDITIONS [NOT USED) 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer 's Warranty shall be in accordance with Division 1. PART 2 -PRODUCTS 2.1 OWNER-FURNISHED (oR) OWNER-SUPPLIEDPRODUCTS [NOT USED) 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A . Manufacturers Page 4 o f8 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related sections . 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section O 1 25 00 . 3 . The Combination Air Valve shall be new and the product of a manufacturer regularly engaged in the manufacturing of air release/air vacuum valves having similar servic e and si ze. B. De scription 1. Regulatory Requirements a . Combination Air Valves shall meet or exceed the latest revisions of A WW A C5 l 2 and shall meet or exceed the requirements of this Specification . b . All Combination Air Valve components in contact with potable water shall conform to the requirements of NSF 61. c. All materials shall conform to the Reduction of Lead in Drinking Water Act (P .L. 111-380). This Act defines "Lead-free" for pipes and other appurtenances to be less than 0.25 percent lead. C. Performance / Design Criteria 1. Capacities a . Water Application = Potable Water b. Working Pressure from 10 psi to 150 psi c. Test Pressure = 225 psi d . Surge Pressure = 100 psi minimum , unless stated otherwise in the Contract Documents e . Size 1) Each orifice si ze must be suffic ient to meet the requirements set forth in A WW A M5 l and indicated on the Drawings . 2. Function a . High volume discharge during pipeline filling b . High volume intake through the large orifice c . Pressurized air discharge d. Surge Dampening/Controlled discharge rates C ITY O F FORT WORTH NORT HSID E IV 24-INC H WATER T RA N SMISSION MA IN, PHAS E 18 STANDARD CONSTRUCTION SPEC IF ICATIO N DOCUMENTS City Proj ect No . 102687 Revised Decemb er 20, 20 12 33 12 30 -5 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 5 of 8 I) The valve shall have an integral surge alleviation mechanism which shall operate automatically to limit transient pressure rise or shock induced by closure due to high velocity air discharge or the subsequent rejoining of the separated water columns. The limitation of the pressure rise shall be achieved by decelerating the approaching water prior to valve closure. D. Materials I . Combination Air Valve a. Internal parts I) Non-corroding material such as stainless steel or high density polyethylene b. Valve body I) AISI 304 stainless steel or ASTM A536 ductile iron 2) Equipped with intake and discharge flanges c. Inlet/Discharge orifice area 1) Equal to the nominal size of the valve E . Finishes 1. Finish Materials a. Supply all ductile iron Combination Air Valves with a factory applied fusion bonded epoxy coating with a final coating thickness of 16 mils minimum. 2.3 ACCESSORIES A. For 2-inch Combination Air Valve Assemblies : 1. Tap a . Tapping saddle and 2-inch corporation valve (C.C. thread with flare) in accordance with Section 33 12 10 2. Inlet Piping a. 2-inch outlet between the tap and the isolation valve with the following: 1) Threaded , lead-free brass piping 2) Threaded, lead-free brass tee 3) Threaded, lead-free brass hand wheel valves 3. Vent Piping a. 4-inch minimum diameter, in accordance with the Drawings 4 . Vent Screen a. Stainless Steel (AISI 304) 5. Dropover Enclosure a. Channell SPH-1420 thermoplastic enclosure, or approved equal 6. Vault a. Provide a flat top 4-foot diameter concrete manhole in accordance with Section 33 39 20 . b. Provide a 32-inch hinged cover with frame and grade ring in accordance with Section 33 05 13. c. Secure Air Valve to vault wall using a galvanized or stainless steel bracket manufactured by Grine!!, or equal, in accordance with the Drawings B. For 3-inch to 8-inch Combination Air Valve Assemblies: I. Tap a. For 24-inch diameter mains: 1) Provide 24-inch blind flange outlet CITY OF FORT WORTH NORTHSID E IV 24-INCH WAT ER TRANSMISSION MAIN , PHASE I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No . 102687 Revi sed December 20, 2012 33 12 30 -6 COMBINATIO AIR VALVE ASSEMBUE S FOR POTABLE WATER SYSTEMS b . For mains with 30-inch and greater diameter: 1) Provide 30-inch blind flange outlet Page 6 of 8 c. For ductile iron and PVC mains, provide mechanical joint x flange tee with tapped flange. 2 . Inlet Piping a . Flanged ductile iron or steel, depending on main material, in accordance with Drawings b . Corporation stops shall be in accordance with Section 33 12 10 and with Drawings. 3 . Isolation Valves a. Gate valve (flanged) in accordance with Section 33 12 20 with: 1) 2-inch operating nut, non-rising stem with enclosed miter gearing for 3- inch and larger gate valves 4. Vent Piping a . 4-inch minimum, ductile iron pipe, in accordance with Drawings 5. Vent Screen a. Stainless Steel (AISI 304) 6. Dropover Enclosure a. Channell SPH-1420 thermoplastic enclosure, or approved equal 7 . Vault a . Provide a flat top, concrete manhole in accordance with Section 33 39 20. b. Manhole dimensions shall be in accordance with Drawings. c. Provide a 32-inch hinged cover with frame and grade ring in accordance with Section 33 05 13. d . Secure Air Valve to vault wall using a galvanized or stainless steel bracket manufactured by Grinell, or equal, in accordance with the Drawings C . Finishes 1. Primer Materials a. Prime Vent Piping within vault, as well as above ground, for finish with a product listed in on the City's Standard Products List in Section 01 60 00, unless otherwise stated in the Drawings . 2 . Finish Materials a . Paint Vent Piping within vault, as well as above ground, with a product listed in on the City's Standard Products List in Section 0 1 60 00, unless otherwise stated in the Drawings . b. Color to be selected by the City. 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. Testing and inspection of Combination Air Valves shall be in accordance with AWWAC512. B. Markings 1. Each Combination Air Valve shall be marked in accordance with A WW A C512 . CITY OF FORT WORTH NORTHS ID E IV 24 -INCH WAT ER TRANSMISSION MAIN, PHASE I B STANDARD CONSTRUCTION SP EC IFI C ATION DOC UM ENTS City Project No. 102687 Revi sed Dec ember 20, 2012 33 12 30 -7 COMBINATION AIR VALV E ASS EMBLIES FOR POTABLE WATER SYSTEMS PART 3 -EXECUTION 3.1 INSTALLERS [NOT USED) 3.2 EXAMINATION [NOT USED) 3.3 PREPARATION [NOT USED) 3.4 INSTALLATION A. General Page 7 of8 1. Install in accordance with manufacturer's recommendations and as shown on the Drawings. 2. Above ground and vault interior ductile iron piping and valves shall be painted in accordance with City requirements , unless otherwise stated in the Drawings . 3. Wrap all buried ductile iron pipe and fittings with polyethylene encasement in accordance with Section 33 11 10 and Section 33 11 11 respectively. 3.5 REP AIR/ RESTORATION [NOT USED) 3.6 RE-INSTALLATION [NOT USED) 3.7 FIELD QUALITY CONTROL A. Field Inspections 1. Pipe the large and small orifices directly to the vent piping. There direct discharge of an orifice to an underground vault. 2. The valve shall perform as intended with no deformation, leaking or damage of any kind for the pressure ranges indicated. 3 . Before acceptance of the installed valve, the City Field Operations Staff shall have the opportunity to inspect and operate the valve . 4 . The City will assess the ease of access to the operating nut and ease of operating the corporation stop . 5 . If access and operation of the valve and its appurtenances meet the City Standard Detail , then the valve will be accepted as installed . 6. The Combination Air Valve assembly shall be free from any leaks . B. Non-Conforming Work 1. If access and operation of the valve or its appurtenances does not meet the City 's criteria, the Contractor will remedy the situation until it meets the City's criteria, at the Contractor's expense . 3.8 SYSTEM STARTUP [NOT USED) 3.9 ADJUSTING [NOT USED) 3.10 CLEANING [NOT USED) 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] CITY OF FORT WORTH NORTHSID E IV 24-IN C H WAT ER TRANSMISSION MAIN , PHAS E 1 B ST AND ARD CONSTRUCTION SPEC IFI C ATION DO CUMENTS City Project No . 1026 87 Revi se d December 20, 2012 331230-8 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page8of8 3 .14 ATTA CHMEN TS [N OT USED) EN D OF SECTION Revision Log DATE NAME SUMMAR Y OF CHANGE 12/20 /2012 D . Johnson General : Modified specification to reflect materials and equipment in City Standard D etail; Removed cast-in -p lace manhole references CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATE R TRANSMISSION MAIN , PHASE I B ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. I 02687 Revised December 20, 2012 PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: SECTION 3312 40 FIRE HYDRANTS 331240 -1 FrRE HYDRANTS Page I of7 1. Dry-barrel fire hydrants with 5 ¼-inch main valve for use with potable water mains B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to : 1. Division O -Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I -General Requirements 3 . Section 33 05 10 -Utility Trench Excavation, Embedment and Backfill 4. Section 33 04 40-Cleaning and Acceptance Testing of Water Mains 5 . Section 33 11 IO -Ductile Iron Pipe 6 . Section 33 11 11 -Ductile Iron Fittings 7 . Section 33 11 14 -Buried Steel Pipe and Fittings 8. Section 33 12 20 -Resilient Seated (Wedge) Gate Valve 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a . Fire Hydrant and Extension I) Measurement for this item shall be by the each hydrant, complete in place. 2 . Payment a. The work performed and materials furnished in accordance with this Item and measured under "Measurement" will be paid for at the unit prices bid per each "Fire Hydrant" installed . 3. The price bid shall include : a. Furnishing and installing Fire Hydrants with appurtenances as specified in the Drawings b. Dry-Barrel Fire Hydrant assembly from base to operating nut c . Extension barrel and stem d . Adjusting hydrant to the appropriate height e . Painting f. Pavement Removal g. Excavation h . Freight, loading, unloading and handling 1. Disposal of excess material J. Furnish , placement and compaction of embedment k. Furnish , placement and compaction of backfill I. Blocking, Braces and Rest m. Clean up CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN, PHAS E I B STANDARD CONSTRUCTION SP ECIF ICATION DO CUMENTS City Project No . 102687 Revised January 3, 2014 n. Disinfection o . Testing 1.3 REFERENCES A . Definitions 331240-2 FIRE HYDRANTS Page 2 of7 1. Base: The lateral connection to the fire hydrant lead ; also called a shoe B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2 . American Water Works Association (A WW A): a. C502 , Dry-Barrel Fire Hydrants b. Manual of Water Supply Practices M 17 (A WW A Manual M 17) -Installation, Field Testing, and Maintenance of Fire Hydrants 3 . NSF International a . 61 , Drinking Water System Components -Health Effects 4 . National Fire Protection Association (NFPA) a. 1963, Standard for Fire Hose Connections 5 . Underwriters Laboratories , Inc . (UL) a . 246 , Hydrants for Fire-Protection Service 6 . Factory Mutual (FM) a . Class Number 1510 , Approval Standard for Fire Hydrant (Dry Barrel Type) for Private Fire Service 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 . B. All submittals shall be approved by the City prior to construction . 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A . Product Data 1. Dry-Barrel Fire Hydrant stating : a. Main valve opening si ze b . Nozzle arrangement and sizes c. Operating nut size d . Operating nut operating direction e . Working pressure rating f. Component assembly and materials g . Coatings and Finishes 1.7 CLOSEOUT SUBMITTALS [NOT USED) 1.8 MAINTENANCE MATERIAL SUBMITT ALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a . Dry-Barrel Fire Hydrants shall be the product of 1 manufacturer . C ITY OF FORT WORTH NORTHSID E IV 24-INCH WAT ER TRANSMISSION MA IN , PH ASE 18 ST AND ARD CO NSTRUC TIO N SP EC IFICATIO N DOCUMENTS City Proj ec t No . I 02687 Rev ised January 3, 20 14 33 12 40 -3 FIRE HYDRANTS Page 3 of7 I) Change orders, specials and field changes may be provided by a different manufacturer upon City approval. 2. Dry-Barrel Fire Hydrants shall be in conformance with A WW A C502, UL 246 and FM 1510 . 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements I . Store and handle in accordance with the guidelines as stated in A WWA C502 and AWWAManual Ml 7. 2 . Protect all parts so that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. 3 . Protect all equipment and parts against any damage during a prolonged period at the site. 4. Protect the finished surfaces of all exposed flanges by wooden blank flanges, strongly built and securely bolted thereto. 5. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 6. Prevent plastic and similar brittle items from being directly exposed to sunlight or extremes in temperature. 7. Secure and maintain a location to store the material in accordance with Section 01 66 00. 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty I. Manufacturer's Warranty shall be in accordance with Division 1. PART 2 -PRODUCTS 2.1 OWNER-FURNISHED (oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 01 60 00 . a . The manufacturer must comply with this Specification and related Sections. 2 . Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00 . 3. The Dry-Barrel Fire Hydrant shall be new and the product of a manufacturer regularly engaged in the manufacturing of Dry-Barrel Fire Hydrants having similar service and size . B . Description I. Regulatory Requirements a. Dry-Barrel Fire Hydrant shall meet or exceed the latest revisions of A WW A C502 and shall meet or exceed the requirements of this Specification. CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN, PHASE 1B ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. I 02687 Revised January 3, 2014 33 12 40 -4 FIRE HYDRANTS Page 4 of 7 b. All Dry-Barrel Fire Hydrant components in contact with potable water shall conform to the requirements of NSF 61 . C . Performance / Design Criteria 1. Capacities a. Rated working pressure of 250 psi or greater 2 . Design Criteria a. Operating nut 1) Uniformly tapered square nut measuring: a) 1 inch at the base b) 7/s inch at the top 2) Open by turning the operating nut to the right (clockwise) a) Provide operating direction clearly marked with an arrow and the word "OPEN". 3) Provide weather shield with operating nut. b . Main Valve 1) Minimum 5 ¼-inch opening 2) Compression type a) Opening against pressure b) Closing with pressure c . Nozzles 1) 'T' shape , 3 nozzle arrangement 2) Nozzle sizes , threads and configuration in accordance with NFPA 1963 a) Hose nozzles (1) 2 x 2 ½-inch (nominal size of connection) (a) 180 degree s apart (b) Thread Designation 2 .5-7.5 NH (NFPA 1963) b) Pump nozzle (1) 4-inch (nominal size of connection) (a) Thread Designation 4-4 NH (NFPA 1963) d. Hydrant Barrel Configuration 1) Upper barrel 2) Breakable flange and stem a) To be installed above ground at the connection to the upper barrel 3) Extension barrel (if needed) and lower barrel a) Extension barrel and stem ( 1) Lengthen in 6-inch increments e . Drain Valve 1) Non-corrodible material 2) Spring operated drain valves are not allowed . D. Function 1. Drain Valve a. Drain fire hydrant barrels when main valve is closed . E. Materials 1. Furni sh material s in accordance with A WW A C502. 2 . Dry-Barrel Fire Hydrant Assembly a . Internal parts 1) Threads C ITY O F FO RT WORT H NORT HSID E IV 24-INCH WAT ER TRANSMI SSION MA IN , PH A SE 18 STANDARD C ONSTRUC TION SPEC IFI C A TJO N DO CUMENTS City Project No . I 02687 Revised January 3, 20 14 331240-5 FIRE HYDRANTS Page 5 of7 a) Provide operating thread designed to avoid metal such as iron or steel threads against iron or steel parts. 2) Stem a) Stem Nuts ( 1) Provide bronze stem nuts. (a) Grades per A WW A C502 b) Where needed, stem shall be grooved and sealed with O-rings . 3. Provide crushed rock for placement around base conforming to Section 33 05 10. F . Finishes 1. Primer Materials a. Furnish primer for Dry-Barrel Fire Hydrants in accordance with A WW A C502 . 2. Finish Materials a . Dry-Barrel Fire Hydrant 1) Exterior a) Above grade (1) Furnish exterior coating for above grade Dry-Barrel Fire Hydrant assembly components in accordance with A WW A C502. (2) Coating shall be Flynt Aluminum Paint in Silver. b) Below grade (1) Furnish exterior coating for below grade Dry-Barrel Fire Hydrant assembly components in accordance with A WW A C502. 2) Interior a) Interior coating for Dry-Barrel Fire Hydrants assemblies in accordance with A WW A C502 2.3 ACCESSORIES A. Polyethylene Encasement 1. Provide polyethylene encasement in accordance with Section 33 11 10 . B. Embedment 1. Provide crushed rock and filter fabric in accordance with Section 33 05 10 . 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. Testing and inspection of Dry-Barrel Fire Hydrants in accordance with A WW A C502. B. Markings 1. Provide each Dry-Barrel Fire Hydrant marked in accordance with A WW A C502. PART 3 -EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED) 3.4 INSTALLATION A. General C ITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN , PHAS E I B ST AND ARD CONSTRUCTION SP ECIFICATION DOCUM ENTS City Project No . I 02687 Revised January 3, 2014 331240-6 FIRE HYDRANTS 1. Install in accordance with A WW A Manual of Water Supply Practice M 17 , manufacturer's recommendations and as shown on the Drawings. Page 6 of 7 2 . Provide vertical installation with braces , rest and blocking in accordance with City Standard Details . 3 . Excavate and backfill trenches in accordance with 33 05 10. 4. Embed Dry-Barrel Fire Hydrant assemblies in accordance with 33 05 10. a. At the location of the weep holes, wrap barrel with polyethylene encasement and crushed rock with filter fabric to prevent dirt and debris from entering the fire hydrant. 5. Polyethylene encasement installation shall be in accordance with the applicable portion of Section 33 11 10 . 6 . Install concrete blocking and rest in accordance with Section 03 30 00 as indicated in the Drawings. 7 . A minimum 1/3 cubic yard of crushed rock shall be placed around the base , in accordance with A WW A Manual of Water Supply Practice Ml 7, to allow drain outlets to operate. a . The crushed rock should extend 6 inches above the drain outlets and a minimum of 1 foot on all sides of the fire hydrant base . 8 . Fire hydrant lead line shall be installed with a maximum cover of 7 feet. a . Cover is measured from the invert at the fire hydrant base, vertical to ground elevation . b. Fittings may be used along fire lead line to ensure minimum and maximum cover requirements are met. 3.5 REP AIR/ RESTORATION [NOT USED] 3.6 RE-INSTALLATION (NOT USED) 3.7 FIELD CONTROL A . Field Inspections 1. The Dry-Barrel Fire Hydrant and assembly shall perform as intended with no deformation , leaking or damage o f any kind for the pressure ranges indicated. 2 . City inspector will issue final inspection notice to City staff. 3. City Field Operations Staff and Fire Department Staff shall have the opportunity to inspect and operate the hydrant , to ensure that the fire hydrant was installed in accordanc e with A WW A Manual of Water Supply Practice M 17 . This includes but is not limited to : a . Operation of Nozzles and operating nut are not obstructed. b . Drain valve is not obstructed or plugged 4 . Keep fire hydrant wrapped or covered to identify that it is out of service until the water line it 's connected to is put in service . B. Non-Conforming Work I. If access and operation of the Dry-Barrel Fire Hydrant or its appurtenances do not meet the criteria of the A WW A Manual of Water Supply Practice Ml 7, the Contractor will remedy the situation cri teria, at the Contractor 's expense. C ITY O F FOR T WORT H NORT H SID E IV 24 -INCH WATER TRANSMI SSION MAIN , PH AS E I B STANDARD C ON STRUC TION SPEC IFICATIO N DOCUMENTS Ci ty Proj ec t No . 102687 Rev ised January 3, 20 14 331240-7 FIRE HYDRANTS Page 7 of7 3.8 SYSTEM STA RTU P [N OT USE D] 3 .9 ADJ USTIN G [N OT USE D ] 3.10 CLEANING [NOT USE D] 3.11 CLO SE O UT ACTIVITIES [NOT USE D! 3.12 PRO TECTION [NOT USE D] 3.13 MAINTENANCE 3.14 ATTACHMENTS END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 2.2.F.2.a. l ).a).(2) Added paint manufacturer specification 12/20 /2012 D. Johnson 2.2.C .2 .c Revised pumper nozzle nominal diameter and added FP A 1963 Thread Designations Specification Modified to be in accordance with the Reduction of Lead in Drinking Water Act (P.L. 111-380)-All materials to be lead-free in accordance with this act. 11/2 7/2013 D. Townsend Sections modified are 1.1.A. l , 1.9.A.2 , and 2.2.E. l Sections added are 1.3.A.2, 1.3 .8 .7 , 1.6 .8.1 , 2 .2.8.1.c, 2.4 .B.2 H.R. 3588 (P .L. 113-64) signed into law 1/2/2014 waived Reduction of Lead in Drinking Water Act (P.L. 111-380) requirement for fire hydrant. All previous 1/3/20 14 D. Townsend revisions related to "lead-free" requirement are now deleted including those revisions made 11/27/2013, those being : Sections modified are 1.1 .A.1, 1.9 .A.2, and 2 .2.E .1 Sections added are 1.3 .A.2, 1.3.B.7, l.6 .B .l,2.2.B.l.c,2.4 .8 .2 CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN, PHASE I B ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. I 02687 Revised January 3, 2014 331250-1 WATER SAMPLING ST A TJONS PART 1-GENERAL 1.1 SUMMARY A. Section Includes: SECTION 33 12 50 WATER SAMPLING STATIONS 1. Water sampling stations for potable water mains B . Deviations from this City of Fort Worth Standard Specification 1. None. C. Products Installed But Not Furnished Under This Section l. I -inch water service line a. From water main to curb stop (including tap) D. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 -General Requirements 3. Section 03 30 00 -Cast-In-Place Concrete 4. Section 33 04 40-Cleaning and Acceptance Testing of Water Mains 5 . Section 33 05 10-Utility Trench Excavation, Embedment and Backfill 6. Section 33 12 10 -Water Services I-inch to 2-inch 7. Section 33 12 25 -Connections to Existing Water Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Water Sampling Station a. Measurement 1) Measurement for this Item shall be per each. b. Payment Page I of 5 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Water Sampling Station" completed in place. c. The price bid includes: I) Furnishing and installing Sampling Station with appurtenances as specified in the Drawings 2) Meter box and Lid 3) Concrete support block 4) Curb stop 5) Fittings 6) Incidental 5 feet of service line 7) Pavement Removal 8) Excavation 9) Hauling CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN, PHAS E I B ST AND ARD CONSTRUCTION SP EC IFICATION DOCUM ENTS City Project No . 102687 Revised December 20, 2012 331 2 50 -2 WATER SAMPLfNG STATIONS Page 2 of5 10) Disposal of excess material 11) Clean up 12) Disinfection 13) Testing 2 . Water Sampling Station installed per City Standard Details. a . Measurement 1) This Item is considered subsidiary to Water Meter Vault. b. Payment I) The work performed and the materials furnished in accordance with this Item are subsidiary to the unit price per each Water Meter Vault (with Sampling Station) installed and no other compensation will be allowed . 1.3 REFERENCES A . Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a dat e is specifically cited. 2. NSF International a. 61 , Drinking Water System Components -Health Effects 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED) 1.5 SUBMITTALS A . Submittals shall be in accordance with Section 01 33 00 . B. All submittal s shall be appro ve d by the City prior to construction . 1.6 ACTION SUBMITT ALS/INFORMATIONAL SUBMITTALS A . Product Data I. Product Data submitted in accordanc e with Section 33 12 10 . 2 . Sampling Stat ion 1.7 CLOSEOUT SUBMITTALS [NOT USED) 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED) 1.9 QUALITY ASSURANCE [NOT USED) 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Protect all parts such that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation . 2 . Protect all equipment and parts again st an y damage during a prolonged period at the site . 3 . Prevent plastic and similar brittle items from being directly exposed to sunlight or extremes in temperature . 4 . Secure and maintain a location to store the material in accordance with Section 01 66 00 . C ITY OF FORT WORT H NORT HS ID E IV 24 -INC H W ATE R TRA NSMISSION MAfN , PH ASE 18 ST AN DARD CONSTRUC TION SP EC IFICATIO N DOCUMENTS City Proj ect No . 102 687 Revised Dece mb er 20, 20 12 33 12 50 -3 WATER SAMPLING STATIONS 1.11 FIELD (SITE] CONDITIONS (NOT USED] 1.12 WARRANTY [NOT USED] PART 2 -PRODUCTS 2.1 OWNER-FURNISHED PRODUCTS A. Water sampling station Page 3 of 5 1. Eclipse TM Number 88 Sampling Station, or approved equal, with 12-inch depth of bury 2. Lockable, aluminum weather shield enclosure 3. Brass internal piping and appurtenances 4. Galvanized riser pipe 5. Brass isolation valve with ¾-inch female iron pipe inlet 6. Removable parts that require no excavation 2.2 EQUIPMENT, PRODUCT TYPE, AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section O 1 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00 . 3. The Water Services and appurtenances shall be new and the product of a manufacturer regularly engaged in the manufacturing of Water Services and appurtenances having similar service and size. B. Description 1. Regulatory Requirements a. All Water Sampling Station components in contact with potable water shall conform to the requirements of NSF 61. C. Materials / Design Criteria 1. Water Service a . In accordance with Section 33 12 10 include: 1) 1-inch Water Service 2) ¾-inch Water Service 3) I-inch Corporation Stop 4) 1-inch Curb Stop 5) Fittings 6) 1-inch standard plastic meter box 2. Concrete Pad a . In accordance with Section 03 30 00 b. Dimensions 1) 2 feet x 2 feet 2) 6 inches thick c . Design CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN, PHASE I B STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS City Project No. 102687 Revised December 20 , 2012 I) Class 'B' Concrete (2500 psi) 2) Reinforced with #4 Rebar 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Tests, Inspections and Markings 1. Conform to Section 3 3 12 10 . PART 3 -EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 33 12 50 -4 WATER SAMPLING STATIONS Page 4 of 5 1. Install Sampling Station in accordance with City Standard Details and Section 33 12 10 Water to include: a . I-inch Corporation Stop b. 1-inch Water Service c. I-inch Curb Stop d . 1-inch 90 Degree Elbow e . I inch x ¾ inch Reducer f. ¾-inch Water Service g. Sampling Station h. I -inch standard plastic meter box 1. Concrete Pad 2. Whe re appropriate , place sampling station adjacent to power pole, elevated tank, street sign, tree or fire hydrant a . Typical installation on short side of street b . When placing adjacent to fire hydrant: 1) Maintain 4-foot offset from fire hydrant and lead. 2) Do not tap fire hydrant lead line . c. For installations adjacent to valves along large water mains , connect to existing large valve copper riser. 1) Do not tap main , unless approved by City. 3. Excavate , embed and backfill trenches in accordance with 33 05 10 . 3.5 REPAIR/ RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED) 3.7 FIELD QUALITY CONTROL A . Field Tests and Inspections 1. See Section 33 12 I 0 . CITY OF FO RT WORTH NORTHSIDE IV 24-INC H WATER TRANSM ISSIO N MAIN , PHASE I B STANDARD CONSTRUCTION SPECIF ICATION DOCUMENTS City Project No . 102687 Revised December 20, 2012 331250-5 WATER SAMPLING ST A TIONS 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2 .A . l .c -I-inch standard meter box added to price bid 12/20/2012 D . Johnson 2.2.C . l.a -I-inch standard meter box added to materials list 3.4 .A. l -I-inch standard meter box added to installation Page 5 of5 CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN , PHASE I B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No . I 02687 Revised December 20, 2012 33 12 60 - I STANDARD BLOW-OFF ASSEMBLY PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: SECTION 33 12 60 STANDARD BLOW-OFF ASSEMBLY 1. Standard Blow-off Assembly (6-inch thru 12-inch) B. Products Installed but Not Furnished Under This Section 1. None C. Deviations from this City of Fort Worth Standard Specification 1. None. D. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 -Bidding Requirements , Contract Forms, and Conditions of the Contract 2 . Division 1 -General Requirements 3. Section 03 30 00 -Cast-in-Place Concrete 4 . Section 03 80 00 -Modifications to Existing Concrete Structures 5. Section 33 05 10 -Utility Trench Excavation, Embedment, and Backfill 6 . Section 33 05 13 -Frame, Cover and Grade Rings 7 . Section 33 11 IO -Ductile Iron Pipe 8 . Section 33 11 11 -Ductile Iron Fittings Page I of4 9. Section 33 11 13 -Concrete Pressure Pipe , Bar-Wrapped, Steel Cylinder Type 10 . Section 33 11 14 -Buried Steel Pipe and Fittings 11. Section 33 12 20 -Resilient Seated Gate Valve 12 . Section 33 39 l 0 -Cast-in-Place Concrete Manholes 13 . Section 33 39 20 -Precast Concrete Manholes 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be per each. b. Measurement includes gate valves , piping, appurtenances , manhole and cast-in- place concrete bases. · 1) Tee or outlet from water main is measured and paid for separately . 2. Payment a. The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Blow Off Valve" installed for : 1) Various sizes 3 . The price bid shall include: C ITY O F FORT WORT H NORT HSID E IV 24-IN C H WATER TRANSMISSION MAIN, PHAS E I B STAN DARD CO NSTRUC TION SP EC IFI C ATIO N DOC UM ENTS City Project No . 1026 87 Revised Jun e 19 , 201 3 33 12 60 - 2 STANDARD BLOW-OFF ASSEMBLY a . Excavation b . Pre-cast or cast-in-place concrete manhole and appurtenances c . Cast-in-place concrete gate valve bases d . Crushed rock foundation e. Hinged frame and cover f. Piping, valves and appurtenances g. Fittings ( excluding tee or outlet on water main) h . Horizontal thrust blocking 1. Backfill J. Pavement removal k . Hauling 1. Disposal of excess material m . Placement and compaction of backfill n. Clean-up o. Surface restoration associated with blow-off valve manhole and piping 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITT ALS A . All subrnittals shall be in accordance with Section 01 33 00 . B. All submittals shall be approved by the City prior to delivery . 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data l . Precast Concrete Manhole 2. Piping 3. Isolation Valves 4. Frame and Cover 5 . Concrete mix design for gate valve bases 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's warranty shall be in accordance with Division l. Page 2 of4 CITY OF FORT WORTH NORTHSIDE IV 24-rNCH WATER TRANSM ISSION MArN , PHASE I B ST AND ARD CONSTRUCTION SP EC IFICATION DOCUM ENTS City Project No . I 02687 Revised June 19 , 2013 33 12 60 -3 STANDARD BLOW-OFF ASSEMBLY PART 2 -PRODUCTS 2.1 OWNER-FURNISHED (oR) OWNER-SUPPLIEDPRODUCTS [NOT USED) 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Materials Page 3 of 4 1. Cast-in-Place or Precast Concrete Manholes -Conform to Sections 33 39 10 or 33 39 20 2. Gate Valves -Conform to Section 33 12 20 3. Ductile Iron Pipe -Conform to Section 33 11 10 4. Ductile Iron Fittings -Conform to Section 33 11 11 5 . Hinged Frame and Cover -Conform to Section 33 05 13 6. Concrete Mix Design -Conform to Section 03 30 00 2.3 ACCESSORIES [NOT USED) 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 -EXECUTION 3.1 INST ALLERS [NOT USED] 3.2 EXAMINATION A. Evaluation and Assessment 1. Verify lines and grades are in accordance to the Drawings . 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Install blow-off assembly in accordance with respective manufacturer's recommendations . B. Pipe Penetrations 1. Conform to Section 03 80 00. CITY OF FORT WORTH NORTHS ID E IV 24-INCH WATER TRANSMISSION MAIN , PHASE I B STANDARD CONSTRUCTION SP EC IFICATION DOCUM EN TS City Project No . 102687 Revised June 19 , 2013 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED) 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED) 3.9 ADJUSTING [NOT USED) 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED) 3.12 PROTECTION [NOT USED) 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Lo g 33 1260-4 STANDARD BLO W -OFF ASSEM B LY Page 4 of 4 DATE NAME SUMMARY OF C HANGE C ITY OF FO RT WO RTH NORT H SIDE IV 24-INC H WATER TRANSM ISS ION MAIN, PH ASE I B ST AN D ARD CONSTR UCTION SPEC IFICAT ION DOCUMENTS City Project No . I 02687 Rev ised Jun e 19,20 13 33 39 10 - 1 CAST-TN -PLAC E CONCRETE MANHOLE PART 1 -GENERAL 1.1 SUMMARY SECTION 33 3910 CAST-IN-PLACE CONCRETE MANHOLE A. Section Includes: 1. Sanitary Sewer Cast-in-Place Concrete Manholes B . Deviations from this City of Fort Worth Standard Specification I. None. C. Related Specification Sections include but are not necessarily limited to : 1. Division O -Bidding Requirements, Contract Forms , and Conditions of the Contract 2 . Division 1 -General Requirements 3 . Section 03 30 00 -Cast-In-Place Concrete 4. Section 03 80 00 -Modifications to Existing Concrete Structures 5 . Section 33 01 30 -Sewer and Manhole Testing 6 . Section 33 05 13 -Frame, Cover, and Grade Rings 7 . Section 33 39 60 -Epoxy Liners for Sanitary Sewer Structures 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Manhole a. Measurement 1) Measurement for thi s Item shall be per each. b. Payment Page 1 of7 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Manhole" installed for : a) Various sizes b) Various typ es c. The price bid will include: 1) Manhole structure complete in place 2) Excavation 3) Forms 4) Concrete 5) Backfill 6) Foundation 7) Drop pipe 8) Stubs 9) Frame 10) Cover 11) Grade rings 12) Pipe connections 13) Pavement remov al CITY O F FORT WORTH NORT H SID E IV 24-IN C H W AT ER T RA NSMISSION MArN, PH ASE 1 B STAN DARD C ONSTR UC TION SPEC IFICATIO N DOCUMENTS City Proj ect No. 102687 Revised Decemb er 20 , 20 12 14) Hauling 15) Disposal of excess material 16) Placement and compaction of backfill 17) Clean-up 2. Extra Depth Manhole a. Measurement 33 39 10 -2 CAST-fN-PLACE CONCRETE MANHOLE Page 2 of7 1) Measurement for added depth beyond 6 feet will be per vertical foot, measured to the nearest 1/10 foot. b. Payment I) The work performed and the materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per vertical foot for "Extra Depth Manhole" specified for : a) Various sizes c. The price bid will include : 1) Manhole structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel (ifrequired) 5) Concrete 6) Backfill 7) Foundation 8) Drop pipe 9) Stubs 10) Frame 11) Cover 12) Grade rings 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backfill 18) Clean-up 3. Sanitary Sewer Junction Structure a . Measurement l) Measurement for this Item will be per each Sewer Junction Structure being installed . b. Payment I) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the lump sum bid per each "Sewer Junction Structure" location . c. Price bid will include: l) Junction Structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Foundation 8) Drop pipe CITY OF FORT WORTH NORTHSIDE IV 24-fNCH WATER TRANSMISSION MAfN , PHASE I B STANDARD CONSTRUCTION SPECIF ICATION DO CUMENTS City Project No. 102687 Revised December 20, 2012 33 39 10 -3 CAST-IN-PLAC E CONCRETE MANHOLE 9) Stubs 10) Frame 11) Cover 12) Grade rings 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backfill 18) Clean-up 1.3 REFERENCES A. Definitions 1. Manhole Type a . Standard Manhole (See City Standard Details) 1) Greater than 4 feet deep up to 6 feet deep b . Standard Drop Manhole (See City Standard Details) 1) Same as Standard Manhole with external drop connection (s) c . Type "A" Manhole (See City Standard Details) Page 3 of 7 1) Manhole set on a reinforced concrete block placed around 39-inch and larger sewer pipe d. Shallow Manhole (See City Standard Details) l) Less than 4 feet deep with formed invert for sewer pipe diameters smaller than 39-inch 2. Manhole Size a. 4 foot diameter I) Used with pipe ranging from 8-inch to IS-inch b . 5 foot diameter 1) Used with pipe ranging from 18-inch to 36-inch c . See specific manhole design on Drawings for pipes larger than 36-inch. B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited . 2. ASTM International (ASTM): a . 04258 , Standard Practice for Surface Cleaning Concrete for Coating . b. 04259 , Standard Practice for Abrading Concrete. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 . B . All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITT ALS/INFORMA TIONAL SUBMITT ALS A. Product Data I . Drop connection materials CITY OF FORT WORTH NORTHSIDE IV 24-INCH W AT ER TRA NSMISSION MAIN, PHAS E I B STANDARD CONSTRUC TION SP EC IFICATIO N DO CUM ENTS City Project No . 102 687 Re v is ed December 20, 201 2 33 39 10 -4 CAST-IN-PLACE CONCRETE MANHOLE 2. Pipe connections at manhole walls 3. Stubs and stub plugs 4 . Admixtures 5 . Concrete Mix Design 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED) 1.12 WARRANTY [NOT USED] PART 2 -PRODUCTS 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Manufacturers Page 4 of7 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section O 1 60 00 . a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00 . B . Materials 1. Concrete -Conform to Section 03 30 00 . 2. Reinforcing Stee l -Conform to Section 03 21 00. 3 . Frame and Cover -Conform to Section 33 05 13 . 4. Grade Ring -Conform to Section 33 05 13 . 5 . Pipe Connections a. Pipe connections can be premolded pipe adapter, flexible locked-in boot adapter, or integrally cast gasket channel and gasket. 6. Interior Coating or Liner -Conform to Section 33 39 60 , if required. 7 . Exterior Coating a. Use Coal Tar Bitumastic for below grade damp proofing. b . Dry film thickness shall be no less than 12 mils and no greater than 30 mils . c. Solids content is 68 percent by volume ± 2 percent. CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN , PHASE I B STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS City Proj ect No. 102687 Revised December 20, 2012 33 39 10 - 5 CAST-fN-PLACE CONCRETE MANHOLE 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 -EXECUTION 3.1 INSTALLERS [NOT USED) 3.2 EXAMINATION A. Evaluation and Assessment 1. Verify lines and grades are in accordance to the Drawings . 3.3 PREPARATION A. Foundation Preparation 1. Excavate 8 inches below manhole foundation . 2 . Replace excavated soil with course aggregate, creating a stable base for the manhole construction. Page 5 of7 a . If soil conditions or ground water prevent use of course aggregate base a 2-inch mud slab may be substituted. 3.4 INSTALLATION A. Manhole 1. Construct manhole to dimensions shown on Drawings. 2 . Cast manhole foundation and wall monolithically. a. A cold joint with water stop is allowed when the manhole depth exceeds 12 feet. b. No other joints are allowed unless shown on Drawings. 3 . Place, finish and cure concrete according to Section 03 30 00 . a . Manholes must cure 3 days before backfilling around structure . B. Pipe connection at Manhole 1. Do not construct joints of sewer pipe within wall sections of manhole. C. Invert 1. Construct invert channels to provide a smooth waterway with no disruption of flow at pipe-manhole connections. 2 . For direction changes of mains, construct channels tangent to mains with maximum possible radius of curvature . a. Provide curves for side inlets. 3. Sewer pipe may be laid through the manhole and the top ½ of the pipe removed to facilitate manhole construction . 4 . For all standard manholes provide full depth invert. 5 . For example , if 8-inch pipe is connected to manhole , construct the invert to full 8 inches in depth . D. Drop Manhole Connection C ITY O F FORT WORTH NORTHSIDE IV 24-IN C H WAT ER TRAN SMISSIO N MA IN, PHAS E I B ST AN D ARD CONS TRUC TION SP EC IFI CATION DO CU M ENTS City Proj ect No . I 02687 Revised December 20 , 201 2 33 39 10 - 6 CAST-fN-PLACE CONCRETE MANHOLE Page 6 of7 I . Install drop connection when sewer line enters manhole higher than 24 inches above the invert. E. Final Rim Elevation 1. Install concrete grade rings for height adjustment. a. Construct grade ring on load bearing shoulder of manhole . b. Use sealant between rings as shown on Drawings . 2 . Set frame on top of manhole or grade rings using continuous water sealant. 3. Remove debris , stones and dirt to ensure a watertight seal. 4 . Do not use steel shims, wood , stones or other unspecified material to obtain the final surface elevation of the manhole frame . F . Internal coating 1. Internal coating application will conform to Section 33 39 60, ifrequired by Drawings. G. External coating 1. Remove dirt , dust , oil and other contaminants that could interfere with adhesion of the coating. 2. Cure for 3 days before backfilling around structure. 3 . Coat the same date the forms are removed. 4. Prepare surface in accordance with ASTM D4258 and ASTM D4259. 5 . Application will follow manufacturer 's recommendation. H. Modifications and Pipe Penetrations 1. Conform to Section 03 80 00 . I. Junction Structures 1. All structures shall be installed as specified in Drawings . 3.5 REP AIR/ RESTORATION [NOT USED] 3.6 RE-INSTALLATION (NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. Perform vacuum test in accordance with Section 33 01 30. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING (NOT USED) 3.10 CLEANING (NOT USED) 3.11 CLOSEOUT ACTIVITIES [NOT USED) 3.12 PROTECTION (NOT USED] 3.13 MAINTENANCE [NOT USED) 3.14 ATTACHMENTS (NOT USED) CITY OF FO RT WORTH NORTHSID E IV 24-INCH WATER TRANSM ISSION MATN , PHASE I B STANDARD CONSTRUCTION SPEC IFICATIO N DOCUM ENTS City Project No . 102687 Revised December 20 , 2012 DATE NAME 12 /20/2012 D. Johnson END OF SECTION Revision Log 33 39 10 - 7 CAST-IN-PLACE CONCRETE MANHOLE Page 7 of7 SUMMARY OF CHANGE 1.2.A. l .c . -reinforcing steel removed from items to be included in price bid CITY OF FORT WORTH NORTHSID E IV 24-INCH WATER TRANSMISSION MAIN , PHASE I B ST AND ARD CONSTRUCTION SPECIFICATION DOCUM ENTS City Project No . I 02687 Revi sed December 20 , 2012 33 39 20 -I PRECAST CONCRETE MANHOLE PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: SECTION 33 39 20 PRECAST CONCRETE MANHOLE Page I of6 1. Sanitary Sewer, Water Appurtenance, or Reclaimed Water Appurtenance Precast Concrete Manholes B . Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division O -Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 -General Requirements 3 . Section 03 30 00 -Cast-in-Place Concrete 4 . Section 03 80 00 -Modifications to Existing Concrete Structures 5 . Section 33 01 30 -Sewer and Manhole Testing 6 . Section 33 05 13 -Frame, Cover, and Grade Rings 7 . Section 33 39 60 -Epoxy Liners for Sanitary Sewer Structures 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Manhole a. Measurement l) Measurement for this Item shall be per each concrete manhole installed. b. Payment l) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Manhole" installed for: a) Various sizes b) Various types c . The price bid will include: l) Manhole structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Foundation 8) Drop pipe 9) Stubs 10) Frame 11) Cover 12) Grade rings CITY OF FORT WORTH NORTHSIDE IV 24-fNCH WAT ER TRANSMISSION MAfN, PHASE 18 STANDARD CONSTRUCTION SPECIFICATION DO CUMENTS City Project No . 102687 Revi sed Dec em ber 20 , 2012 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backfill 18) Clean-up 2 . Extra Depth Manhole a . Measurement 33 39 20 -2 PRECAST CONCRETE MANHOLE Page 2 of 6 1) Measurement for added depth beyond 6 feet will be per vertical foot, measured to the nearest 1/10 foot. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per vertical foot for "Extra Depth Manhole" specified for: a) Various sizes c . The price bid will include : 1) Manhole structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Foundation 8) Drop pipe 9) Stubs 10) Frame 11) Cover 12) Grade rings 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backfill 18) Clean-up 1.3 REFERENCES A. Definitions 1. Manhole Type a . Standard Manhole (See City Standard Details) 1) Greater than 4 feet deep up to 6 feet deep b. Standard Drop Manhole (See City Standard Details) l) Same as Standard Manhole with external drop connection(s) c. Type "A" Manhole (See City Standard Details) 1) Manhole set on a reinforced concrete block placed around 39-inch and larger sewer pipe . d. Shallow Manhole (See City Standard Details) 1) Less than four 4 deep with formed invert for sewer pipe diameters smaller than 39-inch 2 . Manhole Size CITY OF FORT WORTH NORTHSID E IV 24-INCH WATER TRANSMISSION MAIN, PHASE I B ST AND ARD CONSTRUCTION SP ECIFICATION DOCUM ENTS City Project No . I 02687 Revi sed December 20, 2012 33 39 20 -3 PRECAST CONCRETE MANHOLE Page 3 of6 a . 4 foot diameter I) Used with pipe ranging from 8-inch to 15-inch b . 5 foot diameter I) Used with pipe ranging from 18-inch to 36-inch 2) See specific manhole design on Drawings for pipes larger than 36-inch. B. Reference Standards I. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. C443, Standard Specification for Joint for Concrete Pipe and Manholes, Using Rubber Gaskets b . C478, Standard Specification for Precast Reinforced Concrete Manhole Sections . c. C923, Standard Specification for Resilient Connectors Between Reinforced Concrete Manholes Structures, Pipes, and Laterals. d. D 1187, Standard Specification for Asphalt-Base Emulsion for Use as Protective Coatings for Metal e. Dl227, Standard Specification for Emulsified Asphalt Used as a Protective Coating for Roofing 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Precast Concrete Manhole 2. Drop connection materials 3. Pipe connections at manhole walls 4. Stubs and stub plugs 5. Admixtures 6. Concrete Mix Design 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITT ALS (NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING (NOT USED] 1.11 FIELD (SITE] CONDITIONS (NOT USED) 1.12 WARRANTY A. Manufacturer Warranty CITY OF FORT WORTH NORTHSID E IV 24-INCH WATER TRANSMISSION MAIN , PHASE I B STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS City Project No . 102687 Revised December 20, 2012 33 39 20 -4 ?RECAST CONCRETE MANHOLE 1. Manufacturer's Warranty shall be in accordance with Division 1. PART 2 -PRODUCTS 2.1 OWNER-FURNISHED (oR) OWNER-SUPPLIED PRODUCTS [NOT USED) 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers Page 4 of6 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Materials l . Precast Reinforced Concrete Sections -Conform to ASTM C478. 2 . Precast Joints a. Provide gasketedjoints in accordance with ASTM C443 . b. Minimize number of segments. c. Use long joints at the bottom and shorter joints toward the top. d . Include manufacturer 's stamp on each section . 3. Lifting Devices a. Manhole sections and cones may be furnished with lift lugs or lift holes. 1) If lift lugs are provided, place 180 degrees apart. 2) If lift holes are provided , place 180 degrees apart and grout during manhole installation. 4. Frame and Cover -Conform to Section 33 05 13 . 5. Grade Ring-Conform to Section 33 05 13 and ASTM C478 . 6 . Pipe Connections a . Utilize either an integrally cast embedded pipe connector or a boot-type connector installed in a circular block out opening conforming to ASTM C923. 7 . Steps a . No steps are allowed. 8 . Interior Coating or Liner -Conform to Section 33 39 60 . 9. Exterior Coating a . Coat with non-fibered asphaltic emulsion in accordance with ASTM Dl 187 Type I and ASTM D 1227 Type III Class I. 2.3 ACCESSORIES [NOT USED) 2.4 SOURCE QUALITY CONTROL [NOT USED) CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN, PHAS E I B ST AND ARD CONSTRUCT ION SPECIFICATION DOCUMENTS City Project No. 102687 Re vised Decem ber 20, 20 12 33 39 20 -5 PRECAST CONCRETE MANHOLE PART 3 -EXECUTION 3.1 INSTALLERS (NOT USEDJ 3.2 EXAMINATION A. Evaluation and Assessment 1. Verify lines and grades are in accordance to the Drawings . 3.3 PREPARATION A. Foundation Preparation 1. Excavate 8 inches below manhole foundation. Page 5 of6 2. Replace excavated soil with course aggregate; creating a stable base for manhole construction . a. If soil conditions or ground water prevent use of course aggregate base a 2-inch mud slab may be substituted . 3.4 INSTALLATION A. Manhole 1. Construct manhole to dimensions shown on Drawings. 2. Precast Sections a. Provide bell-and-spigot design incorporating a premolded joint sealing compound for wastewater use. b. Clean bell spigot and gaskets, lubricate and join. c. Minimize number of segments. d. Use long joints used at the bottom and shorter joints toward the top . B. Invert 1. Construct invert channels to provide a smooth waterway with no disruption of flow at pipe-manhole connections. 2 . For direction changes of mains, construct channels tangent to mains with maximum possible radius of curvature . a. Provide curves for side inlets. 3. For all standard manholes provide full depth invert. 4 . For example, if 8-inch pipe in connected to manhole construct the invert to full 8 inches in depth . C. Drop Manhole Connection 1. Install drop connection when sewer line enters manhole higher than 24 inches above the invert. D. Final Rim Elevation 1. Install concrete grade rings for height adjustment. a. Construct grade ring on load bearing shoulder of manhole. b. Use sealant between rings as shown on Drawings . 2. Set frame on top of manhole or grade rings using continuous water sealant. 3 . Remove debris , stones and dirt to ensure a watertight seal. CITY OF FORT WORTH NORTHS ID E IV 24-INCH WATER TRANSMISSION MAIN , PHASE 1 B STANDARD CONSTRUCTION SP EC IFICATION DOCUM ENTS City Project No. 102687 Re vised December 20, 2012 33 39 20 -6 PRECAST CONCRETE MANHOLE Page 6 of6 4. Do not use steel shims, wood, stones or other unspecified material to obtain the final surface elevation of the manhole frame. E. Internal coating 1. Internal coating application will conform to Section 33 39 60, if required by Drawings . F. External coating 1. Remove dirt, dust, oil and other contaminants that could interfere with adhesion of the coating. 2. Cure manhole for 3 days before backfilling around the structure. 3. Application will follow manufacturer's recommendation . G. Modifications and Pipe Penetrations 1. Conform to Section 03 80 00 . 3.5 REPAIR/ RESTORATION [NOT USED) 3.6 RE-INST ALLA TI ON [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. Perform vacuum test in accordance with Section 33 01 30 . 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED) END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE I . I .A. I -Modified to include precast manholes for water and reclaimed water applications 12/20 /2012 D. Johnson 1.3 .8 .2 -Modified to include ASTM C443 , D1187 and D1227 as references 2 .2 .8 .1-3 -Modified in accordance with new ASTM references 2 .2.8.10 -Modified in accordance with new ASTM references CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN , PHASE I 8 ST AND ARD CONSTRUCTION SP EC IFICATION DOC UMENTS City Project No . I 02687 Revi sed December 20, 2012 SECTION 34 7113 2 TRAFFIC CONTROL 3 PART 1-GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 34 71 13 - I T RAFF IC CONTROL Pagelof6 6 1. Installation of Traffic Control Devices and preparation of Traffic Control Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 -Bidding Requirements , Contract Forms and Conditions of the Contract 11 2 . Division 1 -General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Installation of Traffic Control Devices 15 a. Measurement 16 1) Measurement for Traffic Control Devices shall be per month for the Project 17 duration. 18 a) A month is defined as 30 calendar days. 19 b . Payment 20 1) The work performed and materials furnished in accordance with this Item 21 and measured as provided under "Measurement" shall be paid for at the 22 unit price bid for "Traffic Control". 23 c . The price bid shall include: 24 1) Traffic Control implementation 25 2) Installation 26 3) Maintenance 27 4) Adjustments 28 5) Replacements 29 6) Removal 30 7) Police assistance during peak hours 31 2. Portable Message Signs 32 a. Measurement 33 l) Measurement for this Item shall be per week for the duration of use. 34 b . Payment 35 1) The work performed and materials furnished in accordance to this Item and 36 measured as provided under "Measurement" shall be paid for at the unit 37 price bid per week for "Portable Message Sign " rental. 38 c. The price bid shall include: 39 1) Delivery of Portable Message Sign to Site 40 2) Message updating 41 3) Sign movement throughout construction 42 4) Return of the Portable Message Sign post-construction CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOC UMENTS Revised March 22 , 2021 NORTHS/DE I V 24-I NCH WATER TRANSMISSION MA I N, PHASE I B City Project No . 102687 Adde ndum No . I 3. Preparation of Traffic Control Plan Details 2 a . Measurement 34 71 13 -2 T RAFF IC CONT ROL Page 2 o f 6 3 I) Measurement for this Item be per each Traffic Control Detail prepared . 4 b . Payment 5 I) The work performed and materials furnished in accordance with this Item 6 shall be paid for at the unit price bid per each "Traffic Control Detail" 7 prepared . 8 c . The price bid shall include : 9 I) Preparing the Traffic Control Plan Details for closures of24 hours or 10 longer 11 2) Adherence to City and Texas Manual on Uniform Traffic Control Devices 12 (TMUTCD) 13 3) Obtaining the signature and seal of a licensed Texas Professional Engineer 14 4) Incorporation of City comments 15 1.3 REFERENCF.s 16 A Reference Standards 17 1. Reference standards cited in th is Spee ific at ion refer to the current reference 18 standard published at the time of the latest revision date logged at the end of this 19 Specification, unless a date is specifically cited . 20 2 . T ex as Manual on Uniform T raffic Control Devices (TMUTCD). 21 3. Item 502, Barricades , Signs , and T raffic Handling of the Texas Department of 22 Transportation, Standard Specifications for Construction and Maintenance of 23 Highway s , Streets , and Brid g es . 24 1.4 ADMINIS1RA11VE REQUIREMENTS 25 A General 26 1. Contractor shall minimize lane closures and impact to vehicular/pedestrian traffic. 27 B. Coordination 28 1. Contact Traffic Services Divi s ion (817-392-7738) a minimum of 48 hours prior to 29 implementing Traffic Control within 500 feet of a traffic signal. 30 C. Sequencing 31 1. An y deviations to the Traffic Cont rol Plan included in the Drawings must be first 32 approved by the City and design Engineer before implementation. 33 1.5 SUBMITTALS 34 A Provide the City with a current list of qualified flaggers before beginning flagging 35 activities. Use only tlaggers on the qualified list. 36 B. Obtain a Street Use Permit from the TPW Department's Transportation Division. The 37 Traffic Control Plan (TCP) for the Project shall be as detailed on the Traffic Control 38 Plan Detail sheets of the Drawing set. A copy of this Traffic Control Plan shall be 39 submitted with the Street Use Permit . 40 C. Traffic Control Plan s shall be signed and s ealed by a licensed Texas Professional 41 Engineer . C ITY OF FO RT WORT H STANDARD CONST RUCTION SPECIFICAT ION DOCUMENTS Revised March 22, 2021 NORTHS/DE I V 24-I NCH WATER TRANSMISSION MA I N, PHASE I 8 City Project No. 102687 Addendu m No. I 34 71 13 -3 T R AFF IC CO NT ROL Page 3 of 6 D. Contractor shall prepare Traffic Control Plans if required by the Drawings or 2 Specifications . The Contractor will be responsible for having a licensed Texas 3 Professional Engineer sign and seal the Traffic Control Plan sheets.A traffic control 4 "Typical" published by City of Fort Worth, the Texas Manual Unified Traffic Control 5 Devices (TMUTCD) or Texas Department of Transportation (TxDOT) can be used as 6 an alternative to preparing project/site specific traffic control plan if the typical is 7 applicable to the specific project/site. 8 E. Lane closures 24 hours or longer shall require a s ite-specific traffic control plan . 9 F . Contractor respon sible for having a licensed Tex as Professional Engineer sign and seal 10 changes to the Traffic Control Plan(s) developed by the Design Engineer. 11 1.6 ACTION SUBMITIALS/INFORMA TIONAL SUBMITIALS [NOT USED) 12 1. 7 CLOSEOUT SUBMITIALS [NOT USED] 13 1.8 MAINTENANCE MA1ERIAL SUBMITIALS [NOT USED] 14 1.9 QUALI1Y ASSURANCE [NOT USED] 15 1.10 DELIVERY, SlORAGE, AND HANDLING [NOT USED] 16 1.11 FIELD [SITE] CONDITIONS [NOT USED) 17 1.12 WARRAN1Y [NOT USED] 18 PART 2 -PRODUCTS 19 2.1 OWNER-FURNISHED (oa] OWNER-SUPPLIED PRODUCTS [NOT USED) 20 2.2 ASSEMBLIES AND MATERIALS 2 1 A Description 22 1. Regulatory Requirements 23 a. Provide Traffic Control Devices that conform to details shown on the 24 Drawings , the TMUTCD, and TxDOT's Compliant Work Zone Traffic Control 25 Devic e List (C WZTCDL). 26 2 . Materials 27 a. Traffic Control Devices must meet all reflectivity requirements included in the 28 T MUTCD and TxDOT Specifications -Item 502 at all time s during 29 construction . 30 b. Electronic message boards shall be provided in accordance with the TMUTCD . CITY OF FORT WO RTH NORTHS/DE IV 24-INCH WATER TRANSMISSION MA IN, PHASE 18 STANDARD CONSTRUCTION SP EC IFICATION DOCUMENTS City Project No. 102687 Revised March 22 , 202 I Addendum No . I 34 71 13 -4 T RAFF IC C O NT ROL Page 4 of 6 2.3 ACCF.SSORIF.S (NOT USED] 2 2 .4 SOURCE QUALI'IY CONIROL [NOT USED] 3 PART3 -EXECUTION 4 3.1 EXAMINATION [NOT USED] 5 3.2 PREPARATION 6 A. Protection of In-Place Conditions 7 1. Protect existing traffic signal equipment. 8 3.3 INSTALLATION 9 A. Follow the Traffic Control Plan (TCP) and install Traffic Control Devices as shown on 10 the Drawings and as directed. 11 B. Install Traffic Control Devices straight and plumb. 12 C. Do not make changes to the location of any device or implement any other changes to 13 the Traffic Control Plan without the approval of the Engineer . 14 I . Minor adjustments to meet field constructability and visibility are allowed . 15 D. Maintain T raffic Control Devices by taking corrective action as soon as possible . 16 1. Corrective action includes but is not limited to cleaning, replacing , straightening, 17 covering, or removing Devices . 18 2 . Maintain the Devices such that they are properly positioned , spaced, and legible , 19 and that retroretlective characteristics meet requirements during darkness and rain . 20 E. If the Inspector discov e rs that the Contractor has failed to comply with applicable federal 21 and state laws (b y failing to furnish the necessary flagmen, warning devices, barricades, 22 lights , signs , or other precautionary measures for the protection of persons or property), the 23 In s pector may order s uch additional precautionary measures be taken to protect persons 24 and property. 25 F. Subject to the approval of the Inspector, portion s of this Project, which are not affected by 26 or in conflict with th e proposed method of handling traffic or utility adju s tments, can be 27 constructed during an y phase . 28 G . Barricades and signs s hall be placed in such a manner as to not interfere with the sight 29 distance of drivers entering the highway from driveways or side streets. 30 H. To facilitate shifting, barricades and signs used in lane closures or traffic staging may 31 be erected and mounted on portable supports. 32 1. The support design is subject to the approval of the Engineer . 33 I. Lane closures shall be in accordance with the approved Traffic Control Plans . 34 J . If at any time the existing traffic signals become inoperable as a result ofconstruction 35 operations , the Contractor shall provide portable stop signs with 2 orange flag s, as 36 approved by the Engineer, to be used for Traffic Control. C IT Y OF FORT W O RTH STANDARD C ONSTR UCT IO N SP ECIF IC AT ION DOC UM E T S Revi sed March 22, 2021 NORTHS/DE I V 24-I NCH WATER TRA NSMISSI ON M A I N, PHASE I B City Pr oj ect No. 102 687 A ddendum No . I 347113-5 T RAF FI C CO NT ROL Page 5 of6 I K Contractor shall make arrangements for police assistance to direct traffic if traffic signal 2 turn-ons, street light pole installation , or other construction will be done during peak traffic 3 times (AM: 7 am -9 am , PM: 4 pm - 6 pm). 4 L. Flaggers 5 1. Provide a Contractor representative who has been certified as a flagging instructor 6 through courses offered by the Texas Engineering Extension Service, the American 7 Traffic Safety Services Association , the National Safety Council, or other approved 8 organizations. 9 a . Provide the certificate indicating course completion when requested. 10 b . This representative is responsible for training and assuring that all flaggers are 11 qualified to perform flagging duties . 12 2 . A qualified flagger must be independently certified by I of the organizations listed 13 above or trained by the Contractor 's certified flagging instructor. 14 3 . Flaggers mu s t be courteous and able to effectively communicate with the public . 15 4 . When directing traffic , flagger s must use standard attir e, flags , signs , and signals 16 and follow the flagging procedures set forth in the TMUTCD. 17 5. Provide and maintain flaggers at such points and for such periods of time as may be 18 required to provide for the safety and convenience of public travel and Contractor 's 19 personnel and a s shown on the Drawings or as directed by the Engineer. 20 a . Thes e flaggers shall be located at each end of the lane closure . 21 M. Removal 22 1. Upon completion of Work, remove from the Site all barricades , signs , cones, lights 23 and other Traffic Control Devices used for worlc-zone traffic handling as soon as 24 practical in a timely manner, unle s s otherwise shown on the Drawing s. 25 3.4 REPAIR /RESTORATION [NOT USED] 26 3.5 RE-INSTALLATION [NOTUSED] 27 3.6 FIELD !OR] SI1E QUALI1Y CONlROL [NOT USED] 28 3.7 SYS1EM STARWP [NOT USED] 29 3.8 ADJUSTING [NOT USED] 30 3.9 CLEANING [NOT USED] 31 3.10 CLOSEOUT ACTIVITIES [NOT USED] 32 3.11 PR01ECTION [NOT USED] 33 3.12 MAIN1ENANCE [NOT USED] 34 3.13 ATTACHMENTS [NOT USED] 35 END OF SECTION 36 37 C IT Y OF FO RT W O RTH STANDARD CONSTR UCTION SPECIFICAT ION OCX:UMENTS Rev ised March 22 , 202 I NORTHS/DE I V 24-INCH WATER TRANSMISSION MA IN, PHASE I B City Project No. 102687 Adde ndum No. I DA TE NAME 11 /22 /13 S. Arnold 3 /22 /202 1 M Owen CITY OF FORT WORTH Revisio n Lo g SUMMA RY O F CHANGE 34 7 1 13 -6 TRAFFIC CONT ROL Page 6 of6 Added police assistance, requirement for when a site specific TCP is required 1.4 A . Added language to emphasize minimizing of lane closures and impact to t r affic. 1.5 Clarified submittal requirements 3.3 M . Clarified removal requireme nts STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS Revised March 22 , 2021 NORTHS/DE I V 24-INCH WATER TRANSMISSIO N MAIN, PHASE I 8 City Project No. 102687 Adde ndum No . 1 GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4 .04 Underground Facilities APPENDIX GC-6.06 .D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GR-01 60 00 Product Requirements CITY OF FORT WORTH NORTHSIDE IV 24-INCH WAT ER TRANMISSION MAIN PHAS E 1B STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS City Project No . I 02687 Revised July I , 201 I GC-4.01 Availability of Lands THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH NORTHSIDE IV 24-INCH WAT ER TRANM ISSJON MAIN PHASE I 8 STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS City Project No . 102687 Revised July I , 20 I I D222157569 06/21/2022 03:51 PM Page: 1 of 17 Fee: $83.00 Subm itter: City of Fort Worth , TX Electron ically Recorded by Tarrant County Clerk i n Officia l Public Records ~ j\),~ -Q -MARYLOOISE NICHOLSON COUNTY CLERK Eagle Mountain -Roanoke 345 KV Line Eagle Mountain -Saginaw 138 KV Line D-1017 2022-4434CW EASEMENT AND RIGHT OF WAY STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § That ONCOR ELECTRIC DELIVERY COMPANY LLC, a Delaware limited liability company, hereinafter referred to as Grantor, for and in consideration of TEN AND NO/100 DOLLARS ($10.00), and other good and valuable consideration to it in hand paid by the City of Fort Worth, a Texas Municipal Corporation, hereinafter referred to as Grantee, has granted, sold and conveyed and by these presents does hereby grant, sell and convey unto said Grantee a nonexclusive twenty-five foot (25') wide easement and right of way for the purpose of constructing , reconstructing, replacing , maintaining and operating a twenty- four inch (24") waterline , hereinafter referred to as Grantee's Facility, in , over, under, across and along the property described and shown on the attached Exhibit "A": SEE ATTACHED EXHIBITS There is also granted to Grantee, its successors or assigns, a nonexclusive 20 foot wide temporary construction easement described in attached Exhibit "B", during temporary periods , as may be necessary for the construction , maintenance, and repair of said Grantee's Facility. Such use shall not interfere with Grantor's use of such property in the operation of its business and Grantee shall properly maintain such property during construction and at the conclusion of such construction remove all construction debris and other materials from such property and restore such property to the same condition it was in prior to the commencement of Grantee's construction thereon or in proximity thereto. Additional general construction limitations on easement are described and listed , but not limited to, in Exhibit "C", attached hereto and by reference made a part hereof. Use of draglines or other boom-type equipment in connection with any work to be performed on Grantor's property by the Grantee , its employees, agents , representatives or contractors must comply with Chapter 752, Texas Health and Safety Code, the National Electrical Safety Code and any other clearance requirements. Notwithstanding anything to the contrary herein, in no event shall any equipment be within fifteen (15) feet of the Oncer 138,000 volt or less power lines or within twenty (20) feet of the Oncor 345,000 volt power lines situated on the aforesaid property. Grantee must notify Fort Worth Transmission, (817-496-27 46) at least 48 hours prior to the use of any boom-type equipment on Grantor's property except in an emergency. Grantor reserves the right to refuse Grantee permission to use boom-type equipment. Easement and Right of Way Page 1 of 17 D222157569 Grantee shall locate its Facility within the easement so as not to interfere with any of Grantor's facilities . Grantee shall not place its facility within 25 feet of any pole or tower leg. Grantee shall reimburse Grantor for any and all costs and expenses incurred by Grantor for any relocation or alteration of its facilities located on or near the easement that Grantor, in its sole discretion , determines are subject to interference from the said Grantee's Facility or from the exercise by Grantee of any of its rights hereunder. This easement is granted upon the conditions that Grantee's Facility to be constructed shall be maintained and operated by Grantee at no expense to Grantor and Grantor shall not be responsible for any costs of construction, reconstruction, operation , maintenance or removal of Grantee's Facility. To the extent permitted by law, Grantee agrees to defend, indemnify and hold Grantor, its officers, agents and employees, harmless against any and all claims, lawsuits, judgements, costs, and expenses for personal injury (including death), property damage or other harm for which recovery of damages is sought,.suffered by any person or persons that may arise out of, or be occasioned, by any negligent act or omission of Grantee, its officers, agents, associates , employees or subconsultants; except that the indemnity provided for in this paragraph shall not apply to any liability resulting from the sole negligence of Grantor, its officers, agents , or employees or separate contractors, and in the event of joint and concurrent negligence of both Grantor and Grantee, responsibility and indemnity, if any, shall be apportioned comparatively in accordance with the laws of the State of Texas, without, however, waiving any governmental immunity or other defenses available to the parties under Texas Law. The provisions of this paragraph are sol.ely for the benefit of the parties hereto and not intended to create or grant any rights , contractual or otherwise , to any other person or entity. Grantee shall, at its own cost and expense comply with all applicable laws, including but not limited to existing zoning ordinances, governmental rules and regulations enacted or promulgated by any governmental authority and shall promptly execute and fulfill all orders and requirements imposed by such governmental authorities for the correction, prevention and abatement of nuisances in or upon or connected with said premises because of Grantee's use thereof. This easement, subject to all liens of record, shall continue only so long as Grantee shall use this right of way for the purpose here in described and the same shall immediately lapse and terminate upon cessation of such use. TO HAVE AND TO HOLD the above described easement and rights unto the Grantee, its successors and assigns, for the purposes aforesaid and upon the conditions herein stated until the same shall be abandoned for use by the Grantee for the purpose herein stated, then and thereupon this conveyance shall be null and void and the use of said land and premises shall absolutely revert to Grantor herein, its successors and assigns, and no act or omission on the part of them shall be construed as a waiver of the , enforcement of such condition . Easement and Right of Way Page 2 of 17 Page 2 of 17 D222157569 AND Grantor does hereby bind itself, its successors and assigns, to WARRANT AND FOREVER DEFEND all and singular the above described easement and rights unto the Grantee , its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof , by, through or under Grantor but not otherwise . EXECUTED as of this ___ t:'---_day of ___ 1.._,+)_UA._€ ________ , 2022. GRANTOR: ONCOR ELECTRIC DELIVERY COMPANY LLC Attorney-in -Fact ST ATE OF TEXAS § § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, on this day personally appeared Q....,~ C) So.~-"'~ , as the Attorney-In-Fact of Oncer Electric Delivery Com any LLC, known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that he executed the same for the purposes and consideration therein expressed, in the capacity therein stated and he is authorized to do so. GIVEN UNDER MY HAND AND SEAL OF OFFICE this--~-+-___ ~ __ day of ~ "2 "~ , A. D. 2022 . $1~X~f:t~ MANDY M. SMITH g°f(J::{~g Notary Public, State of Te xas ~~~-~~$ Comm . Exp ires 08 -02-2024 .,,_,:_~·· ··~~-~ ,,,,,m,",,~ Notary ID 124437083 Easement and Right of Way Page 3 of 17 Page 3 of 17 D222157569 Grantee: The City of Fort Worth By: f?!-Jt;.!,'1:fiM_of{ Name : _o_a_n_a _B_u _rg_h_d_of_f ___ _ Title: Assistant City Manager ST ATE OF TEXAS COUNTY OF TARRANT § § § Approved as to Form and Legality Name: Matt Murray Title : Assistant City Attorney BEFORE ME , the undersigned authority, on this day personally appeared Dana Burghdoff , as the Assistant City Manager ___ ___.__--=------- of City of Fort Worth , known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that he/she executed the same for the purposes and consideration therein expressed , in the capacity therein stated and he/she is authorized to do so . · GIVEN UNDER MY HAND AND SEAL OF OFFICE this _7_t_h ____ day of June , A. D . 2022 . SELENA ALA Nota ry Publ ic STATE OF TEXAS Notary I.D . 132422528 M Comm . Exp . Mar. 31 , 2024 After Recording, Return To : Oncer Electric Delivery Company LLC Right of Way Services Attn: L aura DeLaPaz 777 Main St, Suite 1311 Ft. Worth, Texas 76102 Easement and Right of Way I I Digitally signed by Selena Ala s e en a A a Date : 2022 .06.07 12:10:10 --05 '00' Notary Public in and for the State of Texas Page 4 of 17 Page 4 of 17 0222157569 EXHIBIT A LEGAL DESCRIPTION WATER FACILITY EASEMENT Being part of the Benjamin Thomas Survey, Abstract No. 1497, situated in the City of Fort Worth , Tarrant County, Texas and being a portion of a tract referred _to as Tract No. 6 of the tracts of land conveyed to TEXAS ELECTRIC SERVICE COMPANY, as described in Instrument Number D153016284 Official Public Records of Tarrant County Texqs (O.P.R.T.C.T.), and being more particularly described as follows: COMMENCING at a capped iron rod with red cap stamped "KHA" found for the northeast comer of a tract conveyed to JLM OF TAMPA INC by Instrument Number D220323937 (O.P.R.T.C.T.), hereinafter referred to as JLM Tract 1 and being a southeast comer of a tract of conveyed to LENNAR HOMES OF TEXAS LAND AND CONSTRUCTION LTD by Instrument Number D220319529 (O.P.R.T.C.T.) said point also being in the west right of way line of U.S. Highway No. 287 (Business), also from which a capped iron rod with red cap stamped "KHA" found for the southeast corner of said JLM Tract 1 and for the northeast corner of tract conveyed to E- STEEL II LLC by Instrument Number D209280915 (O.P.R.T.C.T.), hereinafter referred to as E- Steel Tract 2, said point also being in the west right of way line of U.S. Highway No. 287 (Business) bears S 27°14'34" E, a distance of 235.45 feet; THENCE N 22°28'38" W, along the west right of way line of U.S. Highway No. 287 (Business) and the west line of said Lennar Homes of Texas Land and Construction LTD, a distance of 42.81 feet to a point for the northeast corner of said Lennar Homes of Texas Land and Construction LTD tract and the southeast corner of said Texas Eiectric Service Company and in the west right of way line of U.S. Highway No. 287; THENCE S 89°40'38" W, departing the west right of way line of U.S. Highway No. 287 (Business) and along the south line of said Texas Electrlc Service Company tract and the north line of said Lennar Homes of Texas Land and Construction LTD, a distance of 177.39 feet to a 5/8" iron rod set with plastic cap stamped "DEOTTE RPLS 4673" for the POINT : OF BEGINNING; . THENCE S 89°40'-38" W, along the south line of said Texas Electric Service Company tract and the north line of said Lennar Homes of Texas Land and Construction LTD, a distance of 25.00 feet to a 5/8" iron rod set with plastic cap stamped "DEOTTE RPLS 4673"; THENCE N 00°20'07" W, departing the south line of said Texas Electric Service Company tract and the north line of said Lennar Homes of Texas Land and Construction LTD, a distance of 42.67 feet to a 5/8n iron rod set with plastic cap stamped "DEOTTE RPLS 4673" at the beginning of a non-tangent curve to the left with a radius of 1,195.18 feet, whose chord bears N 13°50'43" W, a distance of 161.82 feet; THENCE along said non-tangent curve to the left through a central angle of 07°45'49" a distance of 161.94 feet to a 5/8" iron rod set with plastic cap stamped "DEOTTE RPLS 4673" in the north line of said Texas Electric Service Company tract and a south line of Lot 2, Block 1 Eagle Mountain Saginaw Maintenance & Transportation· Facility Addition as described In D208300797 (O.P.R.T.C.T.) THENCE N 89°40'38" E, along the north line of said Texas Electric Service Company tract and the south line of said Lot 2, Block 1 Eagle Mountain Saginaw Maintenance & Transportation Easement and Right of Way Page 1 of 5 Page 5 of 17 Page 5 of 17 D222157569 Facility Addition, a distance of 26.17 feet to a 5/8" iron rod set with plastic cap stamped "DEOTTE RPLS 4673" at the beginning of a non-tangent curve to the right with a radius of 1,220 .16 feet, whose chord bears S 13°36'43" E, a distance of 159.51 feet; THENCE along said non-tangent curve to the right through a central angle of 07°29'43" a distance of 159.62 feet to a 5/8" Iron rod set with plastic cap stamped "bEOTTE RPLS 4673"; THENCE S 00°20'07" E, a distance of 44 .77 feet to the POINT OF BEGINNING and containing 5, 113 square feet or 0.117 acres more or less. Easement and Right of Way Exhibit "A" Page 2 of 5 Page6 of17 Page 6 of 17 D222157569 NOTES: 1) All bearings and coordinates are in US survey feet surface using a scale factor of 1.0001526298 and referenced to the Texas Coordinate System, Nad-83, The North Central Zone 4202 . 2) Exhib it 8 of same date accompanies this legal description. James E. DeOtte Registered Professional Land Surveyor No .4673 James DeOtte Engineering, Inc. TBPLS Firm No. 10101400 2201 Dottie Lynn Parkway, Suite 119 Fart Worth, Texas 76120 (817) 446-6877 Easement and Right of Way Exhibit A Page~ of 5 Page 7 of 17 Page 7 of 17 D222157569 l.£GEND; PROPERTY BOUNDARY EX EASEMENT PROP. F.ASEJJENT IRON ROD FOUND /RF' CIRS EXHIBIT A PAGE 4 OF 5 0 800 5/8. IRON ROD SET' Wf1H Pt..ASTlC CAP STAMPED "DEOTTE: RPiS 4873• OFFICIAL PUBUC REOORDS TARRANT .COUNTY 7E:XAS O.P.R.T.G.T. u · It EAGLE MOUNTAIN-SAGINAW ISO 1200 OLD DECATUR RD FORT WORTH, TX 76179-4300 LOT 2, BLOCK 1 EAGLE MOUNTAIN -SAGINAW MAINTENANCE & TRANSPORTATION FACILITY ADDITION 0208300797 O.P.R . T.C. T. LENNAR HOMES OF TEXAS LAND AND CONSTRUCnON LTD 1707 MARKET PLACE 1------ BLVD STE 100 /RV/NG, TX 75063 D220319529 O.P.R.r.c.r. (LENNAR TRACT 2) fo!r,f?ftTII City of Fort Worth 200 ~S STREU FORT WORTH, TX, 76102 PROJECT: NORTHS/DE IV WATERLINE PROPOSED WATER FACILITY EASEMENT GRAPHIC SCALE IN FEET ONCOR ELECTRIC DELIVERY CO LLC PO BOX 139/00 DALLAS, TX 75313 D153016284 TRACT 6 O.P.R .T.C.T. S89"40'JB"'N 177.J9' N22"28'JB"W 42.81' EXH/Bff A SHOWING A PARCEL OF PROPERTY SITIJATED IN THE BENJAMIN THOMAS SURVEY TARRANT COUNTY, TEXAS AS RECORDED IN 0153016284 omCJAL PUBUC RECORDS OF TARRANT COUNTY ~s CITY PROJECT No. 102687 PARCEL NO. 08 PWFE Page 8 of 17 1600 LAND ACQUISmON AREA: 5, 11 J SQ FT OR 0. 117 AC JOEi JOB No . 202100700 DRAWN BY: CBC PAGE 4 OF 5 Date: 3/30/2022 JAMES DeOTTE ENGINEER/NG, INC. , 2201 DOmE LYNN PKWY., SLJ(TE 119 TBPE FIRM Reg. No. 8917 , TBLS Firm Reg. No. 101014-00 Easement and Right of Way FORT WORTH, TX. 76120 , 817-446-6877 Page 8 of 17 D222157569 PROPERrY BOUNDARY EX. E'ASEMENT PROP. EASEMENT IRON ROD FOUND EXHIBIT A PAGE 5 OF 5 5/s• IRON ROD SE:T WfTH PLAST1C CAP STAMPED "DEOm: RPLS 4873• OFFICIAL PUBLJC RECORDS 100 TARP.ANT COUNTY 1Ell'AS CIRS O.P.R.T.C.T. \ , ~i"'. 1:1.I~~!t}~ IN FEET \ -------I I -·· .•. -=i '•',l• ---- --~· .. ---~-· :_-_-:_ -:-::,._-_ -_-_-_-_ -__ --~r. ~~~ ~g~E0rgu~~~"(//t~!f4W /SD i ----,-------~-·:•--~-~ .. · ··•.,:· .. 1 •.:FORT WORTH, TX 76179-4300 \ ·: •' . ;:;,;,,,;·· , ·. : ;;.;; ·, ~: ~• · •• LOT 2, BLOCK 1 EAGLE MOUNTAIN \ 0 "-----?,; / JI! $€ -SAGINAW MAINTENANCE & \ N89"40'J8"£ / TRANSPORTAnON FACILITY \ 26 17' / ADDITION \ \ • / / D208300797 ~ ____ ...,___ Cllr O.P.R.T.C.T. otjCOR ELECTRIC llf.LIVERY CO LLC \ PO BOX 1'?-9100 \ DALLAS, TX \5313 \ D153016284 Tfflc4CT 6 \ O.P.R. T.C. T.\ \---\ PROPOSED WA1ER FACIUTY E"ASEMENT CONrAINING 5, 11 .J SQ. FT./ 0.117 AC. ,~;. -~· ~~:- ''rj. -i-:fl"~ .;,~ ·.l.l.:~ r ... .;.:. Page 9 of 17 \ 'u, \ \ o~1z.o. \ r-, _ _,..,,:rn:ii::-::======~,;29'43" ·-:..."', ·~\,I,~ \,• ------.-·-,;1 u,O;.) ➔E ------ •-10' l'<'\G) R=t,220.16' L=159.62' ce~s1 -YJ6'4J"£ CD=159.51' \ 'c, '2.i ~ ~ \ ·-:-1i~o \ \ \ \ ep~--n -I ~ \ \ \ \ ~ \ ~ \ LENNAR HOMES OF TEXAS LAND AND CONSTRUCTION LTD 1707 MARKET PLACE BLVD STE -100 /RV/NG, TX 75063 D220319529 O.P.R. T. C. T. . (LENNAR TRA CT 2) fO{f-f.>JT11 \ City of Fort Worth 200 T£XAS STREET FORT WOlffl{, TX. 76102 PROJECT: NORTHS/DE IV WATERLINE PROPOSED WATER FACILITY EASEMENT \ \ \ \ \ \ li=745'49" R=1, 195.16' L=161.94' CB=N1J"50'4J"W CD=161.82' E:xH/8/T A SHOWING A PARCEL OF PROPERTY SITUATED IN TH£ BENJAMIN THOMAS SURVEY TARRANT COUNTY, TEXAS AS RECORDED IN D153016284 OFFICIAL PUBLJC RECORDS OF TARRANT COUNTY TEXAS CITY PROJECT No. 102687 PARCEL NO. 08 PWFE , ,. LAND ACQUJSlnON ARE:A: 5, 1 13 SQ FT OR 0 . 1 17 AC JOEi JOB No. 202100700 DRAWN BY: CBC PAGE 5 OF 5 Date: J/J0/2022 JAMES DeOTTE ENGINEERING, INC. • 2201 DOTTIE LYNN PKWY., SUITE 119 TBPE FIRM Reg. No. 8917 , TBLS Firm Reg . No . 101014-00 Easement and Right of Way FORT WORTH, TX. 76120 , 817-446-6877 Page 9 of 17 0222157569 EXHIBIT B LEGAL DESCRIPTION TEMPORARY CONSTRUCTION EASEMENT Being part of t_he Benjamin Thomas Survey, Abstract No . 1497, situated in the City of Fort Worth, Tarrant County, Texas and being a portion of a tract referred to as Tract No. 6 of the tracts of land conveyed to TEXAS ELECTRIC SERVICE COMPANY, as described in Instrument Number D153016284 Official Public Records of Tarrant County Texas (O.P.R.T.C.T.), and being more particularly described as follows: COMMENCING at a capped iron rod with red cap stamped "KHA" found for the northeast comer of a tract conveyed to JLM OF TAMPA INC by Instrument Number D220323937 (O.P.R.T.C.T.), h,ereinafter referred to as JLM Tract 1 and being a southeast corner of a tract of conveyed to LENNAR HOMES OF TEXAS LAND AND CONSTRUCTION LTD by Instrument Number D220319529 (O.P.R.T.C.T.) said point also being in the west right of way line of U.S. Highway No. 287 (Business), also from which a capped iron rod with red cap stamped "KHA" found for the southeast corner of said JLM Tract 1 and for the northeast corner of tract conveyed to E- STEEL II LLC by Instrument Number D209280915 (O .P.R.T.C.T.), hereinafter referred to as E- Steel Tract 2, said point also being in the west right of way ,lin_e of U.S . Highway No. 287 (Business) bears S 27°14'34" E, a distance of 235.45 feet; THENCE N 22°28'38" W, along the west right of way line of U.S. 'Highway No. 287 (Business) and the west line of said Lennar Homes of Texas Land and Construction LTD, a distance of 42.81 feet to a point for the northeast corner of said Lennar Homes of Texas Larid and Construction LTD tract and the southeast comer of said Texas Electric Service Company and In the west right of way line of U.S. Highway No. 287; THENCE S 89°40'38" W, departing the west right of way line of U.S. Highway No. 287 (Business) and along the south line of said Texas Electric Service Company tract and the north line of said Lennar Homes of Texas Land and Construction LTD, a distance of 202.39 feet to a 5/8" iron rod set with plastic cap stamped "DEOTTE RPLS 4673" for the POINT OF BEGINNING; THENCE S 89°40'38" W, along the south line of said Texas Electric Service Company tract and the north line of said Lennar Homes of Texas Land and Construction LTD, a distance of 20.00 feet to a point; THENCE N 00°20'07" W, departing _the south line of said Texas Electric Service Company tract and the north line of said Lennar Homes of Texas Land and Construction LTD, a distance of 40.98 feet to a point at the beginning of a non-tangent curve to the left with a radius of 1,175.16 feet, whose chord bears N 14°02'21" W, a distance of 163.70 feet; THENCE along said non-tangent curve to the left through a central angle of 07°59'16" a distance of 163.83 feet to a point in the north line of said Texas Electric Service Company tract and a south line of Lot 2, Block 1 Eagle Mountain Saginaw Maintenance & Transportation Facility Addition as described in D208300797 (O.P.R.T.C.T.) THENCE N 89°40'38" E, along the north line of said Texas Electric Service Company tract and the south line of said Lot 2, Block 1 Eagle Mountain Saginaw Maintenance & Transportation Facility Addition, a distance of 20.98 feet to a 5/8 " iron rod set with plastic cap stamped Page 10 of 17 Easement and Righi of Way Page 1 of 5 Page 10 of 17 0222157569 "DEOTTE RPLS 4673" at the beginning of a non-tangent curve to the right with a radius of 1, 195.25 feet, whose chord bears S 13°50'43" E, a distance of 161.82 feet; THENCE along said non-tangent curve to the right through a central angle of 07°45'47" a distance of 161 .94 feet to a 5/8" iron rod set with plastic cap stamped "DEOTTE RPLS 4673"; THENCE S 00°20'07" E, a distance of 42.67 feet to the POINT OF BEGINNING and containing 4,094 square feet or 0.094 acres more or less. Page 11 of 17 Easement and Right of Way Exhibit B Page 2 of 5 Page 11 of 17 D222157569 Page 12 of 17 NOTES: 1) All bearings and coordinates are In US survey feet surface using a scale factor of 1.0001526298 and referenced to the Texas Coordinate System, Nad-83, The North Central Zone 4202. 2) Exhibit B of same date accompanies this legal description. James E. DeOtte Registered Professional Land Surveyor No.4673 James DeOtte Engineering, Inc . TBPLS Firm No. 10101400 2201 Dottie Lynn Parkway, Suite 119 Fort Worth, Texas 76120 (817) 446 -6877 Easement and Right of Way ExhibitB Page 3 of 5 Page 12 of 17 D222157569 LEGEND: PROPERTY BOUNDARY EX. &.SEMENT PROP. EASEMENT IRON ROD FOUND /RF C/RS EXHIBIT B PAGE4 OF 5 0 ® 800 5/B. IRON ROD SO' WIT1f PI.AST1C ~ STAMPED "DEOTTE: RPLS 461J• OFF1CfAL PUBUC RECORDS TARIWIT' COUNTY TEXAS O.P.R.T.C.T. EAGLE MOUNTAIN-SAGINAW ISO 1200 OLD DECATUR RD FORT WORTH, TX 76179-4300 LOT 2, BLOCK 1 EAGLE MOUNTAIN -SAGINAW MAINTENANCE & TRANSPORTATION FACIU7Y ADDITION 0208300791 O.P.R . T.C. T. GRAPHIC SCALE IN FEET ONCOR ELECTRIC DELIVERY CO LLC PO BOX 139100 DALLAS, TX 75313 D153016284 TRACT 6 . O.P.R. T.C. T. S89.40'38'W 202.39' N22"28'38'W 42.81' LENNAR HOMES OF ,-------;::;::=:;:::::;::;if--~~~!...!! TE"~S LAND AND CONSTRUCnON LTD 1707 MARKET PLACE 1----- BL\,U STE 100 /RV/NG, TX 75053 D220319529 O.P.R.T.C.T. (LENNAR TRACT 2) City qf Fort Worth 200 7ElG4S Sl"REET" FORT WORTI-I, TX, 76102 PROJECT: NORTHS/DE IV WATERLINE EXHMJff A SHOWING A PARCEL OF PROPERTY SITUATW IN THE BENJAMIN THOMAS SURVEY TARRANT · COUNTY, TEXAS AS RECORDED IN D15J016284 OFFICIAL PUBLIC RECORDS OF TARRANT COUNTY 7ElG-\S CITY PROJECT No . 102687 PROPOSED TEMPORARY CONSTRUCnON EASEMENT PARCEL NO. 06 TCE Page 13 of 17 1600 LAND ACQU/StnON AREA: 4 094 SQ FT OR 0. 094 AC JOEi JOB No. 202100700 DRAWN BY: CBC PAGE 4 OF 5 Date : 3/30/2022 JAMES DeOTTE: £NG/NEERING, INC. • 2201 DOTTI£ LYNN PKWY., SUITE 119 TBPE FIRM Reg, No. 8917 , TBLS Firm Reg, No. 101014-00 Easement and Right of Way FORT WORTH, TX. 76120 , 817-446-6877 Page 13 of 17 0222157569 PROP£TrfY BOUNDARY EX. E'ASEMENr PROP. EASEMENr IRON ROD FOUND 6/8• IRON ROO SET WITH PlAST1C CAP STAMPED -oEoTTE: RPLS 4t173• OFFICW. PUBUC RECORDS TMRANr COUNTY 1mS' fRF' CIRS O.P.R.T.C.T. EXHIBIT B PAGE 5 OF 5 -. \ . I ~1:1.I~~~AL~ IN FEET I I ~ : . • ,:;~--;.:\: \ --~-r .. •, •J•~•' ----_,,. -----------:-.-:::._r. =:.,.......-·. ,-.-;-. · ·.2:f'-. 1200 OLD DECATUR RO 100 ! ------..----- - --~;; ~ . . . . .. .. • ,rwJAGLE MOUNTAIN-SAGINAW ISO ----\ ----: ---~~: ... · . · . : • ":~·-. · · ", ~ • · · /. · .' FORT WORTH, TX 76179-4300 \ ·: .. , • : ·.• • ... • ·.' 1,;;; ·.:..~: j:.J:LOT 2, BLOCK 1 EAGLE MOUNTAIN \ K-N89.40'.J8•£ / ~ ~-SAGINAW MAINTENANCE & \ \ 20.98' I / ~%1W~~RTATION FACILITY \ \ ----, =-I 02oa300191 ~ -ONCOR tJ,£CTR/C ..--O.P.R.T.C .T. \ DELIVERY 'co LLC .1=7°59't6• \ PO BOX 1'~9100 -R=1, 175.16' \ DALLAS. TX X5313 L=16.J.8J' \ 0153016284 TfMCT 6 CB=N14.02'21 'W \ o.P.R. r.c. T.\ co-16.J. 10· ·\---\ \ ~ \ \ oS.<z-o. \ ------.-·-;xi u-o -;xi '-I E~--- -~~~~ \ --,~::---PROPOSaJ TEMPORARY CONSTRUCTION cASENENT CONrAINING 4,094 SQ. FT. / 0.094 AC. () U\ \.n ~ -~~~o \ (:µ~"" ::.\~ \ \ \ \ \ \ \ ~ \ '---\ \ LENNAR HOMES OF TEXAS LAND AND CONSTRUCTION LTD 1707 MARKET PLAC£ BLVD STE -100 /RV/NG, TX 75063 0 220319529 O.P. R. T. C. T. (LENNAR TRACT 2) FORT WORTH ~ \ City of Fort Worth 200 TEXAS STREET FORr WORTH, TX. 76102 PROJECT: NORTHS/DEN WATERLJNE \ \ \ \ \ ---,1=7°45'47" R=1, 195.25' L= 161.94' ,_ . CB=St:J·so'4.J"E HE-CD=161.82' I I s0·2o'ol"E Qlll42.67' D<HIBfT A SHOWING A ·PARCEL OF PROPERTY SfTUATf:D IN TH£ BENJAMIN THOMAS SURVEY TARRANT COUNTY, TEXAS AS R£CORD£D IN D153016284 OFFICIAL PUBLIC RECORDS OF' TARRAlff COUNTY ~ CITY PROJECT No. 102687 PROPOSED TEMPORARY CONSTRUCnON EASEMENT PARCEL NO. 06. TCE Page 14 of 17 LAND ACQU/SmON AREA: 4,094 SQ FT DR 0.094 AC JO£/ JOB No. 202100700 DRAWN BY: CBC PAGE 5 OF 5 Date : 3/30/2022 JAMES DeOTTE £NG/NEERING, INC. • 2201 DOmE LYNN PK'NY., SUITE 119 FORT WORTH, TX. 76120 . , 817-4.46-6877 TBP£ FIRM Reg. No. 8917 , TBLS Firm Reg. No. 101014-00 Easement and Right of Way Page 14of 17 D222157569 LIMITATIONS ON Oncor ELECTRIC DELIVERY COMPANY RIGHT OF WAY EXHIBIT"C" 1. You are notified, and should advise your employees, representatives, agents, and contractors, who enter the property that they will be working in the vicinity of high voltage electrical facilities and should take proper precautions, included but not limited to the following stipulations and in compliance , at all times , with Chapter 752, V .T .C.A., Health & Safety Code . 2. Blasting is not to be permitted on Oncor right-of-way or under Oncor lines. 3. Construction on electric transmission line easements acquired by Oncor after January 1, 2003 shall comply with the requirements of Public Utility Commission Substantive Rules §25 .101, as amended from time to t ime . 4. No crossing less than 45 degrees to the centerline of the right-of-way. 5 . Grading will be done in order to leave the right-of-way as near as possible to present condition . Spoil dirt will be removed from the right-of-way and no trash is to be left on right-of-way. Slopes shall be graded so that trucks can go down the right-of-way when required and such that the slopes can be mechanically maintained. Page 15 of 17 6. Equipment and materials will not be stored on the right-of-way during construction without written approval of the Supervisor of Regional Transmission. 7 . Street or road cross ings are to be based on drawings submitted. Any change in alignment or elevation will be resubmitted for approval. 8 . No signs, lights or guard lights will be permitted on the right-of-way. 9 . Power line safety equipment operations : hazard assessment and precautions inside the work zone area must be performed and in compliance with OSHA Standard §1926.1408 at all times. Equipment shall not be placed within fifteen (15) feet of the Oncor 138,000 volt or less power lines or within twenty (20) feet of the Oncor 345,000 volt power lines. Easement and Right of Way Page 15 of 17 D222157569 10. Any pre -approved fencing will not exceed eig ht (8) feet in he ight , and if metal in nature , will be grounded, at ten (10) feet intervals , with an appropriate driven ground . Gates should be at least s ixteen (16) feet in width to allow Oncor access to the right-of-way. 11 . No dumpsters w ill be allowed on Oncor right-of-way or fee owned property. 12. Draglines will not be used under the line or on Oncor right-of-way. 13 . The existing grade shall not be d isturbed, excavated or filled within 25 feet of the nearest edge of any Oncor t ransm ission structure (tower , pole, guy wire, etc ... ). Page 16 of 17 14. Right-of-way will be protected from washing and erosion by Oncor approved method before any permits are granted . No discharg ing of wat er will be allowed within any portion of the right of way. Drainage facilitation will not be allowed to discharge into/onto Oncor right-of-way. 15. No obstruction shall be installed on the right-of-way that would interfere with access to Oncor structures or prevent mechanical maintenance . 16. Before any work is done under Oncor lines or by Oncor structures notify the Region Transm ission Department , 817-496-27 46. 17. No hazardous mate ri als will be stored on the right of way. 18. For purposes of this document, "Hazardous Materials " means and includes those substances , including, without limitation , asbestos-containing material containing more than one percent (1 %) asbestos by weight, or the group of organic compounds known as polychlorinated biphenyls , f lammable explosives , radioactive materials, chemicals known to cause cancer or reproductive toxicity and includes any items included in the definition of hazardous or toxic waste , materials or substances under any Hazardous Material Law. "Hazardous Material Laws" collectively means and includes any present and future local, state and federal law relating to the environment and envi ronmental conditions including , without limitation, the Resource Conservation and Recovery Act of 1976 ("RCRA"), 42 U.S.C. §6901 et seq., the Comprehensive Environmental Response , Compensation and Liability Act of 1980, ("CERCLA"), 42 U.S .C. §§9601-9657 , as amended by the Superfund Amendments and Reauthorization Act of 1986 ("SARA''), the Hazardous Material Transportation Act, 49 U.S.C. §6901 et seq., the Federal Water Pollution Control Act, 33 U .S.C . §1251 , et seq., the Clean Air Act , 42 U.S.C . §741 et seq ., the Clean Water Act, 33 U .S .C. §7401 et seq ., the Toxic Substances Control Act, 15 U.S .C . §§2601-2629 , the Safe Drinking Water Act, 42 U.S.C. §§300f-330j , and all the regulations, Easement and Right of Way Page 16 of 17 0222157569 orders, and decrees now or hereafter promulgated thereunder. 19. Brush and cut timber is not to be piled or stacked on Oncor right-of-way nor is it allowed to be burned upon or in close proximity to the conductors or towers. 20. No structures or obstructions, such as buildings, garages, barns, sheds, swimming pools, playground equipment, guard houses, etc., will be permitted on the right-of-way. 21. Landscaping on Oncor right-of-way is permitted when Oncor approves landscaping plans in writing. No lighting or sprinkler systems are allowed on the right-of-way. 22. No park or park designation will be permitted on the right-of-way. Page 17 of 17 23 . Gas Pipeline Protective Barrier; Grantee, at Grantee's sole expense, shall provide one of the following protective barriers; 1) a concrete protective barrier between the surface and the pipe that is a minimum of one (1) foot thick by one (1) foot wide, if pipe is wider than one (1) foot, then width of pipe, with the top of the concrete barrier to be at least one (1) foot below the surface or final grade, 2) construct the gas pipeline inside of a proper protective steel casing, 3) where electric facilities are located above ground, install the pipeline a minimum of ten (10) feet below the ground surface, or 4) where electric facilities are located below ground, install the pipeline at a depth that provides for a minimum of a ten (10) foot clearance between the pipeline and the underground electric facilities. 24. No fire hydrants or manholes will be permitted within the right-of-way. 25. Any drainage feature that allows water to pond, causes erosion, directs stormwater toward the right-of-way or limits access to or around Oncor's facilities is prohibited. Drainage facilitation will not be allowed to discharge into/onto Oncor right-of-way. 26. No boring pits or other type of pits will be permitted within the right-of-way. Easement and Right of Way Page 17 of 17 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH NORTHSIDE IV 24-INCH WATER TRANMISSION MAIN PHAS E I B ST AND ARD CONSTRUCTION SPECIFICATION DOCUM ENTS City Project No . I 02687 Revised July I, 201 I GEOTECHNICAL ENGINEERING STUDY NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN-PHASE 1B FORT WORTH, TEXAS Presented To : Halff Associates, Inc. March 2022 PROJECT NO. 117-21-296 C If J J Engineering March 1, 2022 Report No . 117-21-296 Halff Associates , Inc . 4000 Fossil Creek Boulevard Fort Worth , Texas 76137-2720 Attn : Mr. Preston Dillard, P .E. GEOTECHNICAL ENGINEERING STUDY NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN -PHASE 1 B FORT WORTH, TEXAS Dear Mr. Dillard : Submitted here are the results of a geotechnical engineering study for the referenced project. This study was performed in general accordance with our Proposal No . 20 -7721 dated June 23 , 2020 . The geotechnical serv ices were authorized via Standard Subcontract with Halff Associates , Inc ., Project Number 034486 .00 1 dated February 12 , 2021 . Engineering analyses and recommendations are contained in the text section of the report . The results of our field and laboratory services are included in the append ix of the report . We would appreciate the opportunity to be considered for providing construction material testing services during the construction phase of this project. We appreciate the opportunity to be of service to Halff Associates , Inc. Please contact us if you have any questions or if we may be of further service at this time . Respectfully submitted , CMJ ENGINEERING, INC. TEXAS FIRM REGISTRATIO N No. F-9177 / . ../ .~CL.-- P. Sappington IV, P.E. Presi ent Texas No . 97402 copies submitted : (2) Mr. Preston Dillard , P.E; Halff Associates , Inc. (ma il and ema il) CMJ Engineering p: 8 17.28 4.9 4 00 f: 8 17.589.9993 7636 Pebb le D rive Fo rt W o rth , TX 76 11 8 www.cmjengr.co m TABLE OF CONTENTS Page 1 . 0 INTRODUCTION -----------------------------------------------------------------------------------------------1 2 .0 3.0 FIELD EXPLORATION AND LABORATORY TESTING------------------------------------------------------2 SUBSURFACE CONDITIONS----------------------------------------3 4 . 0 F OUN DA TION RE COMM ENDA Tl ON S--------------------------------------------------------5 5 . 0 BEL OW GRADE AREAS -------------------------------------------------------------------------------------7 6 .0 TRENCH / BORE EXCAVATIONS-------------------------------------------------------------10 7 . 0 SEISMIC CONS IDE RA Tl ON S ---------------------------------------------------------------14 8 . 0 EARTHWORK----------------------------------------------------------------------------------------------------------14 9 .0 CONSTRUCTION OBSERVATIONS--------------------------------------------------------------------16 10 .0 REPORT CLOSURE -------------------------------------------------------------------------17 APPENDIX A Plate Plan of Borings--------------------------------------------------------------------------------------------A .1 A -A .1 B Unified Soi l Classification System-------------------------------------------------------------------------------A .2 Key to Class ification and Symbols ------------------------------------------------------------------------A .3 Logs of Borings -------------------------------------------------------------------------------A.4-A.14 Particle Size Distribution Reports--------------------------------------------------------------------A.15-A.17 Free Swell Test Results--------------------------------------------------------------------------------------------------A.18 1.0 INTRODUCTION 1.1 General The project , as currently planned , consists of a new 24-inch water transmission main in Fort Worth , Texas. The proposed main alignment extends from Bonds Ranch Road at Business US 287, traversing southward to the future Heritage Trace Parkway right-of-way. The project length is on the order of 10,500 linear feet. Several roadway crossings are planned. A cast-in-place concrete vault is also planned at Muscogee Drive on the west side of Business US 287. The project vicinity and approximate locations of the exploration borings are illustrated on Plates A.1A and A.1 B, Plan of Borings . 1.2 Purpose and Scope The purpose of this geotechnical engineering study has been to determine the general subsurface conditions , evaluate the engineering characteristics of the subsurface materials encountered, develop comments on general excavation, develop recommendations for the type or types of foundations suitable for the project, and provide earthwork recommendations . To accomplish its intended purposes, the study has been conducted in the following phases: (1) drilling sample borings to determine the general subsurface conditions and to obtain samples for testing ; (2) performing laboratory tests on appropriate samples to determine pertinent engineering properties of the subsurface materials ; and (3) performing engineering analyses, using the fie ld and laboratory data to develop geotechnical recommendations for the proposed construction. The design is currently in progress and the locations and/or elevations of the proposed structures and pipelines could change . Once the final design is near completion (SO-percent to 90-percent stage), it is recommended that CMJ Engineering, Inc . be retained to review those portions of the construction documents pertaining to the geotechnical recommendations, as a means to determine that our recommendations have been interpreted as intended. 1.3 Report Format The text of the report is contained in Sections 1 through 10. All plates and large tables are contained in Appendix A. The alpha-numeric plate and table numbers identify the appendix in which they appear. Small tables of less than one page in length may appear in the body of the text and are numbered according to the section in which they occur. Report No . 117-21-296 CMJ ENGINEERING, INC. Units used in the report are based on the English system and may include tons per square foot (tsf), kips (1 kip = 1,000 pounds), kips per square foot (ksf), pounds per square foot (psf), pounds per cubic foot (pcf), and pounds per square inch (psi). 2.0 FIELD EXPLORATION AND LABO RA TORY TESTING 2.1 Field Exploration Subsurface materials along the project alignment were explored by eleven (11) vertical soil borings. Boring 8-3 was drilled to a depth of 20 feet below existing grade in the area of the proposed vault structure . Borings B-1, 8-2 and 8-4 through B-11 were drilled to a depth of 15 feet along the water main alignment. The borings were drilled using truck-mounted drilling equipment with continuous flight augers at the approximate locations shown on the Plan of Borings, Plates A.1A and A.1 B . The boring logs are included on Plates A.4 through A.14 and keys to classifications and symbols used on the logs are provided on Plates A.2 and A.3 . Undisturbed samples of cohesive soils were obtained with nominal 3-inch diameter thin-walled (Shelby) tube samplers at the locations shown on the logs of borings . The Shelby tube sampler consists of a thin-walled steel tube with a sharp cutting edge connected to a head equipped with a ball valve threaded for rod connection . The tube is pushed into the soil by the hydraulic pulldown of the drilling rig . The soil specimens were extruded from the tube in the field, logged, tested for consistency with a hand penetrometer, sealed , and packaged to limit loss of moisture . The consistency of cohesive soil samples was evaluated in the field using a calibrated hand penetrometer. In this test, a 0.25-inch diameter piston is pushed into the relatively undisturbed sample at a constant rate to a depth of 0.25 inch. The results of these tests , in tsf, are tabulated at respective sample depths on the logs. When the capacity of the penetrometer is exceeded , the value is tabulated as 4.5+. To evaluate the relative density and consistency of the harder formations, a modified version of the Texas Cone Penetration test was performed at selected locations . Texas Department of Transportation (TXDOT) Test Method Tex-132-E specifies driving a 3-inch diameter cone with a 170- pound hammer freely falling 24 inches . This results in 340 foot-pounds of energy for each blow. This method was modified by utilizing a 140-pound hammer freely falling 30 inches. This results in 350 foot-pounds of energy for each hammer blow. In relatively soft materials, the penetrometer cone Report No . 117-21-296 CMJ ENGINEERING, INC. 2 is driven 1 foot and the number of blows requi red for each 6-inch penetration is tabulated at respective test depths , as blows per 6 inches on the log . In hard materials (rock or rock-like), the penetrometer cone is driven with the resulting penetrations, in inches, recorded for the first and second 50 blows , a total of 100 blows . The penetration for the total 100 blows is recorded at the respective testing depths on the boring log. Groundwater observations during and after completion of the borings are shown on the upper right of the boring log. Upon completion of the borings , the boreholes were backfilled with soil cuttings and plugged at the surface by hand tamping . 2.2 Laboratory Testing Laboratory soil tests were performed on selected representative samples recovered from the borings . In addition to the classification tests (liquid limits , plastic limits , and particle size analyses), moisture content , unconfined compressive strength, and unit weight tests were performed . Results of the laboratory classification tests , moisture content , unconfined compressive strength, and unit weight tests conducted for this project are included on the boring logs . The part icle size analyses are presented on Plates A.15 through and A.17 . Swell tests were performed on specimens from selected samples of the clays. These tests were performed to help in evaluating the swell potential of near-surface soils in the area of the proposed vault structure. The result of the swell test is presented on Plate A.18 . The above laboratory tests were performed in general accordance with applicable ASTM procedures or generally accepted practice . 3.0 SUBSURFACE CONDITIONS 3.1 Site Geology The Dallas Sheet of the Geologic Atlas of Texas indicates the t ransmission main is located in an outcropping of the Fort Worth Limestone and Duck Creek Formations , undivided . Clays are typically present at the surface underlain by tan limestone . The parent bedrock consists of hard gray limestone with some clay and interbedded calcareous shale. These formations typically weather to form shallow deposits of active clay at the surface. These clays often contain significant quantities of limestone fragments. Report No . 117-21-296 CMJ ENGINEE RING , IN C. 3 3.2 Soil Conditions Specific types and depths of subsurface strata encountered at the boring locations are shown on the boring logs in Appendix A. The generalized subsurface stratigraphy encountered in the borings is discussed below. Note that depths on the borings refer to the depth from the existing grade or ground surface present at the time of the investigation, and the boundaries between the various soil types are approximate. Natural soils encountered consist of dark brown, brown, light brown, olive-brown, and light reddish brown silty clays and clays . The upper foot of soils in Boring B-6 is noted as fill. The various natural and fill soils often contain limestone fragments, limestone seams and layers ( often occurring fractured), calcareous nodules , calcareous deposits, ironstone nodules , iron stains , and occasional calcareous seams , pebbles and gravel. Tan fractured limestone boulders were encountered in Borings B-4 and B-5 at a depth of 4 and 1 0½ feet , respectively . Borings B-3 through B-6 were terminated within the clay soils at depths of 15 to 20 feet. The various clayey soils encountered had tested Liquid Limits (LL) of 33 to 86 with Plasticity Indices (Pl) of 18 to 62 and classify as CL and CH according to the USCS. The various clayey soils encountered were generally stiff to hard (soil basis) with pocket penetrometer values ranging from 2.0 to over 4 .5 tsf. No soft soils were noted in the borings . Tested unit weight and unconfined compressive strength values range from 93 to 117 pcf and 3,670 to 9,300 psf, respectively . Tan limestone is next encountered in Borings B-1 , B-2, and B-7 through B-11 at depths of 1 to 4 feet. The tan limestone often occurs fractured in upper reaches and often contains clay seams and layers. The tan limestone is moderately hard to very hard (rock basis), with Texas Cone Penetrometer (THO) test values of¾ to 2½ inches of penetration for 100 hammer blows. Borings B-2, B-8 , and B-9 were terminated within the tan limestone at a depth of 15 feet. Gray limestone is next present in Borings B-1 , B-7 , B-10 , and B-11 at depths of 12 to 14 feet and extends through boring termination at 15 feet. The gray limestone occasionally contains shale seams and is considered hard to very hard (rock basis), with Texas Cone Penetrometer (THO) test values of ¾ to 1 inch of penetration for 100 hammer blows. Report No . 117-21-296 CMJ ENGINEERING, INC. 4 3.3 Groundwater Observations The borings were drilled us ing continuous flight augers in order to observe groundwater seepage during drilling. Groundwater seepage was encountered during drilling in Boring B-5 at a depth of 10 feet , with a subsequent water level reading at 12 feet measured at drilling completion . All remaining borings were dry both during drilling and at drill ing completion . Table 3.3-1 summarizes water level data . While it is not possible to accurately predict the magnitude of subsurface water fluctuation that might occur based upon these short-term observations , it should be recognized that groundwater cond itions w ill vary with fluctuations in ra infa ll. Seepage near the observed levels should be anticipated throughout the year. TABLE 3.3-1 Groundwater Observations Boring No. Seepage During Water at Drilling (ft.) Completion (ft.) B-5 10 12 All othe r borings Dry Dry Fluctuations of the ground-water level can occur due to seasonal variat ions in the amount of rainfall ; site topography and runoff; hydraulic conductivity of soil strata; and other factors not evident at the time the borings were performed. During wet periods of the year seepage can occur in joints in the clays , atop or within the tan limestones , or atop the gray limestones . The possibility of ground-water level fluctuations should be considered when developing the design and construction plans for the project. Due to the variable subsurface conditions , long-term observations would be necessary to more accurately evaluate the groundwater level. Such observations would require the installation of a piezometer or observation wells which are sealed to prevent the influence of surface water. 4.0 FOUNDATION RECOMMENDATIONS 4.1 General Foundation Considerations Two independent design criteria must be satisfied in the selection of the type of foundation to support the proposed below-grade vault. First , the ultimate bearing capac ity , reduced by a suffic ient factor of safety , must not be exceeded by the bear ing pressure transferred to the foundation soils . Second , Report No. 117-21-296 CMJ ENGINEE RI N G, INC. 5 due to consolidation or expans ion of the underlying soils during the operating life of the structure , total and differential vertical movements must be within tolerable limits . The proposed vault is anticipated to be situated within hard (soil basis) silty clays at or below a depth of 10 feet. The foundation is planned to be a mat/slab foundation. 4.2 Mat Foundation 4.2 .1 Vault Foundation Design Criteria A reinforced concrete mat/slab foundation may be used to support structural loads for the vault. The mat foundation may be founded at or below 10 feet below existing grade within natural, hard (soil basis) silty clay soils . The mat/slab foundation may be designed for an allowable bearing capacity of 5.0 ksf. The above value incorporates a safety factor of three (3). The mat design should incorporate the potential for hydrostatic uplift effects of a shallow water table . For purposes of hydrostatic uplift design, we recommend a groundwater level at the surface. Depending on weather conditions at the time of construction, excavation for the vault base could require dewatering to keep the excavation free of excess water. Depending on the time of year and the general weather conditions, the excavation and placement of the mat/slab foundation may be in a saturated soil condition. If the construction occurs in a wet condition , issues of dewatering of excavations , strength/stability of side slopes , and disturbance of bearing materials become important. Due to the great variability of moisture conditions, the presence of excess moisture in soils cannot be predicted. In addition, the limestone seams and layers present within the silty clays are moderately to very hard and could require heavy duty equipment for excavation. Mat foundations proportioned for this value should experience a total settlement of ¾ inch or less, and a differential settlement of½ inch or less , after construction. 4.2 .2 Spread/Mat Foundation Construction Spread foundation construction should be monitored by a representative of the geotechnical engineer to observe , among other things , the following items: Report No. 117-21-296 CMJ ENGINEERING, INC. 6 • Identification of bearing material • Adequate penetration of the foundat ion excavation into the bearing layer • The base and s ides of the excavation are clean of loose cuttings • If seepage is encountered, whether it is of sufficient amount to require the use of excavation dewatering methods Precautions should be taken during the placement of reinforcing steel and concrete to prevent loose , excavated soil from falling into the excavation . Concrete should be placed as soon as practical after completion of the excavating , cleaning , reinforc ing steel placement and observation . Excavation for a spread foundation should be filled w ith concrete before the end of the workday , or sooner if required , to prevent deteriorat ion of the bearing material. Prolonged exposure or inundation of the bearing surface with wate r will result in changes in strength and compressibility characteristics . If delays occur, the excavation should be deepened as necessary and cleaned , in order to provide a fresh bearing surface . If more than 24 hours of exposure of the bearing surface is anticipated in the excavation , a mud slab should be used to protect the bearing surfaces . If a mud slab is used , the foundation excavations shou ld initially be over-excavated by approximately 4 inches and a lean concrete mud slab of approximately 4 inches in thickness should be placed in the bottom of the excavations immediately following exposure of the bearing surface by excavation . The mud slab will protect the bearing surface , maintain more uniform moisture in the subgrade , facilitate dewatering of excavations if required, and provide a working surface for placement of formwork and reinforcing steel. The concrete should be placed in a manner that will prevent the concrete from striking the reinforcing steel or the sides of the excavation in a manner that would cause segregation of the concrete . 5.1 Lateral Earth Pressures 5 .1.1 General 5.0 BELOW GRADE AREAS The below-grade walls must be des igned for lateral pressures includ ing , but not necessarily limited to , earth , water , surcharge , swelling , and vibration. In addition , the lateral pressures will be influenced by whether the backfi ll is drained or undrained , and above or below the groundwater table . Report No. 117-21-296 CMJ ENGINEE RING, INC. 7 5.1.2 Equivalent Fluid Pressures Lateral earth pressures on the below-grade walls will depend on a variety of factors, including the type of soils behind the wall, the condition of the soils , and the drainage conditions behind the wall. Recommended lateral earth pressures expressed as equivalent fluid pressures, per foot of wall height, are presented in Table 5.1.2-1 for a wall with a level backfill behind the top of the wall. The equivalent fluid pressure for an undrained condition should be used if a drainage system is not present to remove water trapped in the backfill and behind the wall. Pressures are provided for at-rest earth pressure conditions. In order to allow for an active condition, the top of the wall(s) must deflect on the order of 0.4 percent. The below-grade walls associated with the vault are anticipated to be rigid and subject to at-rest pressures. TABLE 5.1.2-1 -Equivalent Fluid Pressures At-Rest Equivalent Backfill Material Fluid Pressure (pcf) Drained Undrained Excavated on-site clay or clay fill 100 110 material Select fill , flowable fill , or on-site soils meeting material 65 95 specifications Free draining granular backfill 50 90 material For the select fill or free draining granular backfill, these values assume that a "full" wedge of the material is present behind the wall. The wedge is defined where the wall backfill limits extend outward at least 2 feet from the base of the wall and then upward on a 1 H:2V slope. For narrower backfill widths of granular or select fill soils, the equivalent fluid pressures for the on-site soils should be used . 5.1.3 Additional Lateral Pressures The location and magnitude of permanent surcharge loads (if present) should be determined, and the additional pressure generated by these loads such as the weight of construction equipment and vehicular loads that are used at the time the structures are being built must also be considered in the design. The effect of this or any other surcharge loading may be accounted for by adding an additional uniform load to the full depth of the side walls equivalent to one-half of the expected vertical surcharge intensity for select backfill materials, or equal to the full vertical surcharge intensity for clay Report No. 117-21-296 CMJ ENGINEERING, INC. 8 backfill. The equivalen t flu id pressures , g iven here , do not include a safety factor. Analysis of surcharge loads (if any) should be performed on a case-by-case basis. This is not included in the scope of this study . These services can be provided as additional services upon request. 5 .1.4 Wall Backfill Material Requirements Excavated On-Site Clay : For wall backfill areas with site-excavated materials or similar imported materials , all oversized fragments larger than four inches in maximum dimens ion should be removed from the backfill materials prior to placement. The backfill should be free of all organic and deleterious materials and should be placed in maximum 8-inch compacted lifts at a minimum of 95 percent of Standard Proctor dens ity (ASTM 0698) w ithin a moisture range of plus to minus 2 percentage points of optimum moisture. Compaction with in five feet of the walls should be accomplished using hand compaction equipment and should be between 90 and 95 percent of the Standard Proctor density. Select Fill : All wall select backfill should consist of clayey sand and/or sandy clay materia l with a plasticity index of 16 or less , with a liquid limit not exceeding 35 . The select fill should be placed in max imum 8-i nch lifts and compacted to between 95 and 100 percent of Standard Proctor density (ASTM D 698) w ithin a moisture range of plus to minus 3 percentage points of the optimum moisture . Compaction within five feet of the walls should be accomplished using hand compaction equ ipment and should be compacted between 90 and 95 percent of the Standard Proctor density. Flowable Backfill : Item 401 , Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways , Streets , and Bridges , 2014 Edition . Free Draining Granular Backfill : All free draining granular wall backfill material should be a crushed stone , sand/gravel mixture, or sand/crushed stone mixture. The material should have less than 3 percent passing the No . 200 s ieve and less than 30 percent passing the No . 40 sieve. The minus No . 40 sieve material should be non-plastic . Granu lar wall backfill should not be water jetted during installation . 5 .1.5 Buoyancy Effects Buoyant effects must be considered. Unless a permanent drainage system is provided , the below- grade structures should be designed to w ithstand full hydrostatic pressure below the groundwater Report No. 117-21-296 CMJ ENGINEE RI N G, INC. 9 table . We recommend a water table at the surface be assumed for these calculations. For buoyancy calculations, the unit weight of submerged soils can be assumed as 65 pcf. 5.2 Below-Grade Drainage Requirements In order to achieve the "drained" condition for lateral earth pressure for low-permeability walls (concrete, masonry, etc .), a vertical drainage blanket or geocomposite drainage member must be installed adjacent to the wall on the backfill side . The drainage must be connected to an outlet drain at the base of the wall , or to a sump/pump system . Drains should be properly filtered to minimize the potential for erosion through these drains, and/or the plugging of drain lines . Design or specific recommendations for drainage members is beyond the scope for this study. These services can be provided as an additional service upon request. 6.0 TRENCH/ BORE EXCAVATIONS 6.1 Expected Subsurface Conditions Conventional earth moving equipment is expected to be suitable for excavating the clayey soils and fills encountered in the borings. Heavy duty excavation equipment will be necessary within the tan and gray limestone and those zones of clay soils containing appreciable limestone fragments , seams , boulders , or layers, depending on rock hardness. The tan and gray limestones are can be moderately hard to very hard (rock basis) and will present difficulty with rippability using normal excavation equipment. Special techniques for ripping/rock removal can be expected through the limestones. In addition, overexcavation should be anticipated within limestone, fractured zones of limestone, or limestone containing weathered or clay seams . Overexcavation may result from large blocks or chunks breaking along either weathered limestone, shale, or clay seams beyond the planned excavation. 6.2 Open Cut The trench excavations should be performed in accordance with OSHA Safety and Health Standards (29 CFR 1926/1919), Subpart P. For excavations less than 5 feet deep through the various clays and limestones , it is expected that near vertical excavation walls will be possible. However, excavations which occur through soft clays , granular soils, loose fill, or submerged soils, it will be necessary to either slope the excavation sidewalls or provide temporary bracing to control excavation Report No. 117-21-296 CMJ ENGINEERING, INC. 10 wall instability . In addition, for excavations deeper than 5 feet, the excavation sidewalls must be sloped, or temporary bracing must be provided , regardless of the soil conditions encountered. 6.3 Directional Bore Comments The results of the exploration borings indicate that the majority of overburden soils similar to those encountered in the borings are not anticipated to exhibit unusual caving or sloughing problems during directional bore installation. Ground-water seepage was encountered below 10 feet in the area of Boring B-5 . Pipe installment via jacking would be very difficult in tan and gray limestones. Boring with hardened rock teeth will likely be required below 1-to 4-foot depths in the alignment areas of Borings B-1, B- 2, and B-7 through B-11 due to the presence of the limestone. In addition , limestone boulders , layers, and seams present within the clay soils in all borings may present mixed-face drilling conditions in select reaches. 6.4 Trench / Bore Pit Dewatering Groundwater seepage was encountered in the borings at a depth of 10 feet during drilling in Boring B-5 . As discussed in Section 3.3 , Groundwater Observations, groundwater conditions can vary with seasonal fluctuations in rainfall. In the case that groundwater is encountered, controlling the groundwater is essential to construction of the water main. Failure to control any encountered groundwater could result in trench wall collapse , trench bottom heave, an unstable trench bottom and detrimental pipeline settlement and pipe deflections after backfilling. Groundwater levels should be maintained at two feet below the base of the excavation for the full term of construction. Protection of the open excavations should be provided during periods of moderate to heavy rainfall, as surface water will most likely channel and collect in the excavations. The water level should be lowered prior to excavating and should be maintained at this lowered level until the pipe trench is backfilled . It is likely that seepage may be controlled by means of collection ditches, sumps , and pumping . However, in the event that water infiltration rates are high, it may be necessary to install a more elaborate dewatering system. The design of any dewatering system required is the contractor's responsibility . 6.5 Soft Trench Bottom Conditions Soft trench bottom conditions are unlikely where the trench bottom is situated in the natural soils, but soft conditions may occur . Control of groundwater as discussed above is the key to avoiding an Report No . 117-21-296 CMJ ENGINEERING, INC. 11 unstable trench bottom in more granular soils, as well as cohesive soils. Unstable trench bottoms are unsuitable for support of the proposed pipeline . Soft clays or saturated sands and gravels could occur where groundwater is present. In any areas where unsuitable bearing materials are encountered at the planned invert elevation, the trench bottom can be prepared using the following method : • Under-cut to a suitable bearing subgrade and replace it with a structural compacted fill. The over-excavation should extend laterally a distance of at least 1 foot beyond the edges of the pipe, and then at least 1 foot laterally for every 1.5 feet of fill required beneath the pipe. The over-excavation backfill should be surrounded with a geotextile consisting of Mirafi 140N , Amoco ProPex 4545, or equivalent. The backfill should consist of a free-draining aggregate (i.e., sands, gravels, crushed limestone, or crushed concrete) approved by the geotechnical engineer. The backfill should be placed in maximum 9-inch loose lifts and uniformly compacted to a minimum relative density of 65 percent as determined by test methods ASTM D 4253 and D 4254. 6.6 Excavation Considerations If open trench cuts are performed within 1.25 times the trench depth of any surface structure , trench shoring (not trench boxes) should be used within open trench cuts performed within this distance. Hydraulic shoring struts should be used and installed during excavation as needed to provide full lateral support to vertical trench sidewalls and thereby help reduce lateral ground movements near existing structures . A pre-construction condition survey should be performed prior to beginning excavation near any structure that could be affected by the trench excavation to verify existing conditions (existing distress) prior to construction. Construction monitoring should be performed to verify that existing structures are not impacted or damaged by construction operations. 6.7 Pipe Installation Bedding To assure adequate base support for the pipe, it is recommended that bedding/embedment material be placed around the pipe, 6 inches below the pipe, and 12 inches above the pipe . If concern exists of native backfill above the embedment migrating into the more coarse embedment (and causing backfill settlement), a filter cloth is recommended at the embedmenUnative soil interface. The filter cloth should cover the entire interface and up through the sidewall a minimum of 1 foot. Bedding material may consist of gravel/stone from 1 inch to No. 10 sieve size. Gravel should be consolidated upon placement by rodding or pneumatic vibration methods. Such methods should not cause harm or distress to the pipe. The filter cloth should be TenCate Geosynthetics Marifi 140N or equivalent. Report No. 117-21-296 CMJ ENGINEERING, INC. 12 6.8 Trench Backfill Site excavated materials are generally considered suitable for use as backfill above the pipe bedding materials. All trench backfill should be free of deleterious materials . Use of rock fragments greater than 4 inches in any dimension should be prohibited , since attaining a uniform moisture and density without voids would be difficult. Backfill should be compacted in maximum 9-inch loose lifts at a minimum of 95 percent of the Standard Proctor density (ASTM D698). The uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requ iring hand-operated power compactors or small self-propelled compactors . Clay soils having a Pl greater than 20 should be compacted at a moisture content ranging from 0 to +4 percentage points above the optimum moisture content. Granular soils having a Pl less than 20 should be compacted at a moisture content ranging from -3 to +3 percentage points of the optimum moisture content. Jetting to compact the pipe backfill should not be allowed . In areas where settlement of the backfill must be closely controlled , the trench excavation should be backfilled with either cement stabil ized sand or flowable concrete having a 28-day compressive strength ranging between 50 and 200 psi. 6.9 Trench Backfill Settlement Settlement of the backfill soils should be anticipated . It is anticipated that properly compacted on- site clay fill soils will settle between about 1 and 2 percent of the fill thickness . For example , 10 feet of fill would be expected to settle on the order of 1.2 to 2.4 inches . The trench backfill could be over-built in order to reduce the potential for a surface depression along the trench centerline. We recommend the backfill be crowned. The centerline of the excavation should be over-built by one foot and sloped down to match grade at the edge of the excavation. 6.10 Provisions to Reduce Backfill Settlement Field testing will be a critical element in controlling the compaction of the backfill to limit settlement. All trench backfilling in these critical areas shall include full-time observation of soil compaction by an experienced geotechnician under the supervision of the geotechnical engineer. The contractor should provide protection for the testing/inspection personnel while working in the trenches, and shall move the protective shield/shoring such that areas to be tested are readily accessible . The compacted moisture/density of all backfill soils should be tested at a rate of one test per 250 linear Report No. 117-21-296 CMJ ENGINEERING, INC. 13 feet of trench , for each lift of fill placed , during compaction. Digging through existing lifts of backfill to access and test underlying lifts should not be allowed. In addition , to limit settlement, where crushed stone materials are used as pipe bedding materials , they should be topped with a suitable geotextile to limit the intrusion of trench backfill fines into the crushed stone material. 7 .0 SEISMIC CONSIDERATIONS Based on the conditions encountered in the borings for the above-referenced project the IBC-2015 site classification is TYPE C for seismic evaluation . 8.0 EARTHWORK 8.1 Site Preparation & Field Testing The subgrade should be firm and able to support the construction equipment without displacement. Soft or yielding subgrade should be corrected and made stable before construction proceeds. The subgrade should be proof rolled to detect soft spots, which if exist , should be excavated to provide a firm and otherwise suitable subgrade . Proof rolling should be performed using a heavy pneumatic tired roller, loaded dump truck, or similar piece of equipment. The proof rolling operations should be observed by the project geotechnical engineer or his/her representative . Prior to fill placement, the subgrade should be scarified to a minimum depth of 6 inches, its moisture content adjusted, and recompacted to the moisture and density recommended for fill. Fill materials should be uniform with respect to material type and moisture content. Clods and chunks of material should be broken down and the fill material mixed by disking , blading, or plowing , as necessary, so that a material of uniform moisture and density is obtained for each lift. Water required for sprinkling to bring the fill material to the proper moisture content should be applied evenly through each layer. Soil fill material should be compacted to a minimum density of 95 percent of maximum dry density as determined by ASTM D698 , Standard Proctor. Graded stone should be compacted to a minimum of 70 percent relative density per ASTM D 4253 and D 4254 . In conjunction with the compacting operation, the fill material should be brought to the proper moisture content. The moisture content for general earth fill should range from 2 percentage points below optimum to 5 percentage points Report No. 117-21-296 CMJ ENGINEERING, INC. 14 above optimum (-2 to +5). These ranges of moisture contents are g iven as maximum recommended ranges . For some soils and under some cond itions , the contractor may have to maintain a more narrow range of moisture content (within the recommended range) in order to cons istently achieve the recommended density . Field dens ity tests should be taken as each lift of fill material is placed . As a guide , one field density test per lift for each 5,000 square feet of compacted area is recommended . For small areas or critical areas , the frequency of testing may need to be increased to one test per 2 ,500 square feet. A minimum of 2 tests per lift should be requ ired . The earthwork operations should be observed and tested on a continuing basis by an experienced geotechnician working in conjunction with the project geotechnical engineer . Each lift should be compacted , tested , and approved before another lift is added . The purpose of the field density tests is to provide some indication that uniform and adequate compaction is being obtained . The actual qua li ty of the fill , as compacted , should be the responsibility of the con tractor and satisfactory results from the tests should not be considered as a guarantee of the quality of the contractor's filling operations . 8.2 Excavation The side slopes of excavations through the overburden soils should be made in such a manner to provide for the ir stab ility during construction. Ex ist ing structures , pipelines , or other facil ities , wh ich are constructed prior to or during the currently proposed construction and which require excavation , should be protected from loss of end bearing or lateral support. Temporary construction slopes and/or permanent embankment slopes should be protected from surface runoff water. Site grading should be designed to allow drainage at planned areas where erosion protection is prov ided, instead of allowing surface water to flow down unprotected slopes . Trench safety recommendations are beyond the scope of this report . The contractor must comply with all applicable safety regulations concerning trench safety and excavations includ ing , but not limited to , OSHA regulations . Report No. 117-21-296 CMJ ENGINEE RING , IN C. 15 8.3 Soil Corrosion Potential Specific testing for soil corrosion potential was not included in the scope of this study . However, based upon past experience on other projects in the vicinity , the soils at this site may be corrosive. Standard construction practices for protecting metal pipe and similar facilities in contact with these soils should be used . 8.4 Erosion and Sediment Control All disturbed areas should be protected from erosion and sedimentation during construction, and all permanent slopes and other areas subject to erosion or sedimentation should be provided with permanent erosion and sediment control facilities. All applicable ordinances and codes regarding erosion and sediment control should be followed. 9.0 CONSTRUCTION OBSERVATIONS In any geotechnical investigation, the design recommendations are based on a limited amount 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. However, quite often during construction anomalies in the subsurface conditions are revealed . Therefore, it is recommended that CMJ Engineering , Inc . be retained to observe earthwork and foundation installation and perform materials evaluation during the construction phase of the project. This enables the geotechnical engineer to stay abreast of the project and to be readily available to evaluate unanticipated conditions, to conduct additional tests if required and when necessary, to recommend alternative solutions to unanticipated conditions. Until these construction phase services are performed by the project geotechnical engineer, the recommendations contained in this report on such items as final foundation bearing elevations , proper soil moisture condition, and other such subsurface related recommendations should be considered as preliminary . It is proposed that construction phase observation and materials testing commence by the project geotechnical engineer at the outset of the project. Experience has shown that the most suitable method for procuring these services is for the owner or the owner's design engineers to contract directly with the project geotechnical engineer. This results in a clear, direct line of communication between the owner and the owner's design engineers and the geotechnical engineer. Report No. 117-21-296 CMJ ENGINEERING, INC. 16 10.0 REPORT CLOSURE The boring logs shown in this report contain information related to the types of soil encountered at specific locations and times and show lines del ineating the interface between these materials . The logs also contain our field representative's interpretation of conditions that are believed to exist in those depth intervals between the actual samples taken. Therefore, these boring logs contain both factual and interpretive information. Laboratory soil classification tests were also performed on samples from selected depths in the borings. The results of these tests, along with visual-manual procedures were used to generally classify each stratum. Therefore, it should be understood that the classification data on the logs of borings represent visual estimates of classifications for those portions of each stratum on which the full range of laboratory soil classification tests were not performed . It is not implied that these logs are representative of subsurface conditions at other locations and times . With regard to groundwater conditions, this report presents data on groundwater levels as they were observed during the course of the field work . In particular, water level readings have been made in the borings at the times and under conditions stated in the text of the report and on the boring logs . It should be noted that fluctuations in the level of the groundwater table can occur with passage of time due to variations in rainfall, temperature, and other factors. Also, this report does not include quantitative information on rates of flow of groundwater into excavations, on pumping capacities necessary to dewater the excavations, or on methods of dewatering excavations. Unanticipated soil conditions at a construction site are commonly encountered and cannot be fully predicted by mere soil samples, test borings or test pits . Such unexpected conditions frequently require that additional expenditures be made by the owner to attain a properly designed and constructed project. Therefore, provision for some contingency fund is recommended to accommodate such potential extra cost. The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of our field investigation and further on the assumption that the exploratory borings are representative of the subsurface conditions throughout the site; that is, the subsurface conditions everywhere are not significantly different from those disclosed by the borings at the time they were completed . If, during construction, different subsurface conditions from those encountered in our borings are observed , or appear to be present in excavations, we must be advised promptly so that we can review these conditions and reconsider our recommendations where necessary . If there is a substantial lapse of time between submission of this report and the start of the work at the site, if conditions have changed due either to natural causes or to construction Report No. 117-21-296 CMJ ENGINEERING, INC. 17 operations at or adjacent to the site, or if structure locations, structural loads or finish grades are changed, we urge that we be promptly informed and retained to review our report to determine the applicability of the conclusions and recommendations, considering the changed conditions and/or time lapse. Further, it is urged that CMJ Engineering, Inc. be retained to review those portions of the plans and specifications for this particular project that pertain to earthwork and foundations as a means to determine whether the plans and specifications are consistent with the recommendations contained in this report. In addition, we are available to observe construction, particularly the compaction of structural fill, or backfill and the construction of foundations as recommended in the report, and such other field observations as might be necessary. The scope of our services did not include any environmental assessment or investigation for the presence or absence of wetlands or hazardous or toxic materials in the soil, surface water, groundwater or air, on or below or around the site. This report has been prepared for use in developing an overall design concept. Paragraphs, statements, test results, boring logs, diagrams, etc. should not be taken out of context, nor utilized without a knowledge and awareness of their intent within the overall concept of this report. The reproduction of this report, or any part thereof, supplied to persons other than the owner, should indicate that this study was made for design purposes only and that verification of the subsurface conditions for purposes of determining difficulty of excavation, trafficability, etc. are responsibilities of the contractor. This report has been prepared for the exclusive use of Halff Associates, Inc. for specific application to design of this project. The only warranty made by us in connection with the services provided is that we have used that degree of care and skill ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality. No other warranty, expressed or implied, is made or intended. * * * * Report No. 117-21-296 CMJ ENGINEERING, INC. 18 CMJ PROJECT No . 1/7-21-296 PLAN OF BORINGS NORTHS/OE IV 4" WATER TRANSMISSION MAIN-PHASE /B FORT WORTH , TEXAS PLATE A.IA PLAN OF BORINGS CM ENGINEERING , INC. NORTHS/DE IV 4" WATER TRANSMISSION MAIN -PHASE /8 CMJ PROJE CT No . 117-21 -2 96 FORT WORTH , TEXAS PLATE A. /a Ql N ·en Q) > Q) ·en 0 0 N 0 z C en ro = .c o- Cf) cii "C Cl Q) L. C _!!1 -~ -~ Cl- ' ro 55 ·c L. Q) ~ ro o E Q) £ -0 ~ ro .c C ro £ e! 0 -S ~ Q) > Q) ·en 0 0 N 0 z C ro £ Cf) L. '§ ~ en ro -c E ~ en .cii -~ 9>~ ~~ LL E 0 ~ ro .c C ro £ e! 0 :::i! Major Divis ions Grp . Sym. Typical Names Laboratory Classification Criteria Well-graded gravels , gravel- GW sand mixtures , little or no fines Poorly graded gravels , gravel GP sand mixtures , little or no fines ~ ca .!!J. ·o VJ -0 Q) C -~ Cl d, ~ ca 0 u enc a, 6 GM Silty gravels, gravel-sand-silt w .§ E mixtures Qi -~ .r:::.Cllcn ~Ql ::: QJ a, u::i ·;;;iii ~~Ct-----------------t., cnro~ QJ ~~o -~8 ~ [ GC Clayey gravels , gravel-sand--~ ~ (') o.. clay m ixtures ro z ~ rnc Dso (D3oJ2 C = ----greater than 4 · Cc= ---between 1 and 3 u D,o . D,o x Dso Not meeting all gradation requirements for GW Liquid and Plastic limits below "A" line or P .I. greater than 4 (/) a,t-------------t Liqu id and plastic lim its plotting in hatched zone between 4 and 7 are borderline cases requiring use of dual symbols (/) ro u Q) !~ Liquid and Plastic limits above "A" line with P .I. greater than 7 t-----+-----t----------------E~ 0:: en j SW Well-graded sands , gravelly ~ ~ : Q) =~-----------'----------t L. ~ ro E en -~ -c .S: sands , little or no fines g;! E c-C-OVJ ~g ______________ rna . o :Cl:l Dso (D 30 )2 C = ----grea ter t han 6 · Cc= ---between 1 and 3 u D,o . D,o x Dso c~ u~ §Ql roO cu :.;:; 0 _N_ a, a, Poorly graded sands ; ro ~ .....: c OE "0~ CQ) ro en ::::i SP gravel ly sands, little or no c VJ a, u ~~ fi ro~ ~ID Not meeting all gradation requirements for SW .;a 3; .!11 1nes en <;:: a, o.. ~ c .._ VJt--------+--+-------------10 0 a. N c ----------~------------< ro~-st o (/)a> l!)..-8 Cf) u · -a, c, c c cii Liquid and Plastic limits 0 ~ ~ § Silty sands , sand-silt g> ~ ~ ~ o.. c O SM c a> u; --N below "A" line or P .I. less Liquid and plastic limits ~ c ~ E mixtures a, ~ :,: (/) a, ..-~ ro .c ro ~ ~ a> .2 ~ o o than 4 plotting between 4 and 7 £ :::a,~ Qlo.o_J:::i!-~ ~ -c >----+---------------o.. 5 -: l!)+-------------1 are borderline cases £ en ~ ~ a,c c, ro requiring use of dual -g ·u c -o Liquid and Plastic limits ~ ro e! SC Clayey sands , sand-clay ·§ 'g -2! above "A" line with P .I. symbols "" Cf) o.. mixtures a, a> ·;;; """ o.. -a. VJ greater than 7 ~ ~ ~~~ 0 I!) C en ro >..c ro -u ~ "C Q) c-ro ~ ~~ Cf) "C ·s CT ~ 0 I!) C ro Cf) .c »-~ cu u ro "C Q) C .__ ro Cl en ~ = E Cf) = :"Q :J 0- ~ ML CL Inorganic silts and very fine sands , rock flour , silty or clayey fine sands , or clayey silts with slight plasticity Inorganic clays of low to medium plasticity , gravelly clays , sandy clays , si lty clays , and lean clays 60 .-----+---+---,___-+--_---+----+v~ s:::ut---t---+---+---+-----+------+----1--,,<-+/---i CH / OL Organic si lts and organic s ilty clays of low plasticity 4:::ut---t---+---+---t-----+------,,../--t---+---i !301---t----+--+---+---+---f-l/ __ +v---------i MH CH OH Pt Inorganic silts , micaceous or ;g ~ diatomaceous fine sandy or ~ o.. •' OH a1 d MH silty soils, elastic s il ts .,,, Inorganic clays of high plasticity , fat clays Organic clays of medium to high plasticity , organic silts Peat and other highly organic soils 2nut---t---+---+---t----+'-+----t---+----t--+----I / / CL / y>---C~L-.~-M-L~-/--,,, ML a id OL 4 V o~-~-~-~-~--~-~--~-~-~-~ 0 1 0 20 30 40 50 60 70 80 90 100 Li quid Limit Plasticity Chart SOIL OR ROCK TYPES --=-GRAVEL •••• • • SAND SILT CLAYEY LEAN CLAY SILTY HIGHLY PLASTIC CLAY LIMESTONE SHALE CONGLOMERATE Shelby Tube Auger Spl it Spoon TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Fine Grained Soils (More than 50 % Passing No. 200 Sieve) Descriptive Item Penetrometer Reading, (tsf) Soft 0 .0 to 1.0 Firm 1.0 to 1.5 Stiff 1.5 to 3 .0 Very Stiff 3.0 to 4.5 ~~ 4 .~ Coarse Grained Soils (M ore than 50 % Retained on No. 200 Sieve) Penetration Resistance Descriptive Item {blows/foot) 0 to 4 4 to 10 10 to 30 30 to 50 Over 50 Soil Structure Very Loose Loose Medium Dense Dense Very Dense Relative Density Oto 20% 20 to 40% 40 to 70% 70 to 90% 90 to 100% Rock Core Conta i ns appreciable deposits of calcium carbonate ; generally nodular Having inclined planes of weakness that are slick and glossy in appearance Composed of thin layers of varying color or texture Containing cracks , sometimes filled with fine sand or silt Cone Pen No Recovery Calcareous Slickensided Laminated Fissured lnterbedded Composed of alternate layers of different soil types , usually in approximately equal proportions TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK Hardness and Degree of Cementation Very Soft or Plastic Soft Moderately Hard Hard Very Hard Can be remolded in hand ; corresponds in consistency up to very stiff in soils Can be scratched with fingernail Can be scratched easily with knife; cannot be scratched with fingernail Difficult to scratch with knife Cannot be scratched with knife Poorly Cemented or Friable Easily crumbled Cemented Bound together by chemically precipitated material ; Quartz, calcite , dolomite, siderite , and iron oxide are common cementing materials. Degree of Weathering Unweathered Slightly Weathered Weathered Extremely Weathered Rock in its natural state before being exposed to atmospheric agents Noted predominantly by color change with no disintegrated zones Complete color change with zones of slightly decomposed rock Complete color change with consistency , texture, and general appearance approaching soil KEY TO CLASSIFICATION AND SYMBOLS PLATEA.3 -, a. {!) "' "' N ;;; ,._ {!) z ti'. 0 al u. 0 {!) 0 ...J Project No . I Boring No . Project Northside IV 24-inch Water Transmission Main -Phase 117-21-296 B-1 Fort Worth , Texas Location Wa ter Observations See Plate A.1 Dry during drilling ; dry at completion Completi on I Comp leti on Depth 15.0' Date 1-6-22 Surface Elevation Type CME-55, w / CFA u::: 0 (J) 0 (I) 0 .c .D ci ~ cii N C. E E o .e: 0 >, ro Stratum Description . -0 z (I) en 1::-0 (/) -ro o,'?f!. ;,e. ;,e. u... Q) ~ u* en er: u.: C 0 ·c:; 0 ·-Q) ~ :=:A ti~ ~x u S: C . (J) > (J) (I) ~-'!! w a .Q Q)~ o-E .!!!E ro -o er: er: CIJQ_f-c.. en ::J ::J c.. ::J -c Q__ ~~ SILTY CLAY, dark brown , w/ fractured limestone 4 .5+ -~~ 1 seams , limestone fragments , calcareous nodules , {, 4 .5+ 39 38 19 19 -7 \ ;,oo,tooe °''"'"• aad occas;ooal i oo sta;o,, ham r --=;c SIL TY CLAY , li gh t brown , w/ fractured li mestone \ seams , li mestone fragments , ca lcareous nodu les , -h--L 00/0 .87~" and irons tone nodules , hard ~5 - ~ LIM ESTONE , tan , w/ cl ay seams and layers , hard '--to very hard '-- ~ _h--L 100/2" ~1u -8" t hic k cl ay laye r at 1 O' ~ - ~ - '--LI MESTO NE , gray , hard to very hard '--100 /1" ~15 b-1 ~------------------------ LOG OF BO RIN G NO . B-1 ENG INEERING INC. - Cu: ~ 3u'. -0 .Q ci- 0 ~~~ (I) -~:::i ~c -= (I) (J) □S:2 C ~ -0 -Q) 0 C. C u,-~ ui u E:::, ·-C Oo C .D C O 0 ~u :::) __J :::) u c.. 35 14 PLATE A.4 >-0 (!) :1 u -, a. (!) ~ ':' ;;; ..:. (!) z a" 0 a, LL 0 (!) 0 ...J Project No . I Boring No. Project Northsi de IV 24-inch Water Transmission Main -Phase 117-21-296 B-2 Fort Worth , T exas Location Water Observa ti ons See Plate A.1 Dry during drilling ; dry at completion Comple ti on I Complet ion Depth 15.0' Date 1-6-22 Surface Elevation Type CME-55, w/ CFA U: 0 fJ) 0 Ql 0 .c .0 a. ~ oi N a. E E o .f: 0 >-Cll Stratum Description . -0 z 0 Ql en :::;, 0 en -Cll c,;;s: ~ ~ ~ ~ Ql ~ 0 C 0 u o ·u 0 fJ>Cl:'.~ ~~ ·-Ql ~~ :;:: X 0 0 ~ C . fJ) > fJ) Ql LU a ..Q Ql en fJ) Ql c-E ro E ro -o ro ·-Cl:'. Cl:'. cc Cl. t-Cl. en ::J::J 0::::J 0::E -~ CLAY , dark brown , w/ limestone fragments , 2 .5 72 23 49 -calca reous deposits , ironst one nodu les , and iron 4.5+ --+ '-stains , stiff to hard r -LIMESTONE , tan , fract ured w/ clay seams and -layers , moderately hard -h ighly fractured above 4 ' 10 0/2 .5" -5 - -- - - -=+ -100/2 .5 " -1 v - - -- --LI MEST ONE , tan , w/ clay seams and layers , hard --100/1.25' -15 r ------------------------- LOG O F BOR IN G NO . B -2 ENGINEERIN G C IN - cu'. ~ ~ii -o .Q er 0 ~~~ Ql -~::j :5 C <;:: Ql fJ) 0~ C ~ -0 -Ql 0 C. C fJ)- :4= u:i u E ::i ·-C 0 0 C .0 CO 0 ~o =i ..J =i O Cl. 28 27 93 5270 PLATE A.5 (!) z a'. 0 IIl u. 0 (!) g Project No . I Boring No . Proj ect Northside IV 24-inch Water Transmission Main -Phase 117-21-296 B-3 Fort Worth , Texas Locati on Water Observations See Plate A.1 Dry during drilling ; dry at completion Completio n I Completion Depth 20.0' Date 1-6 _22 Surface Elevation Type CME-55, w/ CFA u: 0 en 0 Ql 0 .c .D C. ... ,:jj N 15.. E E o .!:: 0 Ql >, ct1 Stratum Description . " z 0 Cl) Cl) -ct1 z;. 0 ~ LL Ql c,<l" ~ u ~ ;fl. 0 cii 0:: u.: C 0 ·u 0 ·-a,· ~~ ~~ :;:::; X 0 3: C . en > en Ql \ w a 2 Ql Cl) en Ql CT E ..!!!E ct1 " ctl .-0:: 0:: CD a.. r a.. Cl) :.:J:.:J a.. :.:J -c a.__ ~ CLAY, dark brown , w / calcareous nodules , 4 .5+ --iro nstone nodules , and pebbl es , very stiff to hard 4 .5+ -4 .5+ ---grades brown below 3' 4 .0 88 68 19 49 --I 4 .5+ 71 19 52 -5 - -- ---grades ol ive -brow n , w/ limestone fragments below 7' 4 .5+ 1~~ SILTY CLAY , li g ht brown , w / ca lcareous depos its , --cal careous seams , and li mestone fragments , hard 4 .5+ 42 16 26 -10-~~1 -w / limestone sea m s , 9' to 1 O' - r-- 111 r-- -blocky be low 14 ' 4 .5+ -15- 111 -- r-- r--I~ 4 .5+ f-20--------------------------- LOG O F BO RIN G NO . B-3 ENG INEE RI NG INC. - cu'. ;fl. ~u: ".Q & ~~r:Q Ql -:5 C ~::i <;:: Ql en 0~ C '-"t) -Ql 0 a. C en -~ en u E:::, ·-C Oo C .0 CO 0 ~o ::J....J :::ioa.. 21 20 22 21 104 22 104 5130 2 1 105 6030 20 110 17 111 7720 17 PLATE A.6 C!) z ii: 0 ID u. 0 C!) 0 ...J Project No . I Boring84 Project Northside IV 24-inch Water Transmission Main -Phase 117-21-296 Fort Worth , Texas Location Water Observations See Plate A.1 Dry during drilling; dry at completion Completion I Completion Dep th 15.0' Date 1-6-22 Surface Elevation Type CME-55, w/ CFA LL 0 "' 0 (I) 0 .c .0 0.. o.t N a. E E 0 >-ro Stratum Description . "O z (I) en en -ro rn cl!-1':-0 :,g :,g u.. (I) :,g u cf!. ·u 0 <ii c:: u.: C: 0 0 ·-(I)-~ .'!:~ t;~ :;::; X () 0 ;;: C: . "'> "'(I) LU a .2 <ll en ~-g/ o-E ~E ro -o \ c:: c:: CD a_ f-a_en :.:J:.:J Q_ :.:J -C: Q__ =~ CLAY, dark brown , w/ calcareous nodules , 3 .0 -ironsto ne nodules , and limestone fragments , stiff to 3 .75 75 22 53 -very st iff 2 .75 --grades brown below 2' 2.0 -_L_ LIMESTONE BOULDER, tan , fractured , moderately 100/4 .5" -5 Ill ~ hard r SIL TY CLAY, light brown , w/ limestone fragments , --calcareous deposits , ironstone nodules , and iron stains , hard 4 .5+ -w/ limestone seams above 8 ' 1~1 4.5+ 90 41 16 25 -10-- -- 111 -w/ 8 " th ic k limestone layer at 12' ---stiff below 13' --2.5 -15-~~v -------------------------- '/ LOG OF BORING NO . B-4 ENG i EERIN G C I - c: LL :,g ~u'. "t),Q c:i- 0 ~ ~ fQ (I) -~::j :5 C ~ Q) (/) 0~ C: ,_ "O -(I) 0 a. C: "'-~ (/) u E:::, ·-C: 0 0 C: .0 c: 0 0 ~() ::J .J ::J () Q_ 29 25 25 99 3670 27 18 11 7 7290 17 23 PLATE A.7 -, 0.. (!) <O a, ':' N ,.:. (!) z er 0 Cil u. 0 (!) 0 ...J Project No . I Boring No . Proj ect Northside IV 24-inch Water T ransmission Main -Phase 117-2 1-296 B-5 Fort Worth , Texas Location Water Observations See P late A .1 Seepage at 10' du ring drilling ; water at 12' at completion Completi on I Completion Depth 15.0' Date 1-6-22 Surface Elevation Type CME-55, w / CFA u:: 0 (J) 0 Q) 0 .c ..0 a. ... ci N a. E E o .S 0 Q) >, ro Stratum Description . --0 z 0 en en -ro z, 0 -,R_ !:!:: Q) Cl <>' -,R_ u'if!. -,R_ 0 C: 0 ·u 0 oo Cl:'. Li ·-Q). --0 • ti~-:;::. X u 0 3: C: . (J) > ·s -~ (J) Q) LU a .2 Q) en (J) Q) o-E .!!!E ro --o Cll .-\ Cl:'. Cl:'. al a. I-a. en :.:J :.:J a. :.:J 0::E ~ CLAY , dark brown , w/ calcareous nodules , 3 .25 ~ -ironstone nodules , iron stains , and pebbles , hard 2 .5 '---stiff to very stiff above 2' 4 .5+ 90 86 32 54 4.5+ ~ 4 .5+ 1-5 - '-- R 4 .5+ 89 85 23 62 ~ - '-- 4 .5+ 1-10-S ILTY CLAY, light brown , w/ limestone fragments , '--calcareous deposits , and calcareous nodules , very '--stiff to hard -fractured limestone boulder at 10 .5' 11 -4 " th ick limestone seam at 13' ~ - 3 .25 89 47 17 30 1-15--~------------------------ LOG OF BORING NO . B-5 ENGINEERING INC. - Cu: -,R_ ~u:: --0 .Q ci- 0 ~~~ Q) • ~c ~::j .;::: CL> (I) 0~ C: ... --0 -Q) 0 0.. C: u,-u E :::i ·-C: ~ (/) 0 O C: ..0 C: 0 0 ~u ::J...J ::JUO. 25 31 25 26 25 96 9300 30 20 18 PLATE A.8 (!) z 1i' 0 a, u. 0 (!) 0 ...J Project No . I Bo ring No . Proj ect Northside IV 24-inch Water Transmission Main -Phase 117-21-296 B-6 Fort Worth , Texas Location Water Observations See P late A.1 Dry during drilling ; dry at completion Completion I Completion Depth 15 .0' Date 1-6-22 Surface Elevation Type CME-55, w / CFA u:: 0 rJ> 0 Cl) 0 .c .0 C. ... oi N a. E E 0 .£: 0 >, Cl) Stratum Description . -0 z 0 Cl) (J) 0 (J) -Cl) C"l;;:: ::-;,R_ ;,R_ LL Cl> ~ u'#-·u 0 0 ui a:'. u.: C ~:'!:-·-Cl) ~:'!:-:;:::; X (.) 0 ,l: C . rJ> > rJ> Cl) w a ..Q Cl) (J) ~-!!1 o-E .!!!E Cl) -0 a:'. a:'. [D a.. I-a.. (J) :.:::i:.:J a..::J C::E ~~ CLAY, light brown and dark brown , w / calcareous 2 .75 64 22 42 - I ~ nodules , ironstone nodules , and gravel , stiff (FILL ) r 3.0 --CLAY, dark brown , w/ ironstone nodu les , iron 4.5+ - -stains , calcareous nodules , and pebbles , very stiff 4.5+ 87 75 32 43 to hard 4 .5+ -5 - - - l~I SILTY CLAY , li ght brown and light reddish brown , 4 .5+ --w/ limestone fragments , calcareous nodules , --calcareous deposits , and occasiona l ironstone 4 .5+ 73 33 15 18 -10-~1~ nodules and iron seams , hard -- --1~1 ~~ 4 .5+ -15--------------------------- ~ LOG OF BO RING NO . B-6 ENGINEER! G INC. - cU:: ;,R_ ~u:: -0 .Q ci- 0 ~~f!2 Cl) • ~::i :5 C i;::: Cl) rJ> □S:2 C '--0 -Cl) 0 C. C rn-~ ui u E::, ·-C 0 O C .0 CO 0 ~(.) ::J...J ::JUa.. 25 27 30 22 21 9 111 4340 11 18 PLATE A.9 l-o (!) i (.) a'. (!) "' "' N N r-- (!) z 1i: 0 a, u. 0 (!) 0 ..J Project No . ENG INEERING INC. -I Bo ring No . Project Northside IV 24-inch Water Transmission Main -Phase 117-21-296 B-7 Fort Worth , Texas Location Water Observations See Plate A.1 Dry during drilling ; dry at completion Completion I Completion Depth 15.0' Date 1-6-22 Surface Elevation Type B-53 , w /CFA u:: 0 (JJ 0 Ql 0 cU:: ..i::: .0 a. ~ ci N a. E E 0 .£: 0 ~ ~u: "O .Q c:i- Ql >, ro Stratum Description . "O z 0 0 ~~~ Cl) Cl) -ro :?:-Ql • 0 ?F-!!:: Ql Cl ;,,:: ?F-u* :5C ~::j .;: Q) Cl) ?F-C ·u 0~ C ~ "0 <JJll:'.U.: ·-a," :2 _, ~:::::.-:;:; X -Ql 0 0. C 0 (JJ > (JJ-() :i:: C . :::,·-(JJ Ql ·-C ~ en u E:::, \ LJ.J a .Q Ql Cl) ~.'!1 o-E ~E ro -o 0 0 C .0 C O 0 Cl:'. Cl:'. co a.. I-a.. Cl) :.:::L.:::i a..:.J a:: .E: :::i!U ::> _J ::> u a.. ~.o CLAY, dark brown , w/ limestone fragments and 4 .5 + 19 ~ -hI " iron stone nodu les , hard ,r ~ LIMESTONE, tan , w/ clay seams and layers , hard '-to very hard ~ -fractured above 4' 100/1 " '-5 ~ ~ - '-µ ~ IT ~ -~ 00/0 .37t " '-10- ~ --10" th ick cl ay laye r at 10 .5 ' ~ -LIMESTONE , gray, w/ shale seams , very hard '-- ~ p=;-00/0 .75 ' '-15-~------------------------ [r LOG OF BOR ING NO . B-7 PLATE A.10 >-0 C!) ::1 u o' C!) <O "' ~ ;;; ,-!. C!) z er 0 CD u.. 0 C!) 0 ..J ENGINEERING INC. - Proj ect No . I Bori ng No . Project Northside IV 24-inch Water Transmission Ma in -Phase 117-21 -296 B-8 Fort Worth , Texas Location Water Observations See Plate A.1 Dry during drilling ; dry at completion Completi o n I Complet ion Depth 15.0' Date 1-6-22 Surface Elevation Type B-53 , w/CFA u::: 0 (/) 0 Q) 0 C LL .c ..c ci. ,._ cii N 15. E E o .!: 0 'ifl. ~u: "O .Q c:i->, ro Stratum Description . "O z ~~~ Q) (/) (/) -ro rn cf!. z-. Q) -~ :j 0 'ifl. ~ LL Q) ~ u ~ :3 C ~ Cl) CJ) 0 vi et:: Li C 0 ·c:; 0 ~ C ,._ "O ·-Q)-~....;-~:!:::.-.:.x -Q) 0 Q. C u 0 i: C . (/) > (/) Q) (/)-u E ::, ::,·-·-C :-=c,; LU a ..Q Q) (/) ~-!!1 o-E ro E ro -o 0 O <=..c C O 0 Cl'. Cl'. Ill C.. t-c.. (/) ::::i::::i C::::::i C:: E ~u ::J...J ::Ju c.. =~ CLAY, dark brown , w/ fractured limesto ne seams , 4 .5+ 21 -limestone fragments , calcareous nodules , and 4 .5+ 85 76 32 44 22 -ironst one nodules , hard 4 .5+ 25 96 5460 -p= LI MESTONE , tan , w/ clay seams a nd occa s ional --clay layers , hard to very hard 100/2" >--5 F¢ -fractured above 6' --~ l" -00 I 0 .37e" -10---------100/0 .5" -1 5 -½ ------------------------- -,- LOG OF BOR ING NO . B-8 PLATE A.11 ti (!) i 0 -, 0.. (!) "' "' N ;;; (!) z er 0 a, u.. 0 (!) 0 _J ENGINEERI NG INC. -Project No . I Boring No . Project Northside IV 24-inch Water T ransmiss ion Main -Phase 11 7-2 1-296 B-9 Fort Worth , Texas Location Water Observations See Plate A.1 Dry during drilling ; dry at comp let ion Completion I Completion Depth 15.0' Date 1-6-2 2 Surface Elevation Type B-53 , w /CFA u:: 0 (/) 0 Q) 0 cit .J:: ..0 a. O.~ N 15. E E 0 ~ ~u:: -0 .Q c:i- Q) >, ro Stratum Description . -0 z 0 ~ ~ fQ en en -ro O)* ~ Q) -0 ~ LL Ql ~ u* :JC ~::j ..:= Q) (/) ~ vj a:: u.: C 0 ·c:; oo C '--0 ·-Q) ~-~ ti ~ ~ X -Q) 0 C. C u 0 ;= C . rn > (/) Q) rn -~~ u E :::i ~-91 ·-C LU a .Q Q) en o-E ro E ro -o 0 O C_c CO 0 a: a: CCQf-o_en :.:J:.:J 0::::.:J O:::.E: ~o :::l...J :::iu a_ =~ C LAY , dark brown , w / calcareous nodules and 3 .25 27 '--ironstone nodules , very stiff to hard 4 .5+ 22 93 4950 ~ 48 -w/ limestone f ragments below 2' 4 .5+ 85 72 24 17 '--~ SI LTY CLAY , light brown , w/ ca lcareous deposits , 4 .5+ 14 '--i\ calca reous nodules , ironstone nodu les , and iron r ~00/1.75' '-5 -sta ins , hard '---LIM ES T ONE , tan , w / clay seams and layers , hard '---to very hard -fra ctured above 5' ~ ~ -~ '-10 7 100/1" '--- ~ - ~ - '---h-1-~ 00 /0 .75 ' '-1 5-E? -~------------------------ LO G OF BORING NO . B-9 PLATE A .12 (!) z er 0 "' u. 0 (!) 0 ...J Project No. I Borin8~1Q Proj ect ENGINEERING INC. - Northside IV 24-inch Water Transmission Main -Phase 117-21-296 Fort Worth , Texas Location Wate r Observations See Plate A.1 Dry during drilling ; dry at complet ion Com plet ion I Complet ion Depth 15 .0' Date 1-6-22 Surface E levation Type B-53, w/CFA u:: 0 (/) 0 Q) 0 cir .r: .0 ci. ~ cii N 15. E E o .~ 0 ~ ~u:: -o .Q & >, (I) Stratum Description . 'O z ~~~ Q) en en -(I) cr,'#, ?:-Q) -0 ~ !:!:: Q) ~ u '#. :JC C' ::i ~ Q) (/) ~ 0 C 0 ·u 0!;2 C ~ 'O (/) ct'. ii ·-Q) ~-~ ~-~ :;:::; X -Q) 0 0. C 0 0 ;3: C . (/) > (/) Q) (/)-~ ui u E ::i ·-C w a ..Q a, en (/) Q) rrE rn E (I) 'O 0 0 (I)._ C .0 C O 0 ct: ct: cc a.. f-a.. en :.:::i:.:::i a: :.:::i 0::E ~o :J...J :JO a.. -~ CLAY, da rk brown , w / calcareous nod ul es , 3.5 53 20 33 20 -ironsto ne nodu les , and iron sta in s , very stiff 3 .25 25 96 4 110 --+ LIMEST ONE, tan , w / cl ay seams and occasio na l -layers , hard to v ery hard --fract ured above 4 ' 100/1 " -5 - - - -- - -_+ 100 /0 .5" -10 -- -- -- -~ LIMESTON E , gray, very hard 00/0 .37~" -15--------------------- - LOG OF BORING NO . B-10 PLATE A.13 (!) z a' 0 a, u. 0 (!) 0 ...J Project No . I Borin8~11 Project ENGINEE RING INC. - Northside IV 24-inch Water Tra nsmission Main -Phase 117-21-296 Fort Worth , Texas Location Water Observations See P late A .1 Dry during driling ; dry at completi on Completion I Completion Depth 15 .0' Date 1-6-22 Surface Elevation Type B-53, w /CFA it 0 (/) 0 Q) 0 c:it .c .D a. ... c:ii N a. E E o .!:: 0 ?F-~it -o .Q ci- Q) >, Cl) Stratum Description . -0 z ~~~ 0 <J) <J) -Cl) c,#-.?;-Q) -~:::i ~ !::: Q) ?F-u #-~c ..:: a, en ~ 0 C: ·u oo C: ... -0 0 (/) ll'. u.: 0 ·-a," -0 -~~ :.;::; >< -Q) 0 Cl. C: 0 3: C: . (/) > ·s~ (/) Q) (/)-.~~ o E:::, ·-C: w a ..Q Q) <J) ~-~ o-E ~E Cl) -0 Oo C: .D C: 0 0 ll'. ll'. co Q. I-Q. <J) ::i::i Q. ::i 0::..'= ~o ::J_J ::i O Q. -~ CLAY, dark brown , w/ ironstone nodules , st iff 2 .5 29 ~ -w/ limestone fragments , hard below 1' 4 .5+ 91 74 30 44 23 ~ -~ I- LI MESTON E, tan , hard to very hard I- -fract ured w/ clay layers above 4' 100/1.5" ~5 --w/ occas ional clay seams and layers below 4' I-- ~ - ~ =h-1-I- '--1u l 100/0 .5" ~ - ~ -LI MESTONE, gray, w/ shale seams , very hard I-- I- ~15-~ n 0010 .15• -~------------------------ [T LOG OF BORING NO . 8-11 PLAT E A.14 0::: w z u:::: 1-z w 0 0::: w a. 0 [X 0 0 Particle Size Distribution Report .S c:· _c:_· c .S o o o -~ E .NS ~ = ,_.. ~:-~ 0 0 0 0 0 0 V O <D ,, • • "' _, ;;: ;it ;: ~ ~ ;it ~ ;: ;: ~ 100 ,r-,----,-,, ~nrrrr,r1111-ir-v, ... -v,""""-7'.>-rri--r---c:-l'\......--,,rllTTT"T"TT1 -rT"T l 'l"lrrml r,r-,--,-,--nrTT7-r-,-,---TTTTT7 I I I I I I I I Y--+++l-1,-I-L...l"".).!ii-I I I I I I I I I I I I I I -,...---6-J~ l gQf-+--+--+--,-l -+Htt-+-t--h-l-+-tl-!t----,-1-ftH-t+-h-l-t-l-t----l--+tllH-l-+-ttl-t-r-+l-;l---rl~Tld-r-,-t"--t-+----t--t++-t-+-i-+--t---t---ttt-t-t-i I I I I I I I I I I I I I I 1 "~ I I I I I I I I I I I I I I 'h BQ1-+--1--1-+l--+HIIH-+-f--f+--+-+l---#-ll---+-l--#H-++--1t-+-+--t----+ttl1-++-t-ttl-1-+--+-,-1,--t/H-ltll-1-t--t--+-'---'lri--+++-H-i-+--t--+---+++++-t I I 1 1 111 I I I I Ill \ I I I I I I I I I I I I I I ?Of-+-+--+-+, -+H11l++-l---l+---+-+1-fl--11 -+1-flH-t+-1t+-+--+---++t1H+-+-t+,-t-+-+,--Jl--tlH-t+Jlc--!--t-+-+---+----"c,tt+t-+-i-+-+---+---ttt-t-t-1 I I I I I I I I I I I I I I ' I I I I I I I I I I I I I I 6 Q l-+--l--l-+,--+H11,H-+-l--fl-11-H-1-l1~,-+,--#H-H--+l-11+-l--+---t-tt,1-++-t-tt,-t-+--+-,-1,--t,H-tt1,-1-t--t-+--+--+++-1tt-t-+--+---+---+++++-t I I I I I II I I I I I I I I I I I I I I I I I I I I I 501-+--+---t--l-,I -+Hl,H-+-t-tt-::-+-+:-::---+-:--tt::+++-t-tt-::+-t--t----t-ttll-++-Ht:-t-t-:, -t--1:--t:H-ltl::-1-t---t-+--+--+++-H-i~\t-{-t-h--t-----t1H-t-H I I I I I I I I I I I I I I \., 40 1-+--1--1--1--:-++-ll11H-+-l--fl-l1-++1-l1 -+1-Hl1-H-++-#-l1+-1--+---t-H++-1-+-tt'-t-+--+-'-1'---+'H-1t1l1-+-+-1-+--+--+++-H-+-+------+---+++++-t I I I I I I I I I I I I I I \, I I I I I I I I I I I I I I 3Q1-+--l--+-+'--++-11+t-1+---ttll---+-ll--lt-l-+l---+llft+++-ttll-+--+-+---IH+H-+-+-tt'-+--1-' -+----ilt----+lt+t+IIH-i-1-+--t--tt+t-H-+--+----t-~--t-tt-t-t-l I I I I I I I I I I I I I I v I I I I I I I I I I I I I I 20 1-+--1--1--1--l-++-ll++-l-ll-l -++l-l-1-I-HII-H-++-#-ll-1--1--+---t-H++-1-+-ttl-+-+--+-l-11--111H-ltlll-+-+-1-+--+--t++,H-+-+--+--+---+++++-t I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1Q1-+--1--1-+l--+-H1-1--1-1--11-I-Hl--1t-l-+-l-1,H-1-t--11-ll-+-+-+---1~ll1-++-H+l-+-+-+-l-'lf---41t-+#IIH-+-+-+--+---tt+t-H-+--+---t----t-tt-t-t-1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I o L..J....-'----'---'--1 ----,-1-.L..U.J...1....1....JJ.l-'-'l---"--__,__I ...JJJ..J...L..L..JJ.1.....___..__.,_____JCJJ.I ILI....L..J...U.I --'-..1........L. 1 ....Jl'-----c'-ll..l..LL.I IL..J....IC__,__-'--.....___---c---'c'-:'--I...J...J--'--'---+---::-~........__. 10 0 10 1 0 .1 0 .0 1 0 .0 01 GRAIN SIZE -mm . %+3" % Gravel %Sand % Fines Coa rse Fine Coarse Medium Fine Silt Clay 0 .0 0 .0 1.1 1.7 2 .5 4 .5 37.7 52.5 LL PL 41 16 0 .0376 0 .0067 0 .0045 0 .0014 Material Description uses AASHTO CL A-7 -6(23) Project No. 117-21-296 Clien t: Halff Asso ci ates . Inc . Remarks: Project: Nmthside IV-24-lnch WT M -Ph. IB-Fort Worth, TX o Depth : 9-10 Sample Number: B-4 CMJ ENGINEERING , INC. Fort Worth Texas PLATE A .15 Particle Size Distribution Report C: c .S . C: 0 0 0 .£ -~ .5 ~ C ,_ ·-co 0 0 0 0 0 0 ..;-0 -;.. ~ ~~ ; :;; ~ ~ ; <O :;; i N <O (") N ~ 'It 'It 100 I I I I 'f~ ~ II I I I I I I I I I I I I I r--. --: ~ I I I I I I I I I I I I I I ~-----<: J_ I I I -90 I I I I I II II II I I T I I I I I I I I I I I I I I 1' 1\1\ I I I I I I I I I I I I I I ~ 80 I I I I 11 I II I I I I I ~ I I I I I I I I I I I I I I ~ I I I I I I I I I I I I I I 70 I I I I I II I I I I I q I I I I I I I I I I I I I I ~ I I I I I I I I I I I I I I ' a: 60 w I II I I I I II I I I I I \\ z I I I I I I I I I I I I I I u: I I I I I I I I I I I I I I ~ ~ I-50 I 1, I II I I I I I I I z I II I II I I I I I I I ~ w I I I I I I I I I I I I I I u a: I I I I I I I I I I I I I I w 40 I Ii I II I I I I i i Ii a.. I I I I I I I I I I I I I I I I I I I I I I I I I I I I 30 I II I II I I I I I I I II I I I I I I I I I I I I I I I I I I I I I I I I I I I I 20 I II II I II I I I I I II I I I I I I I I I I I I I I I I I I I I I I I I I I I I 10 I I II I II I I I I I II I I I I I I I I I I I I I I I I I I I I I I I I I I I I 0 I I II I II I I I I I II 10 0 10 1 0 .1 0 .01 0 .001 GRAIN SI Z E -mm . %+3" % Gravel %Sa nd % Fines Coarse Fi ne toarse Medium Fine Sil t Clay 0 0.0 0.0 2.0 2.7 2.8 4.0 28.3 60.2 X LL PL DR,; D~n D,;n D~n D15 D10 C,. c .. 0 85 23 0 .0506 0 .0049 ' Material Description uses AASHTO 0 CH A-7-6(60) Project No. 117-21-296 C lient: Halff Associates. Inc. Remarks : Project : Northside IV-24-Inch WTM-Ph . IB-Fort Worth , TX o Depth : 7-8 Sample Number: B-5 CMJ ENGINEERING , INC . Fort Worth, Texas PLATE A.16 Particle Size Distribution Report c . c a a a .B .S .£ ~ c .B .£; a a a a a a " a ;.~ ~M l ; ~ ~ ; <D ; ; N <D (") N ~ .. .. 100 I II II I Y"' -;,;i, " I I I I II I I I I I I I I ~ ~ I I I I I I I I I I I I I I H"'"" ... l I I I I 90 I JI II I I II II ,-~ ~ II I I I I I I I I I I I ~~~ I I I I I I I I I I I I I I ~I\ 80 I II II I 11 I II II I I i i II ~ I I I I I I I I I I I I I I ~ I I I I I I I I I I I I I I ~ 70 I II I II I II II I l l i ~ '~ I I I I I I I I I I I I I I 0:::: I I I I I I I I I I I I I I w 60 I II I II I II II I I I I II 1: ~ z I I I I I I I I I I I I I I u::: I I I I I I I I I I I I I I ' I-50 I I, I I I I I ... z I II I fl I I l l l -1 -~ w I I I I I I I I I I I I I I r' u I I I I I I I I I I I I I I p., 0:::: ~ w 40 I 1, I II I 1, I, I I I I I 0. I fl I I I ~ I I I I I I I I I I I I I I I I I I I I I I I I I I I I 30 I II I II I I, I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 20 I II II I Ii I Ii 11 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 10 I I Ii I II i II ii I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 0 I I II I Ii I II I I I I I I 100 10 1 0.1 0 .01 0 .001 GRAIN SIZE -mm . %+3" % Gravel %Sand % Fines Coarse Fine !coarse Medium Fine Silt Clay 0 0.0 0 .0 0 .9 3.7 5.3 4.9 36.1 49 .1 I)< LL PL Dai: Dan Di:n D-:in D1,;; D1n Cr. Cu 0 72 24 0 .0 733 0.0117 0 .0053 Material Description uses AASHTO 0 CH A-7-6(45) Project No. 117-2 1-296 Client: Halff Associates. Inc. Remarks: Project: N01thside IV-24-lnch W TM-Ph . lB-Fort Wmth, TX o Depth: 2 -3 Sample Number: B-9 CMJ ENGINEERING, INC . Fort Worth. Texas PLATE A.17 FREE SWELL TEST RESULTS Project: Northside IV 24-inch Water Transmission Ma in -Phase 1 B Fort Worth , Texas ProjectNo .: 117-21-296 Depth Liquid Plastic Plasticity Moisture Boring Interval Sample Limit Limit Index Content% No. (ft.) Description LL PL Pl Initial Final B-3 3-4 C lay 68 19 49 21 .2 23 .3 B-3 9 -10 C lay 42 16 26 20 .5 - Free swell tests performed at approximate overburden pressure CMJ ENGINEERING, INC. Percent Swell (%) 3 .1 0 .3 PLATE A.18 SUE TEST HOLE DATA SHEET Ha/ff Project #-"'0"""3_,_4_,_4=8=6...,. O"-'O<-.,1 _______ _ City/ County Name: FORT WORTH /TARRANT Location: SAGINAW BL VO. Limits: FROM BONDS RANCH RO. TO HERITAGE TRACE BL VO. Test Hole#_,/ ____________ _ Utility: GAS Owner: BARNETT GATHERING Date: 1/18 /22 Weather: __,,S<--"U"--'-N_,__,_N_,_,Y'------------ Test Hole Data Approx. Sta . N/ A Offset · N/ A Oft~et pulled from: ------'-N'-'--/-'-A'------------ @ Measure d Depth of Hole:_7_.5~O_' ________ _ ® Surface Elevation : ___ ..c._8=2 _4 '---'.8 __ 6_' ________ _ © Elev. @ Top of Utility: __ 8_1 _7._3_6_' _______ _ @Elev. @ Bottom of Utility: 816.53' (CALC.) @ Size of Utility: ____ ~1~O_" _________ _ Utility Material: STEEL Utility Condition: ___ ~G~O~O=O'-----------® Thickness of Pvmt.: ___ N~/'--A _________ _ © Type of Pvmt., Base, etc: _N'""'"/'---'-'-A _________ _ ® Description of so il: __ ~C=L~A~Y~/~R~O~C-'-K'-------- Northing: 7014272.45 Easting: 2304917.97 Survey Control: Grid X Surface___ Scale Factor: -~N~/~A __ Texas Coordinate System Zone: NC( 4202) Horizontal Datum: NAO83(2O11) Test Hole Plan View N. T.S. I -/_ TIE SWING TIE POINT DESCRIPTION 1 TEST HOLE TO GAS TEST ST A TION 2 TEST HOLE TO GAS PIPELINE MARKER 3 TEST HOLE TO WATER VAL VE Field Notes/Legend: ~ TEST HOLE GTS0 GAS TEST STATION -a-GAS PIPELINE MARKER wv;:f WATER VAL VE OH E(TRANS) DISTANCE 78.5' 92.8' 77.2 ' I l l HALFF ■■■ 4000 Fossil Creek Blvd. Fort Worth, Texas 76137 Tel: (817) 847-14 22 (N.T.S.) B T es t Hole Photo Certification: I hereby certify that the in fo nnat ion shown hereon is correct lo the best of my knowledge and be lie( _,,,,,,,, _..,,.~ OF r '• :~'.•···········c~ t, :½;/ * ···.;.r , .. ""* . . * "I. ,... ··*~ ~ ... · ........................ ~ ~ MARK A.NEUSCHAFER ~ ~ ···:···················:·· ~ Jf M 103677 " ..... ~ ,., o,., •• 'Z/N/u. SUE TEST HOLE DATA SHEET H a /ff Project #~0~3~4~4=8=6~. O~O~I _______ _ City/ County Name: FORT WORTH /TARRANT Location : SAGINAW BL VO. L imits: FROM BONDS RANCH RO. TO HERITAGE TRACE BL VO. Te s t H o le #~2~------------ Utili ty: GAS Owner: BARNETT GATHERING D a te: 1/19 /22 We a th e r: ~S~U~N=N~Y __________ _ I l l HALFF • •• 4000 Fo ss il Creek Blvd . F ort W orth , T ex as 761 3 7 T e l: (8 17) 84 7-1422 Test Hole Data Approx . Sta. N/ A Offse t· N/ A Test Hole Profile (N. T.S. Offse t pulle d from : --~N~/~A~--------- @ M eas ure d D e pth ofHole :_6_._6 _6 _1 • ________ _ ® Surfa ce Eleva tion : 825. 94 1 ---------------© Elev. @ Top of Utili ty: __ N_/_A _________ _ @ Elev. @ Bottom of Utili ty:_N_/_A _________ _ @ Siz e of U tili ty: 16 " (PER RECORDS ) Utility Mate ri al: STEE L <PER RE CORD S) Utility Condition : ___ ~N~/~A~---------® Thickn e ss o f Pvmt.: ___ N~/~A _________ _ @ Type o f Pvmt., B as e, etc: ---'-'-N'-/'-'A _________ _ ® D escription o f soil: __ ~C=L~A~Y _________ _ Northing: 7014283.28 Eas ting: 2304916.39 Survey Control: Grid X Surfa ce ___ Scale Fac to r: -~N~/~A __ T exas Co ordina te Sys te m Zon e: NC(4202) Horizontal D a tum: NAD83(2011) Test Hole Plan View N. T.S. 1 l TI E SWING TIE POINT DESCRIPTION 1 TEST HOLE TO GAS TE ST ST A T!ON 2 TE S T HOLE TO GAS PIPELINE MARKER 3 TEST HOLE TO WATER VALVE Fi eld Notes/Leg end: ~ TEST HOLE S~ GAS TE ST STA T!ON -u-GAS PIPELINE MARKER wv;:f WATER VALVE OH E(TRANS) DISTANCE 77 .6 ' 95.2 ' 73 .9 ' • DU E T O THE PR E S E NCE OF LARGE ROCKS , UNABLE TO DIG PAST A DE PTH OF 6 .66 '. UTILITY WAS NOT ENCOUNTERED. ELECTRONIC DEPTH , WHICH S HA LL BE DEEMED APPRO X /MA TE IS 7.8 '. B C ertification: I he reby ce rtify that th e info nnat ion shown hereon is co rrecl lo the bes! of my kno wledge and belie f. ~'''''-\\\ --t. OF r '• .:~'.•···········(',,f' t, : c..,°'.··· * ... .4 .I' ,, 11*.. ·.*'I. ,... ··*'I. ~----··················· .. ···~ ~ MARK A.NEUSCHAFER ~ ~ .......................... ~ ~ \ 103677 / II' P', ...O~•-<'\ --~ • /~'V. o~· . ,._ ... •· I ""::. 'L/N/u SUE TEST HOLE DATA SHEET Halff Project #..,.,0""'3-'4_,4=8=6.....,. O"-'Oo<..c1'------------ City/ County Name: FORT WORTH /TARRANT Locatio n: SAGINAW BL VD. Limits: FROM BONDS RANCH RD. TO HERITAGE TRACE BL VD. Test Hole #.....,,3"---------------- Utility: GAS Owner: ATMOS ENERGY Date: 1/17/22 Weather: SUNNY Test Hole Data Approx. Sta. N/ A Offset· N/ A Off<;et pulled from: --~N~/~A'--------------® Measured Depth of Ho/e:_4:....:.•-=-6-=-6_' ________ _ ® Surface Elevation : ____ 8 _22_._9_5_' ________ _ © Elev. @ Top of Utility:_------=8-'--18.::.....=2:....::9_' ________ _ @Elev. @ Bottom of Utility: 818.12 ' (CAL C.> ® Size of Utility: ____ ~2~"----------- Utility Material: STEEL Utility Condition: ___ ~G~O~O~D'--------------® Thickness of Pvmt.: __ ~N~/_A __________ _ © Type of Pvmt., Base, etc: -'-'N'-/'---'A _________ _ ® Description of soil: __ ~C=L~A~Y _________ _ Northing: 7014446.91 Eas ting: 2304945.95 Survey Control: Grid X Surface___ Scale Factor: N/ A Texas Coordinate System Zone: NC( 4202) Horizontal Datum: NAD83(2011) Test Hole Plan View N. T.S. OH E3 FOC FOC1 FOC2 -7 2 -36"W(Bl" ,, ,, ,, ,, ,, ,, ,, ,, ,, ,, '\ ./' '\,/ ,/'\ 3---f/~~ / " ,:-: TIE SWING TIE POINT DESCRIPTION I TEST HOLE TO POWER POLE W/ RISER 2 TEST HOLE TO GAS PIPELINE MARKER 3 TEST HOLE TO WATER VALVE Field Notes/Legend: ~ TEST HOLE pp /RC) POWER POLE W/ RISER -u- WVp GAS PIPELINE MARKER WATER VAL VE / ::::1 // / ~ /:' ,/ :: ,(/ / <\J ,f/ r / l"--....... I/ l' / /: ,,, ,,, ,, , DISTANCE 65.3' 59.5 ' 140. 7' I l l HALFF • •• 4000 Fossil Creek Blvd. Fort Worth, Texas 76137 Tel: (817) 847-1422 (N.T.S.) B Test Hole Photo Certification: I hereby ce nify that the information shown hereon is correct to the best of my knowledge and belie( _,,,,,\,, ~-'c.. OF T '• -~'.•··········/:,1-., : c.,\•·· * ···:: J' , .. _, * . . * "I. "'*: ··*~ ~ ............................ ~ ,iii! MARK A.NEUSCHAFER ~ ~-··:···················:··~ j~,•03677 <o_./._ _, O,e . 't-/N/u SUE TEST HOLE DATA SHEET Halff Project #~0~3~4~4~86=·~0~0~1 ______ _ City/ County Name: FORT WORTH /TARRANT Location: SAG/NA W BL VO. Limits: FROM BONDS RANCH RO. TO HERITAGE TRACE BL VO. T es t H o le #_4~------------ Utility: GAS Owner: ATMOS ENERG Y D a te : 1/17 /22 Weather: ~S~U~N~N~Y~---------- I l l HALFF • •• 4000 Fo ssil Creek Blvd. F ort Worth , Texas 7613 7 T e l: (817) 847-1422 Test Hole Data Approx. Sta. N/ A Offse t· N/ A Test Hole Profile (N.T.S. Offs e t pulled from : -----'-'Nc.c.__/-'-A,___ ________ _ @ Meas ure d Depth of Hole:_4=·=--3 =--6 _' ________ _ ® Surface Elevation : ____ 8 _2 _1._4_6_' ________ _ © Elev. @ Top of Utility: _ ___;:_8-'-1-'-7.:....;.1-=-O_1 ________ _ @ Elev. @ Bottom of Utility: 816.10 ' (CA L C.) ® Size of Utility: ____ --'1=2~•---------- Utility M a t erial : POLYETHYLENE ~ Utility Condition : ___ ~G~O~O~O~---------® Thickn ess of Pvmt.: __ ~N_/~A _________ _ © Type of Pvmt., Base, etc: ----'-'N-'--/-'-'A _________ _ ® Description of soil: __ ~C~L~A~Y _________ _ Northing: 7015232.09 Eas ting: 2304637.63 Survey Control: Grid X Surfa ce.___ Scale Factor: N/ A Texa s Coordinate System Zone: NC(42O2) Horizontal Datum : NAO83(2O11J Test Hole Plan View N. T.S. T es t Hole Ph o to SAGINAW BL VDa --------- 'J/l;;\£,;';,'.:-------------;.~7",:~t;; , ~:--\.P P I R ' 11. ----' • 1TS® -........ - TIE SWING TIE POINT DESCRIPTION OH E3 T FOC FOC1 FOC2 1 TEST HOLE TO POWER POLE W/ RISER 2 TEST HOLE TO GAS TEST ST A TION 3 TEST HOLE TO POWER POLE Field Notes/Legen d : ~ TEST HOLE pp /RC) s PPO POWER POLE W/ RISER GAS TEST STATION POWER POLE DISTANCE 52.0 ' 51.1 ' 15. 7' Certification: I hereby certify that th e info rm at io n shown hereon is correct to the best of my kn owledge and belie r ~,,,,,,,, _..,.. t. OF r '• : 'ti--'-··········./-r ., ;'e-:,:,/ * ··•-:J' ,, ""'* . . * "I. ,... ··•'I. ~--······· .. ···· ....................... ~ ~ MARK A.NEUSCHAFER ~ ~ .......................... ~ ii,;i 103677 \) ..... ~ ,,,, /t rUP-$; ·· ~t(~ z/M/z-Z. SUE TEST H OLE DATA SHEET Half[ Project #~0~3~4~4~8~6~. 0~0~1~------- City/ County Name: FORT WORTH /TARRANT Location: SAGINAW BL VO. Limits: FROM BONDS RANCH RO. TO HERITAGE TRACE BL VO. T e st Hole #_,,5"-------------- Utili ty: GAS Owne r: ATMOS ENERGY Date: 1/17/22 Weather: SUNNY Test Hole Data ■■■ ■■■ ■■■ HALFF 4000 Fossil Creek Blvd. Fort Worth , Texas 76137 Tel: (817) 84 7-1422 Approx. Sta. N/ A Offset~· _ __,N_,_,/'---'A'-'-----Test Hole Profile (N.T.S.) Offset puJJed from: -------'--'N'-'----/...,__A,__ ________ _ @ Measure d D e pth of Ho/e:_3_._5 _6 _' ________ _ ® Surface Ele vation : ____ 8 _2 _1._12_' ________ _ © Elev. @ Top of Utility: __ 8_17_._5_6_' _______ _ @ Elev. @ Bottom o f Utility: 816.89 ' (CALC.) ® Size of Utility: ____ ~8~"----------- Utility Mate ri al: POLYETHYLENE Utility Condition : ___ ~G~O~O~O _________ _ ® Thickness o f Pvmt.: __ ~N~/_A~----------© Type of Pvmt., Base, etc: -'N'-'-/'-----'--'-A _________ _ ® Description of soil : __ ~C=L~A~Y _________ _ Northing: 7018886.34 Easting: 2303076.61 Survey Control: Grid X Surface___ Scale Factor: N/ A Texas Coordinate System Zone: NC(4202) Horizontal Datum: NAD83(2011) Test Hole Plan View N. T .S. , I £)•.,. ~ C ... :-:-3 6 "W ( B ~:.r ,;·; • H-Q S1!~~ l,,l ? ' TOP= 24" OUT (NE)= TIE 1 2 3 Field Notes/Legend: SWING TIE POINT DESCRIPTION TEST HOLE TO LIGHT POL E TEST HOLE TO CURB INLET TEST HOLE TO CURB INLET ~ TEST HOLE LP-Q-LIGHT POLE I O I CURB INLET Cl TOP= 820.56' FL 24" OUT ( DISTANCE 21.6 ' 40.5 ' 68 .8 ' B T es t Hole Photo Certification: [ he reby ce rti fy th at th e in fo rm ation shown hereon is correct lo th e best of my kn owledge and be lief ~,,,,,,,, --t. OFT,, ,,.::--~'-••••••••••••• f',,;, ,, ,::'c.,"-•• •· * ·•-.4.r ,~ ""' * .· ·. * "i. '*: ·-*~ ~ ............................ ~ ~ MARK A.NEUSCHAFER ~ ~ .......................... ~ 1~ 103677 <)./"',, ""'1iltt 'l-/N/u SUE TEST HOLE DATA SHEET Halff Project #~0~3~4~4~8=6.~0~0~1 ______ _ City/ County Name: FORT WORTH /TARRANT Location: SAG/NA W BL VO. Limits: FROM BONDS RANCH RO. TO HERITAGE TRACE BLVD. Test Hole #_,6"------------- Utility: GAS Owner: ATMOS ENERGY Date: 1/17 /22 Weather: ~S-U~N~N~Y~---------- Test Hole Data ••• ••• • •• HALFF 4000 Fossil Creek Blvd. Fort Worth , Texas 76137 Tel: (817) 847-1422 Approx. Sta . N/ A Offset_· -~N~l~A ___ _ Test Hole Profile Offaet pulled from: --~N~/~A~--------- @ Measured Depth ofHole :_5_.3_0_' ________ _ ® Surface Elevation: 822.50 ' ---------------© Elev. @ Top of Utility: __ 8_1_7._2_0_' ________ _ @Elev. @ Bottom of Utility: 816. 70 ' (CALC.J ® Size of Utility: _____ 6_' __________ _ Utility Material : STEEL Utility Condition : ___ ~G~O~O=O _________ _ ® Thickness of Pvmt.: __ --'N'-"/'-A'-'------------© Type of Pvmt., Base, etc: ~N~/--'A _________ _ ® Description of soil: __ ~C=L--'A~Y _________ _ Northing: 7019019.08 Easting: 2303028.53 Survey Control: Grid X Surface___ Scale Factor: N/ A Texas Coordin a te System Zone: NC(4202) Horizontal Datum : NA083(2011J Test Hole Plan View N. T.S. OH E3 SAGINAW DR :"'-'" \.CJ OH E3 / ' ,' _ 1 t~·1; -_, ______ ._ .. _.:--3 6 11 w ( 8) >-:!/-:!Y <,' ·--~-2 f ;Jf,,, ~. ' TI E SWING TIE POINT DESCRIPTION DISTANCE 1 TEST HOLE TO WATER TEST STATION 2 TEST HOLE TO FENCE CORNER POST J TEST HOLE TO FENCE CORNER POST Field Notes/Legend: ~ TEST HOLE WTS0 0 WATER TEST S TATION FENCE CORNER PO S T 76. 7 ' 31.1 ' 47.5 ' T es t Hole Ph o to Certification: Th ereby certify th at th e in fo rm ation shown hereon is correct to the bes t of my kn owledge and belief ,,,,,'\.\\\ --t. OF T ,, :~\ ........... //' .. :½"'•··· * ··•."'J' , .. ,., . . "" ,,,,,,,, *.. ·. * ,..~ ~ *. . *,,, ~ ............................ ~ ~ MARK A.NEUSCHAFER ~ ~ ···:···················:·· ~ )f ~ •OJ677 <) ..... ~ _. o,, •• Z/N/u SUE TEST HOLE DATA SHEET Halff Project #-=0=3_,_4_,_4=8=6~. 0~0~1'-------- City/ County Name: FORT WORTH/TARRANT Location: SAG/NA W BL VO. Limits: FROM BONDS RANCH RO. TO HERITAGE TRACE BLVD. Test Hole #~7 ____________ _ Utility : GAS Owner: ENERGY TRANSFER Date: 1/19/22 Weather: ~S~U~N~N~Yc_ _________ _ Test Hole Data Approx. Sta . N/ A Offset' N/ A Offset pulled from: --~N~/~A~--------- @ Measured Depth of Hole:---=8-=-. '-14'-'---------- @Surface Elevation : 823.03 ' .• ©Elev.@ TopofUtility: 814.89' ~~~_,_ @Elev.@ BottomofUtility: 811.89' (CALC.) @ Size of Utility: 36" (PER RECORDS) Utility Material: STEEL , Utility Condition: ___ -=G-=0-=0..,,,0'---------- ® Thickness of Pvmt.: __ ~N~/~A~----------© Type of Pvmt., Base, etc : _N~/~A _________ _ ® Description of soil: __ ~C=L~A~Y _________ _ Northing: 7019077.04 Easting: 2303007.31 Survey Control : Grid X Surface ___ Scale Factor : N/ A Texas Coordinate System Zone : NC(4202) Horizontal Datum: NA083(2011) Test Hole Plan View N. T.S. OH E3 TIE SWING TIE POINT DESCRIPTION 1 TEST HOLE TO WATER TEST STATION 2 TEST HOLE TO FENCE CORNER POST 3 TEST HOLE TO FENCE CORNER POST Field Notes/Legend: ~ TEST HOLE WTS0 0 WATER TEST STATION FENCE CORNER POST DISTANCE 99.8' 105. 7' 46.3' I l l HALFF • •• 4000 Fossil Creek Blvd. Fort Worth, Texas 76137 Tel : (817) 847-1422 (N.T.S. Test Hol e Ph oto Certification: Th ereby certify that the in fo rm ation sho wn hereon is co rrect to the best ofmy knowledge and belief. ~''''-'\\\\ --t OF T ,, :~ ~'..•·*··· .. ···•tr.ifj ,., c.., •• • ••• J' ,, ""'* .· ·. * "I. '*: ··*~ ~ ............................ ~ ,ii! MARK A.NEUSCHAFER ~ ~ .......................... ~ ,if~ >03611 (> • ./s-c,, o,, •• Z/N/u SUE TEST HOLE DATA SHEET Halff Project #~0=3~4~4~86=·~0~0~1 ______ _ City/ County Name: FORT WORTH /TARRANT Location : SAGINAW BL VO. Limits: FROM BONDS RANCH RO. TO HERITAGE TRACE BL VO. Test Hole #~8~------------ Utility: GAS Owner: COLT GATHERING D ate: 1/19/22 Weather: ~S~U~N~N~Y~---------- Test Hole Data Il l HALFF • •• 4000 Fossil Creek Blvd. Fort Worth, Texas 76137 Tel: (817) 847-1422 Approx. Sta. N/ A Offset· N/ A Test Hole Profile (N.T.S.) Offset puJJed from: -----'-'N"-/_,_A,..___ ________ _ @ Measured Depth of Hole:_3_._88~' ________ _ ® Surface Elevation: ____ 8_4-'--0 _.2_1_' ________ _ © Elev. @ Top of Ulility: __ 8_3_6_.3_3_' _______ _ @Elev. @ Bottom of Utility: 835.83' (CAL C.) ® Size of Utility: ____ ~6~•----------- Utility Material: STEEL Utility Condition: ___ ~G~0~0~0 _________ _ ® Thickness of Pvmt.: ___ N_/_A __________ _ © Type of Pvmt., Base, etc: --'--'N-'--/-'-'A _________ _ ® Description of soil: __ ~C=L-'-'A~Y _________ _ Northing: 7020951.29 Easting: 2302218.05 Survey Control: Grid X Surface ___ Scale Factor: -~N~/~A __ Texas Coordinate System Zone: NC( 4202) Horizontal Datum: NA083(2011) ,.~. ,---, : "I I ---· OH E OH E ' I ,, ' ' ,.f TIE ' ' ' ' OH E3 FOC3 Test Hole Plan View N . T.S. ,: I I 1 / QJ ,' / '---, / Q : I , : , I ,/ I ,· I : I ,./ I ( SWING TIE POINT DESCRIPTION 3 TEST HOLE TO F"IBER OPTIC HAN0H0LE 2 TEST HOLE TO POWER POLE W/ RISER 3 TEST HOLE TO POWER POLE W/ RISER Field Notes/Legend: ~ TEST HOLE FHH iDJ FIBER OPTIC HAN0HOLE PP /RC) POWER POLE W/ RISER 0ISTANC 38.6' 39.3' 59.5 ' B d . Certification: [ hereby certify !h a ! !he in fo rm ation shown hereon is correct !o the besl of my knowledge and belief ,,,,,,,,, ~-t OF T '• .. ~ '·············(',,,,. t, : '-,:.··· * ···•: J' ,~ ii#* • • * ,,,. '*: ·-·~ ~ ... · ........................ ~ ,! MARK A.NEUSCHAFER ~ ~ .......................... ~ )I~ 103677 'v _....:,. "" o_,,~:· :t./1<1/u GC-4.04 Underground Facilities THIS PAGE LEFT INTENTIONALLY BLANK C ITY OF FO RT WORTH NORTHSIDE IV 24-INCH WATER TRANM ISS IO N MAIN PHASE I B STANDARD CONSTRUCTIO N SPEC IFICATIO N DOCUMENTS C ity Project No . I 02687 Revised July I , 201 I In !Joni of w1r~ouw 11 9MS H ,~- 1nlfon1 ofw1r,~1tff.'SN s.i,,n_ S 1009S VS-217 eus 11 •9'19 Oepth j ------------, .,,._ __________ -i "''------------1 .,,. ___________ _, \--l--------t-----1""--c111unc:, 6 1009SVS.2118US l l •l1.J9 NJ•-------------1 \--J--------t----l--a,11.nu 7 1009SVS-Zl7RUS lhOll7 "''------------1 •-O!KUHIOn writ, o,,ne, $Ul&eiU lMt WKf roe.It wn ~ htlfnlltel'rKIOfMUSTo;onfirfflbefortorclefll'l(ll!IM •· l>tKuna'I with Chtrle1 wunu tNt ,onu-rock wn lib!, t1t.....i• lrKlor MUST confirffl bet-onM1",n111,i,e 10 SouthofW1~Wr, Norttio!rolcl11lOIZ7NS,qlNW lJ•6JlJ On~"" 1---f'::C:,.,~..,.,c-,..ccM=IO:-:mc:•c;_,.=::-t--,,-, .. -.. --i---;-m~':-·_""'_~_-_•_""'_' ---------i ... Nonho!rolcl1tlOlZ1NS.,1m1w ... Sou1hecl1rofro,cl11l08&1iN ~,w,wllwd lloct11M1hthfPfOfle 1r,iorntir~ u,w -------------! Ni•-------------1 1crou1n1..,1 ,m..i .. , -------------1 1--+-------.-----,---,"lGHP 11 /,n\10uthofC1botoH,!1 10 Just northo!Cibolott~l1 11 Ju'1MW1hof,..uKot1HOtwe n Justl,Ol,llnofflo'uKot1HDrNe 1J Ju1t10utnofflo'UKQIHDrNe '"-------------1 Contr1ctormu11 1ou1, •n= ------------/ t--r-------j-----j--~fortcon11,~ 1S North tclat pf MuKOIH Dnlt 11 NorthfdstolMuKot1tt0,1w JO A;,o,oo l lSltNSfcin1walwd )] O,rwlyi.outhof&ono1Rlnch!ld ~ D,re-ct/y10Uthof&oncl1RI ~ JS Dirwlyi.ouu,o111ond1R1nchlilcl 36 Oirtctly i.ou1h ol llonOI Rind, 1W l1 O!rtttl\'l'IOl"thoflondsll.1nch!ld ll OorK11fnortllo,flondibr,c,iAcj Jt l>i•fflly l'IOl"lh of~ lbn(,i lid loo:■1ion ll•l 61t 96<16.St fl•ffSO l0l•J611 106•17 .. 106•1119 106•31.lt 101•Sl0l 107•7'9'6 GC-6.06.D Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH NORTHSIDE IV 24-rNCH WAT E R TRANMISSION MAIN PHASE 18 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No . I 02687 Revised July I , 2011 FORT WORTH ---.......----- PRIME/OFFEROR/OWNER COMPANY NAME: City of Fort Worth Business Equity Utilization Form Disadvantaged Business Enterprise Utilization Form (Applicable if Federally-Funded) ATTACHMENT 1/l Page 1 of 4 PROJECTNAME:NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN ' PHASEIB PROJECT NUMBER: BID DATE: City's Business Equity Goal: Offerer's Business Equity (or DBE) 102687 D (Check if addressing DBE Goal) 16 % Commitment: % Check all applicable boxes to describe D Not Cert ified Prime/Offerer/Owner's Classification: □MBE □wBE □DBE □HUB OvosB Osect ion 3 Certifying Agency: □NCTRCA ODtFW MSDC □TX DOT DwBcs □Other : Ethnicity: □African American □Hispanic Ocaucasian □Asian □ Native American Gender: □Male □Female D Non -Binary Definitions: Business Equity Firm: Certified MBE M inority Business Enterprise or WBE Women Business Enterprise DBE: Disadvantaged Business Enterprise HUB: Historically Under Utilized Business VOSB: Veteran Owned Small Business Section 3: Certified Housing Urban Development Vendors ALL BUSINESS EQUITY FIRMS MUST BE CERTIFIED BEFORE CONTRACT AWARD Failure to complete th is form , in its entirety , and received by the Purchasing Division no la ter than 2 :00 p .m . on the third City business day after bid open ing , exclusive of bid opening date , will result in the bid being considered non-responsive to bid specifications . Exception : CFA, ICA, and CDBG projects , documents w ill be submitted to the City Project Manager if publicly bid or to the Developer if privately bid . The undersigned Pr ime/Offerer agrees to enter into a formal agreement with the Business Equity firm(s) listed in this utilization schedule , conditioned upon execution of a contract w ith the City of Fort Worth (Exception : Developer projects). The intentional and/or know ing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non -responsive to bid specifications . Bus iness Equity firms listed toward meeting the project goal must be located in the City's marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace . The marketplace is the City of Fort Worth including port ions of Denton, Parker, Wise, and all of Tarrant, Dallas, and Johnson counties. Certified means those Business Equity Firms , located within the Marketplace , · that have been determined to be a bona -fide minority or women bus iness enterprise by the North Central Texas Regional Certification Agency (NCTRCA), Dallas/Fort Worth Minority Supplier Development Council (D/FW MSDC) and Women 's Bus iness Council-Southwest (WBCS). If hauling services are utilized , the Prime/Offerer will be given credit as long as the Business Equity firm listed owns and operates at least one fully licensed and operational truck to be used on the contract. The Business Equ ity firms may lease trucks from another Business Equity firm , including Business Equity owner-operated , and receive full Business Equity credit. The Business Equity firm may lease trucks from non-Bus iness Equity firms , including owner-operated , but will only receive credit for the fees and commissions earned by the Business Equ ity as out lined in the lease agreement. Federally-funded Projects (ONLY), Counting D BE Participation : If materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies towards the goal. If the materials or su pplies are purchased from a DBE regular dealer. count 60 percent of the cost of the materials and supplies toward the DBE goal. Wher materials or supplies are purchased from a DBE ne ither a manufacturer nor a regular dea ler. count the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies or fees or transportation charges for the delivery of the materials or suppl ies delivered to the job site . In all cases, the Prime/Offerer is responsible to identify the amounts to be used toward the committed DBE goal. Note: For DBE Goals, 60% of the serv ices count towards the goal. Effective 01/01/2021 FORT WORTH ---------------Business Equity Utilization Form ATTACHMENT 1A Page 2 of 4 Please note that only certified Business Equ ity firms will be counted to meet the Bus iness Equ ity goal. Prime /0fferors are required to identify ALL subcontractors/suppliers , regardless of status ; i .e ., Bus iness Equity firms and non -Busine ss Equity firms . Prime/0fferors must ide ntify by tier level all subcontractors/suppliers . Tier: means the level of subcontracting below the Prime/0fferor i.e . a direct payment from the Prime/0fferor to a subcontractor is considered 1st tier , a payment by a subcontractor to its suppl ier is considered 2nd tier. Business Equity firms are to be listed before non-Business Equity firms . The Prime/0fferor is responsible to provide proof of paym ent of all tiered sub -contractors/suppliers identified as a Business Equity firm and counting those dollars towa rds meeting the contract committed goal. Certified Business Equity Prime/0fferor Contractors counting the ir self-performance towards meet ing the contract goal , must be certified with in those NAICS commodity codes with a certifying agency acceptable by the City of Fort Worth . Cert ified Bus iness Equity Prime/0fferor coun t ing self-performing services towards the goal , the serv ice(s) to be performed should be listed first on the Utilization form . Check this boxOit certified Prime Contractor services will be counting towards the Business Equity contracting goal. Please list services first below. Please list certified Business Equity firm names as listed on their certification, including DBA names. NAMES AND ADDRESSES OF TYPE OF SERVICES/SUPPLIES Specify Tier CONTRACTORS/SUPPLIERS PROVIDED (NAICS Required) Name 1st Tier Business Name : Type of Service/Supplies : Address: Phone: NAICS Code : Email: Contact Person: $AMOUNT: Business Name: Type of Service/Supplies : Address : Phone: NAICS Code : Email: Contact Person: $AMOUNT: Business Name: Type of Service/Supplies : Address: Phone: NAICS Code : Email: Contact Person: $ AMOUNT : Certification Agency Certified By: Q tF WMSDC □NCTRCA QxooT DwBcs Dother : Certified By : □DFWMSDC □NCTRCA □TXD0T OwBcs Oather: Certified By : □DFWMSDC □NCTRCA □TXD0T OwBcs Oather: Gender and Ethnicity : OMale D Female D Non-Binary □Afr i can American D Hispan ic OAsian Ocaucasian ONative American OMale D Female D Non -Binary D African American □Hispanic OAsian Ocaucasian □Native American OMale D Female D Non -Binary D African American OAsian D Caucasian □Hispanic □Native American Effective 01/01 /2021 Updated 03/24/2022 FORT WORTH ~ Business Equity Utilization Form Please include multiple copies of this page if needed to list all contractors and suppliers. NAMES AND ADDRESSES OF TYPE OF SERVICES/SUPPLIES Specify Tier Certification Agency CONTRACTORS/SUPPLIERS PROVIDED (NAICS Required) Name 1st Tier Business Name: Type of Service/Supplies: Certified By: Address: D01FwMsoc □NCTRCA Phone: NAICS Code : 0 TxooT OwBcs Email: Oother: Contact Person: $ AMOUNT: Business Name: Type of Service/Supplies: Certified By : Address: □D F WMSDC □NCTRCA Phone: NAICS Code : □TXDOT DwBcs Email: □other : Contact Person: $AMOUNT : Business Name: Type of Service/Supplies : Certified By : Address: □oFWMSDC □NCTRCA Phone: NAICS Code : □rxDOT DwBcs Email: Oother: $AMOUNT: Contact Person: Business Name: Type of Service/Supplies: Certified By : Address: DoFwMsoc □NCTRCA Phone: NAICS Code : □rxDOT OwBcs Email: 00ther: Contact Person: $ AMOUNT : ATTACHMENT 1A Page 3 of 4 Gender and Ethnicity: 0Male D Female D Non-Binary □Afr i can American □Hispanic 0Asian Ocaucasian □Native Ame rican 0Male 0Female D Non -Binary □Afr i can Ame rican □H i spanic □Asian Ocaucasian □Native American 0Male 0Female D Non -Binary □African American □Hispanic 0Asian Ocaucasian 0Native American 0Male 0Female D Non -Binary □African American □Hispanic □Asian Ocaucas ian 0Native American Effective 01/0 1/2021 Updated 03/24/2022 FORT WORTH "--, -· ~ Business Equity Utilization Form Total Dollar Amount of Certified Prime/Offeror Services towards contract goal Total Dollar Amount of Business Equity (or DBE if applicable) Subcontractors/Suppliers Total Dollar Amount of Non-Business Equity Subcontractors/Suppliers TOTAL DOLLAR AMOUNT OF CERTIFIED PRIME/ALL SUBCONTRACTORS/SUPPLIERS $ $ $ $ ATTACHMENT 1A Page 4 of 4 The Prime/Offerer will not make additions, deletions , or substitutions to this certified list without the prior approval of the Business Equity Division through the submittal of a Request for Approval of Change/Addition online. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance . The Prime/Offerer shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed Business Equity goal. If the detail explanation is not submitted, it will affect the final compliance determination . By affixing a signature to this form , the Prime/Offerer further agrees to provide , directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors , including non-Business Equity firms . The Prime/Offerer also agrees to allow an audit and/or examination of any books , records and files held by their company. The Prime/Offerer agrees to allow the transmission of interviews with owners , principals , officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the Business Equity firms on this contract , by an authorized officer or employee of the City . A Prime/Offerer who intentionally and/or knowingly misrepresents material facts shall be Debarred for a period of time of not less than three (3) years . Authorized Signature Title Company Name Address City/State/Zip Code Department of Diversity and Inclusion -Business Equity Div ision Email : DVIN _BEOffice@fortworthtexas .gov Printed Signature Contact Name and Title (if different) Phone Number Email Address Date Effective 01/01/2021 Uodated 03/24/2022 FORT WORTH . ~ PRIME/OFFEROR COMPANY NAME : PROJECT NAME: City of Fort Worth Business Equity Division Good Faith Effort Form NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN , PHASE 1 B Business Equity Goal : Offeror's Business Equity Goal Commitment: 16 % % ATTACHMENT 1 C Page 1 of 4 Check applicable box to describe Prime/Offeror's Certification D Business Equity I DI Non_-Business Firm Equity Firm BID DATE PROJECT NUMBER 102687 If the Offeror did not meet or exceed the Business Equity Goal for this project, the Prime/Offeror must complete this form. If the Prime/Offeror's method of compliance with the Business Equity Goal is based upon demonstration of a "Good Faith Effort", the Prime/Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 10 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Prime/Offeror. Failure to complete this form, in its entirety with supporting documentation, and received by the Purchasing Division no later than 2:00 p.m. on the third City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. Exception: CFA, ICA, and CDBG projects, documents will be submitted to the City Project Manager if publicly bid or to the Developer if privately bid. 1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a Business l=quity firm or non-Business Equity firm. (DO NOT LIST NAMES OF FIRMS). On all projects, the Prime/Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Effective 03/15/2022 ATTACHMENT 1C Page 2 of 4 2.) Obtain a current (not more than two (2) months old from the bid open date) list of Business Equity subcontractors and/or suppliers from the City's Business Equity Division. OYes □ No Date of Listing ______ _ 3.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? D Yes (If yes, attach list to i nclude name of Busi ness Equ ity firm, person contacted , phone number and date and time of contact.) □No 4.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by fax, exclusive of the day the bids are opened? OYes (If yes, attach list to incl ude name of Business Equity firm , fax number and date and time of contact. In addition, if the fax is returned as undeliverable, then that "undeliverable confirmation " received must be printed directly from the facsimile for proper documentation. Fa ilure to submit confirmati on and/or "undeliverable confirmation " documentation may render the GFE non-responsive .) 5.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas previously listed , at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? D Yes (If yes, attach email confirmation to i nclude~ of Business Equity firm , date and time . In addition, if an email is returned as undel iverable , then that "undeliverable message" receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation and/or "undeliverable message" documentation may rende r the GFE non-responsive .) NOTE: The three methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Prime/Offeror must document that either at least two attempts were made using two of the three methods or that at least Q!!! successful contact was made using one of the three methods in order to deemed responsive to the Good Faith Effort requirement. NOTE: The Prime/Offeror must contact the entire Business Equity list specific to each subcontracting and supplier opportunity to be in compliance with questions 3 thru 5. 6.) Did you provide plans and specifications to potential Business Equity firms? OYes □ No 7.) Did you provide the information regarding the location of plans and specifications in order to assist the Business Equity firms? OYes □No Effective 03/15/2022 ATTACHMENT 1C Page 3 of 4 8.) Did you prepare a quotation for the Business Equity firms to bid on goods/services specific to their skill set? D Yes (If yes , attach all copies of quotations.) □No 9.) Was the contact information on any of the listings not valid? □ Y (If yes , attach the i nformation that was not valid in order for the Business Equity Division to address es the corrections needed.) □ No 10.) Submit documentation if Business Equity firms quotes were rejected . The documentation submitted should be in the firms forms of an affidavit, include a detailed explanation of why the Business Equity firms was rejected and any supporting documentation the Prime/Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Prime/Offerer will provide for confidential in-camera access to an inspection of any relevant documentation by City personnel. (Please use additional sheets, if necessary, and attach.) Company Name Telephone Contact Person Scope of Work Reason for Rejection ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain Business Equity firm participation on this project. The Prime/Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Prime/Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. A Prime/Offeror who intentionally and/or knowingly misrepresents material facts shall be Debarred for a period of time of not less than three (3) years. Effective 03/15/2022 ATTACHMENT 1C Page 4 of 4 The undersigned certifies that the information provided and the Business Equity firms listed was/were contacted in good faith. It is understood that any Business Equity firms listed in Attachment 1 C will be contacted and the reasons for not using them will be verified by the City's Business Equity Division. Authorized Signature Title Company Name Address City/State/Zip Business Equity D iv ision Email : DV1N _BE0ffice@fortworthtexas .gov Phone: (817) 392-2674 Printed Signature Contact Name and Title (if different) Phone Number Email Address Date Effective 03/15/2022 tbRTWORTH ® PROJECT# 102687 BID# ----- (If Applicable Please Check One) ~ Amendment D Change Order D Business Equity Division LETTER OF INTENT A. Business Equity Sub-Contractor/Consultant lnfonnation: A certified Business Equity firm is owned by a Minority or Woman Business Enterprise (M/WBE) [Pursuant to the City of Fo rt Wort h's Bus in ess Equ ity Ord inance , ce rtifi ed Bus iness Equ ity firms participa ti ng under the Ordinance mus t be ce rtifi ed pri or to recommenda ti on of award in orde r to be coun ted towards the Business Equity con tract goa l. Cert ify ing age ncies accep tab le by th e City: Nort h Ce nt ra l Texas Reg iona l Ce rtifi ca ti on Agency (NCTRCA ), Da ll as /Fo rt Worth Mi no rit y Suppl ier Deve lopme nt Counc il , In c. (DFW MSDC ), Women 's Bus iness Counci l -Sou thwest (WBCS ), or the Texas Depa rt ment of Transpo rt ati on (TXDO T). Note: Fo r Fede ral ly-F unded projects the firm must be cert ified as a Disadva ntaged Bus iness Ent erp ri se (DBE ) by th e NCTRCA and/or TXDO T on ly.] All Fields are Required -Do not leave blank. 1. Name of Project: NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN , PHASE 1B 2. Name of Offe ror/Pr ime Contractor : ______________________________ _ 3. Name of Bus in ess Equity Firm:-------------------------------- Address : ______________ _ Firm Co ntact Name/Phone : _____________ _ 4. Th e unders igned is prepared to perfo rm the fo ll ow in g descr ibed wor k and /or supply the ma ter ial li sted in connect ion with th e above project (wh ere app li cab le spec ify "supp ly" or "in stall " or bo th): NAICS Code : In the amo unt of$ _________ _ (Owner/ Authorized Agent) Type or Pr int Name (Name of Certified Bus iness Equtiy Firm) (Signatu re of Owner /Authorized Agent of Cert ified Business Equity Firm) (Date ) (Ema il Address) (Phone Number) B. Affidavit of Offeror/Prime I HEREB Y DEC LA RE AND AF FI RM th at ---------------am the duly author ized representa ti ve of (Owner/Authorized Agent) _____________________ and tha t I have pe rsona ll y rev iewed the mate ri al and fac ts (Name of Offeror/Prime) se t fo rth in this Le tt er of Inten t. To the best of my know ledge , informa ti on and be li ef, the facts in th is form are true , and no material fac ts have been omitted . Pursua nt to the City of Fo rt Wort h's Bus iness Equi ty Ordi nance , any person /en ti ty tha t makes a false or fraud ul en t statemen t in connec ti on with pa rti cipa ti on of a cert ifi ed fi rm in any City of Fort Wort h contract may be refer red for debarment proced ures under the City of Fort Worth's Business Equ ity Ordinance . I do so lemnly swear or affirm that the signatures contained here in and the information provided by the Offeror/Pr ime are true and correct , and tha t I am au thor ized on behalf of the Offeror /Prime to make the affidavit. (Owner/ Authorized Agent) Type or Print Name (Signature of Owner/Authorized Agent) (Email Address) Depa rtment of Di vers ity and Inclusion Bu s in ess Equity Divi sion Email : DV IN _ B E0ffice@ fortwort htexas.gov -· .... _ -~-_,_. (Name of Offeror/Prime) (Date) (Phone Number) Effecti ve 0 1/01 /202 1 Revi sed . 6-8-2 1 FORT WORTH ® CITY O F F O RT W O RTH M/WBE Joint Venture Eligibility Form All questions must be answered; use "NIA" if not applicable. Name of City project: NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN , PHASE 1 B A joint venture fo rm mu st be compl eted o n each project Jo int Venture Page 1 of 3 RFP /Bid/Purchasing Number: ___________ _ 1. Joint venture information: Joint Venture Name : Joint Venture Address : (If applic able) Telephone : Facsimile : E-mail addres s: Cellular : Identify the firm s that comprise the joint venture : Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the joint venture M/WBE firm I Non-M/WBE firm I name : name: B usi ness Address : Bu s in ess Address : City, State, Zi p : C ity , State, Z ip : Te leph o ne Facs im ile E-mai l Te le ph o ne Facsi m ile Ce llul ar Cellul ar Certification Status: E-ma il a dd ress Name of Certifying Agency : 2 S f cope o wor k fi per orme 1y t e Olnt db hJ' V enture: Describe the scope of work of the M/WBE: Describe the scope of work of the non -M/WBE: Rev. 2/13/19 Joint Venture Page 2 of 3 3. What is the percentage of M/WBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4. Attach a copy of the joint venture agreement. 5. List components of ownership of joint venture: (Do not complete 1/ this information is described in joint venture a5<reement) Pro fi t and lo ss sharin g: Ca pital contributions, including equipme nt: O th er a ppl ica bl e ownersh ip inte rests: 6. Identify by name, race, sex and firm those individuals (with titl es) who are responsible for the day-to-day management and decision making of the joint venture: Fin a nc ial dec is ion s (to incl ud e Account Payabl e and Rece ivable): Man age me nt decisi ons : a. Est imat ing b . Marketin g and Sal es ----------------------- C. Hirin g and Firin g o f manage me nt pe rsonn e l ------------------- d . Purchas in g of major equipme nt a nd/o r suppl ies Sup er visi on of field operation s The City 's Business Equity Division will review your joint venture submission and will have final approval of the M/WBE percentage applied toward the goal for the project listed on this form . NOTE: From and after the date of project award , if any of the partic ipants , the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information , then the participants must inform the City 's Business Equity Divis ion immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the C ity 's Business Equity Ordinance 25165-10-2021 . Rev . 2/13/19 J oint Venture age 0 P 3 f 3 AFFIDAVIT The undersigned affirms that the foregoin g statements are true and correct and include all material information nece ssary to identify and ex plain the terms and operation of the joint venture . Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein . T he C ity al so reserve s the right to request any additional information deemed necessary to determine if the joint venture is eligible . Failure to cooperate and/or prov ide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to pe rmit audit s, interv iews with owners and examination of the books , records and files of the joint venture by a ny authori zed repre sentatives of the City of Fort Worth . Fai lu re to comply with this provision shall result in the termination of an y contract, which may be awarded under the provisions of this joint venture 's e lig ibility and may initiate action unde r Federal , State and/or Local laws /ordinances concerning fa lse statements or willfu l misre p resentation of fact s. ---------------------------------- Name ofMB E firm Name ofnon-MBE fi rm Printe d Name of Owner Printed Name of Owner S ignat ure of Owner S ignat ure of Owner Pri nted Name of Owner Printed Name of Owner S ignatu re of Owner S ignature of Owner Ti tl e Ti tl e Date Date Nota rizatio n State of ___________________ County of ______________ _ On this _____________ day of ________ , 2 0 __ , before me appeared and ------------------------------------------ to me personally known and w ho, bein g duly s worn , did execute the foregoin g a ffidavit and did state that they were proper ly authorized to execute th is affidavit and did so as their free act and deed. Notary Public ________________________ _ Prin t Na me Notary Public ________________________ _ Signature Commission Expires ----------------------- Office of Business D iv ers ity Email : mwbeoffice@ fortworthtexa s .gov Phone: (817) 392-2674 (seal) Rev. 2/13/19 fORTWORTH ~ City of Fort Worth Business Equity (M/WBE) Specifications Prime Contractor Waiver Form ATTACHMENT 18 Page 1 of 1 OFFEROR COMPANY NAME : Check applicable block to describe Prime PROJECT NAME : I j MNVBE I J NON-MWBE NORTHSIDE IV 24-INCH WATER TRANSMISSION MAIN , PHASE 1 B BID DAT E City 's MBE Project Goal : Offeror's MBE Project Commitment: PROJECT NUMBER 16 % % 102687 If both answers to th is form are YES , do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on th is form must be completed and a deta iled explanat ion provided , if appl icable . If the answer to either question is NO , then you must comp lete ATTACHMENT 1C . Th is form is only app li cable if .b.otb. answers are yes . Failure to complete this form in its entirety and be received by the Purchasing Division no later than 2:00 p.m.1 on the second City business day after bid opening, exclusive of the bid opening date, will result in the bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? □ YES If yes , please provide a detailed explanation that proves based on the size and scope of th is □ NO proj ect , th is is your normal bus iness practi ce and provide an ope rationa l profile of you r bus iness . Will you perform this entire contract without suppliers? C YES If yes , please prov ide a detailed explanat ion that proves based on the size and scope of th is .--, project , th is is your normal business practice and provide an inventory profile of your bus iness . LJ NO The Offero r further agrees to prov ide , directly to the C ity u pon request, complete and accurate information regard ing actual work performed by all subcont ractors , including cert ified M/WBE (s) on th is contract , the payment thereof and any proposed changes to the orig inal M/WBE (s) arrangements subm itted with this bid . The Offeror also ag rees to allow an aud it and/or exam inat ion of any books , records and files he ld by their company that w ill substant iate the actual work performed by the M/WBEs on th is contract , by an authorized officer or emp loyee of the City . Any intent ional and /or know ing misrep resentat ion of facts w ill be grounds for terminat ing the contract or deba rment from City work fo r a pe ri od of not less than three (3 ) years and for initiating action under Federal , State or Local laws concern ing false statements . Any failu re to comply with this ord inance creates a material breach of contract and may result in a determ inat ion of an irresponsible Offeror and barred from partic ipating in City work for a period of time not less than one ( 1) yea r. Autho ri zed Signature T it le Company Name Address City/State/Zip Bus iness Eq uity Divisio n Emai l: DV IN_BEO ffi ce@ fo rt wort htexas .gov Phone : /R1 7 \ ':IQ ?_?/';7,1 Printed Signatu re Con t act Na me (if d ifferen t) Phone Number Fax Number Emai l Address Date Rev . 3/13/2022 GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FO RT WORTH NORTHSIDE IV 24 -I NCH WATER TRANMISSION MArN PHASE 1B ST ANDA RD CONST R UCT IO N SPECIFICATION DOCUMENTS C ity Project No . I 02687 Revised July I , 2011 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Asphalt Dist ri butor Operator Asphalt Paving Mach i ne Operator Asphalt Raker Broom or Sweeper Operator Concrete Fi nisher, Paving and Structures Concrete Pavement Fi nishing Machine Operator Conc r et e Saw Operator Crane Operator, Hydraulic 80 tons or less Crane Operator, Lattice Boom 80 Tons or Less Crane Operator, Lattice Boom Over 80 Tons Crawler Tractor Operator Electrician Excavator Operator, 50 ,000 pounds or less Excavato r Operator, Ove r 50 ,000 pounds Flagger Form Builder/Setter, Structures Form Setter, Pav i ng & Curb Foundat ion Drill Operator, Crawler Mounted Foundat ion Drill Operator, Truck Mounted Front End Loader Operator, 3 CY or Less Front End Loader Operator, Over 3 CY Laborer, Common Laborer, Utility Loader/Backhoe Operator Mechan ic M i lli ng Mach i ne Operator Motor Grader Operator, Fine Grade Motor Grader Operator, Rough Off Road Hauler Pavement Ma r king Machine Operator Pi pelayer Reclaimer/Pulverizer Operator Re inforcing Steel Worker Roller Operato r, Asphalt Ro l ler Operato r, Othe r Scraper Operator Serv icer Small Sli pform Machine Operator Spreader Box Operator Truck Driver Lowboy-Float Truck Driver Transit-Mix Truck Driver, Si ngle Axle Truck Driver, Si ngle or Tandem Axle Dump Truck Truck Dr iver, Tandem Axle Tractor with Sem i Tra i ler Welde r Work Zon e Barricade Serv icer Wage Rate $ 15.32 $ 13.99 $ 12 .69 $ 11 .74 $ 14.12 $ 16.05 $ 14.48 $ 18 .12 $ 17 .27 $ 20.52 $ 14 .07 $ 19 .80 $ 17 .19 $ 16 .99 $ 10 .06 $ 13 .84 $ 13.16 $ 17 .99 $ 21.07 $ 13.69 $ 14.72 $ 10.72 $ 12 .32 $ 15 .18 $ 17 .68 $ 14 .32 $ 17.19 $ 16 .02 $ 12 .25 $ 13 .63 $ 13.24 $ 11.01 $ 16.18 $ 13 .08 $ 11.51 $ 12 .96 $ 14.58 $ 15 .96 $ 14.73 $ 16 .24 $ 14.14 $ 12 .31 $ 12.62 $ 12 .86 $ 14 .84 $ 11.68 The Dav is-Bacon Act preva ili ng wage rates shown for Heavy and Hi ghway construct io n projects were determ i ned by t he Un ited States Department of Labor and cu rrent as of Sept ember 2013 . The titles and descriptions for the clas sificat ions li sted are deta i led in the AGC of Texas ' Standard Job Class ifi cat ions and Descr i ptions for Highway, Heavy, Util ities, and Industrial Construct ion i n Texas . Page 1 of 1 GC-6.09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK C ITY OF FORT WORTH NORTHSIDE IV 24-fNCH WATER TRANMISS ION MAIN PHAS E 18 ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. I 02687 Revised Ju ly I, 2011 Precinct#: t/- UTILITIES COMPANY PERMIT Date : ·;:)./2-h,('??-Permit#: z_z.-5'--- Finn Name: H:l:llPE VI-Hocuq-US' Contact Person: yjugi N Wl l l fl Oef r/ I Address: '1000 FOSS< L lJe.<z'. ?t:--gL\/D Email: ------ Is hereby permitted to work within the Tarrant County R.O.W. (Right-of-Way) in accordance with the Tarrant County Transportation Services Departments provisions and specifications. LOCATION OF PROPOSED WORK (WITH MAPSCO #:) ra;~ #m R # (vJter:5ec,t·coV\. t1) w. {$awls te:,nd,,, tel· Md N. __ _!,___:_ ecvd p~JA. s -zg 1) o Y': -'\10 wt xt.u d e (Attached layouts as necessary) DESCRJBE PROPOSED WORK rN DETAIL: Consb1.(.£.1-Z't'' wr.dtv Ii~ by l:?ov..t ivt. sr<< r w,~ -q-CohrtecA:: to frDf PJ!.d UJ " 11111.l ky TIVP. (Attach additional sheets if m~ssary.) SPECIAL INSTRUCTIONS: 1. 2. 3. 4. 5. Submit permit and all necessary documentation to Jeremy Duskin at jfduskin@tarrantcounty.com Roads are to be bored and not open cut. Contact Gaytan Guy at (3 18) 572-8136, 24 hours PRIOR to working in the County right-of-way. This permit is valid for 30 days from the above written date. A new permit is required if the project is delayed or extended. Please re-establish vegetation after work is completed (i.e. hydromulch, sod, mulch w/ seeding, etc.). 0222157569 06/21/2022 03:51 PM Page : 1 of 17 Fee : $83.00 Subm itter : City of Fort Worth, TX E lectron ica ll y Recorded by T a rrant Count y C lerk i n Offi c i al Pu blic Reco rds ~ r-);~ -Q -~ARYLOOISE NICHOLSON COUNTY CLERK Eagle Mountain -Roanoke 345 KV Lin e Eag le Mountain -Saginaw 138 KV Li ne D-1017 2022-4434CW EASEMENT AND RIGHT OF WAY STATE OF TEXAS § § COUNTYOFTARRANT § KNOW ALL MEN BY THESE PRESENTS That ONCOR ELECTRIC DELIVERY COMPANY LLC, a Delaware limited liability company, hereinafter referred to as Grantor , fo r and in consideration of TEN AND NO/100 DOLLARS ($10 .00), and othe r good and valuable consideration to it in hand paid by the City of Fort Worth, a Texas Municipal Corporation , hereinafter referred to as Grantee , has granted , sold and conveyed and by these presents does hereby grant, sell and convey un t o said Grantee a nonexclusive twenty-five foot (25 ') wide easement and right of way for the purpose of constructing , reconstructing, replacing , maintaining and operating a twenty- f our inch (24") waterline , he reinafter referred to as Grantee 's Facility, in , over , under, across and along the property described and shown on the attached Exhibit "A": SEE A TT ACHED EXHIBITS There is also granted to Grantee, its successors or assigns, a nonexclusive 20 foot wide temporary construction easement described in attached Exhibit "B", during temporary periods , as may be necessary for the construct ion , maintenance, and repair of said Grantee's Facility. Such use shall not interfere with Grantor's use of such property in the operation of its business and Grantee shall prope rly maintain such property during construction and at the conclusion of such construction remove all construction debris and other materials from such property and restore such property to the same condition it was in prior to the commencement of Grantee's construction thereon or in proximity thereto . Additional general construction limitations on easement are described and listed, but not limited to , in Exhibit "C", attached hereto and by reference made a part hereof. Use of draglines or other boom-type equipment i n connection with any work to be performed on Grantor's property by the Grantee , its employees, agents , representatives or contractors must comply with Chapter 752 , Texas Health and Safety Code, the National Electrical Safety Code and any other clearance requirements . Notwithstanding anything to the contrary herei n , in no event shall any equipment be within fifteen (15) feet of the Oncor 138,000 volt or less power lines or within twenty (20) feet of the Oncor 345,000 volt power lines situated on the aforesaid property. Grantee must notify Fort Worth Transmission, (817-496 -27 46) at least 48 hours pr ior to the use of any boom -type equipment on Grantor's property except in an emergency. Grantor reserves the right to refuse Grantee permission to use boom -type equipment. Ease ment and Right of W ay Page 1 of 17 D222157569 Grantee shall locate its Facility within the easement so as not to interfere with any of Grantor's facilities. Grantee shall not place its facility within 25 feet of any pole or tower leg . Grantee shall reimburse Grantor for any and all costs and expenses incurred by Grantor for any relocation or alteration of its facilities located on or near the easement that Grantor, in its sole discretion , determines are subject to in t erference from the said Grantee's Facility or from the exercise by Grantee of any of its rights hereunder. Th is easement is granted upon the conditions that Grantee's Facility to be constructed shall be maintained and operated by G rantee at no expense to Granter and Grantor shall not be responsible for any costs of construction , reconstruction , operation, maintenance or removal of Grantee 's Facility. To the extent permitted by law, Grantee agrees to defend, indemnify and hold G rantor, its officers , agents and emp loyees , harmless against any and all claims , lawsuits, judgements, costs, and expenses for personal injury (including death), property damage or other harm for wh ich recovery of damages is sought,.suffered by any person or persons that may arise out of, or be occasioned , by any negligent act or omission of Grantee, its officers , agents, associates , employees or subconsultants; except that the indemnity provided fo r in this paragraph shall not apply to any liability resulting from the sole negligence of Grantor , its officers, agents , or employees or separate contractors, and in the event of joint and concurrent negl igence of both Granter and Grantee, responsibility and indemnity, if any , shall be apportioned comparatively in accordance with the laws of the State of Texas , without, however, waiving any governmental immunity or other defenses available to the parties under Texas Law. The provisions of this paragraph are sol.ely for the benefit of the parties hereto and not intended to create or grant any rights , contractual or otherwise , to any other person or entity. Grantee s hall , at its own cost and expense comply with all applicable laws, including but not li mited to existing zoning ordinances, governmental rules and regulations enacted or promulgated by any governmental authority and shall promptly execute and fulfill all orders and requirements imposed by such governmental authorities for the correction , prevention and abatement of nuisances in or upon or connected with said premises because of Grantee's use thereof. This easement, subject to all liens of record, shall continue only so long as Grantee shall use t his right of way for the purpose here in described and the same shall immediately lapse and terminate upon cessation of such use . TO HAVE AND TO HOLD the above described easement and rights unto the Grantee, its successors and assigns, for the purposes aforesaid and upon the conditions herein stated until the same shall be abandoned for use by the Grantee for the purpose herein stated, then and thereupon this conveyance shall be null and void and the use of said land and premises shall abso lutely revert to Granter herein, its successors and assigns, and no act or omission on the part of them shall be construed as a waiver of the enforcement of such cond ition . Easeme nt and Right of Wa y Page 2 of 17 Page 2 of 17 D222157569 AND Grantor does hereby bind itself, its successors and assigns , to WARRANT AND FOREVER DEFEND all and singular the above described easement and rights unto the Grantee , its successors and assigns , against every person whomsoever lawfully claiming or to claim the same or any part thereof, by, through or under Grantor but not otherwise. EXECUTED as of this -~t:'-----_day of ___ ,....,....,,l'-UA._e ________ , 2022 . GRANTOR: ONCOR ELECTRIC DELIVERY COMPANY LLC Attorney-in -Fact ST ATE OF TEXAS § § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, on this day personally appeared Q.....~ C s .. ~h:t. I as the Attorney-In-Fact of Oncor Electric Delivery Com any LLC, known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that he executed the same for the purposes and consideration therein expressed, in the capacity therein stated and he is authorized to do so. GIVEN UNDER MY HAND AND SEAL OF OFFICE this --~-t-~ ___ day of ~ "' ..._~ , A. D . 2022. 111111,, A~'!.r,1.11,_,, MANDY M. SMITH H'{~i\-% Notary Public , State of Tex as ~~~~-:.._~S Comm . Expires 08-02-2024 ~'":~····~·~ ❖,,,m1,,,,~ Notary ID 124437083 Easement and Right of Way Page 3 of 17 Page 3 of 17 D222157569 Page 4 of 17 Grantee: The City of Fort Worth Approved as to Form and Legality By: !?f.'J!:.,[~_pf{ By: -~-U/4.---~-------- Name: Dana Burghdoff Name: Matt Murray ------------ Tit I e: Assistant City Manager Title: Assistant City Attorney ST ATE OF TEXAS § § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, on this day personally appeared Dana Burghdoff , as the Assistant City Manager of City of Fort Worth, known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that he/she executed the same for the purposes and consideration therein expressed, in the capacity therein stated and he/she is authorized to do so. · GIVEN UNDER MY HAND AND SEAL OF OFFICE this _7_t_h ____ day of June , A. D . 2022. SELENA ALA Nota ry Public ST ATE OF TEXAS Notary 1.0. 132422528 My Comm. Exp. Mar. 31 1 2024 After Recording, Return To: Oncor Electric Delivery Company LLC Right of Way Services Attn: Laura DeLaPaz 777 Main St, Suite 1311 Ft. Worth, Texas 76102 Easement and Right of Way I I Digitally signed by Selena Ala s e en a A a Date : 2022.06 .07 12 :10 :10 --05'00' Notary Public in and for the State of Texas Page 4 of 17 0222157569 EXHIBIT A LEGAL DESCRIPTION WATER FACILITY EASEMENT Being part of the Benjamin Thomas Survey, Abstract No. 1497, situated in the City of Fort Worth, Tarrant County, Texas and being a portion of a tract referred _to as Tract No. 6 of the tracts of land conveyed to TEXAS ELECTRIC SERVICE COMPANY, as described in Instrument Number D153016284 Official Public Records of Tarrant County Texc1s (O .P.R.T.C.T.), and being more particularly described as follows: COMMENCING at a capped iron rod with red cap stamped "KHA" found for the northeast comer of a tract conveyed to JLM OF TAMPA INC by Instrument Number D220323937 (O.P.R.T.C.T.), hereinafter referred to as JLM Tract 1 and being a southeast corner of a tract of conveyed to LENNAR HOMES OF TEXAS LAND AND CONSTRUCTION LTD by Instrument Number D2203 19529 (O.P .R.T.C.T .) said po int also being in the west right of way line of U.S. Highway No. 287 (Business), also from wh ich a capped iron rod with red cap stamped "KHA" found for the so utheast corner of said JLM Tract 1 and for the northeast corner of tract conveyed to E- STEEL II LLC by Instrument Number D209280915 (O .P.R.T.C.T .), hereinafter referred t o as E- Stee l Tract 2, said point also being in the west right of way llne of U.S. Highway No. 287 (Business) bears S 27°14 '34 " E, a distance of 235.45 feet; THENCE N 22°28'38" W, along the west right of way line of U.S. Highway No. 287 (Bus iness) and the west line of said Lennar Homes of Texas Land and Construction LTD, a distance of 42.81 feet to a point for the northeast corner of said Lennar Homes of Texas Land and Construction LTD tract and the southeast corner of said Texas Electric Service Company and in the west right of way line of U.S . Highway No. 287 ; THENCE S 89°40'38" W , departing the west right of way line of U.S. Highway No. 287 (Business) and along the south line of said Texas Electric Service Company tract and the north line of said Lennar Homes of Texas Land and Construction LTD, a distance of 177.39 feet to a 5/8" iron rod set with plast ic cap stamped "DEOTTE RPLS 4673" for the POINT . OF BEGINNING; . THENCE S 89°40'-38" W, along the south line of said Texas Electric Service Company tract and the north line of said Lennar Homes of Texas Land and Construction LTD, a distance of 25 .00 feet to a 5/8" iron rod set with plastic cap stamped "DEOTTE RPLS 4673"; THENCE N 00°20'07" W, departing the south line of said Texas Electric Service Company tract and the north line of said Lennar Homes of Texas Land and Construction LTD, a distance of 42.67 feet to a 5/8" iron rod set with plastic cap stamped "DEOTTE RPLS 4673 " at the beginning of a non-tangent curve to the left with a radius of 1, 195 .1 B feet , whose chord bears N 13°50'43" W, a distance of 161.82 feet; THENCE along said non-tangent curve to the left through a central angle of 07°45 '49" a distance of 161 .94 feet to a 5/8" iron rod set with plastic cap stamped "DEOTTE RPLS 4673" in the north line of said Texas Electric Service Company tract and a south line of Lot 2, Block 1 Eagle Mountain Saginaw Maintenance & Transportation· Facil ity Addition as described in D208300797 (O .P.R.T .C.T.) THENCE N 89°40'38" E, along the north line of said Texas Electric Service Company tract and the sout~ line of sa id Lot 2, Block 1 Eagle Mountain Saginaw Maintenance & Transportation Easement and Right of Way Page 1 of 5 Page 5 of 17 Page 5 of 17 D222157569 Facility Addition, a distance of 26 .17 feet to a 5/8" iron rod set with plastic cap stamped "DEOTTE RPLS 4673" at the beginning of a non-tangent curve to the right with a radius of 1,220.16 feet, whose chord bears S 13°36'43" E , a distance of 159.51 feet; THENCE along said non-tangent curve to the right through a central angle of 07°29'43" a distance of 159.62 feet to a 5/8" iron rod set with plastic cap stamped "bEOTTE RPLS 4673"; THENCE S 00°20'07" E, a distance of 44.77 feet to the POINT OF BEGINNING and containing 5, 113 square feet or 0.117 acres inore or less. Easement and Right of Way Exhibit "A" Page 2 of 5 Page 6 of 17 Page 6 of 17 D222157569 NOTES: 1) All bearings and coordinates are in US survey feet surface using a scale factor of 1.0001526298 and referenced to the Texas Coordinate System, Nad-83, The North Central Zone 4202 . 2) Exhibit B of same date accompanies this legal description . James E. DeOtte Registered Professional Land Surveyor No.4673 James DeOtte Engineering, Inc . TBPLS Firm No . 10101400 2201 Dottie Lynn Parkway, Suite 119 Fart Worth , Texas 76120 (817) 446-6877 Easement and Right of Way Exhibit A Page 3 of 5 Page 7 of 17 Page 7 of 17 D222157569 LEGEND; PROPERTY BOUNDARY EX EASEMENT" PROP. EASEJJENT IRON ROD FOUND IRF CIRS EXHIBIT A PAGE 4 OF 5 0 800 5/8• IRON ROD SET WITH Pt..AST1C ~ STAMPED ·DEom RPLS 4973• omclAL PUBLJC RECORDS TARRANT' .COUNTY 7cXAS O.P.R. T.C. T. EAGLE MOUNTAIN-SAGINAW ISO 1200 OLD DECATUR RD FORT WORTH, TX 76179-4300 LOT 2, BLOCK 1 EAGLE MOUNTAIN -SAGINAW MAINTENANCE & TRANSPORTATION FACIUTY ADDITION 0208300797 O.P.R. T. C. T. LENNAR HOMES OF TEXAS LANO AND CONSTRUCT/ON LrD 1707 MARKET PLACE f------ BLVO Sr£ 100 /RV/NG, TX 7506J 0220319529 O.P.R.T.C.T. (LENNAR TRACT 2) fOJiT.f ?JTQ City of Fort Worth 200 TEXAS STREIT FORT WORrH, TX. 76 102 PROJECT: NORTHS/DE IV WATERLINE PROPOSED WATER FACILITY £.A.SEMENT GRAPHIC SCALE IN FEET ONCOR ELECTRIC OWVERY CO LLC PO BOX 139100 DALLAS, TX 75313 D 153016284 TRACT 6 O.P.R. T.C. T. sa9•40'.JB-W 177.39' N22"28 'JB "W 42.81' £XH/8ff A SHOWING A PARCEL OF PROPERTY SITUATED IN THf . BENJAMIN THOMAS SURVEY TARRANT COUNTY, TEXAS AS RECORDfD IN 0153016284 omc!AL PUBLIC RECORDS OF TARRANT COUNTY IDCAS CITY PROJECT No. 102687 PARCEL NO . 08 PWF£ Page 8 of 17 1600 LAND ACQUISmON AREA: 5, 11 J SQ FT OR 0. 117 AC JD£( JOB No . 202100700 DRAWN BY: CBC PAGE 4 OF 5 Date: 3/30/2022 JAMES DeOTTE ENGIN££RING, INC. • 2201 Dom£ LYNN PKWY., SUITE 119 FORT WORTH, TX. 76120 , 817-446-6877 TBPE FIRM Reg. No . 8917 · TBLS Firm Reg. No. 101014-00 Easement and Right of Way Page 8 of 17 0222157569 L£GEND; PROPEHTY BOUNDARY EX. E'ASEMENT PROP. EASEMENT IRON ROD FOUND s;s· IRON ROD SE:T WTTH PLASTTC CAP STAMPED "o8JTTF: RPLS 467J• OFFICIAL PUBLIC RECORDS TARRANT" COUNTY 7005 /RF CIRS O.P.R.T.C.T. EXHIBIT A PAGE 5 OF 5 \ / 1 , ~~-I~i,~rt'~7 IN FEET -----\---------· ..... :-.-;-,:!.r.~+-7"•~1200 OLD DECATUR RO 100 i ---------~--=---=-= ---~:; ~ .• ~ '. EAGLE M~~NTA/N-::SAGINAW ISO ----,-------~-:. · .~-·:.,r.--.~ ···.~· .. / .. :FORT WORTH, TX 76179-4300 \ ·: • .: ·. : ... ·. • · .... ·. ' ... ~ ·, • ~: '/, · ,,., LOT 2, BLOCK 1 EAGLE MOUNTAIN \ o. !O! * ~ / ~ R -SAGINAW MAINTENANCE & \ N89.40'38"£ / TRANSPORTAT10N FACILITY \ 26 17' I ADDITION \ \ · / I 02os100191 -r-_ __ ____ CAI O.P.R .T.C.T. (J{;:ICOR ELECTRIC af L/VERY CO LLC \ PO BOX 1~9100 \ DALLAS, TX (5313 \ 01530 16284 T/V/',CT 6 \ O.P.R. T.C . T-\ \----7 \ \ U\ \ PROPOSED WAJER FACIU7Y EASEMENT CONTAINING 5, 11 .J SQ. FT. / 0.117 AC. ,-.., \ oS.1z-O. \ -----.-·-;,:} Ulo ;;l -IE--.------- ·-1 O'I l"'G> -...-r-r,m:-:========fl= 729 '43" R= 1,220. 16' \ \ ·0~1n~ \ ·7"i~ 0 \ c,:,~"'t'\ \ \ \ \ \ ..... '.Z \ ~ \ ~ \ LENNAR HOMES OF TEXAS LAND AND CONSTRUCTION LTD 1707 MARKET PLACE BLVD STE -100 /RV/NG, TX 75063 0220319529 O.P.R. T.C. T. . (LENNAR TRA CT 2) foir,;o,!Tfl \ City of Fort Worth 200 n:xAS STREET FORT WORTH, TX. 76102 PROJECT: NORTHS/DE IV WATERLINE PROPOSED WATER FACILITY -EASEMENT \ \ \ \ \ \ /j=l"45'49" L=159.62' CB~S1J"J6'43•£ CD=159.51' R=1, 195.16' L=161.94' CB=N1:S50'4J"W CD== 161.82' EXHIBIT A SHOWING A PARCEL OF PROPERTY SITUATED IN TH£ BENJAMIN THOMAS SURVEY TARRANT COUNTY, TEXAS AS RECORDED IN D153016284 OFRCIAL PUBUC RECORDS OF TARRANT COUNTY TEXAS CITY PROJECT No . 102687 PARCEL NO. 08 PWFE Page 9 of 17 LAND ACQUISITION AREA: 5, 113 SQ FT OR 0. 117 AC JD£/ JOB No. 202100700 DRAWN BY: CBC PAGE 5 OF 5 Date: 3/30/2022 JAMES DeOTT£ £NG/NEERING, INC. · 2201 DOTTIE LYNN PKWY., SUIT£ 119 TBPE FIRM Reg. No. 8917 • TBLS Firm Reg. No . 1O1014-00 Easement and Right of Way FORT WORTH, TX. 76120 , 817-446-6877 Page 9 of 17 D222157569 EXHIBIT B LEGAL DESCRIPTION TEMPORARY CONSTRUCTION EASEMENT Be ing part of t_he Benjamin Thomas Survey , Abstract No. 1497, situated i n the City of Fort Worth , Tarrant County, Texas and be ing a portion of a tract referred to as Tract No. 6 of the tracts of land conveyed to TEXAS ELECTRIC SERVICE COMPANY, as described in Instrument Number D153016284 Official Public Records of Tarrant County Texas (O.P.R.T.C .T .), and being more particu larly described as follows : COMMENCING at a capped iron rod with red cap stamped "KHA" found for the northeast corner of a tract conveyed to JLM OF TAMPA INC by Instrument Number D220323937 (O.P.R.T.C.T.), here inafter r efe r red to as JLM Tract 1 and being a southeast corner of a tract of conveyed to LENNAR HOMES OF TEXAS LAND AND CONSTRUCTION LTD by Instrument Number D220319529 (O .P.R.T.C.T .) said point also being in the west right of way line of U.S. Highway No . 287 (Business), also from which a capped iro n rod with red cap stamped "KHA" found for the southeast corner of said JLM Tract 1 and for the northeast corner of tract conveyed to E- STEEL II LLC by Instrument Number D209280915 (O.P .R.T .C.T .), hereinafter referred to as E- Steel Tract 2 , sa id po int also be ing in the west right of way .lin_e of U.S. H ighway No. 287 (Business) bears S 27°14 '34 " E, a d istance of 235 .45 feet; THENCE N 22°28'38" W, along the west right of way line of U.S.· Highway No. 287 (Business} and the west line of said Lennar Homes of Texas Land and Construction LTD, a distance of 42.81 feet to a point for the northeast corner of said Lennar Homes of Texas Larid and Construction LTD tract and the southeast comer of said Texas Electric Service Company and in the west right of way line of U .S. Highway No . 287 ; THENCE S 89°40 '38 " W, departing the west right of way line of U.S. Highway No. 287 (Bus iness) and along the south line cif said Texas Electric Service Company tract and the north line of sa id Lennar Homes of Texas Land and Construction LTD, a distance of 202 .39 feet to a 5/8" iron rod set w ith plastic cap stamped "DEOTTE RPLS 4673" for the POINT OF BEGINNING; THENCE S 89°40 '38 " W , along the south line of said Texas Electric Service Company tract and the north line of sa id Lennar Homes of Texas Land and Construction LTD, a distance of 20 .00 feet to a point; THENCE N 00°20 '07 " W, departlng _the south line of said Texas Electric Service Company tract and the north line of said Lennar Homes of Texas Land and Construction LTD , a distance of 40.98 feet to a point at the beginn ing of a non-tangent curve to the left with a radius of 1,175.16 feet, whose chord bears N 14°02'21 " W, a distance of 163.70 feet; THENCE along said non-tangent curve to the left through a central angle of 07°59 '16" a distance of 163.83 feet to a point in the north line of said Texas Electric Service Company tract and a south line of Lot 2 , Block 1 Eagle Mountain Saginaw Maintenance & Transportation Facility Addition as described in 0208300797 (O .P.R.T.C.T.) THENCE N 89 °40'38 " E, along the north li ne of sa id Texas Electric Service Company tract and the south line of said Lot 2 , Block 1 Eag le Mountain Sag inaw Maintenance & Transportation Facility Addition, a d istance of 20.98 feet to a 5/8" iron rod set with plastic cap stamped Page 10 of 17 Easement and Right of Way Page 1 of 5 Page 10of 17 D222157569 "DEOTTE RPLS 4673" at the beginning of a non-tangent curve to the right with a radius of 1,195.25 feet, whose chord bears S 13°50'43" E, a distance of 161.82 feet; THENCE along said non-tangent curve to the right through a central angle of 07°45'47" a distance of 161.94 feet to a 5/S1' iron rod set with plastic cap stamped "DEOTTE RPLS 4673"; THENCE S 00°20'07" E, a distance of 42.67 feet to the POINT OF BEGINNING and containing 4,094 square feet or 0.094 acres more or less. Page 11 of 17 Easement and Right of Way ExhibitB Page 2 of 5 Page 11 of 17 0222157569 Page 12 of 17 NOTES: 1) All bearings and coordinates are In US survey feet surface using a scale factor of 1.0001526298 and referenced to the Texas Coordinate System , Nad-83 , The North Central Zone 4202. 2) Exhibit B of same date accompanies th is legal description . James E. DeOtte Reg istered Profess ional Land Surveyo r No.4673 James DeOtte Eng ineering, Inc. TBPLS Firm No . 10101400 2201 Dottie Lynn Parkway , Suite 119 Fort Worth , Texas 76120 (817) 446-6877 Easement a nd Right of Way Exhibit B Page 3 of 5 Page 12 of 17 D222157569 LEGEND; PROPEmY BOUNDARY cX. EASEMENT PROP. EASEMENT IRON ROD FOUND IRF CIRS 5/s• IRON ROD SU WTTH PLASTIC ~ STAMPED "D£Dm: RPLS 467J• OFFlCfAL PUBUC R£COROS TARFWiT COUNTY 7005 O.P.R. T.C. T. £AGL£ MOUNTAIN-SAGINAW ISO 1200 OLD DECATUR RD FO RT WORTH, TX 76179-4300 LOT 2, BLOCK 1 £AGL£ MOUNTAIN -SAGINAW MAINTENANCE & TRANSPORTATION FACILITY ADDITION D20830079l O.P.R.T.C.T. LENNAR HOMES OF TE)(A S LAND AND CONSTRUCT/ON LTD 1707 MARKET PLACE 1--------- BLVD STE 100 /RV/NG, TX 75063 D220319529 O.P.R.T.C.T. (LENNAR TRACT 2) EXHIBIT B PAGE4 OF S 0 800 GRAPHIC SCALE IN FEET ONCOR ELECTRIC DELIVERY CO LLC PO BOX 139 100 DA LLA S, TX 75313 0 15301628 4 TRACT 6 . O.P, R, T.C. T. S89"40'38"W 202.39' N22"28 'JB "W 42.81 ' ~:::::::::::::~_ s2r14 'J4 "E _ _,__ 235.45' EJ<Hl8ff A SHOWING A PARCEL OF PROPERTY SITUATED IN THE 1600 fOttT_f?JTQ BENJAMIN THOMAS SURVEY TARRANT · COUNTY, TEXAS AS RECORDED IN D153016284 City of Fort Worth 200 J'EX,\S STREIT FORT WORTH. TX. 76 102 om c/A L PUBLIC RECORDS OF TARRANT COUNTY TEX-IS PROJECT: NORn-1S/DE IV WATERLINE CITY PROJECT No . 102687 PROPOSED TEMPORARY CONSTRUCnON EASEMENT PARCEL NO. 06 TCE MES E. DeO ................... ~ 4673 ,;-·•to~ O~••• Page 13 of 17 LAND ACQU/StnON AREA: 4,094 SQ FT OR 0. 094 AC JOEi JOB No , 202100700 DRAWN BY: CBC PAGE 4 OF 5 JAMES DeOTTF ENGINEERING, INC. • 2201 DOTTI£ LYNN PKWY., SUITE 119 TBff FIRM Reg. No. 8917 , TBLS Firm Reg , No. 101014-00 Date: 3/30/2022 FORT WORTH, TX. 76120 , 817-446-6877 Easement and Right of Way Page 13 of 17 D222157569 LEGEND; PROPERTY BOUNDARY EX. E"ASEMENT PROP. EASEMENT IRON ROD FOUND 6/B• IRON ROD S£T WITH PUSTTC G4P STAMPED "DEOTTE: RPLS 4673 " OFF1CIAL PUBUC RECORDS TARRANT COUNTY 'TEXAS /RF CIRS O.P.R.T.C,T. EXHIBIT B PAGE 5 OF 5 · \ . , ~J:i.lijJA~~ IN FEET I I (I'\ • . ,:;'-•····· \ --~-r ,•·.•: .. ~!~"(', -----+ --------· :-_--;:-..__r. ::..---;-·. ·"'":""·, · -~~12 00 OLD DECATUR RD 100 ! - ----,-- --- - --~;;;:.:, ~ . . . .. .. , =----_..;,.EAGLE MOUNTAIN-SAGINAW /SD ----,---~---~~: ... ·. · ·:·t'°:~·-·· · ·-.• ~-· .. -/..:FoRT WORTH, TX 76179-4 300 \__ -~ •' . , •. • · ... · ·. : •. .'. · ·. ~: ~' · 4' LOT 2, BLOCK 1 £A GL £ MOUNTA IN \ -k-N89"40'.J8"E /Sc! !$@ -SAGINAW MAINTENANCE & \ \ 2 0 .BB' / / ~i~1 1io~RTATION FACILITY \ \ -----. 1---/ D2 08300797 --\--ONCOR tf..ECTRIC O.P.R.T.C.T. \ DELIVERY 'co LLC .1=r59'16" \ POBOX1~9100j R=f,175.16 ' \ DALLAS, TX i(53 1 L=t 6J .BJ' \ D153016284 T~CT 6 C8=N14'02'21 '"W \ O.P.R. T.C. T.\ CD= 16.J. 70 ' \---, \ \ I.J\ \ \ oS.<z-o. \ -----.-·-;o \J\ o -;,.:i ·1E ~--- -~ ~ ~~ \ --~::::--PROPOSED TEMPORARY CONSTRUCOON tASEMelT CONTAINING 4,094 SQ. FT. / 0.094 AC. \ \ 0 \J\ \J\ ~ ~~~o \ Cl>~~ ....\ ~ \ ~ \ \ \ \ \ ~ \ LENNAR HOMES OF TEXAS LAND AND CONSTRUCTION LTD 170 7 MA RKET PLACE BLVD STE -1 00 IRVING, TX 75063 D22031 9529 O.P. R. T. C. T. (LENNAR TRACT 2) FORT WORTH ~ \ City of Fort Worth 200 TcXAS STR EU FORr WORTH, TX. 76 102 PROJECT: NORTHS/DEN WATERLJNE \ \ \ \ \ ---.1=r45'47" R= 1, 195.25' L=161 .94' ca . CB=S1.J'50'43"E HE-CD=161.82' I I S0'20'07"E Cllt42.67' tXHIBff A SHO WING A · PARCEL OF PROPERTY SfTUATED IN TH£ BENJAMIN THOMAS SURVEY TARRANT COUNTY, TEXAS AS R£CORO£D IN 015.3016284 omCtAL PUBLIC R£CORDS OF TARRANT COUNTY TEXAS CITY PROJECT No. 102687 PROPOSED TEMPORARY CONSTRUCT70N EASEMENT PARCEL NO. 06. TCE Page 14 of 17 LAND ACQU/SmON AREA : 4-, 094 SQ FT OR 0. 094 AC JDEI JOB No . 202100700 DRAWN BY: CBC PAGE 5 OF 5 Date : 3/30/2022 JAMES DeOTTE ENGINEERING, INC. , 2201 DOmE LYNN PKWY., SUITE 1 19 FORT WORTH, TX. 76120 ·, 817-446-6877 TBPE FIRM Reg . No . 8917 , TBLS Firm Reg. No . 101014 -00 Easemen t and Ri g ht of Way Pa ge 14 o f 17 D222157569 LIMITATIONS ON Oncor ELECTRIC DELIVERY COMPANY RIGHT OF WAY EXHIBIT "C" 1 . You are notified, and should advise your employees , representatives, agents, and contractors, who enter the property that they will be working in the vicinity of high voltage electrical facilities and should take proper precautions, included but not limited to the following stipulations and in compliance , at al l times, with Chapter 752, V .T.C .A ., Health & Safety Code . 2. Blasting is not to be permitted on Oncor right-of-way or under Oncor lines . 3. Construction on electric transmission line easements acquired by Oncor after January 1, 2003 shall comply w ith the requirements of Publ ic Util ity Comm ission Substantive Ru les §25.101, as amended from time to time . 4 . No crossing less than 45 degrees to the centerline of the right-of-way. 5 . Grading will be done in order to leave the right-of-way as near as possible to present condition. Spoil dirt will be removed from the right-of-way and no trash is to be left on right-of-way. Slopes shall be graded so that trucks can go down the right-of-way when required and such that the slopes can be mechanically maintained. Page 15 of 17 6. Equipment and materials wi ll not be stored on the right-of-way during construction without written approval of the Supervisor of Regional Transm ission. 7 . Street or road cross ings are to be based on drawings submitted . Any change in alignment or elevation will be resubm itted for approval. 8. No signs, lights or guard lights wi ll be permitted on the right-of-way. 9 . Power li ne safety equipment operations : hazard assessment and precautions inside the work zone area must be performed and in comp liance with OSHA Standard §1926.1408 at all times . Equipment shall not be placed within fifteen (15) feet of the Oncor 138,000 volt or less power lines or within twenty (20) feet of the Oncor 345 ,000 vo lt power lines . Easement and Right of Way Page 15 of 17 D222157569 10. Any pre-approved fencing will not exceed eight (8) feet in height, and if metal in nature, will be grounded , at ten (10) feet intervals, with an appropriate driven ground . Gates should be at least sixteen (16) feet in width to allow Oncor access to the right-of-way. 11. No dumpsters will be allowed on Oncor right-of-way or fee owned property . 12 . Draglines will not be used under the line or on Oncor right-of-way. 13. The existing grade shall not be disturbed, excavated or filled within 25 feet of the nearest edge of any Oncor transmission structure (tower , pole, guy wire , etc ... ). Page 16 of 17 14. Right-of-way will be protected from washing and erosion by Oncor approved method before any permits are granted . No discharg ing of water w ill be allowed within any portion of the right of way. Drainage faci li tation w ill not be allowed to d ischarge into/onto Oncor right-of -way. 15. No obstruction shall be installed on the right-of-way that would interfere with access to Oncor structures or prevent mechanical maintenance . 16. Before any work is done under Oncor lines or by Oncor structures notify the Region Transm ission Department, 817-496-27 46. 17 . No haz.ardous materia ls will be stored on the right of way. 18. For purposes of th is document, "Hazardous Materials" means and includes those substances, including, without limitation , asbestos-containing material containing more than one percent (1%) asbestos by weight, or the group of organic compounds known as polychlorinated biphenyls , flammable explosives , radioactive materials, chem icals known to cause cancer or reproductive toxicity and includes any items inc luded in the definition of hazardous or toxic waste , materials or substances under any Hazardous Material Law. "Hazardous Material Laws " collectively means and includes any present and future local, state and federal law relating to the environment and environmental cond itions including, without limitation, the Resource Conservation and Recovery Act of 1976 ("RCRA"), 42 U.S.C. §6901 et seq., the Comprehens ive Environmental Response, Compensation and Liability Act of 1980, ("CERCLA"), 42 U.S .C. §§9601-9657 , as amended by the Superfund Amendments and Reauthor ization Act of 1986 ("SARA"), the Hazardous Material Transportation Act , 49 U.S .C. §6901 et seq .. the Federal Water Pollution Control Act, 33 u.s.c . §1251, et seq ., the Clean Air Act, 42 U.S.C. §741 et seq., the Clean Water Act, 33 U.S .C . §7401 et seq ., the Toxic Substances Control Act, 15 U.S .C. §§2601-2629 , the Safe Drinking Water Act, 42 U.S.C. §§300f-330j , and all the regulations , Easement and Right of Way Page 16 of 17 D222157569 orders , and decrees now or hereafter promulgated thereunder. 19 . Brush and cut t imber is not to be piled or stacked on Oncer right-of-way nor is it allowed to be burned upon or in close proximity to the conductors or towers. 20 . No structures or obstructions, such as buildings, garages , barns, sheds , swimming pools, playground equipment, guard houses , etc., will be permitted on the right-of-way. 21. Landscaping on Oncor right-of-way is permitted when Oncor approves landscap ing plans in writing. No lighting or sprinkler systems are allowed on the right-of-way. 22. No park or park designation will be permitted on the right-of-way. Page 17 of 17 23 . Gas Pipeline Protective Barrier ; Grantee , at Grantee 's sole expense , shall provide one of the following protective barriers; 1} a concrete protective barr ier between the surface and the pipe that is a minimum of one (1) foot thick by one (1) foot wide , if p ipe is wider than one (1) foot, then w idth of pipe, with the top of the concrete barrier to be at least one (1) foot below the surface or final grade, 2) construct the gas pipeline inside of a proper protective steel casing , 3) where electric facilities are located above ground , install the pi peline a minimum of ten (10) feet below the ground surface , or 4) where electric facilit ies are located below ground , install the pipeline at a depth that provides for a minimum of a ten (10) foot clearance between the pipe line and the underground electric facil ities. 24. No fire hydrants or manholes w ill be permitted w ithin the right-of-way. 25 . Any d rainage feature that allows water to pond , causes eros ion, directs stormwater toward the right-of-way or lim its access to or around Oncor's facilities is prohibited . Drainage facilitation will not be all owed to discharge into/onto Oncor right-of-way. 26 . No boring pits or other type of pits will be permitted within the right-of-way. Easement and Right of Way Page 17 o f 17 Hodge, Leah From: Sent: To: Cc: Subject: Attachments: Lauren, Tinkle, Judd <judd .tinkle@energytransfer.com > Monday, March 14, 2022 10 :30 AM Mccarley, Lauren wesley .balliew@energytransfer.com; dawson .masters @e nergytransfer.com 2021 -1370-CD-Halff Assoc -City of Fort Worth Northside IV 24in WL Install -Fort Worth -Tarrant Co -TX Energy Transfer Crossing Guidelines NBalliew.pdf; 2021 -1370 Exhibit A.pdf; GMap view 2021 -1370.pdf Energy Transfer Fuel, LP, an Energy Transfer entity (ET) received your revised plans on March 9, 2022 concerning the proposed City of Fort Worth Northside IV 24in Waterline Install (2021 -1370). At the subject location, ET does own, operate and maintain a 36-inch, steel, high-pressure, natural gas pipeline (ET's Facilities). ET has determined that the proposed improvements will not at this time cause any adjustments to be made to ET's Facilities and is agreeable to the proposed project conditioned upon and subject to the acceptance of and adherence to the following conditions by City of Fort Worth and or your contractor(s): Adherence to the Energy Transfer Crossing Guidelines, attached. ET's agreement to the subject project is based upon the attached "Exhibit A." Should anything change , or if your project does not begin (1) year from this date, you must submit to ET one (1) set of revised drawings for review and approval prior to commencing any of the work on or near any ET Facilities . ET Facilities shall be positively located before the Encroachments are constructed or installed near ET Facilities. ET requires that an absolute minimum clearance of 24-inches be maintained between the outside diameter of ET's pipeline and any of your facilities. Longitudinal occupancy of ET's right-of-way will not be permitted. Soil compaction activities over ET Facilities require eight-inch lifts of backfill material compacted to a minimum proctor density of 95%. Soil backfill shall be compacted to the satisfaction of ET onsite inspector so that settling does not occur. In the event you or your contractor (s) need to cross over or along ET's Facilities with heavy construction equipment, ET will require the contactor (s) to furnish and install temporary wood mats over the pipeline, in order to protect the pipeline from heavy equipment loads . ET shall be notified at least 48 hours in advance of any construction or maintenance activity. You must contact the State approved notification center at 811, in addition to contacting ET's field representative Mr. Neil Balliew at (817) 247-2236 or wesley .balliew@energytransfer.com , before commencing any Crossing at or near ET's Pipeline Facility. Unless you otherwise notify ET in writing, your receipt of this conditional e-mail of acceptance shall be deemed to be evidence of your acceptance of and adherence to the above terms and conditions . 1 Thanks, ....,,,_ ENERGY ·:i;,. TRANSFER Judd Tinkle Project Manager -Encroachment Energy Transfer 1300 Main Street Houston, TX 77002 0 : 713.989.4696 C: 713 .201 .5133 Private and confidential as detailed here. If you cannot access hyperlink, please e-mail sender. 2 !• ,a OWN[/ VARIOL OWNER 4 CIBOLO t 022018 ~ MERITAGE HOMES OF TEXAS LLC 8800 [ RAINTRff DR ST[ JOO SCOTTSDALE, AZ 85260 D.R.T.C ~ R[MAINO[R OF 02 I 92928 76 DRTCT /VVVVVVVV CONTRACTOR EXISTING GAS-;_4 ~ 0 ===so OF CONSTRUs .• _ ----PROVIDE MINl!·E 1 -20' STA 82+58.54 WA TER LINE 'A' BETWEEN UNI, WATER LINE 'A' BEGIN STEEL CASING PIPE 1'00' BEND BY OTHER THAN OPEN CUT AL BLOCK ING N = 70 19885.65 • ~ EXIST. 12' l'.l'OO' RT / E = 2303469).§__________ ___ APPROX. LIB / 1 / ~ • .i WATER LINE 'A' // I ~l NDARD / ;-~ VE ASSEMB LY / ::()() I. ~ 'o ___ STA 8 2+29.27 WATEfll A : INST ALL 4'COMPOUNG, 't,JTA / AIR VALVE ASSEMBL-...,""'o-SE-D-2-4-,. _ . y :>,; / N = 7019858 .56 'R LINE 'A' / . 0 E = 2303481.05 c..:· -==--'-'--' (',(; STA 82+14.6 4 WATER LINF 'A' ')" INSTALL 45'00'00' BEND l /~ / 0 WITH HORIZONTAL BLOC KING ____ _ __ <._ // DEFLECT 45'00'00' RT (' ~ : ;gimtg~ 'ffes;f J>: ,z W'I ~ ,.(') ·---i~.,----55' WATERLINE \J , ' :ASEMENT ~XO j EXI 0 Q , LIN NOTE: CONTRACTOR SHALL CONTACT ALL EXISTING UTILITY PROVIDERS 48 HOURS PRIOR TO EXCAVATION. CURVE DATA 0 ll=I' 59' 14' R=l 1354.84' L=393.85' T=i96.94' CB=N 23' 59' 2' W CL=393.83' 0 0 + I'- co <[ f- l/) w z - _J I u f- <[ 2 I; I LIN E h · ~ 825 I \ 825 i; ~...J;~L-+---+----------+--------M-U_S_~---_l __ -_l_,_-t---==----;-_---T-==-1 820 0 0 + N co EXIST. UG Ei\ XIST. F /07 ...--EX l'LUGE_7-+ -- Jl \\ \ 0 0 I !'- co 820 z I<( u~ zZ ,o ~-N Cl) CO C/)->~w WCI)(/) oz<( -<(I C/) o::'. a.. ~ I- 0:: 0:: ow ZI- <( s ~j ~ ~ ~j • LL LL ..J <( :I: ••• • ••• ~ µ.J f- ~ ~ O'l C"') O'l (0 N I X w (/) <( I n. z :;j: ~ =f-~8L1G5L-J.--S-c::'14 ------j-J-,.o-j-----~~~xo~ID~tiTUn·y~12~:_1=0'l.~-:::;1=2=4=•w=A=T=E=R=Ll=N=E=C~+-1._0_0_1.tt-<[---r--"8~1~5'-7II'~~~ ~ II t;; L---~"} ~ . l/) ;:::~p==~R=E=L=l=M=I N=A=R=Y~ ~z~ 805 j 800 ! i 795 I W 24' WATER ~INE _·'?; (,, INST ALL 24'WATER • -~ ....J 4. ;,. (\J Sheet Title WATE R LINE "A" PLA N & PROF ILE ST A 82+00 TO STA 87+00 $WTRPP10<1' w 0 (/) :r I- N _,_ ENERGY ~ TRANSFER GE NERAL GUIDELINES FOR THIRD-PARTY CO NSTR UCTION OR MA INTENAN CE ACTIVITIE S Energy Transfer and its affi liates and re lated companies ("ET") are dedicated to the high est safety standard s in the continued operation of their p ipelines and facilities. Of utmost importance to ET is the continued safety of the pu blic and its pipeline and facilities during construction and other activities on , across, over or un d er its right-of- way. ET is therefore p leased to provide these general gu idelines ("Guidelines") for th ird -party construction, blasting, install ation or m odificat ion of pipelines , un derground uti lit ies , roads, streets, driveways, ditches, drainage canals or any other type of temporary or permanent structure or obstruction or any other encroachment on, over, across or paralleling ET's right-of-way (hereinafter referred to as "Crossing" or "Crossings"). These Guidelines are intended to be consistent with State Code and are further based upon industry standards and practice . These Guidelines are merely guidelines and upon notification to ET of a propo sed Crossing, as required by State Code, each proposed Crossing and its corresponding finalized plans and profile drawings will be evaluated by ET and the third-party requesting such Crossing, pending final approval. t . Notification 2. a. T h e party requesting such Crossi ng shall use its best efforts to provide ET with its fina lized plans and profile drawings at least thirty days (30) days prior to any related construction or maintenance activity . The Pipeline Faci lity shall includ e , but is not limited to, rights-of- way, fee properties , easements , pipe lines , meter and regulator buil d ings and valve sites ("ET P ipeline Facility" or "Facilities"). Unless otherwise agreed to by ET in writing , no eq uipment shall enter onto ET's Pip eline Facility unless an ET represen tative is on location . b . No excavation shall occur in the vici n ity of ET's P ipe line Facilities unti l : 1) In accordance with the State approved Notification Centers, ET shall be notified at least 48 hours in advance of any construction or maintenance activity . You m ust contact the State approved Notification Center at 811 . Before commencing any Crossing at or near ET's Pipeline Facility you must also contact ET's Field Representative(s) listed below ; Neil Balliew at (817) 247-2236 or wesley.balliew@energytransfer.com 2) Unless otherwise agreed to by ET in writing , an ET representative is on site to monitor the excavation activities . Drawioes for Proposed Construction or Maintenance Any proposed construction or maintenance activity in the vici nity of ET's Pipeline Facilities wi ll req uire su bmittal of final plans and profile drawings for prior review and approval by ET . One (1) copy of these drawings must be submitted to ET's Encroachment D epartment via e-ma il_ encroachments@ energytransfer.com . All plans and drawings must sh ow in d etail , all of ET's Revised 11 /22/2021 -1 - ,:::,. TRANSFER Pipeline Facilities , its corresponding right-of-way and any other landmarks that will assist ET in determining the location of the proposed Crossing and the effects of the proposed construction or maintenance acti v ity on ET's Pipeline Facilities . 3. Encroachment A1:;reemept In certain instances , due to the type of Crossing required and the probable impact upon ET's Facilities , an encroachment agreement may be necessary for proposed construction or maintenance within ET 's Pipeline Faci lity . ET shall be responsible for preparing such encroachment agreement and shall bear the cost and expense in such preparation. Such encroachment agreement shall outline the responsibilities , conditions and liabilities of the parties and must be fully executed and in ET's possession prior to commencing any construction activity. 4. Insurance Coverae;e 5. 6. In certain instances , due to the type of Crossing required and the probable impact upon ET's Facilities , ET may require evidence of comprehensive general liability insurance coverage prior to any construction or maintenance activity in the vicinity of its Facilities. In the event ET requires evidence of comprehensive general liability insurance , ET and/or its affiliates and related companies , whichever the case may be , shall be named as additional insured . Crossioe; Pipelines with Eguipmept To protect ET 's pipelines or related Facilities from additional external loading, ET may perform a field survey and an engineering study to determine the effects of any proposed activity over its pipelines or related Facilities. Mats , timber, air-bridges , or other protective materials deemed necessary and appropriate by ET may be required and placed over ET 's pipelines or related Facilities for the duration of any loading. When utilizing an air-bridge refer to Energy Transfer 's approved design . Air-bridge design provided upon request. Excavation, Cuts. or Fill near ET's Pipeline Facility a . Unless otherwise agreed to by ET in writing, an ET representative will be on location prior to and during construction activity within ET's Pipeline Facility. b . No heavy equipment of any type will be permitted to work directly over ET's pipelines or related Facilities , unless otherwise agreed to in writing by ET. c . All excavation within eighteen inches ( 18 ") of any pipeline will be performed by hand . At the discretion of ET's onsite representative , excavators may be required to hand dig beginning at a distance greater than eighteen inches ( 18 "). d . All excavations within ET 's Pipeline Facility shall be backfilled with a minimum of eight inches (8 ") lifts of backfill material , where pipeline padding is reduced ensure backfill is clean and free from rock , trash , concrete, rubbish, or hazardous material. Soil backfill must be compacted to the satisfaction of the ET onsite inspector so that settling does not occur. e . No grade cuts will be permitted within ET's Pipeline Facility unless otherwise agreed to in writing by ET and with ET's representative on location . An engineering study may be performed to ensure that the lateral stability of ET's pipelines or related Facilities are not affected . Revised l 1/22 /2021 -2 - ~ TRANSFER f . No fill shall be permitted within ET 's Pipeline Facility unless otherwise agreed to in writing by ET. No more than twenty-four inches (24") of earthen fill material (pipeline cover not to exceed seven feet (7'), free from any rocks , trash , concrete, rubbish, rebar, hazardous materials , etc., will be permitted within ET's Pipeline Facility, unless otherwise agreed to in writing by ET. g . Earthen cover over ET's pipelines shall be thirty-six inches (36") or no less than what was originally there prior to any construction . In the event that ET determines that a lesser cover will not increase the risk to the public or increase the risk of a break , leak, rupture or other damage to ET's pipelines or related Facilities , ET may allow a lesser earthen cover, in a minimum amount as determined solely within the discretion of ET . h. No trash or debris shall be placed in any excavation or left in or on ET 's Pipeline Facility . 1. The creation of storm water outfalls or other water management controls which would make the pipeline right-of-way more susceptible to erosion are not allowed . 7. Abovei:;roupd Appurtenances, Structures apd Obstructions 8. a. Unless otherwise agreed to in writing by ET , no aboveground appurtenances , structures , or obstructions of a temporary or permanent nature shall be located within ET's Pipeline Facility that, in any way , interfere with operating, ma intaining , accessing, inspecting , repairing, modifying, replacing or relocating such Facilities. The appurtenances , structures and obstructions include , but are not limited to the following: buildings , structures , signage , utility poles , steel towers , guy wires, other structures supporting aerial lines , satellite dishes , manholes , catch basins , septic systems , utility pedestals , transformers , fire hydrant , large spoils of earthen materials, decks, pools , boats , RV 's, trailers and storage of hazardous or non-hazardous materials . b . Unless otherwise agreed to in writing by ET , no foreign towers (Wind Turbine and Communication Towers) are permitted within 1500 feet (1500 ') of ET's Pipeline Facilities . Refer any requests to the Right-of-Way Representative/Encroachments Group . Proposed Pipe apd Utility Lines a . General Guidelines : I. For the safety of the public and to lessen the risk of a break, leak , rupture or other damage to ET's Pipeline Facility and in furtherance of the state code , ET 's Pipeline Facility shall be positively located by ET before any Crossings are constructed or installed near ET 's Pipeline Facility . 2 . Plan and profile drawings are required for all foreign utility Crossings . 3. For open trench Crossings , ET requires a minimum clearance of twenty-four inches (24") be maintained between the bottom of ET's pipeline or related Facilities and any foreign line or facilities unless otherwise agreed to in writing by ET. 4. For conventional and horizontal directionally drilled (HDD) bore Crossings , ET requires a minimum clearance of thirty-six inches (36") below ET's pipeline/facilities . Revised 11/22/2021 - 3 - ::,. TRANSFER 5. For horizontal directionally drilled (HDD) bore Crossings that are large diameter, twelve inches (12") or greater, a minimum of sixty inches (60") of clearance below ET's Pipeline Facilities and across the entire width of ET's right-of-way is required. 6. Excavate ET Facilities at the point of the proposed Crossing on the approach side to verify the auger head , boring and installation process will not damage ET's Pipeline Facilities. 7. All foreign lines shall cross ET's Pipeline Facility at ninety degrees (90 °) or at an angle of not less than forty-five degrees ( 45 °), unless otherwise approved by ET. Longitudinal occupancy of ET's Pipeline Facility will not be permitted . 8. Buried utility lines must be identified with permanent aboveground markers where lines enter and exit ET's right-of-way. Installation and maintenance of the markers shall be the responsibility of the foreign line owner. 9 . No manholes, valves or other appurtenances will be permitted within ET's Pipeline Facility. 10. No vertical or horizontal bends allowed within ET's Pipeline Facility unless approved by ET. 11 . ET's Pipeline Facility is cathodically protected. All other cathodically protected facilities that enter, or cross ET's Pipeline Facility must have test leads installed. Any inquiries for cooperative testing should be directed to the attention of ET's Field Representative on location. Any utility Crossings that may be negatively affected by ET cathodic protection will need to be designed accordingly (i.e. coated, cased, etc.) 12 . ET may require excavation of its Facilities to perform corrosion related tasks before and during foreign line Crossings as required. 13. All underground utilities (other than residential telephone, cable TV and 24-volt DC power lines) may require plastic identification tape installed no closer than eighteen inches (18") above the line . b . Water or Forced Sewer Lines Revised 1 I /22 /2021 1. All water and sewer I ines shall be either (1) ductile iron or steel casing ( coated to protect it from ET's cathodic protection) or (2) steel encased in plastic schedule 80 PVC for a minimum of 5-feet on either side of any ET 's pipelines or related Facilities or (3) standard PVC pipe . 2. Forced sewer lines shall have no piping connections located within 5-feet of any ET's pipelines or related Facilities or placed within ET's pipeline easement. - 4 - ~ TRANSFER c . Communication, Power or Comb ustible Material Lines 1. When open trenching Crossing with underground fiber optic cables, telephone and television cables ( other than residential telephone and cable TV) crossing under ET's Pipeline Facility shall be installed in rigid non-metallic conduit with bags of concrete-mix placed directly above and below the conduit across ET 's right-of- way or similar company approved method. Place warning burial tape the width of ET's right-of-way at least 18 inches (18 ") directly above communication cables . Bags of concrete-mix and b urial tape are not required when installing via HDD or conventional bore . 2 . When open trench Crossing with underground electric cables except 24-volt DC power lines (including sing le residential service drops) crossing under ET's facilities shall be installed in nonmetallic conduit with bags of concrete-mix placed directly above and below the conduit across ET's right-of-way or similar company approved method. Place red warning burial tape the width of ET's right- of-way at least 18 inches directly above the cable . A minimum of thirty-six inches (36") is required if over 600 volts. 3. When underground electric cable over 10 kV is crossing ET Facilities it shall be a shielded cable installed within ridged non-metallic casing. Bags of concrete-mix or a similar ET approved method, must be placed directly above and below the casing across the width of ET 's right-of-way. Place red warning burial tape the width of ET's right-of-way at least 18 inches directly above the cable . ET requires a minimum clearance of sixty inches (60") below ET's Pipeline Facilities . Bags of concrete-mix and burial tape are not required when installing via HDD or conventional bore. 4 . Any overhead Crossing exceeding 160 kV and any power lines that will be constructed parallel to and outside o f ET's right-of-way within 300 feet of ET's Pipeline Facilities , must be agreed to in writing by ET. 5 . All overhead power/communication lines must cross ET Facilities with a minimum vertical overhead clearance of twenty-five feet (25 ') to grade at full load and maximum temperature . 6. ET recommends that all underground residential telephone, cable TV and 24-volt DC power lines be encased in plastic conduit for the full width of the right-of- way. ct. Exclusive Easement Construction Revised 11 /22 /2021 1. When constructing a directional drill across ET's easement a minimum separation of ten (10) feet must be maintained between the outside diameter of the bottom of ET 's pipeline and the top of any o f your facilities within ET's exclusive easement area 2 . When constructing a conventional bore across ET's easement a minimum separation of three (3) feet must be maintained between the outside diameter of the bottom of ET's pipeline and the top of any of your facilities within E T's exclusive easement area - 5 - ~ TRANSFER 9. Proposed Roads. Streets, Driveways. Access Ways and Parkin2: Lots a. Load stress will be calculated by ET to determine if any protection of the pipeline is required for roadways, streets, driveways , access ways, etc ., planned to cross ET's Pipeline Facility . In the event it is determined by ET that the roadways, streets , driveways, access ways , etc., wi ll increase a risk to the public or increase a risk of a break, leak , rupture or other damage to ET's Pipeline Facility, ET may require , at the sole cost and expense of the party requesting such Crossing, the installation of protective material or pipe line adj ustment as may be deemed necessary by ET to protect the public or ET's Pipeline Facility. b. The preferred minimum earth cover over ET's Pipeline Facility is forty -eight inches (48") at all roadways , streets, driveways , access ways, etc., including adjacent ditch lines . In the event that ET determines that a lesser cover will not increase a risk to the pub lic or increase a risk of a break, leak , rupture or other damage to the pipeline or related Facilities , ET may allow a lesser earth cover, in a minimum amo un t as determined so lely within the discretion of ET. In the event the required amount of cover is not obtainable as reflected in finalized plan and profile drawings , ET may require the installation of protective material at no expense to ET. Cover shall be measured from the top of ET's pipeline to the surface of the road . c. Roads and streets crossing over ET's Pipeline Faci lity shall cross at an angle of not less than forty-five degrees ( 45 °), or as near as possible thereto. Crossings should be over straight pipe and at locations free of any crossovers . Longitudinal occupancy of the right- of-way will not be permitted . d . No parking areas or the like will be allowed on, over or across ET 's Pipeline Faci li ties . e. Permanent pipeline marker(s), provided by ET , will be installed at all road Crossings . to. Disposal Systems No aero bic septic systems , septic tanks , liquid disposal systems , or hazardous waste disposal systems will be allowe d on ET 's Pipeline Facility or within twenty-five (25) feet of ET's Pipeline Facility, unless otherwise agreed to in writing by ET . This will include , but is not limited to , affluent from sewage disposal systems , the discharge of any hydrocarbon substance, the discharge or disposal of any regu lated waste , or any other discharge that may prove damaging or corrosive to ET's Pipeline Facility. t t. Impoundment of Water a . In order to provide for the adequate maintenance and operation of ET's Pipeline Facility, the impoundment of water on ET's Pipeline Faci lity will not be allowed. Revised 11 /22 /2021 -6 - ~ TRANSFER b. Temporary soil erosion and sediment control devices and storm water detention basins/traps will not be permitted on ET's Pipeline Facility unless otherwise agreed to in writing by ET . 12. Blasting & Seismic Activity a . To the extent it impacts the lateral stability or otherwise endangers or interferes with the efficiency, safety , or convenient operation of ET's Pipeline Facility, no explosive detonations will be permitted within 300-feet of ET's Pipeline Facility without: (\) prior blast plan impact analysis and written approval from ET and (2) ET's representative on site during blasting . To determine if the detonation stresses will be detrimental to the safety of ET's Pipeline Facility, information required to complete ET's "Blasting Data Sheet" must be submitted to ET for evaluation and approval no less than 30 days prior to the proposed date of blasting activity . The contractor performing the blasting will be required to verify by signature the proposed blasting plan . b . No "Non-Explosive" seismic testing or construction equipment with steady state vibrator, intermittent vibrator, or thumper sources shall be conducted within 150 feet of ET's Pipeline Facility without prior written approval. 13. Landscaping & Irrigation Systems a . Landscaping shall not be permitted within ET 's Pipeline Facility unless otherwise agreed to in writing by ET . b . Irrigation heads and valves shall not be permitted within ET's Pipeline Facility unless otherwise agreed to in writing by ET. c. Irrigation systems shall not be directly installed longitudinally over ET's Pipeline Facility and shall not be buried deeper than 12-inches , regardless of location, from the surface of the ground within ET's Pipeline Facility . 14. Pipeline Markers The party request such Crossing will ensure that all temporary and permanent pipeline markers installed by ET are always protected and maintained during construction or Crossing related activity . Any permanent markers damaged or removed will be replaced by ET at the sole expense of the party requesting such Crossing . No work will be allowed to commence until , in the opinion of ET , sufficient pipeline markers are in place . Unauthorized damage or removal of pipeline markers is punishable by Federal law . 1 s. Right of Ingress and Egress a . The party requesting such Crossing shall have the right to install fences on , over and across the Facilities , provided, however, that ET shall have the unrestricted right of ingress and egress to its Facilities at all times . Any fencing , except agricultural fence , must be approved in writing by ET . ET prohibits any fencing which obstructs access or line of sight for patrol/inspection or identification markers. b. ET, at its sole option and discretion, may require the party requesting such Crossing to install, at its sole cost and expense and for ET's benefit, a walk gate at least three (3) feet in width for residential lots or gate at least twelve ( 12) feet in width for rural areas at each Revised 1 1/22/2021 -7 - '-::',. TRANSFER fence Crossing . ET shall provide a lock for such gate(s). Said gate(s) shall be installed as to provide ET with ingress and egress access to its pipeline or related facilities and to minimize vehicular and equipment travel over ET's pipeline or Facilities . c . The party requesting such Crossing shall be responsible for keeping the enclosed portion of ET's pipeline or related Facilities free of any debris or trash . d . ET's pipeline or related Facilities shall be positively located by ET before any fences are constructed or installed near ET 's Pipeline Facilities . Post hole excavations for fencing placed near ET's Pipeline Facilities shall not be greater than a depth of eighteen inches (18") below the undisturbed grade level nor closer than five feet (5') horizontally from ET's pipeline or related Facilities . 16. Statement Beeardiue Existiue Rie;hts 17. NOTHING CONTAINED HEREIN SHALL BE CONSTRUED TO CONVEY, WAIVE, OR SUBORDI ATE ANY OF ET'S EXIST! G RIGHTS WHATSOEVER. SHOULD A CONFLICT EXIST WITH THE LANGUAGE CONTAI ED I ANY ET E CROACHME 'T AGREEMENT, EASEMENT, OR PETITION IN CO DEM ATION A D THESE GUIDELINES, ET'S ENCROACHMENT AGREEMENT, EASEMENT, OR PETITION IN CONDEMNATION SHALL CONTROL AND BE DECISIVE OF THE ISSUE. Statements Beeardiue Guidelines for Construction and Maiuteuauce Certain construction and maintenance activities may be reviewed and approved by ET at one point in time , but not immediately installed or performed. Therefore, all construction and maintenance activities are subject to the Guidelines in affect at the time the work takes place. In addition, the guidelines described in this document represent those industry standards that ET believes meet the minimum acceptable standards regarding third-party construction and maintenance activities in the vicinity of ET's Pipeline Facility . Therefore , after review of the final plan and profile drawings , ET may, in the event that ET determines the construction and maintenance activities will increase a risk to the public or increase a risk of a break, leak, rupture or other damage to ET's Pipeline Facility , require fortifications in furtherance of state codes. The party requesting such Crossing agrees to alter, modify or halt any construction activity, which in the sole opinion of ET's , will increase the risk to the public or increase the risk of a break, leak , rupture or other damage to ET's Pipeline Facility. All written correspondences and your final design plans are to be addressed to: Energy Transfer Company eucroachmeuts@euecevtrausfer,com Attention: Encroachment Department [END) Revised I I /22 /2021 -8 - 4t 32.9191831-97.409807 a@RL 3S S W r r M1 t a Ilk LI" 0 �-j 1�21 aC�S to P Mo�XA 20061�2� �a��e March 28 , 2022 Fort Worth Water Department Attn : Suzanne Abbe Senior Engineer, Capital Projects Delivery 1000 Throckmorton Street Fort Worth, TX 76102 Re: Letter of No Objection MIDS T REAM Proposed 24" Waterline Crossing under EnLink's Residue to ETC 12" Pipeline (JP-201) and West 16" Gathering Mainline (JP-101), Tarrant County, Texas Dear Ms. Abbe : EnLink North Texas Gathering , LP ("EnLink") is in receipt of the City of Fort Worth 's ("Fort Worth") request to construct, maintain , operate , inspect, repair, replace and/or remove a twenty-four inch (24") waterline, as more particularly shown, described and detailed on the drawing(s) attached as Attachment 1 hereto and made a part hereof (referred to herein as the "Fort Worth Facilities") under and/or within close proximity to a portion of the Residue to ETC 12" Pipeline and West 16" Gathering Mainline Pipeline and pipeline-related facilities operated by EnLink (referred to herein as the "EnLink Facilities"). EnLink desires to work with Fort Worth to ensure the continued safe operation of the EnLink Facilities. This letter serves as confirmation that EnLink has no objection to the proposed construction, maintenance , operation, inspection , repair, replacement, and/or removal of the Fort Worth Facilities , subject to the following qualifications and requirements : 1. Any plan changes, requiring excavation or other mod ifications to the Fort Worth Facilities, in areas near the EnLink Facilities , must be preapproved, in writing, by EnLink, prior to construction. 2 . Review and/or approval of any plans or drawings by EnLink shall not constitute an assumption of any responsibility by EnLink for their accuracy or sufficiency or conformity with applicable laws , and Fort Worth shall be solely responsible therefor. 3 . Fort Worth agrees to provide advance notice (including email) to the EnLink representative designated below at least seventy-two (72) hours prior to the commencement of any construction, maintenance , operation, inspection , repair, and removal of the Fort Worth Facilities or any equipment or machinery being located within twenty-five feet (25') of the EnLink Facilities . Colin Brammell, Senior Landman colin .brammell@enlink .com Emergency---1-866-394-9839 1722 Routh Street, Suite 1300 ) Dallas, TX 75201 Office : 214.953 .9500 ) Fax: 214.953.9501 En link .com Fort Worth Water Department March 28 , 2022 Page 2 EnLink shall have the right to have an EnLink representative on site to oversee any work or activity taking place within twenty-five feet (25 ') of the EnLink Facilities . Such representative may immediately suspend or terminate any work if, in such representative's reasonable judgment, such work presents a threat to the safety or integrity of the EnLink Facilities , and EnLink will not be liable to Fort Worth , its contractors , consultants or any other associated party for any costs or expenses associated with such suspension or termination . 4 . All EnLink pipeline locations and elevations must be field-verified . An EnLink representative shall do all line locating . 5. No excavation is permitted with in fifteen feet (15 ') of any EnLink pipeline, except as otherwise permitted herein . 6. A minimum vertical clearance of twenty-four inches (24 ") must be maintained between any EnLink pipeline and the Fort Worth Facilities . 7. No heavy equipment, such as backhoes, bulldozers and excavators , shall cross EnLink 's rights- of-ways without dragline mats installed over EnLink 's underground facilities. Dragline mat bridges shall be used to eliminate excessive loads from being imposed on EnLink's underground facilities. In addition, the maximum wheel load should be no greater than 25,000 lbs. for any equipment crossing EnLink's underground facilities . 8. Fort Worth agrees to provide as-built drawings of the Fort Worth Facilities within thirty (30) days of EnLink' s request therefor. 9. Without limiting any of the foregoing, Fort Worth shall at all times conduct its work safely, expediently , and in such a manner so as not to unreasonably interfere with or impede the operation of the EnLink Facilities . 10 . Fort Worth agrees to maintain and repair the Fort Worth Facilities and keep same in good condition at Fort Worth's sole expense. In no event shall Fort Worth remove any cover and/or decrease the grade from EnLink's rights-of-ways , except as otherwise temporarily permitted herein for the construction of the Fort Worth Facilities in accordance with the plans approved by EnLink. After the completion of construction, Fort Worth shall restore all cover removed from the EnLink rights-of-ways back to the condition that existed prior to construction. 11. In accordance with prevailing industry standards , Fort Worth will provide and maintain proper and effective protection to the EnLink Facilities so as to prevent any damage resulting from Fort Worth's use of EnLink's rights-of-ways . 12. Fort Worth will pay all damages caused to EnLink 's Facilities that results from the project described herein or the construction and/or maintenance of the Fort Worth Facilities. Fort Worth Water Department March 28, 2022 Page 3 13. To the extent permitted by the Constitution and laws of the State of Texas, Fort Worth agrees to indemnify, defend and hold EnLink, its parent, affiliates , subsidiaries, and their directors , officers, employees , representatives and agents ("lnd emnitees") harmless from and against any and all actions or causes of action, claims, demands, liabilities, loss, damage, injury, suit, proceeding, judgment or cost (including , without limitation, court costs and reasonable attorneys' fees) for personal injury to or death of any person, or damages to any property, caused by or arising out of the construction, maintenance, operation, inspection , repair, replacement or removal of the Fort Worth Facilities, REGARDLESS OF WHETHER ARISING FROM OR ATTRIBUTABLE TO THE STRICT LIABILITY, NEGLIGENCE OR OTHER FAULT OF ENLINK OR THE INDEMNITEES OR ANY ACT OR OMISSION WHICH MAY RESULT IN IMPOSITION OF STRICT LIABILITY (BY ST A TUTE OR UNDER COMMON LAW) UPON ENLINK OR THE INDEMNITEES , but not to the extent caused by the gross negligence or willful misconduct of EnLink . Article XI Section 5 of the Texas Constitution provides that a city is prohibited from creating a debt unless the city levies and collects a sufficient tax to pay the interest on the debt and provides a sinking fund. Fort Worth has not and will not create a sinking fund or collect any tax to pay any obligation created under this section . 14. This letter shall not be construed as a grant to Fort Worth of a right of way, easement, or any other interest, but only grants a permit for the limited encroachment across EnLink' s existing rights- of-ways as herein provided . Fort Worth will be responsible for securing any rights to the property from the owner of the property on which the Fort Worth Facilities will be installed. EnLink makes no warranty , express or implied, as to title to the property on which the Fort Worth Facilities will be installed, and the consent herein given is subject to all prior grants, reservations, encumbrances , occupancy and crossing agreements , if any, whether made by EnLink or others and whether or not of record . EnLink consents to any encroachment by the Fort Worth Facilities only to the extent that EnLink has the right to grant such consent. 15. It is agreed that EnLink will maintain its prior rights and privileges. This letter neither supersedes nor negates any rights granted to EnLink under EnLink 's agreement(s) and/or documents creating the EnLink 's rights to the property. 16 . The requirements set forth herein shall be binding on the parties hereto , their heirs , successors and assigns. [signatures on following page] Fort Worth Water Department March 28, 2022 Page4 Please indicate your acceptance of the foregoing by executing in the space provided below and returning a copy to Colin Brammell at colin.brammell@enlink.com. Sincerely , EnLink North Texas Gathering, LP By : EnLink Energy GP, LLC Its General Partner By : _ _,c::==-'====--;,------:,...-_.__ Name: ~ Gr:::ux Title: Director of Land ...,, :-"\~ -r: ACCEPTED AND AGREED TO this ~a~-day of _u~· ~\J '~Y"~~~--, 2022. City of Fort Worth oow,B~M~ By: Dana Burghdoff(n2,20i£« con Its: Authorized Representative Name : Dana Burghdoff Title: Ass istant City Manag er APPROVED AS TO FORM AND LEGALITY: By: ~#hew __/kt-la~ Name : Matt Murray Title : Assistant City Attorney CONTRACT COMPLIANCE MANAGER: By signing, I acknowledge that I am the person responsible for the monitoring and adm i nistration of this contract, including ensuring all performance and reporting requirements . 5-,,J& Suzanne Abbe (J un 2, 202211 :52 con Suzanne Abbe Sr. Engineer ~ COLT MIDSTREAM March 18, 2022 To : Suzanne Abbe Project Manager C ity of Fort Wo rth 100 0 Thro c km ort o n Street Fo rt Wo rt h , Texas 76 102 Work : 817 -392-8209 Karel Haneke tel 817 523 2327 Manager cell 682 229 1951 Land and Right of Way karel hancke@coltm1dstream com Colt Gathering (North Texas), LP . P 0 . Box 429 1530 Cottondale Road Springtown , TX 76082 Re : City ofFort Worth ("Grantee") Water Line installation near Colt Gathering (North Texas) L.P . ("Grantor") Line SGL-6" with proposed installation ofone 24 " water line in the I & GN RR Co . Survey, A-1956, and in the J .P Smith Survey, A-1915, Tarrant County Texas. See Exhibit "Al" attached. Dear City ofFort Worth By this letter, Colt Gathering (North Texas), L.P . confirms that it has no objection to the encroachment of our pipeline and easement pursuant to the scope of work referenced in Exhibit "A" attached hereto and made a part hereof and at the location described above , subject to the following provisions: I . All work by Grantee shall be performed pursuant to the scope of work referenced in Exhibit "A". No material changes shall be made to the proposed work described in Exhibit "A", within the pipeline easement without the prior written consent of Grantor. Such further approval shall be subject to the same terms and conditions of thi s Letter of No Objection . 2. Grantee will construct, and maintain, and remove its improvements upon abandonment, at no cost to Grantor. 3 . Grantee must comply with the standards and specifications of "Colt Engineering Standards/E ncroachment Guidelines for Natural Gas Pipeline" set forth in Exhibit "B", attached hereto and made a part hereof. Any exceptions thereto must be agreed to in writing by Grantor. 4. Depending upon the extent of the work to be done , Grantor may retain an inspector to be present during the work to assure Grantor's pipeline is protected and not endangered by Grantee construction in Grantor's easement. If actual construction materially deviates from the plan , or there is an incident that places Grantor's pipeline at risk , Grantor's inspector may halt the work until a resolution is achieved. Both parties covenant that they will diligently pursue a resolution that is acceptable to both parties . The cost of Grantor's inspector is approximately $850 per day, plus per diem . Such cost may be more or less , and Grantee agrees to pay the actual fees charged. 5 . Permanent aboveground markers identifying the crossing pipeline or utility shall be installed and maintained at the limits of Grantor 's easement and /or at the crossing. Ifit is impractical to install and maintain above ground markers due to the crossing location, plastic marker tape shall be installed below cultivation level and over Grantor's pipeline, extending the width of the easement or a minimum of 60 feet. 6 . Grantee shall contact the Texas "One-Call" underground utility location service by calling 811 at least 72 hours prior to performing any construction activities over, or immediately adjacent to, Grantor's pipelines . Failure to call this number is a violation of state law and will impose penalties and liability upon you for such failure . Please note , Grantor reports non-compliance to the state . 7. Grantor's operations personnel shall be present during this project. Grantor's operations personnel shall be notified and consulted at least 48 hours prior to commencement of any activity on its easement involving excavation. This shall be done by calling Mr. Randel Buckner at 817-266-3177, Mr . Fernando Cortez 806-930- 2734 , Mr. Chris Witt at 817-597-5465, Mr. Brandon Graybill 940-2 I 0-9266, Mr. Winnie Maxwell at 8 I 7 567 1574 Granter shall, during initial construction , be updated every two weeks as to Grantee' anticipated work for the following two-week period. In addition, Granter shall be advised of any appreciable change in that schedule. These communications shall occur throughout the duration of Grantee' construction project. 8. Grantee agrees to immediately contact Grantor's offices ( our control center) in the event of any incident involving, or potentially involving, a line strike by calling 817 500 0020 . 9 . Grantee will not move construction equipment across Grantor's pipeline and/or easement without the consent of Grantor's representative, such consent shall not be unreasonably withheld . Wherever Grantee is approved to cross Grantor's pipeline and/or easement with heavy equipment, Grantee will place matting or other suitable material over the pipeline as determined by Grantor"s representative in the field. Grantee will maintain a minimum of four feet (4') of cover over the top of Grantor's pipeline at locations where construction or maintenance activities will take place over the pipeline. I 0. All mechanical digging equipment working within Grantor "s easement must have the teeth removed or barred with a plate welded across the teeth . Mechanical excavation will cease once the earth has been removed to within two (2) feet of Grantor's pipeline . Shovels must be used to manually clean the area above and below the pipeline . After the pipeline has been initially located, the pipeline shall be kept visible to the equipment operator during the excavation process. Gran tor may require shoring or another type of support to protect the pipeline's integrity. All backfill on Grantor's easement shall be mechanically compacted to the top of the pipeline . 11 . If temporary construction roads are to be utilized, Grantor must approve equipment and the plans for vehicle/equipment crossings on the easement, such approval shall not be unreasonably withheld . 12 . All improvements of Grantee within Grantor's easement shall be constructed and maintained to comply with all laws and industry standards . I 3 . To the extent permitted by Texas law and without waiving its sovereign immunity, Grantee agrees to indemnify Grantor for any damages to Grantor 's pipeline arising out of or caused by the construction , operation, maintenance or repair of Grantee ' facilities , and the cost of replacement or repairs . Specifically, Grantee will assume all risks and agrees, binds , and obligates itself to indemnify , defend , and save harmless Grantor from and against all claims , demands , actions , suits, judgments, and recoveries for or on account of injury to or death of any person or persons (including, but not by way of limitation , the agents , representatives, and employees of Grantor and Grantee and any other third parties) and/or damage to property (including, but not by way of limitation , property of Grantor or property of others in its custody, including product lost) arising out of the exercise of the rights herein granted, except to the extent such damage or injury is due to the negligence or willful misconduct of Granter, its agents , representatives, employees , contractors or subcontractors. . othing contained herein shall ever be construed so as to require Grantee to assess, levy and collect any tax to fund its ob ligations under this paragraph. Article XI Section 5 of the Texas Constitution provides that a city is prohibited from creating a debt unless the city levies and co ll ects a sufficient tax to pay the interest on the debt and provides a sinking fund. The City of Fort Worth has not and will not create a sinking fund or collect any tax to pay any ob ligation created under this section . 14 . This agreement shall be revocable by Grantor in the event of any material noncompliance with the requirements , conditions or specifications on this agreement. 15 . The terms and conditions of this agreement shall constitute covenants running with the land and shall be binding upon the parties hereto , their respective heirs , representatives, successors and assigns . 16. This agreement granted is subject to the existing easement rights of Granter, and the permission herein granted by Grantor is limited to its interest and authority in the subject land and Grantee acknowledges the possible obligation to obtain the required permission from other parties of interest and/or the Government. 2 17. The signat01y for each party acknowledges that he is duly authorized to bind such party in accordance with Texas law and is fully authorized to execute this agreement on behalf of such party . 18. Grantee will provide two (2) copies of as-built drawings within ninety days of the completion of construction . l 9 . The provisions of Subchapter H, §§756 .121 -756 .125 of the Texas Health and Safety Code shall apply . A copy is enclosed with this letter for your information. 20 . SPECIAL PROV[S[ONS UN[QUE TO PROJECT : None If you have any further questions regarding this matter, do not hesitate to contact me at (682) 229-195 l. Sincerely, /Ud......,.__ __ -- Karel Haneke AGREED AND ACCEPTED tliis (7' ~ By : Dana Burghdoff{nl,2028:44 CDT) ame: _D_a_n_a_B_u_r_g_h_do_f_f _____ _ Title : Assistant City Manager Approved AS TO FORM AND LEGALITY: J /te,t/,(cw ~/.-la~ By: ,? Name: Matt Murray Title: Assistant City Att o rney day of __ C§~u~n~f. ___ , 2022. CONTRACT COMPLIANCE MANAGER: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all perfo1mance and reporting requirements. Suza nn e Abbe (Jun 2. 202211 :S2 CDT) Suzanne Abbe Sr. Engineer 4 Exhibit "A" I . Scope of work : Grantee will be crossing below Grantor 's pipeline (Line SGL) with a 24-inch water line . Approx . GPS: 32.924394 -97.412394 2 . Grantee's water line will be encased with steel conduit not shorter than fifty feet (50') in length where it crosses Grantor 's pipeline easement. If two (2 ') feet of separation above our line cannot be maintained, Grantee will cross below our line with a separation ofat least 2' feet. No casing required. 3 . Grantee will install water line as indicated on Exhibit "Al ". 4 . Please contact Grantor in ltem#7 above when grading is done to remove dirt from easement. 5 . Grantor 's lines will be potholed by Grantee to verify actual depth before construction. 6 . Where paralleling occurs : Grantee will stay 25' feet from our centerline . 7 . Where applicable : A window of 4 ' feet will be pro v id ed to e nsure th at crossing occurred at least 2' feet below Grantor 's lin e . 8. Heavy equipment to cross Grantor's line only where industrial crossing mats is placed . See #2 above . 9 . Grantor 's operations personnel want to be present during this crossing, please contact Grantor (see contact information in Item 7 above) at least 48 hours prior to commencement of any activity on its right of way. I 0 . The cross mg I inc shall not interfere with Grantor's cathodic protection . Please contact our corrosion technician. Jim Hand at (817) 694 7 l 8X. 4X hour~ before construction starts. Grantor may install test leads upon their line at the crossing location. I I . Grantor has an abandon 6" pipeline within your project area at the following GPS coordinates : (32.542143 -97.241194) ' ,i I. 0 0 + N 0 -------------T-. ---------------- PROPOSED RUCTION EASE WA TER LINE <[ I-00 (/) w ~ _J :r: u I- <[ :;a;; NOTE, CO NTRACTOR SHALL CONT ACT ALL EXISTING UTN..ITY PROVJOERS ◄ 8 H~S PRIOR TO EXC.1.VUION. H's\/oi\l'i"' --------------------- ' ' ~ .. I" ,, --,, -"'• ,----... - ,. . . .,. .. ~ .. N . SAGINAW BLVD . (BUS 287) WATER LINE "A" EXIST. Al C.L.H TE EXIST . r,• STEEL GAS !UN£ APPROX. LOC AT S)N BONDS RANCH ROAD ------ 3.88' !!! w i a. z H-+-<f--+-+-+-+---< < ::, p.· 15 JH-+-af--+-+-+-+--i iii 1:========: ~ PR ELIM INAR Y ~ , l---""',__+-_j'1ol------+-----l--l-------+------l-------+------l-----''---+---+--l------+------1'2'--+-'=----ll F~ll'ITERl"'M:VIEWORY ~ ! ........ _...._..,. • .,... I-t ::~~ ..... ~~... ffi : l---""''-+-~~------+-----l--l-----'--+------1-------+------l----'---+---!l&--l------+------IT"''---+-'=----l l ""°-_.,..,,,., ~ : ~ G : .; Na~ z : l---"--",__+------l.,__-----tl--------~1-------,4---------.!l-------....i-------~!--------.!----4,!,----~!-------¾---------,,!----+-'=----lt:=..~~~~=~~t===j ~ 1 -TIN W I WATERLINE"A" 0 I STA 1~':"00'1~Rg',."-fo1•00 ~ : 33 ~ : 102+00 104+00 0 I : l=============================================================================c.======~z : L--------------------------------------------------------------------------------------------------------------------------------------------------------------------------' LOCATOR MAP 6 Ex hi bi t "B " Standard 0065 Enginee rin g Sta nd ards Page ENCROACHMENT GU ID ELI NES ~ I of 4 Issue Date FO R NATURAL GAS PIPELINE COLT 1/01 M I DSTREAM Re v . No . Compan y Locati on Name Date I . SC OP E * This standard provides recommended distance between the Company's pipelines and various facilities that may encroach upon existing pipeline right-of-way or that may be encountered in the construction of new pipelines by the Company. 2 . GENERAL 2.1 These guidelines are for monitoring encroachments on existing pipelines and for consideration in the route selection and placement of new pipe 2 .2 The following table lists recommended distance between pipelines of various sizes and various types of facilities and activities . These recommended distances are intended as a guide for initial negotiations with outside parties . The minimum allowed distance can only be determined by the terms of the existing right-of-way or easement documents . 8 Standard 0065 Engineering Standards Page 2 of 4 Iss ue Date 1/01 E CROACHMENT GUIDELINES Rev. No. FOR NATURAL GAS PIPELINE Date ENCROACHMENT DESC RIPT I O:', ~ COLT M I DSTREAM OFFSET FROM PIPELINE (FEET) VERSUS PIPE SIZE 2"-12" 14"-24" Ovcr24" I. ABOVE GROU 'D STR UCTURES AN D AP PU RTENANCES A. Buildings Any enclosed structure permanent in nature regardless of purpose 35 45 B. Utilities Utilities may cross pipelines at right angles. Distances specified are for parallel Encroachments. (Sec guys and anchors if ap pl icab le .) Crossing of Company Pipelines by I . Eleclric power and telephone lines 35 35 50 2. Television cables 25 35 50 C. Miscell aneous 1. Ca mpground: If within 660 feet of pipeline, sec Engin eering Standard 0060, C lass Location Determination. 2. Fen c~: 25 Distances specified arc for parallel fences . 3. Guys and Anchors: 35 No guys o r anchors will terminate within the minimum distance specified. The guy or anchor must have a vertical clearance of I 8 feet minimum within the specified distance of the pipeline. 4. Mobile /Jomes: 35 5. Nursery S1 ock (including Christmas Trees No minimum js small a nd used as cash crop. Consult Company right-of-way personnel to establish agreement before planting. 6. Poles (Sec also guys & anchors towers electric power lines): 30 Telephone power etc. and sing boards including supports. 7 . Slored Maleria/s Permitted over pipeline if of a type that can be readily relocated and of weight not detrimental to the pipeline. 8. Swimming Pools 35 Permitted over pipeline if readil y removable. Distances specified arc for partially below grade or permanent in nature. 9 . Towers (Sec also guys and towers} 75 10. Trees & Shrubs (See also nursery stock) 30 Permanent (perennial) trees , shrubbery or other landscapi ng that would impair access to the pipeline. 35 40 45 40 45 100 40 50 55 60 55 60 100 55 60 9 Stand ard 0065 Engineering Standards Page ~ 3 of 4 Iss ue Date COLT E NCROACHMENT GUIDELI NES 1/0 1 FOR NATURAL GAS PIPELINE Rev . No. Date E I\C ROAC H:\1 E:',T DE SCRIPTION M I DS T REAM OffSET FROM PIPELINE (FEET) VERSUS PIPE S IZ E 2" -12" 14" -24" Over 24" II. SURFACE IMPROVEMENT S, MODIF I CATIONS A N D ACTIV ITI ES A. Pavement Pavement includes asphalt and concrete or variations thereof. May cross pipeline at near right angles or be placed parallel to pipeline at di stance s pccilicd. I . Air Strips: 2. Alleys Drivewa ys Roads Sidewalks Tenn is (or other) Courts : 3. Parking lots: Consull Company right-of-way personnel to establish agreement for "green belts", etc. 4. Palios: If roofed & fenced, co ns ider as bui lding ; otherwise as s pecified 8 . Earthwork or Other Gr ade Modific ations Ensure 36" minimum cover (or existing if <36") is preserved over pipeline. Cover may be added if free or foreign debris such as large rocks, concrete chunks and metal scraps. Operation of heavy equipment over the pipeline must provide for appropriate safeguard o f pipeline in tegrity. 30 25 25 40 35 35 55 50 50 I. Ditch~. 30 Should cross at near right angles. Parallel distances to be as specified. Minimum cover s hall be 36 " from bottom of ditch to pipeline. 40 55 2. Roads: Minimum cover s hall be 48 " from top of road to pipeline. 3. Landing l eveling: 4 . 5. 6. 7. Permitted over pipeline if cover requirements arc maintained. Plo wing 6ncluding deep till ing or chisel plowing): Permitted over pipel ine if minimum clearance of 12 " is maintained between plow depth and top of pipeline. Terracing (See land le velin g): Dams & Dikes (i ncluding waterways & water impoundments): Dredging: C . Seis mo graphy: Calculate di stances allowed based on Engineering Standards 7155 . 30 30 40 40 55 55 See Engineering Standard 7155 , Effects of Blasting on Buried Pipel ines . Stand ard 0065 Engineering Standards Page ~ 4 of 4 Iss ue Date COLT ENCROACHMENT G UIDELI N ES 1/01 FOR NATURAL GAS PIPELI N E Rev . No. Date ENCROACH M ENT D ESC RIPTION M I DS T REAM OFFSET FROM PIP ELINE (FEET) VERSUS PIPE S IZE 2" -12" 14 " -24" Over 24" Ill. BEL O W G RO U:-iD ST RUCTU R ES AN D A PP URTENANCES A. Pipelin es and Ut iliti es I . Drain Tile : 2. 3. 4 . May cross pipeline . Distances specified are for parallel tile lines. a. Tile diameter less than IO" 25 b . Tile diameter 10" or greater: 30 Pipeline (water gas oil well, sewer etc .: 30 It is preferred that pipelines greater than 2" undcrcross Company pipelines. Minimum clearance should be 24". Distances spec ified are for parallel pipelines. Po wer lines: 30 It is preferred that all cro ssings arc under Company lines at near right angles. Minimum clearance should be 36". Cables having conductors at more than 60 volts to ground should be non-metallic casing for a minimum distance of 10' on either side of the pipeline with six inches of red colored concrete fo r a distance of IO feet on each side of Company's pipel ine installed per National Electrical standards. Distances specified arc fo r parallel power lines . Co mmunication lines: 30 It is preferred that cables undercross pipelines at near right angles. Minimum cleanmce should be 12". Exception may be made where it would be necessary to cut and sp lic e the cable . When laid over the pipeli ne , the ca ble must be cased for a minimum distance of 1.5' on either side of the pipeline or otherwise protected. Distances specified arc fo r parallel communication lines . 8 . Miscell a neo us 35 40 40 40 40 50 55 55 55 55 I . Blasting: Calculate distance allowed based on Engineering Standard 7155. Notify blasting contrac tor of pipeline location and limits of blasting activities . Sec Engineering Standard 7155 , Effects of Blasting on Buried Pipelines. 2 . Mines (mini ng): 3. 4. Notify Company Technical Office whenever mining or quarrying is proposed within 660 feet of pipeline . Notify mining contractor of pipeline location . leach Beds : Lines crossing pipeline will be of solid impervious material. Septic System : JO JO 40 40 55 55 SUBCHAPTE R H. 10 CONSTRUCTION AFFECTING PIPELINE EASEMENTS AND RIGHTS-OF-WAY § 756 .121. DEFINITIONS . In this subchapter: (I) "Construction" means a building , structure , driveway, roadway, or other construction any part of which is physically located on , across, over, or under the easement or right-of-way of a pipeline facility or that physically impacts or creates a risk to a pipeline facility . (2) "Constructor" means a person that builds, operates , repairs , replaces , or maintains a construction or causes a construction to be built, operated, repaired , maintained, or replaced. (3) "Pipeline facility" means a pipeline used to transmit or distribute natural gas or to gather or transmit oil , gas , or the products of oil or gas . Added by Acts 2003 , 78th Leg ., ch. 1082 , § 2(a), eff. June 20, 2003 . Renumbered from V .T.C .A., Health & Safety Code§ 756.101 by Acts 2005 , 79th Leg., ch . 728 , § 23.001 (53), eff. Sept. I , 2005. § 756 .122 . APPLICABILITY. (a) This subchapter applies to a construction or the repair , replacement, or maintenance of a construction unless there is a written agreement, including a Texas Department of Transportation right-of-way agreement, to the contrary between the owner or operator of the affected pipeline facility and the person that places or causes a construction to be placed on the easement or right-of-way of a pipeline facility . (b) This subchapter does not apply to: (1) construction done by a municipality on property owned by the municipality , unless the construction is for private commercial use ; or (2) construction or repair, replacement, or maintenance of construction on property owned by a navigation district or port authority created or operating under Section 52 , Article III , or Section 59 , Article XVI , Texas Constitution . Added by Acts 2003 , 78th Leg., ch . I 082 , § 2(a), eff. June 20 , 2003 . Renumbered from V.T.C.A ., Health & Safety Code§ 756.102 by Acts 2005 , 79th Leg ., ch . 728 , § 23.00 I (53), eff. Sept. I , 2005 . § 756 .123. PROHIBITION OF CONSTRUCTION WITHOUT NOTICE. A person may not build, repair, replace , or maintain a construction on , across , over, or under the easement or right-of-way for a pipeline facility unless notice of the construction is given the operator of the pipeline facility and : (I) the operator of the pipeline facility determines that the construction will not increase a risk to the public or increase a risk of a break, leak, rupture , or other damage to the pipeline facility ; ,, (2) if the operator of the pipeline facility 000177 olfl 465 determines that the construction will increase risk to the public or the pipeline facility, the constructor pays the reasonable , necessary, and documented cost of the additional fortifications, barriers , conduits , or other changes or improvements necessary to protect the public or pipeline facility from that risk before proceeding with the construction ; (3) the building, repair, replacement, or maintenance is conducted under an existing written agreement; or (4) the building, repair, replacement, or maintenance is required to be done promptly by a regulated utility company because of the effects of a natural disaster. Added by Acts 2003 , 78th Leg ., ch . 1082 , § 2(a), eff. June 20 , 2003 . Renumbered from V .T .C .A., Health & Safety Code§ 756 .103 by Acts 2005 , 79th Leg ., ch . 728 , § 23.001 (53), eff. Sept. 1, 2005 . Amended by Acts 2005 , 79th Leg ., ch . 530 , § 2, eff. Sept. l , 2005 . § 756 .124 . CIVIL LIABILITY. A constructor who violates this subchapte r is liable to the owner or operator of a pipeline facility for damages to the facility proximately caused by the violation , including any liability the owner or operator of the pipeline facili ty incurs as a result of the violation. Thi s section does not affect the right o f a surface owner to recover for any damages to th e owner's property . Added by Acts 2005 , 79th Leg., ch . 530 , § 2, eff. Sept. 1, 2005 . § 756 .125 . INJUNCTIVE RE LIEF . (a) A suit for injunctive relief to prevent or abate the violation of this subchapter may be brought by the county attorney for the county in which the pipeline facility is located, by the attorney general , or by the owner or operator of the pipeline facility . (b) The court in which the suit is brought may grant any prohibitory or mandatory injunction the facts warrant, including a temporary restraining order, temporary injunction , or permanent injunction. The court may grant the relief without requiring a bond or other undertaking . Added by Acts 2005 , 79th Leg., ch . 530 , § 2 , eff. Sept. I , 2005 . 000178 olfl 465 12 Hodge, Leah From: Sent: Vaughan, Charles <charles.w .vaughan @exx onmobil.com > Monday, March 14, 2022 10 :11 AM To: Mccarley, Lauren Cc: Subject: cameron.cook@exxonmobil.com ; kenny.william son @exx onmobil .com RE : CoFW Northside IV Crossings Attachments: 34486 -PDF -BARNETT .PDF Lauren Barnett Gathering has reviewed the attached p lans and approves of the separation of the crossings. Charles Vaughan Supervisor Damage Prevention XTO Energy/ Barnett Gathering Address : 4800 Blue Mound Rd. Forth Worth, Tx 76106 Cell: (817) 584 -5371 Email : Charles.w .vaughan@exxonmobil.com From: Mccarley, Lauren [mailto :IMcCarley@Halff.com] Sent: Thursday, February 24, 2022 3:44 PM To: Vaughan, Charles <charles.w.vaughan@exxonmobil.com> Subject: RE : CoFW Northside IV Crossings External Email -Think Before You Click Charles, Please see attached for the relevant plan and profile sheet for the 10" and 16" crossings. If you have any questions or concerns please let me know, we'd like to proceed towards getting the design approved . Also if there's a different contact you'd like to have listed in section 1 of the general notes please let me know. Thank you, 1 Lauren Mccarley, PE Civil Engineer Halff Associates , Inc . 0: (817) 764 -7513 We imprnve lives and cornmu nities by turni ng i deas into reality. Haiti.com I Linkedln I Facebook I Twitter I lnstagram I YouTube From: Vaughan, Charles <charles.w.vaughan@exxonmobil.com > Sent: Tuesday, January 25, 2022 8:44 AM To: Mccarley, Lauren <IMcCarley@Halff.com > Subject: RE: CoFW Northside IV Crossings Lauren Here is the bore profile and alignment sheet for the 16"pipeline I'm sorry I do not have anything for the 10" so I believe the pothole info will work. When you get the profile done please send over for approvals Thanks . Charles Vaughan Supervisor Damage Prevention XTO Energy/ Barnett Gathering Address : 4800 Blue Mound Rd. Forth Worth, Tx 76106 Cell : (817) 584 -5371 Email : Charles.w .vaughan@exxonmobil.com From: Mccarley, Lauren [mailto:IMcCarley@Halff.com ] Sent: Friday, January 21, 2022 3 :31 PM To: Vaughan, Charles <charles .w.vaughan@exxonmobil.com > Subject: RE: CoFW Northside IV Crossings 2 External Email -Think Before You Click Good afternoon Charles, We've received our Level A SUE back and it was inconclusive about aspects of the gas lines . The 10 inch line was found relatively near our alignment at a depth of 7.5 feet. Assuming the profile doesn't vary much in this area I will use this depth for our profile. The 16 inch line was not found due to large rocks at the 6.6 foot mark. The depth was estimated at 7-10 feet, so it would be very helpful if you're able to find a more precise depth to use . I also have it in my written notes that 5 feet of separation is standard, can you confirm that is the absolute minimum separation needed? Des igning this line for a 10 foot gas depth+ 5 feet of separation sends our water line much deeper than expected, so I'd like to make sure that level of depth is truly required . Thank you , Lauren Mccarley, PE Civil Engineer Halff Associates , Inc. 0 : (8 17) 764-7513 Haiti.com I Linkedln I Facebook I Twitter I lnstaqram I YouTube From: Mccarley, Lauren <IMcCarley@Halff.com> Sent: Wednesday, January 19, 2022 3:42 PM To: charles.w.vaughan@exxonmobil.com Subject: CoFW Northside IV Crossings Good afternoon Charles, Attached is the most recent KMZ showing our 24 -inch water line alignment going along BUS -287 . Based on our current level B SUE, we cross the 10 and 16-inch Barnett lines at STA 32+96 .62 and 33+08.68 respectively. As I mentioned on the phone, we have i nstructed our SUE personnel to pothole both lines and hope to have that information back relatively soon . Assuming the sizes are correct, the information we don 't have is: pipe material, presence/type of cathodic protection , and spacing requirements . Depth would also be helpful if you happen to get back to me before SUE , otherwise I'll be waiting on that. Thank you, 3 Lauren Mccarley, PE Civil Engineer Halff Associates , Inc . 0: (817) 764-7513 Haiti.com I Linkedln I Facebook I Twitter I lnstagram I YouTube 4 FORT WORTH it,00�� MATTIE PARKER MAYOR DAVID COOKE CITY MANAGER CHRIS HARDER, P.E. DIRECTOR, WATER DEPARTMENT FILE NO. WATER PROJECT NO. CITY PROJECT NO. X-26939 102687 THE CITY OF FORT WORTH, TEXAS WATER DEPARTMENT NOR THSIDE IV 24-INCH WATER TRANSMISSION MAIN PHASE I B II� F_ EAST PEDEN J BOND ANl H scI BOND iI i it t7 `' W E 81 �r L� S PROJECT LOCATION ORT WORTH AGINAh kl_ rl LOCATOR AIM PRELIMINARY DESIGN 60% FEBRUARY 2022 0 HALFF' mom ■ ■ TBPELS ENGINEERING FIRM #312 4000 FOSSIL CREEK BLVD FORT WORTH, TEXAS 76137-2797 TEL (817) 847-1422 FAX (617) 232-9784 60% PRELIMINARY FOR INTERIM REVIEW ONLY THESE DOCUMENTS ARE FOR INTERIM REVIEW AND NOT INTENDED FOR CONSTRUCTION, BIDDING, OR PERMIT PURPOSES.THEY WERE PREPARED BY, OR UNDER THE SUPERVISION OF: LEAH M.HODGE 103562 NAME PE - DATE 2/14/2022 TBPELS Engineering FIRM •F-312 X-26939 MIMI Fort Worth Water Department TONY SHOLOLA, P.E. DATE: ASSISTANT DIRECTOR, WATER DEPARTMENT SUZANNE ABBE, P.E. DATE: PROJECT MANAGER, WATER DEPARTMENT CURVE DATA Oj A-3' 30' 31" R=700.00' L=73.95' T=36.99' /Q STA 32+18.15. WATER LINE 'A' \\/ -INSTALL 11'15'00' BEND / WITH CONCRETE BLOCKING__ DEFLECT 13'45'56' LT i N = 7015266.57 E = 2305327.78 OWNER 5 EAGLE MODNTAIN-SAGINAW ISO r 100 OLD//DECATDR I7D l l / / FOR(E WOTX 7617y4�0(f I G45.YL 4G ' CONTRACTOR SHALL FIELD LOCATE n 8300797 / EXISTING GAS LINE PRIOR TO START R.rcT! os r,as fL41, / OF CONSTRUCTION. 9/ PROVIDE MINIMUM 3' CLEARANCE BETWEEN LINES. EXIST. lo' UTIL ESMT. EXIST. 15' nner, r, c rLac WATER ESMT. OWNER 3 CHAPEL HILL WEST LLC 410 N CARROLL AVE STE 180 SOUTHLAKE, TX 76092 0 10 20 40 60 HORIZONTAL SCALE; 1" = 20' REMAINDER OF D218219520 TRACT 1 O k / DR.T,C.T. STA 35+84.49. WATER LINE "A" / INSTALL 22'30'00" BEND O _frN33+63.07, WATER LINE "A" / ENDD WITH HORIZONTAL BLOCKING + STEEL CASING PIPE j1 FVOS GAS FLAG DEFLECT 22'23'18' RT / ! BY OTHER THAN OPEN CUT N = 7015606.34 N = 7015401.57 NORTHSIDE IV E = 2305266.30 PRESSURE E = 2305338.64 PRESSURE PLANE - - T - - - - - - - - - - lAr,rt s^,s FLar "ASTA 36+12.77, WATER LINE " Q 22'30 1 \ I I PROPOSED 24 \ INSTALL HORIZONTAL BEND i' -- WATER LINE "A" 2 TEMPORARY CONSTRUCTION EASEMENT INC -- -W TH L BLOCKING ^ P.T. cas P, LLINE I-rST a' ----- DEFLECT 22'.62 JU LT v / INSTALL 45'00'00° BE / I % / --- - - ---„-----=----------- E = 2305266.43 WITH CONCRETE BLOCKING PFI ;Nt S LLJ DEFLECT 43'25'25' RT " /Jl 4+00 * z �- --- \ \/ N 23 5337.6 / s �� // / [INE EASEMENT -------------------- V TTR INS\� E 2305307.66 �� V 25' WATER 37-STA 33+13.55, WATER LINEINSTALL 8"STANDARDBLOW-OFF VALVE) / �\ [[ OWNER 6 N = 7015357.02/ / , \ STA 33+89.86, WATER LINE 'A" _ NORTHSIDE III =�' ONC R ELECTRIC DELIVERY CO LLC E = 2305317.03, �// / INSTALL 4" COMBINATION PRESSURE PLANE �� - - PO BOX 139100 -r - o �w DALLAS, TX 75313 J' ' ' i AIR VALVE ASSEMBLY- - - - - - - - - a - - -- Q STA 33+18.07, WATER LINE A 1I / ;'� - N = 7015426.03a/.�,� ___ w BEGIN STEEL CASING PIPE / - wz _ E = 2305339.57 % 01530 D.R T. TRACT 6 JJ - I•�', --_- - __ _ BY OTHER THAN OPEN CUT D.R T. C.T ll r�ulr !='OS r-�'L[I_�7�-/��_ N = 7015361.08 /J J' � � STA 33+76.62, WATER LINE 'A" h n.ros r;4; Ft A� aw / E = 2305319.00 - i A " : s F/ V, wa % WITH INSTALL 45 00 00 BLOCDKING,'r - _ x4, _ _ >3 --DEFLECOTRq 8'00'00' LT-- ------------------------- --- c-_�__=_-=-'�=y--`------- - - \� _ --N = 7015 13.76-----z-=--_o— is -• - - -- r-==1--�-�Z.- - ;<- - ?avOE?rraD C,1K n \ - E = 2305344.56 ILI,1'401" F"I'll_,r-„ T 1, -- url r,F,, l",r J, Irncs rz a`u c4aL > ;,1 / - - - - - SAS IL� - _ " ONO "\ 371. 977 - - - - - -- - 5, , O - ' $!,l ar)\ -1 -��� � `J [C In _ - ;�- —q�----- / CAUTION111 OVERHEAD ELECTRIC' F CONTRACTOR SHALL CONTACT ALL a EXISTING UTILITY PROVIDERS 48 HOURS N. SAGINALW BLVD. (BUS 287) F- PRIOR TO EXCAVATION. / l i/A IF FL 4 r• STA 32+74.86, WATER LINE 'A' V INSTALL 4" COMBINATION / AIR VALVE ASSEMBLY N = 7015321.25 - - - --E = 2305312.74--- 0 STA 32+9210 WATER LINE "A' INSTALL 24' WATER LINE Ih 45 F^I 5/8"�fNICKr42' TEEC-CASING-PIE .... - - -----I - -! D IVEW %Y � B-Y-OT-HE THA -OP-EH C6L� -l- - -- - - - �XIST61 S'TEEL I GAS (LINE --r- E 825 -- APPROX.LCC-ATIO,N 3g EXIST. 10" STEEL GAS, LINE - --� APPOX. LOG-AT13N I-- --�Q -I-- �- -- _t4 820 1 7.50` 7.50'i -- ---i- - E-XIS2!1 APPROX. L 1 CAT Q 24 WAT�R L114E &5o%-i -� - - - 815 - U) -=24 NATER- LINE. 2<" WATER-LIVE- -i00.00% � a 00 00% -- �I U +---- - 810 i I- I _ _ 24' WATER DINE �_+O. 0'L ---- -T -- I 805 Z- - -- ------ ---- - .:2: - - -- • I-� �c5 Q�Zr-�I a�Z�1 IQ�s- I ;'3z��3z I� Qm ��YY�_ ,cLo-- .�2�,p JCCL7 J UOrI 1J0 O =p M OU t COW 3Z2_ 3 t�---3Z n_ __�.ZQv _,ZQ 03 03 EL- -----mM -____.. '--- I--_--F----OJUQ1r� -NCJ�NmJ� ---__-__- _0WJ7O'F''• W -800 m0, O3J--JZ J Ifl J _ J r l T M W III-_---1'IgQ-Y-I~/1 Hui l~/1�0 �__ - -�lr/1 LJi- ---_ ---V !n_-=��__ 4N 795 - -- - N - '���- t z F=ZO J- H - 2 32+00 33+00 WATER LINE "A" - --- -�------I-- -- -- -I ---- --- --'--- IST.- S FFr. u�Tl3€4 /�--E/GROUND 'iWd-IIT (II J^IF ^ -- - -- -- �- - I _ -- - T -I r ---T� -�--- - -F - F -F--- - - - --- -I --- - -- - - --- - �- -- -- - - - - -�I- -{E-XI-EEL GA_ INE - - -- - F- - . LOCATION ------- I— - �- TOB P�XA66NDONED 4.66' II -� u I - II } ------ �----- --i- - I ----I- - I - ----� -- � - -- N - -� - -- --I --- --- --- - -- - - 24°�ATEF LINE � 20%i r I I � I I I �I I - - ---- -- - - -- --I ' I I - j I ' I l I _I I I • Q I vi Ln � vi or,m I I - r- I Ln In Fa 00 I i IV M Q'Q J J J J _t -J— rr1 T J r - I(�Q N t-i ll.. - lL� lL _- -- - - - LL ILL In QW N _ - - _ � -ram`_ __� - __ I -_�._ __ - - -__ fV I -�- - (V I N Elf 34+00 35+00 36+00 37+00 Z =a U� Z Z 10 N U) CO w (q (n 0 Z = CL Ow Za 825 820c. o 815 c. A G Z PRELIMINARY 810 FOR INTERIM REVIEW ONLY THESE DOGUNENTS ARE FOR INTERIM REVIEW AND NOT INTENDED FOR REGLIATORY APPROVAL PERM TTBI WEDIDDING pOP—AREDD a RR UNDER THE E ERVISIONOF 805 FOPELS ENGINEERING RRN"112 IPENO DATE I Project No.: 102687 Issued: 2114I2022 Drawn By: LMM 800 I Checked By: LMH Scale: Sheet TitleWATER LINE "A" PLAN 8 PROFILE STA 32+00 TO STA 37+00 795 19 Sheet Number rn M (O N x col I if po cm, I w 2 n I OWNER 8 JLM OF TAMPA INC 5017 N COOLIDGE AVE I Fn mmn I TAMPA, FL 33614-6421 O cnt 0 TICE — 3 PROPOSED 24" I tit 0.430 AC. WATER LINE b "y``' OWNER 7 + JLM OF TAMPA INC I of I� a 5017 N COOLIDGE AVE c— ,° •' TAMPA, FL 33674-6421 i o' L�. • • a��,lY J ' 'T' -:_ _ D220323937 y T ,�� - - D. R. T. C. T. �.••+; P.ct v a a v a a d - 'd .I .a _a '4 I"4"a "4 "a �! '"1 �'I •:L. �,�-<I ��� Q a�a�a a` a s a a a a a, q q< a a< a a 84�S-Q�4-- 9 9 _ 4n a 4�a„4 d '� ,•.]�, �i I— - -Q d 4 d �a a Si cl,-n n n n sl •n � _— .� -;,t 00 i 18+00 19+00 20+00 21 .00 ®- L L I ---_—----_-- ,-25' PERMANENT WATER _— y_�ti-- ?'--- �I�lj NTCE - 4 Z0.413 AC. 0.178 AC. I LINE EASEMENT T WE 50.218AC. WE:' U " �- I k.512 AC. a .^ 20' TEMPORARY Q - { CONSTRUCTION I t w WI . ' EASEMENT / ooI OWNER 9 2Wo� m� E-STEEL I/LLC <I' I I // "',`•'•' 204 METRO PARK 8L VD o W o o , ENNIS, TX 75119-7037 ^ „) `' �� I I/ / GpS1�5M� • ,., / N D209280915 D.R. T.C. T. ,.a roil ST TC// MATCH LINE STA 24+00 OWNER 9 / q4 C 111 �2? E-STEEL IILLC 7 �/ 204 METRO PARK BL VD / OWNER 6 ENNIS, TX 75119-7031 I•f:,y 00 p °y'�� ONCOR ELECTRIC DELIVERY CO LLC PO BOX 139100 D209280915 / O� o a p O.R. T.C. T. p0 .O� h1v DALLAS, TX 75313 /o a j" /� o OWNER 7 VV JLM OF TAMPA /NC TICE - 5 /17 V 017 N COOLIDGE AVE /� /pV TAMPA, FL 33614-6421 0.019 AC, SEXIST. 10 "'t•,/ iv v / UTIL ESMT.--a22B3239T7— WE 6 �I %�vD.R.T.c.r. o0 0.512 AC. `J ` % EXIST so' \ v GAS ESMT. �, 'U gyp' ;c` __ v IE S� Sol / ?' TCE 4 ---\ 0.413 AC. PROPOSED 24" / WATER LINE " o �5 k EXIST. 30' .Rm=/ �� 25' PERMANENT WATER': _ WATER ESMT 1� r_ rI ;LINE EASEMENT-p. a° by z11 I )'d }y Vpc, D153016284 TRACT 6 q / D.R.T.C.T. /' EXIST WATER /�naay you"O 4 / TICE 0.093 6 AC / l•, \17c/cl� / 1 1*06 , J , v_ +, / OWNER 3 CHAPEL HILL WEST LLC 15' ESMT. //// 470 N CARROLL AVE STE 180 SOUTHLAKE, TX 76092 /�Oh' / UILS ESMT. REMAINDER OF D218219520 TRACT I ~•�� D.R. T.C. T. Q EXIST. 50' ;GAS ESMT. .,,.. TCE - 7 C 0.023 AC. 0.023 AC.WE 8 I \ / 10.116 AC. r/ 0 029 AC. 1. ri_•'- 20' TEMPORARY,,,,,,.„ TICE - 8 ••, / CONSTRUCTION GS` EASEMENT 10.414 AC. vt, p - — ,.,-• - w V \ \ \p '7 1: 0 35_+p� \, WE - 10--` ; �-- ,-------•0.517 AC. L C� / N. SAGINAW BLVD (BUS 287) 0 25 50 100 150 HORIZONTAL SCALE: 1' = 50' LEGEND PROPOSED WATER AND/OR SEWER FACILITY EASEMENT v v v v v TEMPORARY CONSTRUCTION EASEMENT v v v v v �7 ---- EXISTING RIGHT-OF-WAY -- EXISTING EASEMENT y�Z 0 25 50 100 150 HORIZONTAL SCALE: 1' = 50' rn Cl) Z tD N X Uz .0 N U)CO>2W W (n (n r /0 Z = vJ of Of Z W W H O sLL $ J 8ut w �IBM r 3eo mom ills m W U)IS a _ IS o IS z 0 d �Z U) U) PRELIMINARY Z FOR INTERIM REVIEW ONLY NSE DOGU"'S ARE FOR INTEFIM EW •WO NOT IMENOED FOR GU on, MPROYM.PEaUR,RIO"INO R CONSIRUC"DN PURPOSES TN $UPERVIs—Or BY OR UNDER 1NE W W M PmGe i Ez Q TSPELS ENGINEERING FIR —It P PE NO MTE L1.r10'1z > 2 Project No.: 102687 z Issued: 2114/2022 1 Drawn By: LMM It Checked By: LMH Scale: 04 Sheet Tille LL1 0 RIGHT-OF-WAY MAP STA 17+00 TO STA 36+00 U) 0 Sheet Number Z R e tl SHEETINDEX 1 COVER 2 GENERALNOTES 3 GENERALNOTES 4 SHEETINDEX 5 PROJECTLAYOUT 6 RIGHT-OF-WAY MAP STA 1+00 TO STA 17+00 7 RIGHT-OF-WAY MAP STA 17+00 TO STA 36+00 8 RIGHT-OF-WAY MAP STA 36+00 TO STA 54+00 9 RIGHT-OF-WAY MAP STA 54+00 TO STA 72+00 10 RIGHT-OF-WAY MAP STA 72+00 TO STA 90+00 11 RIGHT-OF-WAY MAP STA 90+00 TO STA 108+00 12 WATER LINE "A" PLAN & PROFILE STA 1+00 TO STA 4+00 13 WATER LINE "A" PLAN & PROFILE STA 4+00 TO STA 9+00 14 WATER LINE "A" PLAN & PROFILE STA 9+00 TO STA 14+00 15 WATER LINE "A" PLAN & PROFILE STA 14+00 TO STA 19+00 16 WATER LINE "A" PLAN & PROFILE STA 19+00 TO STA 23+00 17 WATER LINE "A" PLAN & PROFILE STA 23+00 TO STA 27+50 18 WATER LINE "A" PLAN & PROFILE STA 27+50 TO STA 32+00 19 WATER LINE "A" PLAN & PROFILE STA 32+00 TO STA 37+00 20 WATER LINE "A" PLAN & PROFILE STA 37+00 TO STA 42+00 21 WATER LINE "A" PLAN & PROFILE STA 42+00 TO STA 47+00 22 WATER LINE "A" PLAN & PROFILE STA 47+00 TO STA 52+00 23 WATER LINE "A" PLAN & PROFILE STA 52+00 TO STA 57+00 24 WATER LINE "A" PLAN & PROFILE STA 57+00 TO STA 62+00 25 WATER LINE "A" PLAN & PROFILE STA 62+00 TO STA 67+00 26 WATER LINE "A" PLAN & PROFILE STA 67+00 TO STA 72+00 27 WATER LINE "A" PLAN & PROFILE STA 72+00 TO STA 77+00 28 WATER LINE "A" PLAN & PROFILE STA 77+00 TO STA 82+00 29 WATER LINE "A" PLAN & PROFILE STA 82+00 TO STA 87+00 30 WATER LINE "A" PLAN & PROFILE STA 87+00 TO STA 92+00 31 WATER LINE "A" PLAN & PROFILE STA 92+00 TO STA 97+00 32 WATER LINE "A" PLAN & PROFILE STA 97+00 TO STA 102+00 33 WATER LINE "A" PLAN & PROFILE STA 102+00 TO STA 107+00 34 WATER LINE "A" PLAN & PROFILE STA 107+00 TO STA END 35 WATER LINES "B" AND "C" PLAN AND PROFILE 36 SANITARY SEWER LINE "A" PLAN AND PROFILE 37 EROSION CONTROL PLAN STA 1+00 TO STA 17+00 38 EROSION CONTROL PLAN STA 17+00 TO STA 36+00 39 EROSION CONTROL PLAN STA 36+00 TO STA 54+00 40 EROSION CONTROL PLAN STA 54+00 TO STA 72+00 41 EROSION CONTROL PLAN STA 72+00 TO STA 90+00 42 EROSION CONTROL PLAN STA 90+00 TO STA 108+00 43 DETAILS 44 DETAILS 45 DETAILS 46 DETAILS 47 DETAILS 48 DETAILS 49 DETAILS 50 DETAILS 60 DETAILS 51 DETAILS 52 DETAILS 53 DETAILS 54 DETAILS 55 DETAILS 56 DETAILS 57 DETAILS 59-70 TXDOT DETAILS 71 TRANSFER VALVE VAULT DETAILS 72 TRANSFER VALVE VAULT DETAILS Z LEGEND r1+oo U PROP. WATER LINE Z Z I� y PROP. STEEL CASING PIPE , O COPROP. U GATE VALVE WITH VAULT �w o Z PROP. COMBINATION AIR VALVE in QOw PROP.BLOW-OFF ASSEMBLY Z I' I PROP. FIRE HYDRANT ASSEMBLY t PROP. REDUCER xj PROP. PLUG 10-�-' I�I PROP. TEE W PROP. FENCE E" PROP. GATE — — — — PROPOSED CONSTRUCTION EASEMENT 0 -------- PROPOSED WATERLINE EASEMENT -- 24"W -- EX. WATER LINE EX. ESMT — — c - EX. GAS LINE .LL — — E -- EX. BURIED ELEC OR FIBER LINE — e ohr — - EXISTING OVERHEAD ELECTRIC U. 4 — EX. PROPERTY LINE J� Uaa �A �r EX. ASPHALT EX. FENCE o"J W°-? ® CONTROL POINT �� i POWER POLE MEN E- EX. GUY WIRE goo EX. SIGN O EX. TREE ® EX. IRRIGATION CONTROL VALVE EX. WATER VALVE ° WMHOW EX. WATER MANHOLE o b EX. FIRE HYDRANT LION POLE EX. LIGHT POLE o 0 � z PRELIMINARY FOR INTERIM REVIEW ONLY EV EW AND NOT INTENARE DED FONERIM UCTI GULATORY APPROVAL PERMIT, BIDDING R CONSTRON FuRPOSES THEY Y OR UNDER THE SUPERVISION of B M M H"ER" TBPELS ENGINEERING FIRM #S12 PEN° DATE LMI2022 I Project No. 102687 I Issued 2114P2022 I Ore— By. LMM Checked By; LMH Scale. I Sheet Tille INDEX M a0 rn N X 4 Sheet Number Division 33 - Utilities (continued) Water: 1. Provide thrust restraint by means of restraining joints at fittings and concrete blocking. When specifically indicated on the Drawings, provide thrust restraint at designated joints beyond the fittings. Each method shall be capable of thrust restraint independent of the other system. The Contractor shall refer to City Standard Details for area required to install concrete blocking. 2. All ductile iron mechanical joint fittings shall be restrained to pipe using retainer glands. 3. Proposed water mains shall have a minimum cover of 48-inches cover above the top of pipe, unless shown otherwise on the drawings or details. 4. Elevation adjustment at connections may be made with bends, offsets, or joint deflections. Joint deflections shall not exceed fifty percent (50%) of manufacturer's recommendations. 5. Temporary pressure plugs required for sequencing of construction and testing of proposed water lines shall be considered subsidiary to the work and shall be included in the price bid in the Proposal for various bid items. 6. 12-inch diameter and smaller water mains shall be installed with a minimum cover of 48-inches and 16-Inch and larger water mains shall be installed a minimum cover of 60-inches, measured from top of surface (existing and proposed) except where shown otherwise in these plans. 7. Valves shall be installed where designated on these plans in accordance and shop drawings provided to the City Inspector for review per Section 33 12 20. Vaults shall be installed on all mains 16-Inch diameter and larger per Sections 33 12 20, 33 05 16, and 03 30 00. 8. Fire hydrants shall be a minimum of 3 ft. behind the back of curb (maximum 9 ff.) and in line with the properly/lot lines except where shown otherwise in these plans. Construction and shop drawing submittals to the City Inspector per Section 33 12 40. 9. Contractor shall provide a cleaning plan and disinfection plan for 24-inch and larger water mains, prior to construction in accordance with Section 33 04 40, Part 1.5, Submittals. Insert cleaning pig in water main where directed. Cleaning pig shall be provided by Contractor in accordance with Section 33 04 40. Flushing is only permitted when specially designated in the Drawings, and the Contractor shall provide the plan submittals to the City Inspector, City Project Manager, Water Field Operations and Water Engineering for review at least 1 week prior to start of construction. 10. Install chlorination and sampling points at designated locations per Section 33 04 40. 11. Corporation stops shall be tested for full flow when the system is pressure tested. Construction and shop drawing submittals per Section 33 12 10. 12. All water mains crossing below storm sewer lines shall be ductile iron pipe per Section 33 11 10 and backfilled with CLSM per Section 03 34 13, unless noted otherwise. 13. Contractor shall provide pipe shop drawings in accordance with the Specifications. Detailed pipe shop drawings/lay schedule water mains 16-inch diameter and larger, signed and sealed by a Licensed Professional Engineer in Texas for Ductile Iron Pipe, Concrete, and Steel Pipe are required submittals before start of construction. Elevation adjustment at connections may be made with bends, offsets, or joint deflections (for example, PVC joint deflections not to exceed 50% of the manufacturer's recommendations per Section 33 11 12). Reference Ductile Iron, Concrete, and Steel Pipe per Sections 33 11 10, 33 11 13, 33 11 14, for the deflection requirements. Prior to scheduling the Project Final, the Contractor shall provide redlines, cut sheets, final approved pipe shop drawings, etc., Pipe Report and Service Report per Sections 01 77 19, Ot 78 39, and 33 01 31 to the City for review, revisions, and final acceptance. 14. All non-standard bends shall be made by using the closest standard MJ fittings or fillings with the required joint deflections. Joint deflections and associated shop drawing submittals shall be in accordance with Sections 33 11 10, 33 11 11, 33 11 13, and 33 11 14. 15. All PVC wafer mains 12-inch diameter and smaller shall be DR-14 per Section 33 11 12. All ductile iron water mains shall be poly wrapped per Section 3311 10, 33 11 11. Cathodic protection study is required on all pipes other than PVC. In accordance with the recommendations from the cathodic protection study, the drawings and specifications for cathodic protection shall apply. 16. All water mains shall have temporary plugs per Sections 33 04 40, 33 12 25 and detail at the end of each work day. Deflect water mains at joints to clear curb inlets. Minimum horizontal separation from outer wall of main to outer wall of inlet shall be 5 feel. Minimum horizontal separation from outer wall of main to outer diameter drilled shafts, and outer wall of headwalls shall be 10 ft. 17. Unless otherwise noted on the plans, the gale valves shall be installed to line up with the property/ROW line. 18. Contractor and City Inspector shall contact Water Field Operations prior to all items being removed or salvaged. Contractor shall provide the documents to the City Inspector for all items removed and salvaged to Water Field Operations Warehouse. Conta t Warehouse Supervisor and deliver all salvaged materials to the Warehouse located at 1608 11 Ave. Fort Worth TX 76102. Sanitary Sewer: 1. The Contractor shall be liable for all damages to properties, homes, and basements from backup, which may result during the Installation of new pipe and/or abandonment of existing pipe. The Contractor will be allowed to open clean outs, where available. The Contractor will be responsible for all clean up associated with opening clean outs. 2. For all sanitary sewer service connections at manholes, provide a hydraulic slide in accordance with the details. 3. The proposed sanitary sewer lines at limes will be laid close to other existing utilities and structures both above and below ground. The Contractor shall make necessary provisions for the support and protection of all utility poles, gas mains, telephone cables, sanitary sewer mains, water mains, drainage pipes, utility services, and all other utilities and structures both above and below ground during construction. Contractor shall submit shop drawings at the pre -construction meeting per Section 01 33 00 for support/protection of large diameter water mains (16-inch and larger) and sanitary sewer mains (15-Inch and larger) for review by City Inspector, Water Engineering, and Water Field Operations prior to construction in these areas. In addition, the Contractor shall submit a Contingency Plan and Emergency Plan to the same personnel which includes acceptable pipe materials on -site for repairs. The Contractor is liable for all damages to existing water and sanitary sewer mains as a result of the Contractors operations. 4. New manholes shall be constructed such that the manhole cover is at finished surface grade, or as noted on the plans. Concrete collars per specification 33 05 13 and detail shall be installed with all new manholes (including manholes outside of pavement and/or on easements), as required for this project. Concrete collars identified in the field that are not in compliance with the specifications and details (i.e. Incorrect collar thickness, no steel reinforcement) shall be removed and replaced at the Contractors expense. 5. Sanitary Sewer Services larger than 6-inch diameter shall connect to a manhole. For all sanitary sewer service connections at the manhole, Contractor shall provide a hydraulic slide in accordance with Section 33 39 20 and standard detail. TCEQ WATER DISTRIBUTION SYSTEM - GENERAL CONSTRUCTION NOTES 1. This water distribution system must be constructed In accordance with the current Texas Commission on Environmental Quality (TCEQ) Rules and Regulations for Public Water Systems 30 Texas Administrative Code (TAC) Chapter 290 Subchapter D. When conflicts are noted with local standards, the more stringent requirement shall be applied. At a minimum, construction for public water systems must always meet TCEQ's "Rules and Regulations for Public Water Systems." 2. All newly installed pipes and related products must conform to American National Standards Institute (ANSI)/NSF International Standard 61 and must be certified by an organization accredited by ANSI [290.44(a)(1)]. 3. Plastic pipe for use In public water systems must bear the NSF International Seal of Approval (NSF-pw) and have an ASTM design pressure rating of at least 150 psi or a standard dimension ratio of 26 or less [290.44(a)(2)]. 4. No pipe which has been used for any purpose other than the conveyance of drinking water shall be accepted or relocated for use in any public drinking water supply [290.44(a)(3)]. 5. All water line crossings of wastewater mains shall be perpendicular [290.44(e)(4)(B)]. 6. Water transmission and distribution lines shall be installed in accordance with the manufacturer's instructions. However, the top of the water line must be located below the frost line and in no case shall the top of the water line be less than 24 inches below ground surface [290.44(a)(4)]. 7. The maximum allowable lead content of pipes, pipe fittings, plumbing fittings, and fixtures is 0.25 percent [290.44(b)]. 8. The contractor shall install appropriate air release devices with vent openings to the atmosphere covered with 16-mesh or finer, corrosion resistant screening material or an acceptable equivalent [290.44(d)(1)]. 9. The contractor shall not place the pipe in water or where it can be flooded with water or sewage during its storage or installation [290.44(f)(1)]. 10. When waterlines are laid under any flowing or intermittent stream or semi -permanent body of water the waterline shall be installed in a separate watertight pipe encasement. Valves must be provided on each side of the crossing with facilities to allow the underwater portion of the system to be Isolated and tested [290.44(f)(2)]. 11. Pursuant to 30 TAC 290.44(a)(5), the hydrostatic leakage rate shall not exceed the amount allowed or recommended by the most current AWWA formulas for PVC pipe, cast Iron and ductile Iron pipe. Include the formulas in the notes on the plans. a. The hydrostatic leakage rate for polyvinyl chloride (PVC) pipe and appurtenances shall not exceed the amount allowed or recommended by formulas in America Water Works Association (AWWA) C-605 as required in 30 TAC 290.44(a)(5). Please ensure that the formula for this calculation is correct and most current formula Is In use: Q = (LD(P)R)/148,000 Where: Q = the quantity of makeup water in gallons per hour, L = the length of the pipe section being tested, in feet, D = the nominal diameter of the pipe in inches, and P = the average test pressure during the hydrostatic test in pounds per square inch (psi). 9 P 9 Y P P q (P ) b. The hydrostatic leakage rate for ductile iron (DI) pipe and appurtenances shall not exceed the amount allowed or recommended by formulas in America Water Works Association (AWWA) C-600 as required In 30 TAC 290.44(a)(5). Please ensure that the formula for this calculation is correct and most current formula is in use: L = (SD(P) G)/148,000 Where: L = the quantity of makeup water in gallons per hour, S = the length of the pipe section being tested, In feet, D = the nominal diameter of the pipe in inches, and P = the average lest pressure during the hydrostatic test in pounds per square inch (psi). 12. The contractor shall maintain a minimum separation distance In all directions of nine feet between the proposed waterline and wastewater collection facilities including manholes. If this distance cannot be maintained, the contractor must immediately notify the project engineer for further direction. Separation distances, installation methods, and materials utilized must meet 290.44(e)(1)-(4). 13. The separation distance from a potable waterline to a wastewater main or lateral manhole or cleanoul shall be a minimum of nine feel. Where the nine -fool separation distance cannot be achieved, the potable waterline shall be encased in a joint of at least 150 psi pressure class pipe at least 18 feel long and two nominal sizes larger than the new conveyance. The space around the carrier pipe shall be supported at five -fool intervals with spacers or be filled to the springline with washed sand. The encasement pipe shall be centered an the crossing and both ends sealed with cement grout or manufactured sealant [290.44(e)(5)]. 14. Fire hydrants shall not be installed within nine feel vertically or horizontally of any wastewater line, wastewater lateral, or wastewater service line regardless of construction [290.44(e)(6)]. 15. Suction mains to pumping equipment shall not cross wastewater mains, wastewater laterals, or wastewater service lines. Raw water supply lines shall not be Installed within five feel of any tile or concrete wastewater main, wastewater lateral, or wastewater service line [290.44(e)(7)]. 16. Waterlines shall not be Installed closer than ten feet to septic tank drainfields [290.44(e)(8)]. 17. The contractor shall disinfect the new waterlines in accordance with AWWA Standard C-651-14 or most recent, then flush and sample the lines before being placed into service. Samples shall be collected for microbiological analysis to check the effectiveness of the disinfection procedure which shall be repeated if contamination persists. A minimum of one sample for each 1,000 feet of completed waterline will be required or at the next available sampling point beyond 1,000 feel as designated by the design engineer [290.44(f)(3)]. 18. Dechlorinalion of disinfecting water shall be in strict accordance with current AWWA Standard C655-09 or most recent. Z U� Z Z .O N U CO/- G w iOZ= C Ow ZQ sL Q59HFF� 2: UM MEN M1 NON PRELIMINARY FOR INTERIM REVIEW ONLY RENE EW .. NOT N ENDED FERIM OR REGDIATGRYNPPROV, PERMIT, BIDDING NEOEOP-RED OR UNTTNE RI BY UNDER suPEws-OF leaN M N"tl➢e 1 P. TBPElS ENGINEERING FlRM Y]I] PENO I-E vuamz Project No.: 102687 Issued: 2/14/2022 Drawn By: LMM Checked By: LMH Scale: Sheet Tille GENERAL NOTES 3 Sheet Number i Z 0 fn fn Z 9 F- X LU I- Q 2 0 Z T N LU _0 2 F- it 0 Z Hodge, Leah From: Sent: Daugherty, Betty < Betty.Daugherty @atmosenergy.com > Tuesday , July 19 , 2022 6:00 PM To: Mccarley, Lauren Cc: Rostamo , Timothy; Winn, Toby; Trujillo, Donald Subject: Update * B/169 -1, B25 & 8" Dist -Muscogee Dr, FTW -CoFW Northside IV Water Line Cross ings & Gravel Driveway Hello Ms. Mccarley, I reached out to our operations and they approve of the water line that Russell Curlee had reviewed along with the gravel road . An encroachment agreement for the water line and gravel road will not be required. This email can be used as a verbal agreement. If you need a letter for the city, please let me know. Thank you, Betty A Daugherty I Right of Way Agent II I Atmos Energy Corporation I Mid -Tex Division I 214-206 -2789 Office 214-276-6442 Fax Betty . Dauqherty@atmosenerqy.com From: Mccarley, Lauren <IMcCarley@Halff.com> Sent: Wednesday, July 13, 2022 10:44 AM To: Daugherty, Betty <Betty.Daugherty@atmosenergy.com> Cc: Rostamo, Timothy <Timothy.Rostamo@atmosenergy.com> Subject: [EXT] RE: CoFW Northside IV Water Line Crossings CAUTION: Don't be quick to click. This e-mail originated from outside of Atmos Energy. Do not click links or open attachments unless you recognize the sender and know the content is safe. Betty, We are committed to a 100% submittal with the City of Fort Worth on August 15th . We're working on final adjustments from their 90% comments and it's crucial that we finally get these formal encroachment agreements figured out. Please get back to me as soon as possible, we are too far into this process to wait any longer. 1 Thanks, Lauren Mccarley, PE Civil Engineer Haiti Associates , Inc . 0: (81 7) 764 -7513 Haiti.com I Linkedln I Facebook I Twitter I lnstagram I YouTube From: Mccarley, Lauren <IMcCarley@Halff.com> Sent: Tuesday, July 5, 2022 9 :02 AM To: Daugherty, Betty <Betty.Daugherty@atmosenergy.com> Cc: Rostamo, Timothy <Timothy.Rostamo@atmosenergy.com> Subject: RE: CoFW Northside IV Water Line Crossings Betty, I understand the holiday weekend busied up everyone's schedules, just checking to make sure I can be expecting this soon . Thanks , Lauren Mccarley, PE C iv il Eng inee r Haiti Associates , Inc . 0: (81 7) 764-751 3 2 Halff .c om I Linkedln I Face boo k I Twitte r I lnstagram I You Tub e From: Daugherty, Betty <Betty.Daugherty@atmosenergy .com > Sent: Monday, June 27, 2022 12 :45 PM To: Mccarley, Lauren <IMcCarley@Halff.com > Cc: Rostamo , Timothy <Timothy.Rostamo@atmosenergy .com > Subject: RE : CoFW Northside IV Water Line Crossings M s. M ccarl ey, I apolog ize for the de lay in getting back to and have been out of the office this last week . I will review your request and get back to you by the end of this week . Th an k you , Betty A Daugherty I Right of Way Agent II I Atmos Energy Corporat ion I Mid-Tex Division 214-206-2789 Office I 214-276-6442 Fax I Betty . Dauq herty@atmosenerqy .com From: Mccarley, Lauren <IMcCarley@ Halff.com > Sent: Monday, June 27, 2022 10:51 AM To: Rostamo, Timothy <Timothy.Rostamo@atmosenergy.com > Cc: Daugherty, Betty <Betty .Daugherty@atmosenergy .com > Subject: [EXT] FW : CoFW Northside IV Water Line Crossings CAUTION: Don't be quick to click. This e-mail originated from outside of Atmos Energy. Do not click links or open attachments unless you recognize the sender and know the content is safe. Good morning, I have been trying to get in contact with someone from Atmos who can help me with encroachment agreements since March . My March 7 correspondence with Russell Curlee below indicated that Betty is the person I should be dealing with . Over the past few months I have been able to catch Betty on the phone once 3 and have not received a follow-up on the items we discussed . This project is at 100% design and Atmos is the only energy company we have yet to coordinate formal agreements with . Is there someone else I need to be speaking with? I'm at a loss about what to do here . Thanks, Lauren Mccarley, PE Civ il En gi nee r Hal ff Associates , Inc. 0: (817) 764-75 13 Haiti.com I Linkedln I Facebook I Twitter I lnstagram I YouTube From: Mccarley, Lauren <IMcCarley@Halff.com > Sent: Wednesday, June 8, 2022 4 :34 PM To: betty.daugherty@atmosenergy.com Subject: RE : CoFW Northside IV Water Line Crossing s Hey Betty, We've executed many of our Letters of No Objection and it reminded me that we haven't gotten an update on our crossings with Atmos as well as use of the driveway at the regulator station . Please get back to me when you get a chance. Thanks, Lauren Mccarley, PE Civ il Eng ineer Halff Associ ates , Inc. 0 : (8 17) 764-7513 Haiti.com I Linkedln I Facebook I Twitter I lnstagram I YouTube 4 From: Mccarley, Lauren <IMcCarley@Halff.com > Sent: Tuesday, May 17, 2022 11 :07 AM To: betty.daugherty@atmosenergy.com Subject: RE: CoFW Northside IV Water Line Crossings Betty, Thanks for getting back to me last week. Do you have any updated information about the easements necessary for driveway access and for our handful of crossings along the pipeline? Thanks , Lauren Mccarley, PE Civil Engineer Hal f! Associates , In c . 0: (817) 764 -7513 Ha lff.com I Li nkedln I Fa cebook I Twitter I lnstagram I YouTube From: Mccarley, Lauren <IMcCarley@Halff.com > Sent: Thursday, May 12, 2022 10 :35 AM To: betty.daugherty@atmosenergy.com Subject: RE: CoFW Northside IV Water Line Crossings Good morning Betty, I just left you a voicemail but am following up via email in case that's easier. If there's someone different that I should be communicating with about this project please let me know, otherwise I'd greatly appreciate a call back. Due to the adjacency with TxDOT ROW, any complications with coordinating easements with Atmos could impact our timeline for this proj ect . Thanks, 5 Lauren Mccarley, PE Civil Engineer Haiti Associates , Inc . 0: (817) 764 -7513 Halff.com I Linkedln I Facebook I Twitter I lnstagram I YouTube From: Mccarley, Lauren <IMcCarley@Halff.com > Sent: Tuesday, March 22, 2022 3:37 PM To: betty.daugherty@atmosenergy.com Subject: RE : CoFW Northside IV Water Line Crossings Good afternoon Betty, In addition to the encroachment agreements and Letters of No Objection, I have a question about getting authorization for joint use of an Atmos driveway. The exhibit attached here shows the Atmos Regulator Station north of the N. Saginaw Blvd/Muscogee Dr intersection, with our proposed transfer vault site immediately to the south . The City would like to avoid adding a second driveway off BUS -287 solely for entrance to our site and would like to explore the option shown in the exhibit, wherein we construct an approach attached to the Atmos driveway that is currently there. Please let me know if there's someone else that's a more appropriate contact for this topic or if you have any further questions . Thank you, Lauren Mccarley, PE Civ il Engineer Ha iti Associates , Inc . 0: (81 7) 764 -75 13 Halff.com I Linkedln I Facebook I Twitter I lnstagram I YouTube 6 From: Mccarley, Lauren <IMcCarley@Halff.com > Sent: Wednesday, March 16, 2022 2:06 PM To: betty.daugherty@atmosenergy.com Subject: RE: CoFW Northside IV Water Line Crossings Good afternoon Betty, Following up on the chain below: Could you please confirm the status of the easement for the 2-inch line? Also is there anything you need from me to move forward with an encroachment agreement for each of our Atmos crossings? Thanks, Lauren Mccarley, PE Civil Engineer Halff Associates , Inc . 0: (817) 764 -7513 Haiti .com I Linkedln I Facebook I Twitter I lnstagram I YouTube From: Curlee, Russell <russell.curlee@atmosenergy .com > Sent: Thursday, March 10, 2022 10:57 AM To: Mccarley, Lauren <IMcCarley@Halff.com > Cc: betty.daugherty@atmosenergy.com Subject: RE: CoFW Northside IV Water Line Crossings 2" line was abandoned Sep 2021. Betty can advise on the status of the easement. Russell Curlee, EIT I Engineer 2 I Atmos Energy Corp. M: 817-228-9745 I 0: 817-207-2951 From: Mccarley, Lauren <IMcCarley@Halff.com > Sent: Thursday, March 10, 2022 10:52 AM 7 To: Curlee, Russell <Russell.Curlee@atmosenergy.com > Subject: [EXT] RE: CoFW Northside IV Water Line Crossings CAUTION: Don't be quick to click. This e-mail originated from outside of Atmos Energy. Do not click links or open attachments unless you recognize the sender and know the content is safe. Thanks Russell, I'll coordinate with Betty. One more easement question, this time about the 2-inch steel gas line (approx. STA 34+90) that is expected to be abandoned by the time our construction begins. Has the associated easement also been abandoned? Our survey sub didn't pick one up and I'd like to make sure we're not missing those boundaries from our plans. Thanks, Lauren Mccarley, PE Civil Engineer Half! Associates , Inc . 0: (817 ) 764 -7513 □ Haiti.com I Linkedln I Facebook I Twitter I lnstagram I YouTube From: Curlee, Russell <russell.curlee@atmosenergy.com > Sent: Monday, March 7, 2022 10:37 AM To: Mccarley, Lauren <IMcCarley@Halff.com > Cc: betty.daugherty@atmosenergy.com Subject: RE : CoFW Northside IV Water Line Crossings Understood, thanks. Plans look good to me. Please work with Betty for a formal encroachment agreement. Russell Curlee, EIT I Engineer 2 I Atmos Energy Corp . M: 817-228-9745 I 0: 817-207 -2951 From: Mccarley, Lauren <IMcCarley@Halff.com > Sent: Tuesday, March 1, 2022 10:52 AM 8 To: Curlee, Russell <Russell.Curlee@atmosenergy .com > Cc: Daugherty, Betty A <Betty.Daugherty@atmosenergy.com > Subject: [EXT] RE : CoFW Northside IV Water Line Crossings CAUTION: Don't be quick to click. This e-mail originated from outside of Atmos Energy. Do not click links or open attachments unless you recognize the sender and know the content is safe. Russell, Do you have the easement (or even just the document number) for that 20-foot easement? It looks like our survey sub missed it and any guiding info would help greatly in getting this added quickly. The PDF attached includes the full range of updated sheets from our first Atmos crossing to our last, sorry for the confusion. Our water line does cross Cibolo Hills Pkwy, and I've included a KMZ of the full alignment for clarity . Sheet 35 shows the STA 84+00 area where we will be putting our transfer vault and associated Water Line C, just south of the regulator station . Water Line B shows the Hicks Field Road connection, which shouldn't be a concern to Atmos since the only feature in that area is the service line outside of our easement to the south. Let me know if anything needs more clarification . Thanks, Lauren Mccarley, PE Civil Engineer Haiti Associates , Inc . 0: (817) 764 -7513 □ Haiti.com I Linkedln I Facebook I Twitter I lnstagram I YouTube From: Curlee, Russell <russell.curlee@atmosenergy.com > Sent: Tuesday, March 1, 2022 8:45 AM To: Mccarley, Lauren <IMcCarley@Halff.com > Cc: betty.daugherty@atmosenergy.com Subject: RE: CoFW Northside IV Water Line Crossings 9 Lauren, Couple of comments ... 1. Sta . ~43+30. The 12" poly gas line identified resides within a 20 -ft easement. Can you please show the Atmos Easement boundaries on your plan view? It looks like the water line's blowoff assembly may fall within the bounds of this easement (Sta 43+54). 2. Sta . 83+50. Can you add a note bubble calling out the presence of the 8" poly gas line to the plan view? I see the note at 84+ 75 but would like to have one at each crossing if possible, or at least a leader line for identification . 3. I'm having trouble following your line sheets as I cannot find a street landmark which shows up in Google Earth . Does your water line cross Cibolo Hills Pkwy near GPS coordinates (32 .911495°,-97.406696°)? I'm having trouble piecing together the gap between the bus barn entry (Sta . 43+30) and Muscogee Drive (83+00). 4. Can you please call out the Atmos Energy SO-ft wide pipeline easement at Sta . 84+90? 5. I'm lost on Sheet 35 of the plans . Can you send me a kmz or some other guidance as to which property these plans and profiles relate to? Is the TX DOT ROW on Water Line B's plan view related to Bonds Ranch Rd? Russell Curlee, EIT I Engineer 2 I Atmos Energy Corp. M: 817 -228 -9745 I 0: 817 -207 -2951 From: Mccarley, Lauren <IMcCarley@Halff.com > Sent: Thursday, February 24, 2022 4:09 PM To: Curlee, Russell <Russell.Curlee@atmosenergy .com > Cc: Daugherty, Betty A <Betty.Daugherty@atmosenergy.com > Subject: [EXT) CoFW Northside IV Water Line Crossings CAUTION: Don't be quick to click. This e-mail originated from outside of Atmos Energy. Do not click links or open attachments unless you recognize the sender and know the content is safe. Russell, First off, thank you for being so communicative during the design process. We're at the point with the design where we'd like to submit the plan and profile sheets for review and begin the process of getting encroachment agreements/Letters of No Objection as applicable . Please note that the 8" line we're crossing at STA 83+50 was potholed at that crossing, but not at STA 1 +68 on the Water Line "C" plan. If there's reason to believe this gas line gets deeper as it approaches the regulator station please let me know so the profile can be adjusted . Let me know if there's anything else you need from me and feel free to reach out with any questions or concerns. Thanks, 10 Lauren Mccarley, PE Civil Engineer Haiti Associates , Inc. 0 : (817 ) 764 -7513 □ Haiti.com I Linkedln I Facebook I Twitter I lnstagram I YouTube 11 GR-016000 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH NORTI-ISIDE IV 24-INCH WAT ER TRANMISSION MAIN PHAS E 18 STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS City Project No . 102687 Revised July I , 2011 CITY OF FORT WORTH WATER DEPARTMENT ST AND ARD PRODUCT LIST Note: All water or sewer i e Jar er t han 15 inch diam eter s hall be a ro ved fo r use b the Wate r De artment on a ro ·ect s ecific bas is . S ecia l beddin ri.J!JIJ&l.ar• I I I I Water & Sewer -Manholes & Bases/( omoonents 31-39-10 <Rev 2/3 /16) 01nJt91 33 05 13 Urethane f!,..l ....... hilic Waterston Asahi Koe:vo K. K. Adcka Ultra-Seal P-201 04n6/oo 33 05 13 Offset Joint for 4' Diam. MIi Hanson Concrete Products Drawin2 No. 35-0048-001 04n6/oo 33 05 13 Profile Gasket for 4' Diam. Ml I. Press-Seal Gasket Corn. 250-4G Gasket 1/26/99 33 05 13 I IDPE Manhole Adiustmcnt Rines Ladtcch. Inc IIDPE Adjustment Rine 5113105 330513 Manhole External Wrao Canusa - CPS Wra idScal Manhole Encansulation Svstcm I Water & Sewer -Manholes & Bases/FiberPlass 33-39-13 (1/8/13) 1126/99 33 39 13 Fibcre:lass Manhole Fluid Containment, Inc. Flowtite 08/30/06 33 39 13 Fibcr1?.lass Manhole L.f. Manufacturine I Water & Sewer -Manholes & Bases/Frames & Covers/Redanoular 33-0S-13 (Rev 2/3/16) 33 OS 13 Manhole frames and Covers Western Iron Works, Bass & l·lavs Foundr-\i 1001 Water & Sewer -Manholes & Ba ses/Frames & Covers/Standard <Round) 33-0S-13 (Rev 2/3/16) 33 OS 13 Manhole Frames and Covers Western Iron Works, Ba ss & I favs foundry 30024 3305 13 Manhole Frames and Covers Mc Kinlev Iron Works Inc. /\ 24 AM 08/24/18 3305 13 Manhole frames and Covers Neenah Foundry R-1272 08/24/18 3305 13 Manhole Frames and Covers Neenah foundry R-165-LM (llin2cd) 08n4/18 3305 13 Manhole Frames and Covers Neenah foundrv NF 1274 08n4/18 3305 13 Manhole Frames and Covers Neenah foundrv R-1743-LM {l)inecd) 33 OS 13 Manhole Frames and Covers Si1?.ma CnnvYation Mll-144N 3305 13 Manhole Frames and Covers Siema C........,.ration M ll-143N 33 OS 13 Manhole Frames and Covers Pont-A-Mousson GTS-STD 33 OS 13 Manhole Frames and Covers Neenah Castin!?. 10/31 /06 330513 Manhole Frames and Covers (Hinl!cd) Powcrscal Hinecd Ductile Iron Manhole 7nS/03 33 OS 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamrcx/rexus) RE32-R8FS 01/31/06 33 OS 13 30" Dia. MH Rine and Cover East Jordan Iron Works Vl432-2 and Vl483 Dcsiens 11/02/10 33 OS 13 30" Dia. M H Rin2 and Cover Si2.ma Cnrnnration MHl651FWN & MH\6502 07/19/11 33 OS 13 30" Dia. MH Rine and Cover Star Pioc Products MH32HWSS-OC 08/10/11 330513 30" Dia. MH Rini?. and Cover /\ccucast 220700 Heavy Dutv with Gasket Rini?. 30" ERGO Xl, Assembly 10/14/13 33 OS 13 30" Dia . MH Rini?. and Cover fHin ed & Lockable) East Jordan Iron Works w,th Cam Lock/MP ICfl"-Gasket 06/0 1/17 34 OS 13 30" Dia. MH Rine: and Cover (Hine:cd & Lockable) Cl SIP Industries 2280 (32") CAP-ONE-30-FrW. Composlle. w/ Lock 09/16119 33 05 13 30" Dia. MH Rine: and Cover Comoositc Access Produc\s, L.P. w/o Hine 10/07/21 34 OS 13 30" Dia. MH Rin2 and Cover Trumbull Manufacturin~ 32"(30") Frame and Cover Water & Sewer-Manholes & Bases/Frames & Covers/Water Tieht & Pressure Tioht 33-0S-13 r1<•v 2/3/16) 33 OS 13 Manhole Frames and Covers Pont-A-Mousson Pamti ht . 33 OS 13 Manhole Frames and Covers Neenah Castine: 33 OS 13 Manhole Frames and Covers Western Iron Works.Bass & llavs Foundry 300-24P 33 OS 13 Manhole Frames and Covers McKtnlcv Iron Works Inc. WPA24AM 03/08/00 33 OS 13 Manhole Frames and Covers Accucast RC-2100 04/20/0 1 33 OS 13 Manhole Frames and Covers (SIP)Seramoorc Industries Private Lld. 300-24-23.75 Rine and Cover Water & Sewer -Manholes & Bases/Precast Concrete (Rev 1/8/13\ 33 39 10 Manhole, Prccast Concrete I lvdro Condull Corp SPL Item #49 33 39 10 Manhole. Prccast Concrete Wall Concrete Pioc Co. Inc. 09n3196 33 39 10 Manhole. Prccast Concrete Concrete Product In c. 48" I.D. Manhole w/ 32" Cone 05/08/18 33 39 10 Manhole. Prccast Concrete The Turner Comoanv 48", 60" I.D. Manhole w/ 32" Cone 10/27/06 33 39 10 Manhole. Prccast Concrete Oldcastle Prccast Inc . 48" I.D. Manhole w/ 24" Cone 06/09/10 33 39 10 Manhole, Prccast (Reinforced Polvmcr)Concrcte US Comoositc Pioc Reinforced Polvmer Concrete 09106/19 33 39 20 Manhole, Prccast Concrete Forlcrra PiDC and Prccast 60" & 72" I.D. Man hole w/32" Cone 10/07/2 1 32 39 20 Manhole, Prccast Concrete Fortcrra Pipe and Prccast 48" I.D. Manhole w/32" Cone 10/07/2 1 33 39 20 Manhole. Prccast (Reinforced Polvmerl Concrete Armorock 48" & 60" 1.0 . Man hole w/32" Cone 10/07/2 1 33 39 20 Manhole, Prccast lH bridl Polvmcr & PVC Prcdl Svstcms 48" & 60" I.D. Manhole w/32" Cone Waler & Sewer -Manholes & Bases/Rehab Svstems/Cementitious E l -14 Manhole Rehab Svstems Ouadcx 04/23/01 E l -14 Manhole Rehab Svstems Standard Cement Materials. Inc. Rclincr MSP E l -14 Manhole Rehab Systems /\P/M Pcrmaform 4/20/01 E l -14 Manhole Rehab Svstcm Stron Comoanv Strone Seal MS2A Rehab Svstcm S/12/03 E l -14 Manhole Rehab System n .incr) Poly-lri plex TcchnolnPics Ml I repair p roduct to stop infiltration 08/30/06 General Concrete Rcoa ir Flex.Krcte Tcchnoloo.ics Vin I Polvcstcr Rcna ir Product Water & Sewer -Manholes & Bases/Rehab Svstems/N onCementitious 0S/20/96 E l -14 Man hole Rehab Svstcm s Sora•"""", Spray Wall Polyurethane Coa1 in1?. E l -14 Manhole Rehab Svs tcms Sun Coast 12/14/01 Coatin2 for Corrosion protcction(Extcrior) ERTECII Series 20230 and 2 100 (Asohatic Emulsion} 01/31 /06 Coatines for Corrosion Proicction Chesterton Arc 79 1, SI 118. SI. S2 812812006 Coatin2s for Corrosion Protection Wa rren Environmental S-30 1 and M-301 08/30/06 Coalines for Corrosion Protection Citadel SL.S-30 Solids Enox v 33 OS 16, 33 39 10 , RR&C Dampproofing Non-Fibered Spray 03/19/18 33 39 20 Coatinl?. for Corrosion orotcction(Extcrior} Sherwin Will iams Grade (Asohatic Emulsion) • From Origina l Standard Pro ducts List Updated: 03/29/2022 ma be re uired for so me i es. ASTM D2240/D41110792 ASTM C-443/C-361 SSMII Traffic and Nori.traffic area ASTM3753 Non-traffic area Non-traffi c area 24"x40" WD 24" Dia . 24" Dia. ASTM /\48 & /\/\StlTO M306 24" Dia. ASTM /\48 & /\/\SIITO M306 24" Dia . ASTM /\48 & /\/\SI-ITO M306 30"Dia. ASTM A48 & AAS! ITO M306 30" dia . 24" dia. 24" dia . ASTMAS36 24" Dia . 30"Dia. AASHTO M306-04 30" Dia. 30" Dia 30" Dia 30" Dia ASSHTO MI0S & ASTM AS36 30"Dia ASTM A 48 30" Dia. 30" Dia. 30" Dia. 24" Dia. 24" Dia. 24" Dia . 24" Dia. ASTM A 48 24" Dia. ASTM A 48 24" Dia. ASTM C 478 48" ASTM C-443 48 " ASTM C 478 48" w/32" cone ASTM C 478 48 ",60" ASTM C 478 48" Diam w 24" Rin2 ASTM C•76 48" to 72" ASTM C-76 60" & 72" ASTM C-77 48 " 48" & 60" 48" & 60" Non Traffic Areas ASTM 05813 M isc.Use ASTM 0639/0790 For Exterior Coati ng of Concrete Structures Onlv Acid Resistance Tesl Sewer A pplications Sewer Aoolications Sewer Applications For Exterio r Coating of Concrete Structures Onlv fORTWORTH . ~ CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Note; All water or sew er i e lare:er than 1 S inch dia meter s hall be a roved for use b the Water De artment on a ro ·ect s ecific basi s. S ecia l beddin P.:t]I tli(I _...., II I Water & Sewer -Manhole Inserts -Field Onerations Use Onlv fRev 2/3/lnl 33 05 13 Man hole Insert Knutson Entcroriscs Made to Order -Plastic 33 OS 13 Man hole Insert South Western Packa me Made to Order -Plastic 33 05 13 Manhole Insert Noflow-ln flow Ma de 10 Order -Plastic 09/23/96 33 05 13 Manhole Insert Southwestern Packinl': & Seals, Inc . LifoSa vcr -S1.ainlcss Steel 09/23/96 33 05 13 Manhole Insert Southwestern Paclcine & Seals, Inc . TcthcrLok -Stai nless Steel Water & Sewer -Pine Casino Snacers 33-05-24 (07/01/13\ 11 /04/02 Steel Band Casing Spaccn Advanced Products and Systems, Inc. Carbon Steel Spacers, Model SI 02/02/93 Stain less Steel Casing Spacer Advanced Products and Systems, Inc. Stainless Steel Spacer, Model SSI 04122/87 Casing Spacers Cascade Waterworks Manufacturing Casing Spacers 09/14/10 Stainless Steel Casing Spacer Pipeline Seal and In sulator Stainless Steel Casing Spacer 09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator Coated Steel Casin Spacers 05/10/1 1 Sta inless Steel Casing Spacer Powcrscal 4810 Powcrchock 03/19/18 Casing Spacers BWM SS-12 Casing Spaccr(Stainless Steel) 03/19/18 Casing Spacers BWM FB-12 Casi ng Spacer (Coated Carbon Steel) for Non_pressurc Pipe and Grouted Casing 03 29 22 33 05 13 Casing Spacers CTI Pipeline Sy••tcms CSC I~. CSS l 2 Water & Sewer -Pioes/Ductile Iron 33-11-1011 /8/13) 33 11 10 Ductile Iron Pipe Griffin Pipe Products. Co. Super Bell-Tile Ductile Iron Pressure Pipe, 08124/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. Amcric-an Fastitc Pipe (Bell SpigOl) 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pioc Co. American Flex Rin i;: (Restrained Joint) 33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co. 33 11 10 Ductile Iron Pipe Mc Wane Cast Iron Pipe Co. Water & Sewer -Utilitv Line Marker /08 /24/2018) Sewer• Coatin s/Enox v 33-39-60101 /08 /13\ 02/25/02 Eooxv Un1ne s~1cm Sauerciscn, Inc ScwcrGard 2 10 RS 12/14/01 Eooxv Linin!;! S~tem Encch Technical Coatin!;!s Enoch 2030 and 2 100 Series 04/14/05 Interior Ductile Iron Pinc Coaun11: lnduron Protccto 401 01/31/06 Coatinos for Corrosion Protection Chcs1enon Arc 791 , SIIIB, SI , S2 812812006 Coatines for Corrosion Protection Warren Environmental S-301 and M-301 Sewer -Coatinas/Polvurethane Sewer -Combination Air Vah·es 05115118 33-31-70 Air Release Val ve A.R.I. USA , Inc. 0025L T P02fComOO!lite BocM Sewer -Pines/Concrete E l -04 Cone. Pt=, Reinforced Wa 11 Concrete Pinc Co. Inc. E l -04 Cone. Pinc, Reinforced l lvdro Conduit 1...-nnrauon Class Ill T &G, SPL Item #77 E l -04 Cone. Pini', Reinforced I lan son Concrete Products ... -· , .. El -04 Cone. Pinc, Reinforced Concrete Pioc & Products Co. Inc. Sewer -Pine Enlar,,ment Svstem <Method)33-31-23 /01 /18/13) PIM Svstcm PIM Co.....,....al1on Polyet h ylene McCo nnc11 s ~tcms Mel.at Construc11on Polvcth lcne TRS Svstcms Trcnch lcss Replacement System Polyeth ylene Sewer• Pine/Fiber0 1ass Reinforced Pine 33-31-13(1 /8/13\ 1n 1f91 33 31 13 Cent. Cast Fibcr1>\ass fF RPl llobas Pinc USA. Inc. !lobas Pinc <Non-Preuurd 03/22/10 33 3 1 13 Fibcrnl ass Pioc <F RP) Amcron Bondstrand RPMP Pipe 04/0912 1 Glass-Fiber Reinforced Polvmer Pinc (FRP) Thomason Pinc Grouo Thomoson Pioc (Flowtitc) 4/14/05 Polvmer Modified Concrete Pioc Amitcch liSA Meyer Polycrete Pipe 06/09110 E l -9 Reinforced Polvmer Concrete Pinc liS Comoositc Pioc Reinforced Polvmer Concrete Pioc Sewer -Pines/HUPE 33-31-23(1 /8/13) I li Ph-dcnsi \v nnl V('\hvlcnc nine-Ph ill i s Driscooioc Inc . Onticore Ductile Polvct h lene Pi e Hieh-densilv oolvethvlcnc oinc Plcxco Inc. II IPh-densitv nnlvcthvlcnc nirK'! Poll Pioc, Inc. llieh-dcnsitv oolvcthvlcnc 01oc CSR I lvdro Conduit/Pipeline Svs1cms McConnell Pipe Enlargement Sewer -Pines/PVC £Pressure Sewer\ 33-11-12 (4/1/13\ 12/02/1 I 33-11-1 2 DR-14 PV C Pressure Pipe PipclifcJctstrcam PVC Pressure Pipe 10/22/14 33-11-1 2 DR-14 PVC Pressure Pipe Royal Building Products Royal Seal PVC Pressure Pipe • From Origina l Standard Prod ucts List Updated: 03/29/2022 ma be re uired fo r some i es. ' ASTM O 1248 For 24" dia . ASTM O 1248 For 24" dia. ASTM D 1248 For 24M dia. For 24" dia. For 24" di a Lipto48" Upto48" L:pto48" A WWA C150, C l51 3" thru 24" AWWA C l 50, C15I 4" thru 30" AWWA C 150, C l51 4"thru 30" AWWA C l50, Cl5 1 A WWA C\50, Cl51 LA Countv #2 10-1.33 ASTM B-11 7 Ductile Iron Pi= Onlv Acid Resistance Test Sewer Aool ications Sewer Ann\1c.ations 2" AST M C76 ASTM C 76 ASTM C 76 ASTM C 76 PIM Corp., Piscata Way, NJ. Aoorovcd Prcvious\v llous1on, Texas Annrovcd Prcviouslv Calgary, Canada Aoorovcd Previousl v A STM D3262/D3 754 ASTM D3262/03754 A STM D3262ffi3754 ASTM CH. A 27 6, F477 8" to 102", Class V ASTM C-76 ASTM D 1248 8" ASTM D 1248 8" ASTM D 1248 8" ASTM D 1248 AWWAC900 4 " th ru 12" AWWAC900 4" thru 12" CITY OF FORT WORTH WATER DEPARTMENT ST ANDA RD PRODUCT LIST Nm~AA reo~redfur~me ...... n1Ua:r, I I , I I 11-1 Sewer-Pines/PVC* 33-31-20 7/1/13 33 -31-20 PVC Sewer Pipe J-M Manufactu rin ~ Co .. Inc. OM Eaelcl SDR-26 ASTM D 3034 12/23 /97 • 33-31-20 PVC Sewer Pioc Diamond Plastics Corooration SD R-26 ASTM D 3034 33-31-20 PVC Sewer Pipe Lamson Vylon Pipe ASTM F 789 01/18/18 33-31-20 PVC Sewer Pioc Vinvltcch PVC Pioc GravitvScwcr ASTM D3034 1 1/11 /98 33-31-20 PVC Sewer Pipe Diamond Pl astics Cnrnnration "S" Gravi ty Sewer Pipe ASTM F679 33-31-20 PVC Sewer Pioc J-M Manufacturin Co. Inc. (JM Ea lcl SOR 26/J S PS I 15/46 AST M F679 09/11/12 33-31 -20 PVC Sewer PiDC Pipclife Jct Stream SDR-26 and SDR -35 A STM F-679 05/06/05 33-3 1-20 PVC Solid Wall Pipe Diamond Plastics Corporation S DR 26/35 PS 115/46 A STM F-679 04/27/06 33-31-20 PVC Sewer Fittings llarco SD R-26 and SDR-35 Gasket Fitti n.1,ts ASTM D-3034, 0-1784 , etc 33-3 1-20 PVC Sewer Fittings Plas11cTrcnd:.. lnc(W..-s1lakc) Gaskctcd PVC Sewer Main Fi ttine.s ASTM D3034 3/1 9/2018 33 31 20 PVC Sewer Pipe Pipcli fc Jct Stream SD R JS A STM F679 3/19/2018 33 31 20 PVC Sewer Pioc Piocli fc Jct Stream SDR26 AST M D3034 J /2 9/20 19 33 JI 20 Gasketed Fittings (PVC) GPK Products, Inc. SD R 26 ASTM D3034/F-679 10/2 1/2020 33 3 1 20 PVC Sewer Pinc NAl'COf\\c:.tlakc) SO R 26 ASTM D3034 10/22/2020 33 3 1 20 PVC Sewer Pioc Sanderson Pioc l.1wn , SD R 26 AST M D3034 10/2 1/2020 33 3 1 20 PVC Sewer Pipe NAPCO(\\'cstlakc) S DR 26/35 PS 11 5/46 ASTM F-679 Sewer -Pines/Rehab/Cl PP 31-31-12 COl/18/131 Cured in Place Pioc lnsituform Tcxark, Inc ASTM F 12 16 05 103 199 Cured in Place Pipe National Envirotech Groun l\ational Liner, (SPL) Item #27 ASTM F-12 16/0-5813 OS/2 9/96 Cured in Place Pinc Rcvnolds ln c/l n\iner Tcchnoh?v Onlincr USA) lnl iner Tcchnoloov ASTM F 1216 Sewer -Pines/Rehab/Fold & Form Fo ld and Form Pipe Cullum Pipe Systems, Inc. 11 /03/9 8 Fold and Form Pioc lnsituform Tcchnol02ies, Inc. Ins1tu form "NuP loc" ASTM F-1504 Fold and Form Pipe American Pipe & Plas1ics, Inc. 12/04/00 Fold and Form PiDC Ultraliner Ul tralmcr PVC All ov Piocl iner ASTM F-1504, 187 1, 1867 06/09/03 Fold and Form Pipe Mill er Pipel ine Corp. EX Method ASTM F-1504, F-1947 Sewer -Pines/Onen Profile Lar2e Diameter 09/26/9 1 E 100-2 PVC Sewer Pinc, Ri bbed Lamson Vvlon Pinc Carlon Vylon fl.C. Closed Profile Pinc, ASTM F 679 09/26/91 E\00-2 PVC Sewer Pinc, Ribbed Extrusion Tcchnol02ics, In c. Ult ra-Rib o..,.,, Profile Sewer Pinc ASTM F679 E \00-2 PVC Sewer Pinc, Ribbed Unonor ET I Comoanv 11/10/10 /E I00-2\ Polvuroovlcne (PP) Sewer Pioc, Double Wall Advanced Draina2.e Svstcms (ADS) SaniT itc I rP Double Wall (Corrue.atcd) AST M F 2736 I 1/10/10 (E I00-2) Polypropylene (PP) Sewer Pinc, Tri le Wall Advanced Drain a e SYlltems {ADS\ SaniTite HP Tri ple Wa ll Pinc ASTM F 2764 05/16/11 Steel Reinforced Polvcthvlcne Pioc Con Tech Cons1ruction Products Durmaxx ASTM F 2562 Water -Annurtenances 33-12-10 /07/01 /13) 0 1/18/18 33-12-10 Dou ble Stran Saddl e Romac 202NS Nylon Coated AWWA C800 08/28/02 Dou ble Strao Saddle Sm ith Blair #3 17 Nvlon Coated Double Strao Saddle 07/23/12 33-12-10 Dou ble Strap Service Saddle Mueller Comnanv DR2 S Double (SS) Strap DI Saddle AWWA C800 10/27/87 Curb Stoos-Ball Meter Va lves McDonald 6100M ,6 100MT & 610MT 10/27/87 Curb Stops-Ball Meter Valves McDonald 4603 8 , 4604 8 , 6100M, 6 100TM and 6 10 1M FB600-7NL, FBl 600-7-NL, FV23-777-W-NL, S/25/2018 33-12-10 Curb Stops-Ba ll Meter Valves ford Meter Box Co., Inc . L22-77NL /\WWA C800 FB600-6-NL, FB1 600-6-NL. FV23-666-W- S/2 5/20 18 33-12-10 Curb Stops-Ball Meter Va lves Ford Meier Box Co., In c. NL, L22-66NL AWWA C800 FB600-4-NL, FB 1600-4-NL. B l 1-444-WR- S/2 5/20 18 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co ., Inc. NL, 8 22444-WR-NL, L28-44NL AWWA C 800 B-25000N , B-24277N-3. B-20200N-3, 11-AWWA C800, ANSF 61 , S/25/20 18 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd. 15000N ,, II-IS52 N, 111 422 76N ANSl/NS F 372 B-25000N, 8 -20200N-3, B-24277N-3,I I-/\WWA C800, ANS F 61 , S/25/20 18 33 -12-10 Curb Stops-Ball Meter Va lves Muell er Co., Ltd. 15000N, H-1 4276N, 11-J5525N ANS I/NS F 372 B-2SOOON , B-20200N-3,11-15000N, 11- AWWA C 800, A NSF61, 5/2 5/20 18 33-12-10 Curl> Stoos-Aa 11 Meter Valves Muel ler Co., Ltd. 155 30N ANSl/NSF 372 0 1/26/00 Coated Tumin2 Saddle with Double SS Straos JCM Industries, Inc. #406 Dou ble Band SS Saddle 0/5/21/12 33 -12-25 Ta ppin~ Sleeve (Coated Steel) JCM Industries, Inc. 412 Ta ppin~ Sleeve ESS AWWA C-223 03 29 22 JJ-1 ~-25 rao□m, Sl...-c\c (Coated or S1amkss S11..-cl) JCM lnd11sme~. Inc -415 Taoom • Sk'C\C ,\\\'WA C-22J 05110/11 Tappine Sleeve (Sta inless Steel) Powerscal 3490AS (Fl a nec) & 3490MJ 02/29/12 33-1 2-25 Tao□in2 Sleeve (Coated Steel) Rom ac FT S 420 AWWA C-223 02/29/12 33-12-25 T appin~ Sleeve (Sta inless Steel\ Romac SST Stainless Steel A WWA C -223 02/29/12 33-12-25 Taoc in2 Sleeve (Stainless Steel) Rom ac SST 111 Sta inless Steel AWWAC-223 05110/11 Joint Rl!n.8 ir Clamp Powcrscal 3232 Bell Joint Repa ir Clamp Plasti c Meter Box w/Comoos1te Lid DFW Plastics Inc . DFW37C-12-IEPAF t-T W Plastic Meter Box w/Comoositc Lid DFW Plasti cs Inc . DFW39C-12-IEPAF Frw 08/30106 Pl asti c Meter Box w/Comoositc Lid DFW Plastics Inc . DFW6SC-14-I EPAF n w Concrete Meter Box Bass & Ha ~ CM 8 37-B1 2 111 8 LJD-9 Concrete Meter Box Bass &Havs CMH-18-Dual 14 16 LID-9 Concrete Meter Box Bass & Ha vs CMB65-B6S 1527 LI D-9 Water -Bolts Nuts and Gaskets 33-11-05 (01 /08/13) • Fro m Origi na l Standa rd Prod ucts list Upd a lcd : 03 /29/2022 i es . 4" -15" 4" thru 15" 4" thru 15" 4" thru 15" 18" to 27" 18 ". 28 " 18" 18" to48" 4". 15" 18"-24" 4"- 15" 4"• 15 " 4" -1.5" 4"-15" 18"· 36" Dem o. Pu= Onlv Up to 18" diameter 18" to 48. 18" to 48" 24 "-30" JO " to 60" 24" to 72" 1 "-2" SVC, un to 24" Pinc 1"-2" SVC, up to 24" Pinc 3/4 " and I" I ½" and 2" 2" 1-1/2" I" 2" 1-1/2" I" 1"-2" Taos on uo to 12" Up to 30" w/12" Out Concrete P1oc Onlv 4"-8" and 16" U n to 42" w/24 " O ut Uo to24" w/12" Out Uo to 30" w/ 12" Out 4" to JO" C lass"A" FORT WORTH . ~ E l -1 1 Combination Air Release Valve E l-II Combination Air Release Valve Water-D 01 /15/14 10/0\/87 E-1 -12 '"t 03/31/88 E-1-12 ant 09/30/87 E-1-12 ant 01 /12/93 E-1-12 ant 08/24/88 E-1-12 ant E-1-12 ant 09/24/87 E-1-12 ant I0/14/87 E-1-12 ant 01/15/88 El-12 10/09/87 E-1-12 ant 09/16/87 E-1-12 ,nt 08112/16 ,nt Water -Meters 02/05/93 E\01-5 Detector Check Meier 08/05/04 Ma nctic Drive Vertical Turbine Water -Pioes/PVC (Pressure Water) 33-31-70 IO l/08/131 01 /18/18 33-11 -12 PVC Pressure Pioc 3/19/2018 33 11 12 PVC Pressure Pme 3/19/20 18 33 11 12 PVC Pressure PiDC 5/25/2018 33 11 12 PVC Pressure Pipe 5/25/20 18 33 11 12 PVC Pressure P1oc 12/6/2018 331112 PVC Pressure Pipe 12/6/2018 33 11 12 PVC Pressure Pipe 9/6/2019 33 II 12 PVC Pressure Pipe 9/6/20 19 33 11 12 PVC Pressure Pipe 9/6/20 19 33 11 12 PVC Pressure Pipe 9/6/20 19 33 11 12 PVC Pre1sure Pipe CITY OF FORT WORTH WATER DEPARTMENT STA N DARD PRODUCT LIST Mulli lex Manufacturin Co. Crispin Air and Vacuum Valves, Model No. Valve and Primer C APCO #143C, #145C and #147C Clow Shop lliawings No . 6461 Mueller Com an A-423 Centurion WatcrMastcr SCD250 AmcsCom an Model 1000 Detector Check Valve llcrsc Ma netie Drive Vertical Vinvltech PVC P1oc DRl4 Pincl1fe Jet Stream DR14 Pioclifc Jct Stream DRl8 Diamond Plastics C.......,.ration DR 14 Diamond Plastics CfV"1VV"ation DR 18 J-M Manufacturing Co., Inc d/bla JM Eagle DR 14 J-M Manufacturing Co .• Inc d/bla JM Eagle DR 18 Underground Solutions Inc. DR14 Fusible PVC NAPC{)(\,cstlakc) ORIS \J \PCO(\',,'c-<,tlak,:J DR14 Sanderson Pipe Corp. DR14 Water -PioesNalves & Filtines/Ductile Iron Fittinn 33-11-11 (01 /08/13) 07/23/92 E l -07 Ductile Iron Fittings Star Pipe Products. Inc . Mechan ical Joint Fittings E l -07 Ductile Iron Fittm2s Griffi n Pioc Products, Co. Mechanical Joint Fittini!s E l -07 Ductile Iron Fitune.s McWancffylcr Pipe/ Umon l.Jt1l itics Division Mechanical Joint Fittings, SSB Class 350 08/11 /98 El-07 Ductile Iron Fittinll'S S12ma,Co. Mechanical Joint Fittings, SSB Class 351 02/26/14 El-07 MJ Fittine.s Accucast Class 350 C-153 MJ Fittings 05/14/98 E l -07 Ductile Iron Jomt Res1ra1nls Ford Meter Box Co.Jl;n i-1-1 anl!'e Uni -Fl ange Series 1400 05/14/98 El-24 PVC Joint Restraints Ford Meter Box Co./lin1-F\ange Uni -Flange Series 1500 Circle-Lock 11 /09/04 E l-07 Ductile Iron Joint Restra ints One Bolt, Inc. One Bolt Restrained Joint Fitting 02/29/12 33-11-11 Ductile Iron Pioc Mechanical Joi nt Rest ra int EBAA Iron, Inc. Mega lug Series 11 00 (for DI Pipe) 02/29/12 33-11-1 I PVC Pinc Mechanical Joint Restraint EBAA Iron. Inc. Megalug Series 2000 (for PVC Pipe) 08/05/04 E l -07 Mechanical Joint Reta1ncr Glands(PVC) S1e.ma, Co. Sigma One-Lok SLC4 -SLCIO 03/06/19 33-11-11 Mechanical Joint Retainer G\ands(PVCl S1m1a. Co. Sigma One-Lok SLCS4 -SLCSl2 08/05/04 E l-07 Mechanical Joint Retainer Glands(PVC) Sir.ma. Co. Sigma One-Lok SLCE 08/10/98 E l-07 MJ Fi u ings(DIP) Sil!'ma. Co. Sigma One-Lok SLOE 10/12/10 El-24 Interior Restrained Joi nt Svstem S & B Tcchncial Products Bulldog S ystem ( Diamond Lok 2 1 & JM 08/16/06 E l -07 Mechan ical Joint Fittin s SIP lndustries(Seramoorel Mech anical Joint Fitt in gs 11 /07116 33-11-11 Mechanical Joint Reta iner Glands Star P1i,c Products, Inc. PVC Stargri p Series 4000 11 /07/16 33-11-11 Mechanical Joint Retainer Glands Star P1oc Products. Inc. DIP Stargrip Series 3000 03/19/18 33-1 1-11 Mechanical Joint Retainer Glands SIP lndusmes(Scramporc} EZ Grip Joint Restraint (EZD) Black For DIP 03/19/18 33-1 1-1 1 Mechanical Joint Retainer Glands SIP lndustncs(Scrampore) EZ Grip Joint Rcstramt (EZD) Red for C900 DRl4 PVC Pipe 03/19/18 33-1 1-1 1 Mechanical Joint Retainer Glands SIP lndustnes(Scrampore) EZ Grip Joint Restraint (EZD) Red for C900 DRl8 PVC Pipe • From Ori gi na l Standard Prod ucts Li st Updated: 03/2 9/2022 240 -noat, ASTM A 307 -Cover Bolts 11r,1"&2" l",r &J" AWWAC-502 AWWAC-502 AWWAC-502 AWWAC-502 AWWAC-502 /\WWAC-502 AWWAC-502 /\WW/\ C-502 /\WWI\ C-502 AWWA C-502 AWWAC-502 AWWA C550 4" -10" AWWA C701, Class 1 3/4" -6" AWWA C900, AWWAC605, ASTM Dl784 4"-12" AWWAC900 4"-12" AWWAC900 16"-24" AWWA C900 4"-12" AWWA C900 16"-24" AWWA C900-16 UL\285 4"-28" ANSl/!':SF6I FM 1612 AWWA C900-1 6 UL 1285 16"-24'' ANSl/l'\SF61 FM 161 2 AWWA C900 4" -8" AWWA C900 16" -24" AWWA C900 4"-12" AWWA C900 4"-12" AWWA C153 & Cl 10 AWWA Cll0 AWWA C 153, C 110, C 111 AWWAC 153.C 110.C 11 2 AWWACl53 4"-12" AWWA Cl 11/C ISJ 4" to36" AWWA Cl 1 1/C ISJ 4"to24" AWWA C l I I/C l l6/Cl53 4" to 12" AWW/1. C l I I/C l 16/CIS3 4" to42" AWWA C l 11/Cl 16/C\53 4" to 24" AWWACIII/CIS3 4" to 10" AWWA C 11 1/C IS3 4 " to 12" AWWA C l I 1/CIS3 1r to24" AWWACl53 4" -24" ASTM F-1624 4 " to 12" AWWACIS3 4" lo 24 " ASTM A536 AWWA C l 11 ASTM A536 AWWA Cl 11 ASTM A536 AWWA Cl 11 3''-48" ASTM A536AWWA C l 11 4"-12" ASTM A536 AWWA C l 11 16"-24" FOR T WOR TH. ~ Note : All wat CITY OF FORT WORTH WATER DEPARTMENT S T AN DARD PROD UCT LIST r...J!JIJa • I I , I t Water -PinesNalves & Fittim•s/Resilient ated Gate Valve* 33-12-20 I0S/B /1 Resilient Wcde.cd Gate Va lve wi no Gears American Flow Control Series 2500 Dray.foe:# 94-20247 12/13 /02 Resilient Wedge Gate Valve American flow Control Series 2530 and Scrics 2536 08/3 1199 Resilient Wcdl!:e Gate Valve American Flow Control Series 2520 & 2524 (SD 94-20255) 05/18/99 Resilient Wcde:c Gate Valve American Flow Control Series 25 16 (SD 94-20247) 10/24/00 El -26 Resi lient Wcde:c Gate Valve American Flow Control Series 2500 fD uctilc Iron) 08/05104 Resilient Wcde:c Gate Valve American Flow Control 42" and 48" AFC 2500 osn319 1 El-26 Resilient Wcde:c Gate Valve American A VK Comoanv Amcr,can AVK Rcsilienl Scadcd GV 0 1/24/02 El-26 Rcsilienl Wede:e Gate Valve American /\ VK Compan y El-26 Resilient Seated Gate Valve Kennedv El-26 Resilient Seated Gate Valve M&II El-26 Resilient Seated Gate Valve MueJlerCo. 11108199 Resilient Wcdee Gate Valve Mueller Co. Seri es 11.2361 (SD 6647) 01 /23/03 Resilient Wcde:e Gate Valve Mueller Co. SCTies 11.2360 fo r 18"-24" {SD 6709) OS/13/0S Resilient Wedee Gate Valve Mueller Co. Mueller 30" & 36", C-S IS 01 /31 /06 Resilient Wed •e Gate Valve Mueller Co. Mueller 42" & 48", C-515 0 1/28/88 El-26 Resi lient Wedee Gate Valve Clow Valve Co. 10/04/94 Resilient Wcd~c Gate Valve Clow Valve Co. 16" RS GV (SD D-20995) 11 /08/99 El -26 Resilient Wcde:e Gate Valve Clow Valve Co. Clow RW Valve (S D D-21652) 11 /29/04 Resilient Wedee Gate Valve Clow Valve Co. Clow 30" & 36" C-5 1 S 11/30/12 Resilient Wcde:e Gate Val ve Clow Valve Co. Clow Valve Model 2638 05108/9 1 E l -26 Resilient Seated Gate Valve Stockham Valves & Fittings E l -26 Resilient Seated Gate Valve U.S. Pioc and Foundrv Co. Metro.seal 250, reau,rcmcnu SPL #74 10/26/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works) FJ Flow Mastcr Gate ValVl: & Bo,ccs 08/24/18 Mateo Gate Valve Matco-Norca 225 MR Water -PinesNalve s & Fittinos/Rubbe r Se ated Butternv Valve 33-12-21 107/10/141 El-30 Rubber Seated Buttcrnv Valve I lcnrv Prall Co. E l-30 Rubber Seated Buncrnv Va lve Mueller Co. 1/1 1/99 E l-JO Rubber Seated Butternv Valve Dczurik Valves Co. 06/12/03 E l -JO Valmatic American Butternv Valve Valmatic Valve and Manufacturing COfl). Valmatic American Buttcrny Valve. 04/06/07 E l-30 Rubber Seated Buncrn Valve M&II Valve M&I I St le 4500 & 1450 03/19/18 33 1221 Rubber Seated Buuernv Valve G . A. Industries (Golden AndCTson) AWWA CS04 Buttcrnv Valve Water -Polvethvlen e Encasement 33-11 -IO /01 /08/131 05/12/05 E l-13 Polyethylene Encasmcnt Flexsol Packagin~ Fulton Entcn,riscs 05/12/05 E l -13 Polvcth lcnc Encasmcnt Mountain Stales Plastics (MSP) and AE P Ind. Standard I lardwarc 05112105 E l -13 Polvc1hylcne Encasmcnt AEP Industries Bullstron2 by Cowtown Bolt & G asket 09106/19 33-11-11 Polvcth lcnc Encasmcnt Northtown Products Inc. PE Encasement for DIP I Water -Samolin" Station 3112196 Water Sampling Station Water Plus 820 Water Sampling Station Wa ter -Automatic Flu sher I IG6-A-IN-Z-BRN-LPRR(Ponable) 10/21 /20 Automated Flushine: Svstcm Mueller I !vdrol!uard I IG2-A-IN--2-PVC-O 18-LPLG(Pcrmancntl 04/09/21 Automated Flushin g System Kupferle Foundry Company Eclipse #9800wc 04/09/21 Automated Flushing System Kupfcrlc Foundry Company Eclipse #9700 (Portable) • From Or igina l Standard Products li st Updated: 03/29/2022 16" A WWA C515 30" and 36" A WWACS JS 20" and 24" AWWA CS I S 16" AWWA CS IS 4" to 12" AWWACSIS 42" and 48" AWWACS09 4" lo 12" 20" and smaller 4". 12" 4" -12" 4" -12" AWWACS IS 16" AWWACSIS 24" and smaller AWWACSIS 30" and 36" AWWACS IS 42" and 48" AWWACS09 4" -12" A WWA CS IS 16" A WWA CS IS 24" and smaller AWWACS IS 30" and 36" (Note 3) AWWACSIS 24" to 48• fNote 3l A WWJ\ C 509. ANSI 420 • stem, 4" -12" ASTM A 276 Type 304 -Bolts & """ 3" 10 16" AWWNANSI C l IS/An21 .15 4" to 16" AWWAC-504 24" AWWA C-504 24"and smaller AWWAC-504 24" and lare:er AWWAC-504 Uo to 84" diameter AWWAC-504 24" lo48" AWWA C-S04 J0"-54" AWWAC\05 8milLLD AWWACIOS 8milLLD AWWAC105 8 mil LLD AWWACIOS 8milLLD